Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
FI Wastewater Station Upgrade
USE Postage Certified Fee Retum Recieai Fee (Endorsement Required) · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Print your name and address on the reveme so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1, Artiaie Addressed to: [] Agent [] Addressee B. Received by ( Printed Name) D. Is delivery address different from item 17 [] Yes If YES, enter delivery address below: [] No 3. Serve Type ~Ce~ified Mail [] Registered [] Insured Mail [] Express Mail [] Return Receipt for Merchandise 4. Restricted Delivery? (E)ctra Fee) [] Yes 2. Article Number (r~ns~r~m~,~ce~ 7003 3110 0001 8549 3041 PS Form 3811, February 2004 Domestic Return Receipt 102595-02-M-1540 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD EUZABETH A. NEVILLE, TOWN CLERK, RMC, CMC 53095 MAIN ROAD P.O. BOX 1 t 79 SOUTHOLD, NEW YORK 11971 t t .... ~k so~o~,~ To,,. ct.~ 012~1620c !¥9 $05490 US POSTAG .E Ca[.C~ind~ ~, [llllllli ' it Jllllllli: · Complete items 1, 2, and 3. A{so complete item 4 if Restricted Delivery is desired. · Pdnt ~ur name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on,he front if space permits. 1. Article Addressed to: 2.' Article Number i (Trans~rfromservlcelabel) 7003 A. Signature X [] Agent [] Addressee B. Received by ( Printed Name) C. Date of Delivery D. Isd~iveryaddmssdiffl~entfmm~ternl? [] Yes If YES, enter delivery address below: [] No 3. Service Type [~'~--.eftEied Mail [] Express Mai} [] Registered [] Return Receipt for Merchandise r-I Insured Mai{ [] C.O.D. 4. Restricted Oeilver~/ir~SX~a F~e) [] Yes 3110 0001 8549 3034 __ ! PS Form 3811, February 2004 Domestic Return Receipt 10259~O2~M-1540 i 1, ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTI~X~R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 17, 2009 Richard Pinder Pinder Construction Company 27 Old Post Road, Unit # 1 Clinton, CT 06413 Dear Mr. Pinder: This office has been informed that the following project has been completed and your bid bond/check can be released: Fishers Island Pump Station & Leach Field Enclosed please find your bid bond dated May 8, 2008. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Encs. THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document ,ad'lO Bid Bond ~ ~0. N/A PINDER CONSTRUCTION COMPANY KNOW ALL MEN BY THESE PRESENTS, thatwe INC. (Here insert full name and address or legal lille of Conlraclor) 27 OLD POST ROAD, CLINTON, CT 06413 as Principal, hereinafter called the Principal, and DEVELOPERS SURETY & INDMENITY COMPANY a corporation duly organized under the laws of the State of CALIFORNIA as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN STREET (Here insert full name and address or legal lille of Ownefl SOUTHOLD, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for FISHERS ISLAND UPGRADE OF WASTE WATER PUMP STATION AND COMMUNITY LEACH FIELDS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Oblisee in accordance with the terms of such bid, and 8ire such bond or bonds as may be specified in the biddin8 or Contract Documents with 8oDd and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Prindpal to enter such Contract and 8ire such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Oblisee may in 8oDd faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and seTh~8th'i" day of MAY 20 08 ~¢~"I~TION COMPANY, INC. V/r ]~' Vi (Principall ~ (Seal) ~ ~ (Title) ' /~t.,t/ ~ ? · ~'. t/~DEVELOPERS SURETY & INDMENITY COMPANY /_~14~(~~ (o..I ~ ~ ~Surety) (Seal) ~ ~R.M~ AIA DOCUMEHT A31e · BID BONO · A}A ~ · FEBRUARY I~D INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WAS~NGTON, ACKNOWLEDGMENT BY SURETY COMPANY STATE OF: COUNTY OF: CONNECTICUT HARTFORD ss: NEWINGTON On this 8TH day of MAY, 2008, before me personally came Virginia R. Martin to me known, who being by me duly sworn, did depose and say that she resides in Unionville; that she is the Attorney in Fact of the DEVELOPERS SURETY & INDEMNITY COMPANY the corporation described in and which executed the within instrument; that she knows the seal of said corporation; that the seal affixed to sai~ instrument is such corporate seal. Notary ~ublic D. J. SIVlSKI NOTARY PUBLIC State of Connecticut My Commission Expire"' December 31, 2011 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY po BOX 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL MEN BY I'HESE PRES ENTS, that except as expressly limimd~ DEVELOPERS SUP. E] V AND INDEMNffY COMPANY docs hereby make. constitute and appoint: ***Jane Biron Siviski, Virginia R. Martin, jointly or severally*** as its lrue and luw~ul Attomey(s)-in-Fact, to make. execute, deliver and acknowledge, tbr and on bebalf of said corporation as surety, bonds, undertakings and contracts of suretyship giving and groining unlo mid Attomey(s)-in-Fact thll power and authority to do and to pertbnn every act necessary, requisite or proper to be done m connection therewith as the co~poradon could do, but reserving to the corporation fi~ll pewer of substitution and revocabon, and all oftbe acts of said Attomey(s)-in- Fact, pursuant to these presents, are hereby ratified and confirmed. Yhis Power of Attorney is granted and is sibmed by t~csimile tinder and by authority of tile following reso u on adop ed by he Bt ard of Directors of DEVELOPERS SURELY AND INDENINI'I Y COMPANY effective as of November 1. 2000: RESOLVED. that the Chairman of the Board, the President and any Vice President of the corpemtion be, and that each of them hereby is, attthod?~d to execute Powers of Attorney, qualifying the Attomey(s)-in-Fact named itl the Powers of Attorney lo execute, on behalf of the corpomtlom bonds, underiakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corpol'adon be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed m any such Power of Attorney or to any cerfificate relating thereto by facsimile, and any such Power of Auomcy or ceKdficate bearing such fhcsimile signatures shall be valid and binding Ul×m tile corporation when so affixed and in the fi~tx~re with respect to any bond, undertaking or contract of suretyship to which il is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND IN DEMNITY COMPANY bas caused these presents to be signed by its respective Executive Vice President and attested by its Secretary 0ds I st dab' of December, 2005 David H. Rhodes. Executive Vice-President By: Walter A. Cmwell. Secretary S I'Pfl'E OF CALIFORNIA COUNTY OF ORANGE On December I, 2005 belbre me, Gina L. Garner. Notary Public (bere insert name and title of the officer), personally appeared David H. Rh{v. les and Walter A. Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) lo be the person(s) whose name(s) is/are subscribed ~o the within instrument and acknowledged to me that he/she/they executed tile same in hi~/hcr/t heir authorized capacRy(ies), and that by his/her/their sig~mtare(s) on the instnxment the person(s), or the entily upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official scsi. Signature ~~ ~ (SEAL) CERTIFICATE ]~ GINA LGARNER 81~'~ COMM. # 1569561 The undersigned, as Assistant SccretaD', of DEVELOI ERS SURE1 Y AND INDEMNFI Y COM} ANY. does hereby certify that tbe foregoing Power of Attorney remains in full three and has not been revoked, and thnbemmrc, that the provisions of thc resolution of the respective Boards of Directors of said cmporation set forth in the Power of Attorney, is in ~brce as of the date of this Certificate. This Certificate is executed in the City of bvine. California. the Albert Hillebrand, Assistant Secretary 8thdayof May __. 2008 ID-1438 (DSI) (Rev. 12/05) Developers Surety and Indemnity Company BALANCE SHEET AS OF DECEMBER 31, 2007 (Statutory Basis) Assets Liabilities, Capital and Surplus Cash and Invested Assets: Cash Bonds Preferred Stocks Common Stocks Total Cash and Invested Assets $13,399,651 81,002,848 3,936,978 21,479,024 $119,818,501 Liabilities: Outstanding Losses and Loss Expenses $23,218,418 Uneamed Premiums 30,241,374 Funds Held Under Reinsurance Treaties Ceded Reinsurance Premium 865,481 Commissions, Taxes and Other Liabilities 11,003,166 Total Liabilities $65,328,439 Other Assets: Premium in Course of Collection $5,158,548 Reinsurance Recoverable on Paid Losses 185,721 Federal Income Tax Recoverable 1,845,284 Miscellaneous 2,725,247 Total Other Assets $9,914,800 Capital and Surplus: Common Capital Stock Gross Paid In and Contributed Surplus Unassigned Funds (Surplus) Surplus Note Total Equity $3,000,000 11,994,635 39,410,227 10,000,000 $64,4O4,862 $129,733,301 Total Assets $129,733,301 Total Liabilities and Equity Valuation of securities on National Association of Insurance Commissioners basis CERTIFICATION I, Sam Zaza, Treasurer of Developers Surety and Indemnity Company, hereby certify that the foregoing is a full, true and correct copy of the Balance Sheet of said Corporation, as of December 31,2007. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at IRVINE, CA this 9th day of April, 2008. Treasurer STATE OF CALIFORNIA COUNTY OF ORANGE On this 9th day of April, 2008, before me, Gina L. Garner, a Notary Public, personally appeared, Sam 7~7a, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Signature of Notary Public ID-1472 (DSI) (Rev. 4/08) ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF $OUTHOLD March 17, 2009 Richard Pinder Pinder Construction Company 27 Old Post Road, Unit # I Clinton, CT 06413 Dear Mr. Pinder: This office has been informed that the following project has been completed and your bid bond/check can be released: Fishers Island Pump Station & Leach Field Enclosed please find your bid bond dated May 8, 2008. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Encs. Page 1 of 1 Rudder, Lynda From: Richter, Jamie Sent: Wednesday, December 10, 2008 12:38 PM To: Rudder, Lynda Subject: RE: bid checks Hi Lynda: I know the first two - FI Pump Station & New Suffolk Drainage Projects can. I think the other two can as well but you should check with Jim McMahon or Jeff S. first. Jamie Have a nice day!!!! From: Rudder, Lynda Sent: Wednesday, December 10, 2008 12:23 PM To: McMahon, .]ames; Martocchia, Michelle; Richter, 3amie Subject: bid checks Please advise if the bid deposits may be returned for the following projects: FI pump station & leach field New Suffolk Drainage Recreation Center - Hart Roofing Town Hall Roof System Lyndo AA Ruddec Lynda M Rudder Deputy Southold Town Clerk Principal Account Clerk 53095 Main Road PO Box 1179 Southold, NY 11971 (631)765'1800 ext 265 3/17/2009 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 28, 2008 Mr. Richard Pinder Pinder Construction Company, Inc 27 Old Post Road, Unit #1 Clinton, CT 06413 Dear Mr. Pinder: Congratulations. At the regular Town Board meeting held on May 20, 2008, the Town Board accepted the bid of Pinder Construction Company for the Fishers lsland Pump Station Upgrade. A certified copy of the resolution is enclosed. The bid deposit will be returned to you at the end of the contract. Thank you for your bid. Very truly yours, Lynda M Bohn Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of May 20, 2008 RESOLUTION 2008-521 ADOPTED Item # DOC ID: 3899 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-521 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 20, 2008: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Pinder Construction Company for Fishers Island Pump Station Up-Grade in the amount of $88,680.00, as per the bids & specifications of Diversified Technologies Consultants and in accordance with the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, .Justice SECONDER: Thomas H. Wickham, Councilman AYES: Ruland, Orlando, Krupski 3r., Wickham, Evans, Russell Generated May 22, 2008 Page 27 Southold Town Board - Letter Board Meeting of May 20, 2008 RESOLUTION 2008-522 ADOPTED Item # DOC ID: 3900 THIS IS TO CERTIFY TItAT THE FOLLOWING RESOLUTION NO. 2008-522 WAS ADOPTED AT TIlE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 20, 2008: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute an Agreement with Pindar Construction Company in connection with improvements to the Fishers Island Pump Station, in the amount of $88,680, all in accordance with the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Thomas H. Wickham, Councilman SECONDER: Louisa P. Evans, Justice AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell Generated Ma)' 22. 2008 Page 28 MS Wn[imite~,, Inc. q.O. CBox 577 5fracuse, HeF13206 Certified Woman Owned Business and Disadvantage Business Enterprise ~Vholesale c~uilding Supplies Date: 5/15/08 Number of pages including cover sheet; From the desk of LIZA To: Town of Southold Attn: Purchasin~ Dept. Phone: Fax: 631-765-6145 cc: ~rom: LI~A Email; Phone; Faxphone: 315-437-6086 msunlim(~dreamscape,com 315437.1291 REMARKS: [] Urgent [] For your review [] Reply ASAP [] Plc~kqe comment I'M LOOKING FOR AN APPARENT LOW BIDDER ON THE Wastewater Pump Station & Community Leach Field Upgrades Bid Date: May 8, 2008 Awarded to: Fax #: Please include this fax sheet when responding, so project folder can be located properly. RECEWED Thanks, LIZA M^Y 1 5 2008 Southola Town Clerl HOU,SEHOI~D HAZARDOUS WASTE REMOVAL & DISPOSAL Page 1 of I Cooper, Linda From: Cooper, Linda Sent: Monday, May 19, 2008 12:42 PM To: 'msunlim@dreamscape.com' Subject: 2008 FI Pump Station Bid Results Liza, You had faxed a reqeust for the apparent low bidder on the "Wastewater Pump Station & community Leach Field Upgrades". There was only one bidder and the info is below. The bid has not yet been awarded. Fl Waste Water Pump Station Upgrade Bid Opening 5/8/08 ~ 10:00 AM Richard Pinder Pinder Construction Company 27 Old Post Road, Unit # 1 Clinton, CT 06413 $ 88,680.00 5/19/2008 r~. USAirbill ,~?~.~ 8619 6235 7563 Express SendeYs FedEx I 0&7-7029-8 Bate 5 --(~ - ~8 Account Number SendeFs EL I Z AB ETH NEVI LLE TOWN OF SOUTHOLD 530~5 ROUTE ~5 SOUTHOLD NY 11~71-4~4~ 2 Your I~emM Billing B~mn~ 3 To NameRecipient's 035~&857~8 5?~k~ging FedEx Pak* [] FedEx [] FedEx [] Grief L~ -FedE~ [] Iocbude, r~a~ Sr~llF~k BOX Tube s.=o~ [] Recipient [] Third Parh/ [] CredfiCarb [] Cash/Check 8 Residential Delivery Signature Options I~y~ur~umas,onature, chec~Oire~tc~lndirect lS.],ql ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FI Waste Water Pump Station Upgrade Bid Oocning 5/8/08 ~ 10:00 AM Richard Pinder Pinder Construction Company 27 Old Post Road, Unit # 1 Clinton, CT 06413 $ 88,680.00 TOWN OF SOUTHOLD 53095 MAIN RO---~D, S~--0~W YORK 11971 PHONE: 631-765-1800 1 FAX: 631-765-6145 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED ,~OR THE FOLLOWING: BID NAME: SOUTHOLD TOWN - FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH .F,.IELD" be Town Definite specifications may obtained at the Southold Clerk s Office beginning TO BE DETERMINED PLACE OF OPENING: DATE OF OPEJlNG: TIME OF_.~OPENING: TOWN OF SOUTHOLD MAY 8, 2008 10:0OAM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 I CONTACT PERSON: Michael A. Horne, P.E., Associate Diversified Technology Consultants (203) 239-4200 i VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER I 2) BID NAME I I BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment I can be made by either money order, cash or check (payable to the Town of Southold). i The bidder shall familiarize themselves with the conditions of the existing facilities. . The Town of Southold welcomes and encourages m,nority and women-owned i businesses to participate in the bidding process. Town of Southold SOUTHOLD TOWN - FISHERS ISLAND~ UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH ~mL.~_n PROPOSAL PACKAGE BID OPENS: TBD REMINDER NOTE ! ! !: l I 1 I I i VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY!! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!I! Thank you! I I Proposal Package 1 of 8 I I I I I I I I I BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days fi:om notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. I I I I I I NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 8 I I I I ! I I I VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. ~( PARTNERSHIP FEDERAL EMPLOYEE ID #: (~9 -- I ~'7 S g 7 OR SOCIAL SECURITY #: DATE OF ORGANIZATION: ~ Q., ~% [ IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: coRPoP.~noNN~v~: ~r~rr {~'~r~&n LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) INDIVIDUAL LIST OFFICERS AND DIRECTORS: SITLE If a partnerslfip: PARTNERSHIP NAME: LIST PARTNERS NAMES: I I I Proposal Package 3 of 8 I 1 I I I i ADDRESS RECORD FORM MAlL BID TO: TELEPHO~: ONLY if different - ~11, P~C~SE O~ER TO: ADDRESS: ! I I TELEPHONE: CONTACT: ONLY if different - MAlL PAYMENT TO: ADDRESS: E-MAIL: I I I 1 I I TELEPHONE: FAX: CONTACT: E-MAIl,: Proposal Package 4 of 8 I I I I I I I I I ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the N~v~ ~/~rk g~al business law must be attached. ^~,,~ ,,,.~: .~.//,//~ If the bidder is an individual, the bid n~ust be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the parmers or other person authorized by a writing signed by at least one general parImer and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any imerest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other munici~p~li bid ~s only that such interest be revealed when they do bid.) I I I I I I INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on ~/~-~/~_~ ~ z ~ATg FAILURE tO PROVIDE SPECII~mO ~NSURA~ DISQU.~IFY BIDDER. SIGNATURE Proposal Package 5 of 8 i I I I I I I I I } I I I I I AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my f'u'm for the f'mal decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this finn, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any finn or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any fn'm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any fn'm or person, and has not been promised or paid cash or anything of value by any fu'm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on tlfis project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my frrm with responsibilities relating to the preparation, approval or submission o£my fu'm' s bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Th~iLLmlng this bid, under the penalties of perjury, affirms the troth thereof. Si [. /tX~ ~t ~ SWORN TO BEFORE1V~ THIS Type Name & Company~Position Company Name · X ' Dar6 S~ed ~¢dcm] LD. Number I Proposal Package 6 of 8 PROPOSAL FORM SOUTHOLD TOWN -FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH FIELD The undersigned bidder has ~arefully ~xamined th~ Contraot Doouments and will provide all neo~ssa~ labor, materials, equipment and incidentals as ne~ssaW and ~all~d for in the said Gontraot Doouments in the manner prescribed therein and in said Contract, and in a~ordanCe with th~ requirements of the Engineer, at the ~rio~$ listed on the aRaohed Bid Proposal form. If the bidder is an individual, the bid must be $i~ned by that individual; if the bidder i$ a oorporation, the bid must be $i~ned by an o~er of the ¢orporation, or other person board of and in such oase a of the reaolution 8uthoHz~d by resolution of the dire~o~, oopy must be aRa~hed; if a paint.hip, by on~ of th~ pa~n~ or other person authorized by a writin0 $i~ned by at least one ~neral paRner and submiRed with the bid do~umenta. The submission of this oonstitute$ a ~Rifioation that no Town O~r has any interest therein. (Note: In the event that any Town O~r has any suoh inter~st, the full nature thereof should be disclosed b~low. It is not forbidden that individuals wo~in~ for th~ TOWN Of SOUTHOLD or other municipalities bid on ~ontra~t$, but only that suoh inter~st be revealed when they do bid.) I I I I I I The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/^ below): Addendum No. Dated Proposal Package 7 of 8 I I I I I I I I 1 I I I I I I I AUTHORIZED SIGNATURE ACKNOWLEDGMENT STATE OF NEW YGKK, COUNTY OF ) ss.: On the /~ ~ day of t~thq, c/ in the year 2008 before me, the undersigned, personally appeared,'~itl~a~rj ~.vy_'~ ,~ , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Proposal Package 8 of 8 I I I I I I I I I I I I I I I I Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. S~T~DBY: ?~4 ~.(^Co.ora, ion A Partnership or Entity FIRMNAME: ¢~ !~,~{~)'~/~//l'0 ~.~/~t~ l~lG. Anlndividual PRINCIPAL OFFICERS: TITLE BACKGROUND PR~)FESSION/TRADE 1. How many yearsfhas your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? qD % List trades that you organization normally performs below: . . z A kc. ~ ~ ~g , ~n~ ~/ ~n~9~/~y ~~~ 3. Have you ever failed tn complete ~y work awmded to you? . If so, note where ~d w~y. ~0 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your finn or its officers? If yes, please provide details. QS-1 I I I Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major conslruction projects your organization has underway at this date: Name of: ]~ngineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# ~ Amount ~ ~ I I I 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Fomes Name Telephone # Telephone# Amount Completion % of Work k I I I I I I Qs-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? I I 10. Bank References: 11. Trade Association Membership: I I 12. Has your finn ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? t/~r~ QS-3 I I I I I I 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. I I I I I I STATE OF 'Cc~4 r~ec4~ic~k ) COUNTY OF Nx,,.clxh e Sc~: ) Cl~ tx4-~ e~ the an~~the foregoing (Stl~r'~f"~signed bid) being duly sworn deposes and says that he is of '-~, ~,c~ c (,~q4-cach'qoc~ Go. cbentmctor and that questions and all statements therein contained are true and correct. I I ~.wom to before~m~th~is ~ day of~N:x~ , 2008 ( No)ary Public 3o,~q~,,o '"C~mmission Expiration Date: ~o- -3X- Lot 7_. I QS-4 1:19 PM Cash Basis Pindar Construction Corp Balance Sheet As of December 31. 2007 ASSETS Bank of Am - Checking NHSB checking acct Total Checking/Savings Other Current Assets Accounts Rec..Trade Officers loan receivable Building-Clinton NewAII Loan #01-49811196 Officers loan receivable - Other Total Offlcem loan receivable Dec 31,07 7,88182 131,748.90 166,70518 62,500.00 293,11632 378,385.05 567,014.26 629,514,26 Total Other Current Assets Total Current Assets Fixed Assets Equipment Equipment-A/D Total Fixed Assets TOTAL ASSETS LIABILITIES & EQUITY Liabilities Current Liabilities Other Current Liabilities Accrued Expenses NHSB L.O.C. Total Other Current Liabilities Total Current Liabilities Long Term Liabilities Cat Skid StserLoan Total Long Term Liabilities Total Liabilities Equity Capital Stock Paid In Capital Retatned Earnings Net income Total Equity TOTAL LIABILITIES & EQUITY 796,22044 *923,29900 90,886.77 887.107.21 469,818.58 471,218.58 471,21858 492,39023 58,727,00 262,621.95 72,36803 394,716.98 Page t I I I I I I ! TO: BID PROPOSAL / LUMP SUM BID PROJECT NO. Town of Southold Fishers Island Sewer District 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 Gentlemen: The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work, and with the Contract Documents as set forth in the CONTRACT DOCUMENTS, of the Agreement, and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to perform and complete this Contract, all in accordance with above listed Documents at and for the following lump sum price. (This price is to be written in both words and figures. In case of discrepancy, those shown in words will govern). The lump sum base bid by me (us) ,~fd~ ~/J~J~/~F~/26P7 _~tTJ./7cT/9¢ Includes all work indicated on the drawings and/or described in the specifications. LUMP SUM BID OF: .... / / t (WRITTEN) AND ~ ~'0 CENTS. I SIGNE - ~ DOLLARS DATE: I I I I I I I I FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SCHEDULE OF PRICES SPECIFICATION DESCRIPTION ITEM UNIT SECTION NO. 02010 Demolition 1 L.S. Lump Sum of: and /.'ge~/o ~ Cents $c~l, 77~ . oo 02220 Fencing and Gate 2 L.S. Lump Sum of: and 7--e¢o uents s_ 3/7 02250 Unclog Distribution Sewer in Leach Field 3 L.S. Lump Sum of: and ' C~nt~ 11100 Wastewater Pumps 4 :L.S. Lump Sum of: ~d J ~ Ceres' 11200 Generator and Enclosure 5 L.S. Lmp Sm of: ~/n~ Y /~ Doll~ ~d ' V ~ CenB $ ~& 7q¢ . dO 11300 Pmp~e T~ ~d Tubing 6 L.S. Lmp Sm of: ~km~hl- / ~n~ Dollm ~d "~ Cents ~ ' CEOS I ! ! i I I I I I TM DA I L (MM/DD/YYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE 0810612008 PRODUCER Phone: (860)669-9288 Fax (860)669-8468 J CLINTON INSURANCE CENTER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 16WEST MAIN STREET HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR CLINTON CT 06413 ALTER THE COVERAGE AFFORDED I~Y THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURFD PINDER CONSTRUCTION INC 6 JOHN STREET EXT CLINTON CT 06413 Peerless Insurance COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI1H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICFES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS INSR ADD% A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR CBP9363608 GENL AGGREGATE LIMIT APPLIES PER · PRO- POLICY JECT LOC EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AU'I OS BA 9447941 11/10~07 11110~08 COMBINED SINGLE LIMIT (Fa accident/ S 1,000,000 BODILY JNJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (PeT accident) AUTO ONLY EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ A EX__CES$ / UMBRELLA BABILITY CU8710202 11110107 11/10/08 EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 8,000,000 $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WC9367208 11/10/07 11110/08 X TORY LIMITS OTHER EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS TOWN OF SOUTHOLD IS NAMED AS ADDITIONAL INSURED PROJECT: SOUTHOLD TOWN-FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP & COMMUNITY LEACH FIELD CERTIFICATE HOLDER CANCELLATION TOWN OF SOUTHOLO SHOULD ANY OF THE ABOVE OESCRIBED POLICIES BE CANCELLED BEFORE THE 53095 MAIN ROAD EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL MAIL 30 DAYS WRITIEN SOUTHOLD NY 11971 NOTICE TO THE CERTIFICATE HOI DER NAMED IO THE LEFT AUTHORIZED REPRESENTATIVE Attention: ACORD 25 (2001108) Certificate # 1825 © ACORD CORPORATION 1988 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond ~) ND. N/A PINDER CONSTRUCTION COMPANY KNOW ALL MEN BY THESE PRESENTS, thatwe [NC. there insert full name and address or legal lille of Conttaclor) 27 OLD POST ROAD, CLINTON, CT 06413 as Principal, hereinafter called the Principal, and DEVELOPERS SURETY & INDMENITY COMPANY (Here insert full name and address or legal litle of Surety) a corporation duly organi.zed under the laws of the State of CALIFORNIA as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 M~.[N S~ET (Here insert rub name and address or legal title of Owne*J SOUTHOLD, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) FISHERS ISLAND UPGRADE OF WASTE WATER PUMP STATION AND COMMUNITY LEACH FIELDS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and 8ire such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and (or the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obiigee may in 8ood laith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed/i;~~''~and s~his 8th (Witness) day of MAY / V''P'(nc'Pa)) ~ ~ (Tiue) 20 08 (Seal) ~ __ ) , ,, t//~DEVELOPERS SURETY & INDMEN1TY COMPANY ACKNOWLEDGMENT BY SURETY COMPANY STATE OF: COUNTY OF: CONNECTICUT HARTFORD ss: NEWINGTON On this 8TH day of MAY, 2008, before me personally came Virginia R. Martin to me known, who being by me duly sworn, did depose and say that she resides in Unionville; that she is the Attorney in Fact of the DEVELOPERS SURETY & INDEMNITY COMPANY the corporation described in and which executed the within instrument; that she knows the seal of said corporation; that the seal affixed to saFd instrument is such corporate seal. Not~{ry ~p~l]~iic ~ D, J, SIVISKI ~IOTARY PUBLIC State of Connecticut My Commission Expires December 31, POWER OFATrORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY po BOX I9725, IRVINE, CA 92623 (949) 263-3300 KNOWALLMENBYTBESEPRESENTS, tha excep asexpressy ned, DEVELOPERSSURETYANDINDEMNITYCOMPANYdoesherebymake. constitute and appoint: ***Jane Biron $iviski, Virginia R. Martin, jointly or severally*** as its hue and law~l Attomey(s)-in- Fact. to make, execute, deliver and acknowledge, tbr and on behalf of said corporation as surety, bonds, uodertakings and contracts of suretyship giving and ~,~anting unto said Attomey(s)-in-Fac! full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as the corporation could do, but reserving to the corporation full power of substitution and revocation, and all of the acts of said Attumey(s)-in- Fact, pursuant to these presents, are hereby ratified and confirmed. ]'his Power of AUomey is granted and is signed by facsimile under and by authofiiy of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY effective as of November 1, 2000: RESOLVED, that the Chairman oftbe Board, the President and any Vice President of the corporation bo, and that each of them hereby is, authorized to execule Powers of Attorney, qualifying the Attomey(s)-in-Fact named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that tbe Secretary or any Assistant Secretary of the co~oration be, and each of them hereby is. authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTH ElL that the signatures of such officers may be affixed to any such Power of ARomey or to any ceffificate relating thereto by facsimile, and any such Power of Attorney or certificate beating such fhcsimile signatures shall bo valid and binding upon the corporation when so affixed and in the future ~rith respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF. DEVELOPERS SURETY AND INDEMNITY COMPANY has cattz~d these presents to be signed by its respective Executivc Vice President and attested by its Secretary this Ist day of December. 2005. David H. Rhodes, Executive Vice-President Waher A. Crowell. Secretary .-'~ OCt --" .. i lo %~O." Owl}.....' STATE OF CALIFORNIA COUNTY OF ORANGE On December I, 2005 before me, Gina L. Garner, Notary Public (here insert name and title of the officer), pexsonally appeared David H. Rhodes and Walter A. Crowell, personally known m me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed m the within instrument mid acknowledged lo ~ne that be/sbe/they executed the same in his/her/their authorized capacity(ies), and that by his&er/their signature(s) on the instrument the l:~r~on(s), or the entity upon behalf of which the person(s) acted, exectued the instrument. Signature WITNESS my hand and official seal, (SEAL) CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, d~es hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and fitrthermore, that the provisions of the resolution of the mspoctive Boards of Directors of said corporation set forth in the Power of Ailomey, is in force as of the date of this Certificate. ThisCertificateisexecutedthtbeCityofhxine, Califomia. the 8thdayof May 2008 Albert Edlcbrand, Assistant Secretary 1D-1438 (DSI) (Rev. 12/05) Developers Surety and Indemnity Company BALANCE SHEET AS OF DECEMBER 31, 2007 (Statutory Basis) Assets Liabilities, Capital and Surplus Cash and Invested Assets: Cash Bonds Preferred Stocks Common Stocks Total Cash and Invested Assets $13,399,651 81,002,848 3,936,978 21,479,024 $119,818,501 Liabilities: Outstanding Losses and Loss Expenses $23,218,418 Unearned Premiums 30,241,374 Funds Held Under Reinsurance Treaties Ceded Reinsurance Premium 865,481 Commissions, Taxes and Other Liabilities 11,003,166 Total Liabilities $65,328,439 Other Assets: Premium in Course of Collection $5,158,548 Reinsurance Recoverable on Paid Losses 185,721 Federal Income Tax Recoverable 1,845,284 Miscellaneous 2,725,247 Total Other Assets $9,914,800 Capital and Surplus: Common Capital Stock Gross Paid In and Contributed Surplus Unassigned Funds (Surplus) Surplus Note Total Equity Total Assets $129,733,301 Total Liabilities and Equity Valuation of securities on National Association of Insurance Commissioners basis CERTIFICATION $3,000,000 11,994,635 39,410,227 10,000,000 $64,404,862 $129,733,301 I, Sam Zaza, Treasurer of Developers Surety and Indemnity Company, hereby certify that the foregoing is a full, true and correct copy of the Balance Sheet of said Corporation, as of December 31,2007. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at IRVINE, CA this 9th day of April, 2008. Treasurer STATE OF CALIFORNIA COUNTY OF ORANGE On this 9th day of April, 2008, before me, Gina L. Garner, a Notary Public, perssna~ly appeared, Sam Zaza, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary Public ID-1472 (DSI) (Rev. 4/08) PUBLISHER'S CERTIFICATE State of Connecticut County of New London, ss. New London Personally appeared before the undersigned, a Notary Public within and for said County and State, Melanie Foley, Legal Adverising Clerk, of The Day Publishing Company Classifieds dept, a newspaper published at New London, County of New London, state of Connecticut who being duly sworn, states on oath, that the Order of Notice in the case of 5794 Town of Southold INVITATION TO BID NOTICE IS HEREB A true copy of which is hereunto annexed, was published in said newspaper in its issue(s) of o~17~008 Cust: SOUTHOLD TOWN OF Ad#: d00113173 S~/bscdl~ed an~ sw~orn to be o~re m ~ T~rsday, Aprill~ My commission expires TgWn of Southold INVITATION TO BID NOTICE I$ HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND RE- QUESTED FOE THE FOLLOWING: BID NAME: "SOUTHOLD TOWN. FISHERS ISLAND, UPGRADE OF WASTEWATE R PUMP STATION AND COMMUNITY LEACH FIELD" #8793 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Soutt~old, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successively, commencing on the 17th day of April, 2008. // Principal Clerk Sworn to before me this 2OO8 LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "SOUTHOLD TOWN - FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNI~ LEACH FIELD" Definite spedflcafions may be ob- tained at the Southold Town Clerk's Of- fice beginning APRIL 17, 2008 FOP NIN : TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 ~ May 8, 2008 FOP NING: 10:00A.M. CONTACT PERSON: Michael A. Home, I~E., Associate Diversified Technology Consultants (203) 239-4200 VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & AD- DRESS OF BIDDER . 2/IMD NAME document for your records. A non-refundable fee of $25.00 will , be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the ~ Town of Southold). qYae Bidder shall familiarize them- i selves with the conditions of the existing facilities. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding Town of Southold CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK NO, 01-V06105050 Qualified In Suffolk County Southold Town Board - Letter Board Meetin~ of April 8, 2008 RESOLUTION 2008-365 ADOPTED Item # DOC ID: 3759 THIS IS TO CERTIFY THAT THE FOLLOVONG RESOLUTION NO. 2008-365 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 8, 2008: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the Fishers Island Pumpout Station upgrade. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: AlberL Krupski Jr., Councilman SECONDER: Louisa P. Evans, Justice AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell Generated April 10, 2008 Page 39 LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "SOUTHOLD TOWN - FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH FIELD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning APRIL 17, 2008 PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD. NY 11971 May 8, 2008 10:0OAM CONTACT PERSON: Michael A. Horne, P.E.. Associate Diversified Technology Consultants (203) 239-4200 VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read. fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check [payable to the Town of Southold). The Bidder shall familiarize themselves with the conditions of the existing facilities. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Town of Southold PLEASE PUBLISH IN THE "LEGAL NOTICE" SECTION OF YOUR NEWSPAPER ON APRIL 17, 2008 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: The Suffolk Times Town Attorney Accounting New London Day Engineer Town Clerk's Bulletin Board Town Board Members FI Ferry District STATE OF NEW YORK ) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the 15 day of ("N~ ,2008, she affixed a I 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, 53095 Main Road, Southold, New York. FI Sewer Pump Out Bid May 8, 2008 B~abeth A. Neville Southold Town Clerk Sw°rn bef°re ~2~ day of ,2008. ! -~ ~Pub~ic(~'~ LYNDA M. BOHN NOTARY PUBLIC, State of New York No. Ol B06020932 Qualified in Suffolk Count~ Term Expires March 8, 20 ~ TOWN OF SOUTHOLD "FISHERS ISLAND UPGRADE OF WASTEWATER PUMP S TA TION AND COMMUNITY LEA CH FIELD" CONSTRUCTION SPECIFICATION SOUTHOLD, SUFFOLK COUNTY, NEW YORK DTC Project No: 07-291-106 Prepared For: TOWN OF SOUTHOLD 53095 Main Road Southold, New York 11971 Prepared By: Diversified Technology Consnltm~ts 556 Washington Avenue North Haven, Connecticut 06473 (203) 239-4200 APRIl,, 200,9 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1800/FAX: 631-765-6145 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "SOUTHOLD TOWN - FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH FIELD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning APRIL 17, 2008 PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 May 8,2008 IO:OOAM CONTACT PERSON: Michael A. Horne, P.E., Associate Diversified Technology Consultants (203) 239-4200 VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. U pon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). The Bidder shall familiarize themselves with the conditions of the existing facilities. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS SOUTHOLD TOWN FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION COMMUNITY LEACH FIELD Title Page Invitation to Bid Table of Contents Instructions to Bidders NYS Wage Rates Standard Insurance Requirements General Conditions Conditions of Contract Proposal Form Package Qualification of Bidders Contract Agreement Questions Page Specifications General Construction Drawings (Separate) IB-1 thru IB-6 SIR-1 thru SIR-2 GC-1 thru GC-11 CC-1 thru CC-18 Proposal Form Package 1-10 QS-1 thru QS-4 A-1 thru A-3 Q-1 1 of 2 and 2 of 2 INSTRUCTIONS TO BIDDERS lNDEX 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. Receipt and Opening of Bids Form, Preparation and Presentation of Proposal Bid Security Qualifications of Bidders Rejection of Bids Bidders Responsibility Construction Terms and Conditions Security for Faithful Performance Bid Reservations Non-Collusive Statement Addenda and Interpretations Method of Award Single Price Bid Analysis Municipal Exempt Status Labor Law Wage Rates Insurance Required by the Town of Southold Quantities INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Town of Southold, Fishers Island Upgrade of Wastewater Pump Station and Community Leach Field.. Sealed bids shall be received by the Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York no later than to be determined by the Town Clerk's Office at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM~ PREPARATION AND PRESENTATION OF PROPOSAl The Proposal Form as issued by the Tow~n Clerk shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid pnces must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total mount bid for any item, the unit price, as expressed in words, shall govem. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit (as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award, 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in Connecticut or New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until completion of five percent (5%) of the work under the Contract. INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after the date of notice of the acceptance oflfis bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of fmancial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the fight to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instabihty of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obhgations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in pan, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention ~s called to the notes on the Plans or in the itemized form of bid, which are made a pan of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the proposed job m accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgement as to the nature and mount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of mounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requ'n:ements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of tune. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is wamed that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. 8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance carder/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Oxvner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a ma'mtenance bond for a period of not less than one (1) year after the date of final acceptance of the work. The successful bidder, upon failure to execute and deliver the bonds requked within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be relet including the cost of such relett'mg less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed, the bid security accompanying the bid will be returned. INSTRUCTIONS TO BIDDERS 9. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Town Clerk. 10. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. The Town reserves the right to reject any or all bids. 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable prowsions of the Labor Law, as amended, of the State of New York. INSTRUCTIONS TO BIDDERS Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Conlract, Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant ~o the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required m submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as tree under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instmctious to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy (b)Comprehensive General Liability (c) Excess/Umbrella Insurance (d)Workmen's Compensation Insurance (e)Disability Insurance and Unm~aployment Insurance 18. QUANTITIES Not Applicable. STANDARD INSURANCE REQUIREMENTS TOWN OF SOU'IflOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE H)ENTIFICATION: TH~ BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent cuntractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the TOWN OF SOUTHOLD has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal Injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the conlract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the con~ract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one mffiion dollars} for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/umbrella insurance policy in an mount of not less than $2,000,000 0~ive million dollars) each occurrence and aggregate. OTH ER CONDI'IIONS OF COMMERCIAL GENERAL LIABILITY INSURA2NCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: SIR- STANDARDINSURANCE REQUIREMENTS A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of $1,000,000 (one million dollars). CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage ADDI'I'IONAL co romoNs oF I StaO CE: I. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than l0 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shail file with SOUTHOLD prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: the TOWN OF A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the TOWN OF SOUTHOLD for cancellation is applicable. SIR- 2 GENERAL CONDITIONS INDEX I Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials Laboratory 6. Shop Drawings T Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Rig/atto Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, reqmrements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantifies and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): Diversified Technology Consultants as engaged by the Owner and duly authorized to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Biddem, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming m the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. ~is includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be famished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furrdsh for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary, to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be fttmished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Conwact, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's considemtion~ Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first-class results only. The type of labor employed by the Contractor shall be such as will insure the tmintermpted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) cop~es of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of GC - 3 GENERAL CONDITIONS approval evidencing that the drawings have been checked. The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not tel/eve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS.'. 7.1 Municipal: The Contractor shall give all notices, and comply with all laws, ordinances, roles, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all construction. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications givmg all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furrfish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: Not Applicable.. 10. ERRORS, OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimaW_d on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY TOILET: Not Applicable. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and appliances used or m be used appear to the Engineer as insufficient or improper for assuring the quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rote of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent slructures, pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to GENERAL CONDITIONS reject material or suspend the work until the question at issue shall be referred to and decided by the Eng/neer. The haspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be mined over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at ali times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any prowsion of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, tracks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification ~om the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. GC ~ 6 GENERAL CONDITIONS 17. MAINTENANCE: If, within one year from the date of issuance of the Finial Certificate, any portion of the work shall, in the opinion of the Owner, requrre repairing, replacing, or rebuilding, the Conlmctor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect m start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided no*hing herein contained shall limit the liability of the Contractor or his Surety m the Owner for nonperformance of the Contractor's obligations at any time. 18. SCItEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rotes of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGltT TO USE WORK: The Owner ma.v enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its finial acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material fimxished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof, the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Not Applicable. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety previsions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physicial hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Constmcfion published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. GENERAL CONDITIONS If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected pan of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the pan of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the fight to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregomg paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occun/ng upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: Not Applicable 25. FINAL SITE CLEARING: Not Applicable. 26. PROTECTION OF LAND MARKERS, TREES, SI-IRUBS, AND PROPERTY. Not Applicable 27. PROTECTION OF IYl'ILITIES: Not Applicable. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. GC - 8 GENERAL CONDITIONS Simultaneously, the Contractor shall furnish written notice of the m~rnes of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Not Applicable. GC - 9 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Contract Security 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17~ Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21 Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection o£Work, Persons and Property 24. Representations of Contractor 25. Patent R/ghts 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's P, Jght to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits &Law 36. Power of the Cuntmetor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines, Levels, and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC- 1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instractions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any confl/ct or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and inchides all work required by the Owner, which in the judgement of the Engineer involves changes m or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific tm/t price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requtrument, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of~, and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. 2. SCOPE OF Ting WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and ttfings necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantifies in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantifies set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon bythe Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost m money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional prmniums upon the performance bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS TH]~ PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WlTH TH~ CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after s~gning of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be SIXTEEN (16) WEEKS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opirdon of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspcmsion of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and evc~ day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or neghgence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or fteight embargoes, weather, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided~ or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY (al The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons perfonuing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (I) year after the date of acceptance of the work by the Engineer. CC - 4 CONDITIONS OF CONTRACT (b) Additional or Substitute Bond: ][fat any tune the Owner shall be or become dissatisfied with any surety or sureties, or if for any other reason such bond shall cease to be adequate security m the Owner, the Contractor shall wiflfin five (5) days after notice from the Owner m do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, IncincFmg but not hinited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requircuuents of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291~ 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC- 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight (8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with roles adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall fumish a list of names and addresses of ail his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a pubhc improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, m satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the constmcfion, reconstruction, maintenance and/or repatr of highways to which the State, county, town and/or village ~s a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment fi'om the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The min/mum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"instmctions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically hand/capped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted fi:om the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact maybe canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash (or any agreed upon method by the Employee) and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Cuntractor the amount estimated by the Engineer as due him less five (5) percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agremnent and shall be taken as full measure of compensation m be received by the Contractor. When requested by the Contractor, the Engineer shall measure, remeasure or re-estimate any portion of the work, but the expense of such remeasurement or re-estimating shall, unless material error be proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance's of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as tree under the penalties of perjury. 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or othenvise, shall operate to CC - 8 CONDITIONS OF CONTRACT release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under tiffs Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a tune schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work reqtdred of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic est'unates for partial payments as required elsewhere in the Contract Documents, and in add'trion thereto will famish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports m no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with ageni~es as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carded on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any rune before final acceptance of the entire work, the Engmeer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the requirements of tiffs Contract, the Contractor shall be recompensed for the expense of such CC - 9 CONDITIONS OF CONTRACT examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the tigures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulfmg from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood thai such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. CC - 10 CONDITIONS OF CONTRACT 23. PROTECTION OF WORK~ PERSONS AND PROPERTY Precaution shah be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in pmdetermin/ng the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, eqmpment and all hazards shall be guarded or eliminated in accordance with the safety promsions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property fi:om any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives, The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes, traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to fumish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the CC- 11 CONDITIONS OF CONTRACT performance of the work, the general local conditions which may in any way affect the work or its performance. 25, PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an irrfi'ingement o f a patent. 26. AUTHORITY OF THI~. ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engmeer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgement, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so govemed and performed, but without exception all the work shall be govemed and so performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimcmsions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor, at his own expense. CC - 12 CONDITIONS OF CONTRACT If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed m accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amoum as in the judgemem of the Engh~eer shall be equitable. The Contractor expressly warrants that ins work shall be flee from any defects in materials or workmansinp and agrees to correct any defects, winch may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Pcuformance Bond. 29. WEATHER CONDITIONS In the evem of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect ins or their work, such work and materials shall be re-moved and replaced at the expense of the Contractor. 30. TI-rE OWNER'S RIGHT TO WITHHOLD PAYMENTS. The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgement of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; Co) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of ins subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of ins property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection CC- 13 CONDITIONS OF CONTRACT therewith shall not be stayed on appeal within the said 20 days; or (e) The Contractor shall refuse or fail, after notice or wamh~g from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or (at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work (including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated, the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be obligated to pay to the Owner any excess of the expense of eompleting the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work mnbraced in this Contract until its completion and final acceptance, and that any unfaithfM or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be CC- 14 CONDITIONS OF CONTRACT removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the reqmremem of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection ofthe work shall not mheve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at h/s own expense: (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of any description and debris of every nature resulting fi:om his operations~ 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or ormssion of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous insmtctions fi:om the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under tlfis Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Conl~actor on account of any such action shall be determined in the manner provided herein for the payment of extra work. CC - 15 CONDITIONS OF CONTRACJF 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in tiffs Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under th/s Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, parmer, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof; a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immtmity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member, partner, director or officer shall be disqualified fi.om thereafter selling to or submitting bids to or receiving awards fi.om or entering into any contracts with any municipal corporation or any public Deparlment, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Depamnent, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the mumcipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 40. GRADES, LINES, LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls fi.om which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. CC- 16 CONDITIONS OF CONTRACT 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold bom and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omissmn of the Contractor, his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor ro commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the promsions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the pcnfformance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign con~ractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws ora state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to fimds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Mtmicipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof or of an authority, m sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, parmer, finn director or officer shall be disqualified bom thereafter selling m or submitting bids to or receivmg awards f~om or entering into any contracts with any mumc~pal corporation or any pubhc department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any mumc~pal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without CC - 17 CONDITIONS OF CONTRACT incurring any penalty or darnages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted bythe New York State Legislature, am~mding Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15) and (I 6). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision (a) of section 1116, or adding to, altering or improving real property, propm3r or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under th/s paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, build/ng or real property. Contractors entering into Contract with the Town of Southold shall be exempt fi:om payment of sales and use tax as described above. Procedures and forms are available to the Contractor direm from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany, New York, 12227. CC- 18 Town of Southold SOUTHOLD TOWN - FISHE~RS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH F1ELD PROPOSAL PACKAGE BID OPENS: TBD REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!l! Thank you! Proposal Package 1 of 8 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the mount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on fde in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 8 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY #: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: ($% of outstanding shams) INDIVIDUAL LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LEST PARTNERS NAMES: Proposal Package 3 of 8 MAlL BID TO: VENDOR NAME: ADDRESS: CONTACT: ADDRESS RECORD FORM TELEPHONE: E-MAIL: ONLY if different - MAII. PURCHASE ORDER TO: ADDRESS: TELEPHONE: CONTACT: ONLY if different - MAII, PAYMENT TO: ADDRESS: TELEPHONE: CONTACT: FAX: E-MAIL: Proposal Package 4 of 8 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of dkectors, and in such case a copy of the resolution must be attached; if a partnership, by one of the parmers or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached [] I certify that I can supply insurance as specified if awarded the bid [] Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDEtL AUTHORIZED SIGNATURE Proposal Package 5 of 8 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the fmal decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my ftrm. I further attest that: 1. The price(s) and amonnl of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person m refrain from bidding on this project, or to submit a bid higher than the bid of this fn'm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my fn-m is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. {J. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. ?. I have made a diligent inqmry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person si~tming this bid, under the penalties of perjury, affirms the truth thereof. Signature & Company Position Type Name & Company Position Company Name Date Signed Federal I.D. Number SWORN TO BEFORE ME THIS NOTARY: DAY OF ,20 NOTARY PUBLIC Proposal Package 6 of 8 ,PROPOSAL FORM SOUTHOLD TOWN -FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH FIELD VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowleoges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 8 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) On the day of in the year 2008 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the insmm~ent, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 8 of 8 BID PROPOSAL / LUMP SUM BID PROJECT NO. TO: Town of Southold Fishers Island Sewer District 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 Gentlemen: The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work. and with the Contract Documents as set forth in the CONTRACT DOCUMENTS, of the Agreement, and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to perform and complete tiffs Contract, all in accordance with above listed Documents at and for the following lump sum price. (This price is to be written in both words and figures. In case of discrepancy, those shown in words will govern). The lump sum base bid by me (us). Includes all work indicated on the drawings and/or described in the specifications. LUMP SUM BID OF: (WRITTEN) CENTS. DOLLARS SIGNED: DATE: FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SCHEDULE OF PRICES SPECIFICATION DESCRIPTION ITEM UNIT SECTION NO. 02010 Demolition I L.S. Lump Sum of: : Dollars and Cents $ . 02220 Fencing and Gate 2 L.S. Lump Sum of: Dollars and Cents $ 02250 Unclog Distribution Sewer in Leach Field 3 L.S. Lump Sum of: DoUars and Cents $ 11100 Wastewater Pumps 4 :L.S. Lump Sum of: Dollars and Cents $ 11200 Generator and Enclosure 5 L.S. Lump Sm of: Dollars and Dollars and Cents $ 11300 Propane Tank and Tubing 6 L.S. Lump Sum of: Dollars and Dollars and Cents $ TOTAL BID: DOLLARS AND CENTS $ Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: FIRM NAME: PRINCIPAL OFFICE: A Corporation A?artnership orEntity Anlndividual PRINCIPAL OFFICERS: TITLE NAME ADDRESS BACKGROUND PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? why. · If so, note where and 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your fnma or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or fried any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amo~!m Complete CompletioI1 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone~t Amount Completion % of Work Qs-2 List the construction experience of the pr'mcipal individuals of your organization (particularly the anticipated project supervisors): Individual's Name Present Type of Work Position Years of For Which In What Of Office Experience Responsible Capacitg 9. Do you have, or can you obta'm, sufficiant labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation ma3 be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are Uae and correct. (Signature of person who signed bid) Sworn to before me this Notary Public Commission Expiration Date: day of__., 2008 Qs-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Eight by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , party of the second part (hereinafter called Contractor). WlTNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work of constructing the SOUTHOLD TOWN RECREATION CENTER IMPROVEMENTS AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and Diversified Technolgo¥ Consultants, the project engineers, and as set forth in the Contractor's Bid dated TO BE DETERMINED, and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions there'm provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, lhing, contingency of condition unforeseen or otherwise, present or furore, the Contractor shall not be entitled to receive any additional or further sums of money than the mounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Docments constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words $ Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY Scott A.Russell, Supervisor BY ~II~i~E BY Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) SS.; On the day of in the year 2008 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )SS.; On the day of in the year 2008 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instmmenr. NOTARY PUBLIC ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED IN WRITING. (Please use this form and fax to 203-239-4200 to the attention of Michael A. Itorne. We will respond as soon as possible.) Datel Company Name.' Contact Name.' Fax No..' Telephone No.: Q-1 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK TABLE OF CONTENTS SECTION 02010 02200 02210 02220 02221 02222 02240 02250 02260 11100 11200 11300 APPENDIX A DESCRIPTION Demolition Earthwork Fencing and Gate Excavation, Filling and Backfilling Excavation, Trenching and Backfilling for Utilities Systems Dewatering Unclog Distribution Sewer in Leach Field Excavation Support and Protection Wastewater Pumps Generator and Enclosure Propane Tank and Tubing Pump and Slide Rail Shop Drawings (1985) FISHERS ISLAND SEWER DISTPd[CT FISHERS ISLAND, NEW YORK SECTION 02010 - DEMOLITION PART 1 - GENERAL 1.1 The Contractor shall empty, remove, and dispose the existing fuel tank, remove and dispose the existing generator and day tank, remove and store the existing pumps in the on-site shed. and remove and dispose all wiring not scheduled to be used on the upgraded pump station. PART 2 - PRODUCTS (Not applicable) PART 3 - EXECUTION 3.1 The diesel oil must be removed and disposed of per N.Y.D.E.C. requirements. The existing diesel oil tank winch is fiberglass per the original design plans must be removed and disposed of per N.Y.D.E.C. reqmrements. The tank grave soils shall be sampled and a report forwarded to the N.Y.D.E.C. per requirements. Existing wire to generator shall be re-connected to the new generator where possible and not damaged. Wire to be abandoned shall be removed and d~sposed. The existing generator and day ~nk shall be emptied of all fuel oil and crank case oil and disposed of in an environmentally safe fashion. Polyethylene shall be used to set these above units on to prevent centamination of soft or water during storage and transport. The existing pumps shall be removed, packaged and stored at the en-site sheet The soft sampling and analyses, and the report shall be conducted by a qualified Sub-Contractor. PART 4 - PAYMENT 4.1 Payment to the Contractor shall include thc lump sum bid.. END OF SECTION 02010 DEMOLITION 02010- 1 SECTION 02200 - EARTHWORK FISHERS ISLAND SEWER DISTRICT FISHEKS ISLAND, NBW YORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. References to the Standard Specifications for this section shall mean the State of Connecticut Department of Transportation Standard Specifications for Roads, Bridges and Incidental Construction Form 816. 1.2 SUMMARY A. This Section includes the following: 1. Preparing and grading subgrades for concrete pads, walks, pavements, and landscaping. 2. Excavating and backfilling for structures. 3. Subbase course for walks end pavc~ments. 4, Subsurface drainage backfill for site walls and lrenches. 5. Excavating and backfilling trenches. 6. Excavating and back~l]ing for undergrouud mechanical and electrical utilities and appurtenances. Related Sections: The following Sections contain requirements that relate to this Section. 1. Division 2 Section "Cn'ading" for finish grad/ng, including placing and preparing topsoil for lawns and planting. 1.3 DBFIN£rlONS A. Excavation consists of the removal of material encountered to subgrade elevations and the reuse or disposal of materials removed. B. Subgrade: Surface or elevation remaining after completion of excavation, or the top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. C. Borrow: Soil material obtained off-site when sufficient approved soil material is not available from excavations. D. Subbase Course: The layer placed between the subgrade and base course m a paving system or the layer placed between the subgrade and surface of a pavement or walk. EARTHWORK 02200-1 FISBERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK E. Base Course: The layer placed between the subbase and surface pavement in a paving system. F. Unauthorized excavation consists of removing materials beyond indicated subgrade elevations or dimeusions without direction by the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer, shall be at the Contractor's expense. G. Structures: Footings, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below ground H. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within building lines. I. Unsuitable Materials: ASTM D 2487 Soil Classification Groups: SC: Clayey sands, sand-day mixtures. IVIL: Ingoranic silts and very flue sands, rock flour, silty or clayey flue sands, or clayey silts with slight plasticity. CL: Inorganic days of low to medium plasticity, gravelly clays, sandy clays, silty days, lean days. OL: Organic silts and organic silty clays of low plasticity. Mit: Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts. CH: Inorganic clays of high plasticity, fat clays. OH: Organic days of medium to high plasticity, organic silts. Pt: Peat and other highly organic soils. CC: Clayey gravels, poorly graded grave-sand-day Common Fill/Suitable Materials: ASTM D 248 Soil Classification Group GW: Well-graded, clean gravels, gravel-sand mixtures GP: Poorly-graded dean gravels, gravel-sand mixtures GM: Silty gravels, poorly graded gravel-sand silt SW: Well-graded clean sands, gravely sands SP: Poorly-graded clean sands, sand-gravel mix SM: Silty sands, poorly-graded sand-silt mix K. Disposal (Rook): Per Section 2.02 of the Standard Specifications. EARTHWORK 02200-2 1.4 FISHERS ISLAND SEWER DISTRICT FISI-EERS ISI~qD, NEW YORK General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections. B. Samples of the following: 1. 20 lb (9 kg) samples, sealed in ak-tight containers, of each proposed fill and backfill soil material from on-site or borrow sources. C. Photographs of existing adjacent structures and site improvements. D. Certification - Provide CTDOT Certification of the following: 1. Borrow 2. Processed Aggregrate 3. Subbase 4. Bedding Material 5. Granular fill 6. Banlmm Gravel 7. No. 8 Stone 8. No. 3 Stone 9. Riprap 10. No. 6 Stone 1.5 QUALITY ASSURANCE A. Codes and Standards: Perform earthwork complying with requirements of authorities having jurisdiction. B. Testing and Inspection Service: Owner will employ a qualified independent testing agency to classify proposed on-site and borrow soils to verify that soils comply with specified reqmrements and to perform required field and laboratory testing. 1.6 PROJECT CONDITIONS Existing Utilities: Do not interrupt existing utilities serving facilities occupied by the Owner or others except when permitted in writing by the Engineer and then only after acceptable temporary utility services have been provided. 1. Provide a minimum 48-hours notice to the Engineer and receive written notice to proceed before interrupting any utility. The majority of on-site materials are silty sands and glacial till. These are poor draining materials with up to 50 percent silt. These soils have the following undesireable characteristics: a. Frost susceptibility b. Poor drainage EARTHWORK 02200-3 FISH2ERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YOKK c. Pumping while compacting above optimum moisture d. Slow drying e. Easily turned to mud when wet f. Poor trafficability It is the intent of these documents to re-use excavated materials in fill locations on site. It shall be the Contractor's responsibility to properly work the site to maintain positive drainage and keep the site workable. Failure by the Contractor to keep the site workable due to adverse soil-moisture conditions shall be the a basis for claims. If on-site matetials are not available, thc Contractor shall use granular fill. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide approved borrow soil materials from off-site when sufficient approved soil materials are not available from excavations. Borrow shall comply with Article 2.07.02 oftha Standard Specifications. B. Trench Backfill Materials: As shown on the details. Subbase and ('Processed Aggregate Base Material): Material shah comply with Articles M.02.02 and 0VI.05.01), of the Standard CONNDOT Specifications respectively. Granular Fill: Material shall comply with Article M.02.01 Granular Fill of the Standard Specifications except as modified below: US STANDARD SIEVE S177F. PERCENT FINER BY WEIGHT 3 ~"* 100 3/4" 50-100 NO. 4 25-75 *Use a maxium 3 in. size for fill placed within 12 in. of concrete slabs or foundations. The fraction passing the No. 4 Sieve shall have less than 10% passing the No. 200 Sieve. Reclaimed aggregate shall not be used unless approved in advance by the Architect. Bedding Material: Materials shall comply with Section M.08.01-21 of the Standard CONNDOT Specifications for bedding material respectively. No. 3, No. 6 and No. 8 Stone: Materials shall comply with Section M.01.01 of the Standard CONNDOT Specifications respectively. Banknm Gravel: Materials shall comply with Section M.02.06, Grading "A", of the Sm(lard Specifications respectively. H. Ripmp: Matetials shall comply with Section M.12.07 of thc Standard Specification. EARTHWORK 02200-4 PART 3 - EXt~CUTION 3.1 PREPARATION A. FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undenuining, washout, and other hazards created by earthwork opemtiorm. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. Provide erosion control measures [o prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and D. Tree protection is specified in the Division 2 Section "Clearing and Grubbing." 3.2 DBWATEKING A. Prevent surface water and subsurface or ground water from entenng excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades and foundation soils from sofrening and damage by rain or water accumulation. 3.3 EXCAVATION A. Explosives: Not Acceptable. Earth excavation includes excavation of pavements and other obstructions visible on surface; underground structures, utilities, and other items indicated to be demolished and removed; together with soil and other materials encount~ed that are not classified as rock or unauthorized excavation. Intermittent drilling, or ripping to increase production and not necessary to permit excavation of material encountered will be classified as earth excavation. Rock excavation includes removal and disposal of rock material and obstructions encountered that cannot be removed by the following heavy-duty rock excavating equipment without systematic drilling or ripping. Rock material includes boulders one-half (1/2) cu. yd. or more in volume and rock in beds, ledges, unstratified masses, and conglomerate deposits. EARTHWORK 02200-5 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Rock excavating equ/pment for footings, trenches, and pits shall be equivalent to Caterpillar Model No. 215D LC track-mounted hydraulic excavator, equipped with a 42 inch wide short-tip radius rock bucket, rated atnot less than 120 hp (89 kW) flywheel power with bucket-curling force of not less than 25,000 lb (111 kN) and stick-crowd force of not less than 18,700 lb (83 kN), measured according to SAE Standard J1179. Rock-excavating equipment for open excavations shall be equivalent to Caterpillar Model No. 973, heavy-duly, track-mounted loader, rated at not less than 210 hp (157 kW) flywheel power and developing minimum of 45,000 lb (200 kN) breakout force, measured according to 8AE Standard J732c-69. Excavations more than 10 feet in width and pits more than 30 feet in either length or width are defined as open excavations. b. Determination of Actual Quantifies 1. The Contractor shall provide all excavation to expose the top of ledge in any area requiring excavation by blasting. 2. Solid boulders in original stratification over one-half (1/2) cubic yards in size at open excavation, une-half (1/2) cubic yards in trenches. After exposing top of rock, Architect shall be notified and thc top of rock shall be cross-sectioned by a registered engineer or professional land surveyor licensed in the State of Connecticut as approved by Architect and paid for by the Contractor. (a) Any rock removed prior to notification of the Architect and subsequent cross sectioning shall be considered general excavation and any payment for rock shall not apply. (b) Cross sectons of rock shall be created as needed for accurate definition of rock removed. Maximum stationing allowed will be 25 feet. Include the following items on the cross section: (a) Existing ledge (b) Items of construction and pay limits 1) Utilities with inverts 2) Finished grades (c) Actual rock removed (c) Cross sections shall clearly differentiate between trench and mass rock quantifies. (d) Carefully examine rock excavations for foundations, and remove loose or shaken rock down to solid bearing; level the rock surface or shelve it to a slope not exceeding one inch per foot, or as directed, leaving no undrained pockets in the surface. EARTHWORK 02200-6 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK The Contractor's Engineer shall calculate the difference between the profiled top grade and the excavation limit indicated material in place. No additions for expansion after removal are allowed. (a) Sealed calculations, work sheets and cross sections shall be submitted to Architect for approval. (b) The volmne of each excavation shall be measured to the nearest cubic yard. (c) Solid boulders in original stratification as defined in C.4 above will be measured to the one half cubic yard. (d) Excavation outside the specified lines, whether due to slides or other causes, or made for any reason will not be paid for. The Contractor at his own expense shall remove any material slid'rog into the excavation. (e) A trench shall be defined as an excavation of any depth where the width is less than twice the depth and the width is less than ten feet. (f) Basis of paymenu Rock excavation and disposal shall be paid for per cubic yard based upon the unit price chart in Division 1 General Reqmrements. If alternate methods of rock removal are employed (pre-splitting or other methods) the Contractor is required to verify the top of rock, as defined above, to the satisfaction of the Architect. Failure to meet the Architect's requirements will be cause to consider all rock so removed as general excavation. Payment This item shall be paid for as part of the lamp sam bid for the project and shall be included in the appropriate lump sam(s) bid. 3.4 STABILITY OF EXCAVATIONS Comply with local codes, ordinances, and requirements of authorities having jurisdiction to mainta'm stable excavations. Familiarize and comply with OSHA 29 CFR Part 1926 Excavation; Final Rule. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades. EARTHWORK 02200-7 3.6 FISHER8 ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK EXCAVATION FOR BUILDING Remove all topsoil and all subsoil material under the building footprint and within the theoretical "zone of stress influence" wkich projects on a slope 1:1 horizontal:vertical, zone outward and downwared from the bottom outside edges of the footings. Removal of the unsuitable shall be verified before any fill is placed. Bo Final excavation to footing grade shall be done using an excavator equipped with a smooth bucket to avoid subgrade disturbance. The base of the excavation in the area of the slab on grade should be pitohed, from the middle to the edges with a minimum slope of 0.02 ft/ft to interior temporary ditches to collect surface runoff. Titis nmoif shall be mediately removed to prevent saturation of the soils. Fomawork and concrete for footings should be placed with a minimum amount of trafficking directly upon prepared subgrade areas. During excavation and until foundation backfill is complete, trenches shall be located adjacent to the side slopes to intercept perched groundwater or surface runoff before it enters the building area. These trenches shall be sufticienfly large and pitched away from the building area to contain and ms, port any water away from the excavation slopes to a low-lying detention area. Existing project soils from becoming saturated and unsuitable. Necessary means of correction will be the Contractor's responsibility. If localized wet unstable areas develop in the subgrade. These areas shall be over excavated an additional 8" and be replaced with 1-1/2" crushed stone completely wrapped ha filter fabric. The crushed stone and fabric shall be keyed into the subgrade using the effort of four (4) passes of a vibratory plate compactor. The fabric shall be installed per manufacturer's directions. Following excavation to subgrade and the removal of uusuitables, the bottom of excavation shall be proof rolled to densify any natural occurring loose zones or those that are created during excavation. 1. Proof rolling shall consist of a minimum of four passes of a five-ton vibratory roller or equivalent efforts to achieve mum compaction indicated in 3.01 aM. 2. A one thousand pound vibratory plate compactor shall be used for proof rolling trenches. 3. If unstable areas in the subgrade develop, due to the presence of very moist soils, the vibratory proof rolling shah be stopped and static methods shall be employed. F. Notify the Architect when excavation has reached the required subgrade. In areas where fill is required below the building and up to within 12.0 inches below the bottom of the slab-on-grade, compacted glacial fill or Granular Fill Material should be used. This material should be palced in 12-inch maximum loose lifts and be compacted to a minimum of 95 percent of the materials' maximum dry density as determined by ASTM Designation D-1557. EARTHWORK 02200-8 FISHERS ISLAND SEWER DISTRICT FISI-[ERS ISLAND, NEW YOKK II, Where the bottom of footings would rest on rock, the rock shall be over excavated 12" and 12" of base course materials compacted to 95% of its maximum dry density as determined by ASTM D-1557 shall be palced below the footing. 3.7 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated slopes, lines, depths, and invert elevations in accordance with Article 2.05.03 of the Standard Specifications. Familiarize and comply with OSHA 29 CFR Part 1926 Excavation; Final Rule. 3.8 APPROVAL OF SUBGRADE A. Notify Engineer when excavations have reached required subgrade elevation.. B. When Engineer det~,~ues that unforeseen unsatisfactory soil is present as defined earlier, continue excavation and replace with compacted Granular Fill material as directed. 1. Unforeseen additional excavation and replacement material will be paid according to the Contract provisions for changes in Work. C. Reconstruct subgrades damaged by freezing t,mperatures, frost, rain, accumulated water, or construction activities, as directed by the Engineer. 3.9 UNAUTHOI~IZR-D PdXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending ~ndicated bottom elevation of concrete foundation or footing to excavation bottom, without altering required top elevation. Lean concrete fill may be used to bring elevations to proper position when acceptable to the Engineer. 1 Fill unauthorized excavations under other construction as directed by the Eng/neer. B. Where indicated widths' of utility trenches are exceeded, provide stronger pipe, or special installation procedures, as requ/red by the Engineer. 3.10 STORAGE OF SOIL MATERIALS Stockpile excavated materials acceptable for backfill and fill soil materials, including acceptable borrow materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent wind-blown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. EARTHWORK 02200-9 3.1I FISHERS ISI_&ND SEWER DISTRICT FISHI~RS ISLANd, NEW YORK BACKFILL A. Backfill excavations promptly, but not before completing the following: 1. Acceptance of construction below f'mish grade including, where applicable, dampproofmg, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for record documents. 3. Testing, inspecting, and approval of underground utilities. 4. Concrete formwork removal. 5. Removal of trash and debris from excavation. 6. Removal of temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 3.12 UTILITY TRENCH BACKFILL A. Place and compact bedding course on rock and other unyielding bearing surfaces and to fill unauthorized excavations. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. B. Concrete backfill trenches that carry below or pass under footings and that are excavated within 18 inches of footings. Place concrete to level of bottom of footings. C. Provide 4 inch thick concrete base slab support for piping or conduit less than 30 inches below surface of roadways. After installation and testing, completely encase piping or conduit in a mimmum of 4 inches of concrete before backfilling or placing roadway subbase. D. Place and compact trench backfill in accordance with Section 6.51.03 of the Standard Specifications. E. Coordinate backfilling with utihties testing. F. Fill voids with approved backfill materials as shoring and bracing, and sheeting is removed. G. Install warning tape as shown on the details. 3.13 FILL A. Preparation: Remove vegetation, topsoil, debris, wet, and unsatisfactory soil materials, obstmctions, and deleterious materials from ground surface prior to placing fills. 1. Plow strip, or break up sloped surfaces steeper than 1 vertical to 3 horizontal so fill material will bond with existing surface. EARTHWORK 02200-10 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YOILK When suhgrade or existing ground surface to receive fill has a density less than that required for fill, break up ground surface to depth required, pulverize, moistorercondifien or aerate soil and recompact to required density. C. Place fill material in layers to required elevations for each location listed below. 1. Under grass, use satisfactory excavated or borrow soil material. 2. Under pavements, use subbase or base material, as shown. The material between the existing grade (after topsoil stripping) and the top of the subgrade can be either borrow or an on-site materiaI providing it is suitable and can meet the requirements of in paragraph 3.15 Compaction. Under pavements, use subbase or base material, as shown. 3. Under sidewalks, steps, ramps, and concrete pads use 3/8" stone, process aggregate, and/or banknm gravel material as shown. The material between the existing grade (after topsoil stripping) and the top of the subgrade can be either borrow or an on- site material providing it is suitable and can meet the requirements of in paragraph 3.15 Compaction. 4. Under structures use granular fill. 3.14 MOISTURE CONTROL Uniformly moisten or aerate subgrade and each subsequent fill or back/ill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry satisfactory soil material that is too wet to compact to specified density. a. Stockpile or spread and dry removed wet satisfactory soil material. 3.15 COMPACTION Place backfill and fill materials in layers not more than 12 inches in loose depth for material compacted by heavy compaction equipment, and not more than 8 inches in loose depth for material compacted by hand-operated tampers. Place backfill and fill materials evenly on all sides of structures to required elevations. Place backfill and fill uniformly along the full length of each stmcture. Percentage of Max/mum Dry Density Requirements: Compact soil to not less than the following percentages of maximum dry density according to ASTM D 1557: Under structures, steps, pavements, concrete aprons and pad, compact the top 12 inches below subgrade and each layer of backfill or fill material at 95 percent maximum dry density. Subgrade materials which can not be compacted as specified shall be removed and replaced with compacted granular fill. EARTHWORK 02200-11 FISHERS ISLAND SEWER DISTRICT FISH3ERS ISLAND, NEW YORK 2. Under walkways, compact the top 6 inches below subgrade and each layer of backfill or fill material at 95 percent maximum dry density. 3. Under lawn or unpaved areas, compact the top 6 inches below subgrade end each layer of backfill or fill material at 90 percent maximum dry density. 3.16 GRADING A. General: Uaiformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. I. Provide a smooth trav~sition between existing adjacent grades end new grades. 2. Cut out soft spots, fill low spots, end trim high spots to confqrm to required surface tolerances. B. Site Grading: Slope grades m direct water away from buildings and to prevent pending. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1.2 inches. 2. Walks: Plus or minllg 1/2 inch. 3. Pavements: Plus or miuns 1/2 inch. 3.17 SUBBASE AND BASE COURSES A. Under pavements and walks, place subbase course material on prepared subgrades. Place base course material over subbases to pavements. 1. Compact subgrade and base courses m accordance with Section 4.06 of Form 816. 2. Compact processed aggregate base material in accordance with Section 4.06 of Form 816. 3.18 FIELD QUALITY CONI'ROL Testing Agency Services: Allow testing agency to inspect end test each subgrade and each fill or backfill layer. Do not proceed until test results for previously completed work verify complience with requirements. When testing agency reports that subgrades, fills, or backfills are below specified density, scarify and moisten or aerate, or remove and replace soil to the depth required, recompae~ end retest until required density is obtained. 3.19 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, end erosion. Keep free of trash and debris. EARTI-IWORK 02200-12 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or lose compaction due to subsequent construction operations or weather conditions. 1 Scarify or remove and replace material to depth directed by the Engineer; reshape and recompact at optimum mmstum content to the required density. Settling: Where settling occurs during the Project correction period, remove finished surfacing, backfill with additional approved mater/al, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.20 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove sm-pins satisfactory soft and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off the Owner's property. END OF SECTION 02200 EARTItWORK 02200-13 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 02210 - GRADING PAKT 1 - GENERAL NOTE: Th/s specification covers the requirements for grading, including excavation, filling and sloping of surfaces. No drainage ways shall be present on the final grading. Sheet flow of surface water shall result from grading. See the Genera] Conditions regarding rock excavation. 1.1 REFERENCES A. The publications listed below fora a part of this specification to the extent referenced. The publications are referred to/n the text by basic designation only. A/VlERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 1556 (1990) Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D 1557 (1991) Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 tMbtYcu, ft. (2,700 kN-m/cu~m.)) ASTMD2167 (1984; R 1990) Density and Unit Weight of Soil/n Place by the Rubber Balloon Method ASTM D 2487 (1990) Classffication of Soils for Engineering Purposes ASTMD2922 (1991) Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) ASTMD3017 (1988) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) 1.2 DEFIN£11ONS A. Satisfactory Materials: Materials classified in ASTM D 2487 as GW, GP, and SW, and free from roots and other organic matter, trash, debris, and frozen materials and stones larger than 6 inches in any dimension are satisfactory, except for the septic system area. B. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Materials classified in ASTM D 2487 as Pt, OH, and OL are unsatisfactory. Unsatisfactory materials also include m-made fills, refuse, or backfills from previous construction. GRADING 02210-1 C. Cohesionless and Cohesive Materials: FISHERS ISLAND SEWER DISTRICT FISHERS IS!_A/ql), NEW YOILK Cohesive materials include materials classified as GC, SC, ML, CL, MI-I, and CH. Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SI'. Materials classified as GM and SM will be identified as cohesionless only when the fines have a plasticity index of zero. D. Degree of Compaction: Degree of compaction is a percentage of the maximum density obtained by the test procedure presented in ASTM D 1557, Method D abbreviated below as a percent of laboratory maximum density. E. Topsoil The term topsoil used herein shall mean that portion of the soil profile defined technically as the "A" horizon by not less than five (5) nor more than twenty (20) percent of organic matter as determined by loss-on-ignition of oven-dried samples drawn by the Engineer. 2. The following textural classes, as determined on the basis of material passing the 20-mesh sieve and subjected to partial mechanical analysis, shall be acceptable: a. Loamy sand, with not more than 80 percent sand. b. Sandy Loam. c. Loam. d. Sandy clay loam. with not more than 30 percent clay. e. Silt loana, with not more than 60 percent silt. The topsoil to be furnished by the Contractor shall be Ioose, friable, reasonably free of admixtures of subsoil, free f~om refuse, stumps, roots, brush, weeds, rocks, and stones 1 1/4 inch in over~all dimension. The topsoil shall also be free from any material that will prevent the formation of a suitable seedbed or prevent seed germination and plant growth. 4. The contractor shall notify the Owner's Agent of the location from which he proposes to fikrinsh topsoil to the project at least 15 calendar days prior to delivery. The topsoil and its source shall be inspected and approved by the Owner's Agent before the material is delivered to the project. Any mater/al delivered to the project which does not meet specifications, or which has become mixed with undue amounts of subsoil during any operation at the source or during placing and spreading, will be rejects and shall be replaced by the Contractor with acceptable material. 1.4 CLASSIFICATION OF EXCAVATION A. Excavation specified shall be done on a classified basis, as provided for in accordance with the following designations and classifications. GRADR~G 02210-2 1.5 FISIt~RS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK 1. Rock Excavation (See the General Conditions) The method of rock excavation shall include removal of topsoil, soil and decomposed rock prior to measurement and rock excavation. Rock excavation shall include excavating, grading, and disposmg of material classified as rock and shall include the satisfactory removal and disposition of boulders 1 cubic yard or more in volume; solid rock; rock material that is in ledges, bedded deposits, and unstratified masses, which cannot be removed without systematic drilling and blasting; and conglomerate despots that are so firmly cemented as to possess the characteristics of solid rock that is impossible to remove without systematic drilling and blasting. The rcnnoval of any concrete or masonry structures, except pavements, exceeding 1 cubic yard in volume that may be encountered in the work shall be included in this classification. If at any time during excavation, including excavation from borrow areas the Contract encounters material that may be classified as rock excavation such material shall be uncovered and the Owner's Agent notified by the Contractor. The Contractor shall not proceed with the excavation of this material until thc Owner's Agent has classified the materials as common excavation or rock excavation and has taken cross sections as required. Failure on the part of the Contractor to uncover such materials, notify the undisturbed surface of such material will cause the forfeiture of the Contractor's fight of claim to any classification or volume of material to be paid for other than that allowed by the Owner's Agent for the areas of work in which such deposits occur. (See the General Conditions regarding rock excavation.) Common Excavation: Common excavation shall include the satisfactory removal and deposition of all material not classified as rock excavation. Blasting: Not Applicable Payment: Payment for this item shall be part of the lump sum bid for the project. SUBMII'I'AL8 A. Approval is required for submittals. The following shall be submitted: 1. Field Testing Control; B. Qualifications of the commercial testing laboratory who will be performing all testing in accordance with paragraph FIELD TESTING CONTROL. 1. Reports 2. Field Testing Control; Satisfactory Materials; C. Certified test reports and analysis certifying that the satisfactory materials proposed for use at the project site conform to the specified requirements, and for all tests conducted in accordance with paragraph FIELD TESTING CONrROL. GRADING 02210-3 1.6 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YOiLK SUBSIfRFACE DATA Subsurface soil boring logs and test pits are shown on the drawings. The subsoil investigation report and samples of materials taken from subsurface investigations are on the plans. Th/s data best represents the best subsurface information available. However, variation may exast in subsurface conditions between the borings. PART 2 - PRODUCTS 2.1 BORROW MATERIAL Borrow material shall be selected to meet requirements and conditions of the particular fill for which it is to be used. Necessary clearing, grubbing, disposal of debris, and satisfactory drainage of borrow pits shall be performed by the Contractor as incidental operations to the borrow excavation. B. Selection: Borrow materials shall be obtained fi:om sources outside thc limits of Government- controlled land. Borrow material shall be subject to approval. The source of borrow material shall be the Contractor's responsibility, unless otherwise provided in the contract. The Contr~tor shall obtain fi:om the Owners the right to procure material, shall pay all royalties and other charges involved, and shall bear all the expense of developing the sources, including rights-of-way for hauling. PART 3 - EXECUTION 3.1 It is thc responsibility of the Contractor to review the site, thc plans and the soils data in the specifications in order to assess site conditions with respect to site excavation and disposal of material. 3.2 CONSERVATION OF TOPSOIL Where practical, topsoil shall be removed to a depth of 6 inches without contamination with subsoil and stoclspfled convenient to areas for later application or at locations specified. Topsoil shall be removed to full depth and shall be stored separate fi:om other excavated materials and piled flee of roots, stones, and other undesirable materials. 3.3 EXCAVA~ON After topsoil removal has been completed, excavation of every description, regardless of material encountered, within the grading limits of the project shall be performed to the lines and grades indicated. Satisfactory excavation material shall be transported to and placed in fill areas within the limits of the work. All unsatisfactory material including any soil which is disturbed by the Conl~actor's operations or softened due to exposure to GRADING 022104 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK the elements and water and surplus material shall be removed and disposed. Unsatisfactory material shall be excavated below the grade shown and replaced with satisfactory material as directed. Excavations carded below the depths indicated, without specific directions, shall, except as otherwise specified, be refilled to the proper grade with satisfactory material as directed. All additional work of this nature shall be at the Contractor's expense. Excavation and filling shall be performed in a manner and sequence that will provide drainage at all times. Excavations shall be kept free from water while construction thereto is/~ progress. Material required for fills in excess of that produced by excavation within the grading limits shall be obtained from borrow areas. Metallic materials found within the excavation shall be disposed of as directed. Unsatisfactory and excess excavated material shall be disposed of in accordance with Federal, State and local regulations. 3.4 BACKFILL ADJACENT TO STRUCTURES Backfill adjacent to structures shall be placed and compacted uniformly in such manner as to prevent wedging action or eccentric loading upon or against the structures. Slopes bounding or within areas to be backfilled shall be stepped or serrated to prevent sliding of the fill. During backfilling operations and in the formation of embankments, equipment that will overload the structure in passing over and compacting these fills shall not be used. Backfill for storm drains and subdrains, including the bedding and backfill for structures other than culverts and drains, shall conform to the additional requirements in other applicable sections. 3.5 PREPARATION OF GROLIND SURFACE FORFILL All vegetation, such as roots, brush, hea~y sods, hcaxs' growth of grass, and all decayed vegetable matter, rubbish, and other unsatisfactory material within the area upon which fill is to be placed, shall be stripped or otherwise removed before the fill is started. In ne case will unsatisfactory material remain in or under the fill area. Sloped ground surfaces steeper than one vertical to four horizontal on which fill is to be placed shall be plowed, stepped, or broken up, as directed, in such manner that the fill material will bond with the existing surface. Prepared surfaces on wl'dch compacted fill is to be placed shall be wetted or dried as may be required to obtain the specified moisture content and density. 3.6 FILLS AND EMBANKIVI~'NTS Fills and embankments shall be constructed at the locations and to lines and grades indicated. The completed fill shall conform to the shape of the typical sections indicated or shall meet the requirements of the particular case. Satisfactory material obtained during excavation may be used in forming required fill. Fill shall be satisfactory material and shall be reasonably free from roots, other organic material, and trash and from stones having a maximum diameter greater than 6 inches. No frozen material will be permitted in the fill. Stones having a dimension greater than 4 inches shall not be permitted in the upper 6 inches of fill or embankment. The material shall be placed in successive horizontal layers of 8 inches in loose depth for the full width of the GRADING 02210-5 FISH,R8 ISLAND SEWER DISTRICT FISHELS ISLAND, NEW YORK cross section and shall be compacted as specified. Each layer shall be compacted before the overlaying lif~ is placed. Moisture content of the fill or backfill material shall be adjusted by wetting or aerating, as required, to within plus or m/nus 5 percent of optimum moisture content as determined from laboratory tests specified in paragraph DEFINITIONS. 3.7 COMPACTION Except for paved areas, each layer of the fill or embankment shall be compacted to at least 90 percent of laboratory maximum density. Backfill for facilities shall be compacted fin 6" lifts to 95% maximum density. Areas to be paved and other areas indicated as requiring compaction suitable for paved areas shall be compacted to at least the percentage of laboratory maximum density shown in the following tabulation for specific ranges of depth below the surface of the pavement: Percentage of Laboratory Maximum Density Required Depth Depth Below Fill Fill Below Cut Cul Pavement Pavement Surface Cohesive Cohesionless Cohesive Cohesionless (finches) Materials Materials (finches) Materials Materials From: 12 90 95 12 90 95 To: 84 90 95 24 90 95 3.8 FINISHED EXCAVATION, FILLS, AND EMBANKIVIL~lqTS All areas covered by the project, including excavated and filled sections and adjacent transition areas, shall be ,miformly smooth-graded. The finished surface shall be reasonably smooth, compacted, and free fi:om irregular surface changes. The degree of finish shall be that ordinarily obtainable fi:om blade-grader operations, except as otherwise specified. Ditches and gutters shall be finished to permit adequate drainage. The surface of areas to be turfed shall be finished to a smoothness suitable for the application of tnsfmg materials. For subgrade areas to be paved, the following shall be accomplished as required: (a) soft or otherwise unsatisfactory material shall be replaced with satisfactory excavated material or other approved materials; ('b) rock encountered in the cut sections shall be excavated to a depth of 6 inches below fmished grade for the subgrade; (c) low areas resulting from removal of unsatisfactory material or from excavation of rock shall be brought up to required grade with satisfactory materials, and the entire subgrade shall be shaped to line, grade, and cross section and shall be compacted as specified. The surface of embankments or excavated areas for mad construction or other areas on which a base course or pavement is to be placed shall vary not more than 0.05 foot from the established grade and approved cross section. Surfaces other than those that are to be paved shall be finished not more than 0.15 foot GP,.ADING 02210-6 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK above or below the established grade or approved cross section. ]'he access road for the septic system fill area and repair of the existing gravel road shall be laid in lifts not to exceed 8 inches and compacted per Paragraph 3.1. 3.9 PLACING TOPSOIL Ao On areas to receive topsoil, the compacted subgrade soil shall be scarified to a 2-inch depth for bonding of topsoil with subsoil. Topsoil then shall be spread evenly to a thickness of 4 inches and graded to the elevations and slopes shown. Topsoil shall not be spread when frozen or excessively wet or dry. Material required for topsoil in excess of that produced by excavation within the grading limits shall be obtained from off-site 3.10 FIELD TESTING CONTROL Ao Testing shall be the responsibility of the Contractor and shall be performed by an approved commercial testing laboratory or by the Contractor subject to approval. Field density and moisture eontant tests shall be performed on every 500 square feet of each 12-inch lift placed. Field in-place density shall be determined in accordance with ASTM D 2922. When ASTM D 2922 is used, the calibration curves shall be checked, and adjusted if necessary, using the sand cone method as described in paragraph CALIBRATION of the ASTM publication. ASTM D 2922 results in a wet unit weight of soil and when using this method, ASTM D 3017 shall be used to determine the moisture content of the soil. The calibration curves furnished with the moisture gauges shall be checked along with density calibration checks as described in ASTM D 3017. The calibration checks of both the density aud moisture gauges shall be made at the beginning of a job on each different type of material encountered and at intervals as directed. 3.11 PROTECTION Ao Newly graded areas shall be protected from traffic and from erosion, and any settlement or washing away that may occur from any cause, prior to acceptance, shall be repaired and grades reestablished to the required elevations and slopes. The Contractor must submit an erosion control plan to the Owner's Agent approval prior to construction. PART 4 - PAYMENT 4.1 This item shall be included in the lmnp sum bid for the project and shall be included under the appropriate unit lump sum(s) bid. END OF SECTION 02210 GRADING 02210-7 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 02220- FENCING AND GATE PART 1 - GENERAL 1.1 The existing fence and gate shall be repaired and revised. New fencing shall be installed where shown on the plans. The Contractor shall match the existing fence in physical dimensions and color. PART 2 - MATERIALS 2.1 The pump station fence shall be a 6 foot high, vinyl coated green as provided by Atlantic Fence, Inc., Arrow Fence, Eastern Wholesale Fence Co., Inc., Milford, N.Y., or equal. It shall eonform to the Chain Link Fence Manufacturers Institute. One gate shall be installed as shown on the plans. Posts, gate frames, braces, rails, stretcher bars and tress rods shall be of steel; reinforcing wires shall be of high carbon steel; and gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal, except that ties and clips may be of aluminum. The outside or nominal dimensions and weights of end comers, pull posts, gate posts, etc. shall be as shown on the plans. Hinges, latches, stops and keepers shall be provided. Barbed wire shall consist of two strands of 12 gage wire with 14 gage 4 point barbs spaced 5 inches apart. All wire shall be zinc coated with a minimum coating of 0.80 ounces per square foot for 12 gage wire and 0.60 ounces per square foot of surface area on 14 gage wire. All components of the new fence except the barbed wire shall be vinyl coated green including posts and hardware. PART 3 - EXECUTION 3.1 The chain link fence, gate and accessories shall be installed in strict accordance with plans and specifications in a workmanlike manner. Line posts shall be placed not more than 10 feet o9 centers. They shall be plumb with tops properly aligned. Line posts and terminal posts shall be set in cylindrical concrete footings as shown on the plans. The concrete shall be made in proportions of 1-3-5 using best Portland Cement, clean sharp sand and gravel or broken stone. PART 4 - PAYMENT 4.1 The Contractor shall be paid for the new fencing and repair of the old fencing that will be moved; and the gate that will be moved shall be paid for by the lump sum bid for the fencing and gate. Installation, attachment of appurtenances and all associated costs such as grading, digging post holes, and concrete shall be included in the lump sum bid. END OF SECTION 02220 FENCING AND GATE 02220 - 1 FISHERS ISLANrD SEWER DISTRIC~I FISt-IERS ISLAND. NEW YORK SECTION 02221 - EXCAVA2ING, FILLING AND BACKFILLING This specification covers the requirements for excavation, filling and backfilling, dewatering, shoring, and grading for building construction. PART 1 - GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 1556 (1990) Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D 1557 (i 991) Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ff-lbf/cu, ft. (2,700 kN-m/cu, m.) ASTMD2167 (1984; R 1990) Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D 2216 (1990) Laboratory Determination of Water (Moisture) Content of Soil, and Rock ASTM D 2487 (1990) Classification of Soils for Engineering Purposes ASTMD2922 ([991) Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 2937 ( 1983; R 1990) Density of Soil in Place by the Drive-Cylinder Method ASTMD3017 (1988) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (1984) Liquid LLmit, Plastic Limit, and Plasticity Index of Soils 1.2 PAYMENT A. All soil excavation, filling and backfilling shall be paid for within the lump sum bid for this project and shall be included in the appropriate unit lump sum(s) bid. B. Payment for soil excavation, filling and backfilling shall be part of the lump sum bid for the project~ C. See the General Condition of these Contract Documents. EXCAVATING, FILLING AND BACKFILLING 0222 FISH[ERS ISLAND SEWER DISTRICT FISI~RS ISLAND, NEW YORK 1.3 DEFINITIONS A. Degree of Compaction 1. Compaction shall be 90 or 95% of the laboratory maximum density as detemfined by the test procedure. The 90% compaction requirement is applicable to open areas. All roads, sidewall& and other structures shall be 95% compaction of underlying soils. 1.4 SUBlmrI~ALS A. See the General Conditions 1. Drawing. 2. Drawings showing cross sections with existing and proposed grades slope of excavation and limits of excavation. B. Statements C. Earthwork 1. Procedure and location for disposal of unused satisfactory material. D. Testing 1. Within 24 hours of conclusion of physical tests, five (5) copies of test results, including calibration curves and results of calibration tests. E. Certificates F. Testing 1. Qualifications of the eommercial testing laboratory or Contractor's testing facilities. G. Earthwork 1. Notification of encountering rock in the project. PART 2 - PRODUCTS 2.1 MATERIALS A. Satisfactory Materials Satisfactory materials include materials classified in ASTM D 2487 as GW, GP or SW, and shall be flee of trash, debris, roots or other organic matter, or stones larger than 3 inches in any dimension. EXCAVATING~ FILLING AND BACKFILLING 02221-2 FISHERS ISLAND SEWER DISTRICT FISI~RS ISLAND, NEW YORK B. Unsatisfactory Materials Unsatisfactory materials include materials classified in ASTM D 2487 as Pt, OH, OL, NIH, CH, and CL and any other materials not de£med as satisfactory. C. Cohesionless and Cohesive Materials Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as C-C, SC, MI,, CL, Mit, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplasfic. D. Nonfrost Susceptible (NFS) Material Nord~ost susceptible material shall be a uniformly graded washed sand with a maximum particle size of 14 inch and less than 5 percent passing the No. 200 size sieve, and with not more than 3 percent by weight finer than 0.02 mm grain size. 2.2 CAPILLARY WATER BARRIER Capillary Water Barrier shall consist of clean, crushed, nonporous rock, crashed gravel, or unerushed gravel. The maximum particle size shall be 1-1/2 inches and no more than 2 percent by weight shall pass the No. 4 size sieve. PART 3 - EXECUTION It is the respons~ility of the Contractor to review the site, the plans and the soils data in the specifications in order to assess site conditions with respect to site excavation and disposal of material. 3.1 CLEARING AND GRUBBING A. Clearing and grubbing is specified in Section 02110 CLEARING AND GRUBBING. 3.2 TOPSOIL A. Topsoil, where available~ shall be stripped to a depth of 6 inches below existin§ grade within the designated excavations and grading lines and deposited in storage piles for later use. 3.3 EXCAVATION Ac Excavation shall conform to the dimensions and elevations indicated for each building, structure, and footing except as specified hereinafter, and shall include trenching for utility and foundation drainage systems to a point 5 feet beyond the building line of each building and structure. Excavation shall extend a sufficient distance from walls and EXCAVATING, FILLING AND BACKFILLING 02221-3 FISHERS ISLAND SEWEK DISTRICT FISHERS ISLAND, NEW YORK footings to allow for placing and removal of forms. Excavations below indicated depths will not be permitted except to remove unsatisfactory material. Unsatisfactory material encountered below the grades shown shall be removed as directed and replaced with satisfactory material. Satisfactory material removed below the depths indicated without specific direction of the Owner's Agent shall be replaced at no additional cost to the State to the indicated excavation grade with satisfactory materials, except that concrete footings shall be increased in thickness to the bottom of the overdepth excavations and over-break in rock excavation. Satisfactory material shall be placed and compacted as specified in paragraph FILLING AND BACKFILLING. Determination of elevations and measurements of approved overdepth excavation of unsatisfactory material below grades indicated shall be done under the direction of the Owner's Agent. 3.4 DKAINAGE AND DEWATEKING A. Drainage Surface water shall be directed away from excavation and construction sites so as to prevent erosion and undermining of foundations. Grading shall be provided and maintained as necessary during conslractiun. Excavated slopes and backfill surfaces shall be protected to prevent erosion and sloughing. Excavation shall be performed so that the site and the area immediately surrounding the site and affecting operations at the site shall be continually and effectively drained. B Dewatering Groundwater flowing toward or into eXCavations shall be controlled to prevent sloughing of excavation slopcs and walls, boils, uplift and heave in the excavation and to eliminate interference with orderly progress of constmctien. French drains, sumps, ditches or trenches will not be p~m,;tted within 3 feet of the foundation of any structure, except with specific written approval, and after specific contractual provisions for restoration of the foundation area have been made. Control measures shall be taken by the time the excavation reaches the water level in order to maintain the integrity of the in sim material. While the excavation is open, the water level shall be maintained continuously, at least 2 feet below the working level. The Contractor is responsible for obtaining a dewateruig permit(s), if the dewatering volume is more than 100,000 gallons per day. 3.5 SHORING Shoring, including sheet piling, shall be furnished and installed as necessary to protect workmen, banks, adjacent paving, structures, and utilities. Shoring, bracing, and sheeting shall be removed as excavations are baakfilled, in a manner to prevent caving. All shoring shall meet confined space and OSHA requirements. 3.6 CLASSIFICATION OF EXCAVATION A. Excavation specified shall be done on a classified basis, as provided for in accordance with the following designations and classifications. EXCAVATING, FILLING AND BACK_FILLING 02221-4 FISHERS ISLAND SEWER DISTRICT FISI-I~RS ISLAND, NEW YORK Rock Excavation See the General Conditions for methods, measurement and payment. a. The method of rock excavation shall include removal of topsoil, soil and decomposed rock prior to rock excavation. bo Rock excavation shall include excavating, grading, and disposing of material classified as rock and shall include the satisfactory removal and disposition of boulders 1/2 cubic yard or more in volume; solid rock; rock material that is in ledges, bedded deposits, and unstratified masses, which cannot be removed without systematic drilling; and conglomerate deposits that are so firmly cemented as to possess the characteristics of solid rock that as impossible to remove without systematic drilling. The removal of any concrete or masonry structures, except pavements, exceeding 1/2 cubic yard m volume that may be encountered in the work shall be included in this classification. If at any time during excavation, including excavation from borrow areas the Contractor encounters material that may be classified as rock excavation aneh material shall be uncovered end the Owner's Agent notified by the Contractor. The Contractor shall not proceed with the excavation of this material until the Owner's Agent bas classified the materials as common excavation or rock excavation and has taken eross sections as required. Failure on the part of the Contractor to uncover such materials, notify the undisturbed surface of such material will cause the forfeiture of the Contractor's fight of claim to any classification or volume of material to be paid for other than that allowed by the Owner's Agent for the areas of work in which such deposits occur. 2. Cold,on Excavation Common excavation shall include the satisfactory removal and deposition of all material not classified as rock excavation. 3.7 3.8 BLASTING (Not Applicable) UTILITY AND DRAIN TRENCH~S Trenches for underground utilities systems and drain lines shall be excavated to the required alignments and depths. The bottoms oftrenchas shall be graded to secure the required slope and shall be tamped if necessary to provide a firm pipe bed. Recesses shall be excavated to accommodate bells and joints so that pipe will be uniformly supported for the entire length. Rock. where encountered, shall be excavated to a depth of at least 8 inches below the bottom of the pipe, and the overdepth shall be backfilled with satisfactory material placed and compacted in conformance with paragraph FILLING AND BACKFILLING. EXCAVATING, FILLING AND BACKFILLING 02221-5 3.9 FISI~RS ISLAND SEWER DISTRiCT FISHERS ISLMND, NEW YORK BORROW Ac Where satisfactory materials arc not available in sufficient quantity from required excavations, approved materials shall be obtained as specified in Section 02210 Grading~ 3.10 3.11 EXCAVATED MATERIALS A. Shall be disposed of in accordance with all applicable Federal, State and local regulations. FINAL GRADE OF SUI{FACES TO SUPPORT CONCRETE (Not Applicable) 3.12 SUBGRADE PKEPAKATION Unsatisfactory material in surfaces to receive fill or m excavated areas shall be removed end replaced with satisfactory materials. The surface shall be scarified to a depth of 6 inches before the fill is startexL Sloped surfaces steeper than 1 vertical to 4 horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with thc existing material. When subgrades are less than the specified density, the ground surface shall be broken up to a minimum depth of 6 inches, pulverized, and compacted to the specified density. When the subgrade is part fill end part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. Compaction shall be accomplished by sheepsfoot rollers, pneumatic-tired rollers, steel-wheeled rollers, or other approved equipment well suited to the soil being compacted. Material shall be moistened or aerated as n~cessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. Minimum subgrade density shall be as specified in paragraph FILLING AND BACKFILLING. 3.13 FILLING AND BACKFILLING Satisfactory materials shall be used in bringing fills and backfills to the lines end grades indicated and for replacing unsatisfactory materials. Satisfactory materials shall be placed in horizontal layers not exceeding 8 inches in loose thiehaess, or 6 inches when hand-operated compactors are used. After placing, each layer shall be plowed, disked, or otherwise broken up, moistened or aerated as necessary, thoroughly mixed end compacted as specified. Backfilling shall not begin until conslruction below finish grade has been approved, underground utilities systems have been inspected, tested and approved, forms removed, and the excavation cleaned of trash end debris. Backfill shall be brought to indicated finish grade and shall include backfill for outside grease interceptors and underground fuel tanks. Backfill shall not be placed in wet or frozen areas. Where pipe is coated or wrapped for protection against corromon, the backfill material up to en elevation 2 feet above sewer lines and 1 foot above other utility lines shall be free from stones larger than I inch in eny dimension. Heavy equipment for spreading end compacting bacldill shall not be operated closer to foundation or retaining walls then a distance equal to the height of backfill above the top of footing; the area remaining shall be compacted in layers not more than 4 inches in compacted EXCAVATING, FILLING AND BACKFILLING 02221-6 FISFfERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK thickness w/th power-driven hand tampers suitable for the material being compacted. Backfill shall be placed carefully around pipes or ranks to avoid damage to coatings, wrappings, or tanks. Backfill shall not be placed against foundation walls prior to 7 days after completion of the walls. As far as practicable, backfill shall be brought up evenly on each side of the wall end sloped to drain away from the wall. Each layer of fill and backfill shall be compacted to not less then the percentage of maximum density specified below: Percent Laboratory ma~mum density Cohesive material Fill, embankment, end backfill Under structures, building slabs, steps, paved areas, around footings, and in trenches Under sidewalks and grassed areas Nord~st susceptible materials Subgrade Under building slabs, steps, and paved areas, top 12 inches Under sidewalks, top 6 inches Cohesionless material 90 95 85 90 95 90 95 85 90 Approved compacted subgrades that are disturbed by the Contractor's operations or adverse weather shall be scarified and compacted as specified herein before to the required density prior to further construction thereon. Rccompaction over underground utilities end heating lines shall be by hand tamping. 3.14 TESTING Testing shall be the responsibility of the Contractor and shall be performed at no additional cost to the State. Testing shall be performed by an approved commercial testing laboratory. Field in-place density shall be de~nfined in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 2922. When ASTM D 2922 is used, the calibration curves shall be checked and adjusted ff necessary by the procedure described in ASTM D 2922, paragraph ADJUSTING CALIBRATION CURVE. ASTM D 2922 results in a wet mt weight of soil and when using this method ASTM D 3017 shall be used to determine the moisture content of the ~oil. The calibration curves furnished with the moisture gauges shall also be checked along with density calibration checks as described in ASTM D 3017. 2q~e calibration checks of both the density and moisture gauges shall be made at the beginning of a job on each different type of material encountered and at intervals as directed by the Owner's Agent. ASTM D 2937 shall be used only for soft, fine-grained, cohesive soils. The following number of tests, if performed at the appropriate time, shall be the mimmum acceptable for each type operation. EXCAVATING, FfLLING AND BACK_FILLING 02221-7 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK B. In-Place Densities 1. In-Place Density of Subgrades a. One test per 1,000 square foot or fraction thereof. 2. In-Place Density of Fills and Backfills One test per 500 square foot or fraction thereof of each lift for fill or backfill areas compacted by other than hand or hand-operated machines. The density for each lift of fill or backfill mater/als for trenches, pits, building perimeters or other structures or areas less than 5 feet in width, which are compacted with hand or hand-operated machines shall be tested as follows: One test per each area less than 500 square feet, or one test for each 100 linear foot of long narrow fills 100 feet or more in length. C. Moisture Content In the stockpile, excavation or borrow areas, a rain/mum of two tests per day per type of material or source of materials being placed is required during stable weather conditions. During unstable weather, tests shall be made as dictated by local conditions and approved moisture content shall be tested in accordance with ASTM D 2216. D. Optimum Moisture and Laboratory Maximum Dengity Tests shall be made for each type material or source of material including borrow material to det~mdne the optimum moisture and labomtury maximum density values. One representative test per 500 cubic yards of fill and backfill, or when any change in material occurs which may affect the optimm moisture content or laboratory maximum density will be made. 3.15 CAPILLARY WATER BARRIBR The water barrier slmll be not less than 8-inches deep. Capillary water barrier under concrete floor and area-way slabs on grade shall be placed directly on the subgrade and shall be compacted with a minimum of two passes of a hand-operated plate-type vibratory compactor. 3.16 GRADING Areas within 5 feet outside of each building and stmctare line shall be constructed tree- to-grade, shaped to drain, and shall be maintained free of trash and debris until final inspection has been completed and the work has been accepted. EXCAVATING, FILLING AND BACKFILLING 02221-8 3.17 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SPREADING TOPSOIL Areas outside the building lines from wkieh topsoil has been removed shall be topsoiled. The surface shall be free of materials that would hinder planting or maintenance operations. The subgrade shall be pulverized to a depth of 2 inches by disking or plowing for the bonding of topsoil with the subsoil. Topsoil shall then be uniformly spread, graded, and compacted to the thickness, elevations, slopes shown, and left flee of surface irregularities. Topsoil shall be compacted by one pass of a cultipacker, roller, or other approved equipment weighing 100 to 160 pounds per linear foot of roller. Topsoil shall not be placed when the subgrade is frozen, excessively wet, extremely dry, or in a condition otherwise detrimental to seeding, planting, or proper grading. 3.18 PROTECTION A. Settlement or washing that occurs m graded, topsoiled, or backfilled areas prior to acceptance of the work shall be repaired and grades reestablished to the required elevations and slopes. END OF SECTION 02221 EXCAVATING, FILLING AND BACKFILLING 02221-9 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 02222 - EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES SYSTEMS PART 1 - GENERAL A. This specification covers the requirements for excavation, trenching, and backfilling for utilities systems. 1.1 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATE~S (ASTM) ASTM D 422 (1963; R 1990) Particle-Size Analysis of Soils ASTMD 1556 (1990) Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D 1557 (1991 ) Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ff-lbf/cu, ft. (2,700 kN-m/cu, m.). ASTM D 2 [67 (1984; R 1990) Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D 2487 (1990) Classification of Soils for Engineering Purposes ASTMD2922 (1991) Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (1988) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) 1.2 PAYMENT Payment shall be included in the lump sum bid for the project and the unit lump sum(s) bid.. Trench earth excavation and backfilling shall be paid for under the lump sum bid for the project 1.3 DEFINITIONS A. Degree of Compaction Degree of compaction shall be expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 1557. EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES SYSTEMS 02222-1 1.4 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK A. The following shall be submitted in accordance with the General Conditions. 1. Reports 2. Field Density Tests; Testing of Backfill Materials B. Copies of all laboratory and field test reports within 24 hours of the completion of the test. 1. Blasting Plan (Not Applicable) 2. Earthwork D. Procedure and location for disposal of mused satisfactory material. Blasting plan when blasting is permitted. Proposed source of borrow material. 1. Testing Within 24 hours of conclusion of physical tests, 5 copies of test results, including calibration curves and results of calibration tests. 1. Certificates 2. Testing F. Qualifications of the commercial testing laboratory or Contractor's testing facilities. I. Records 2. Earthwork Notification of encountering rock in the project. Advance notice on the open'mg of excavation or borrow areas. Advance notice on shoulder construction for rigid pavements. PART 2 - PRODUCTS 2.1 MATERIALS A. Satisfactory Materials Satisfactory materials shall consist of any material classified by ASTM D 2487 as GW, GP, and SW or as approved by the Owner's Representative. B, Unsatisfactory Materials Unsatisfactory materials shall be materials that do not comply with the requirements for satisfactory mater/als. Unsatisfactory materials include but are not limited to those materials containing roots and other organic matter, trash, debris, frozen materials and stones larger than 2 inches, and materials classified in ASTM D 2487, as PT, OH, and OL. Unsatisfactory materials also include man-made fills, refuse, or backfills from previous construction. EXCAVATION, TRENCHING AND BACKFILLING FOR b'l IL£1'IJSS SYSTEMS 02222-2 C. Cohesionless end Cohesive Materials FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Cohesionless materials shall include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive mater/als include materials classified as GC, SC, ML, CL, MI!, and CH. Materials classified as GM end SM will be identified as cohesionless only when the fmcs ere nonplastin. Rock Rock shall consist of boulders measuring 1/2 cubic yard or more and materials that cannot be removed without systematic drilling and blasting such as rock material in ledges, bedded deposits, unstratified masses end conglomerate deposits, end below ground concrete or masonry structures, exceeding 1/2 cubic yard in volume, except that pavements will not be considered as rock. E. Unyielding Material Unyielding material shall consist of rock and gravelly soils with stones greater than 3 inches in eny dimension or as defined by the pipe manufacturer, wkichever is smaller. F. Unstable Material Unstable material shall consist of materials too wet to properly support the utility p~pe, conduit, or appurtenant structure. G. SelectGranularMater/al Select granular material shall consist of well-graded send, gravel, crushed gravel, crushed stone composed of hard, tough and durable particles, end shall contain not more than 10 percent by weight of material passing a No. 200 mesh sieve end no less than 95 percent by weight passing the 1-inch sieve. The max/mum allowable aggregate size shall be 3 inches, or the maximum size recoatmended by the pipe manufacturer, whichever is smaller. H. Initial Backfill Material Initial backfill shall consist of select granular material or satisfastory materials free from rocks of such size as recommended by the pipe manufacturer. I. Plastic Marking Tape NOTE: The use of plastic marking tape for identification purpose is mandatory for buried hazardous utilities such as electrical conduit, fuel off, telecommunications, gas line, water line, domestic sewage force mains, and gravity sewers. Tape will be used for all plastic or other nonferrous pipes end for ferrous pipes buried to depths such 3hat the top of the pipe is more than 3 feet deep Plastic marking tape shall be acid end alkali-resistanl polyethylene film, 6-inches wide with minknum tkiclmess of 0.004 inch. The tape shall be manufactured with integral wires, foil backing or other meens to enable detection by a metal detector when the tape is buried up to 4 feet deep. The tape shall be of a type specifically EXCAVATION, TRENCHING AND BACKFILLING FOR UTILi'rl ,:S SYSTEMS 02222-3 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK manufactured for marking and locating underground utilities. The metallic core of the tape shall be encased in a protective jacket or provided with other means to protect it from corrosion. Tape color shall be as specified in TABLE 1 and shall bear a continuous printed inscription describing the specific utility. TABLE 1. Tape Color Red: Yellow: Orange: Blue: Green: Electric Gas, Off, Dangerous Materials Telephone, Telegraph, Television, Police, and Fire Co,m~,tmications Water Systems Sewer Systems PART 3 - EXECUTION 3.1 EXCAVATION It is the responsibility of the Contractor to review the site, conlract drawing, soils report, and the contract specifications in order to assess site conditions with respect to site excavation and disposal of material. Excavation shall be performed to the lines and grades indicated. Rock excavafion shall include removal and disposition of material defined as rock in paragraph MATER/ALS. Earth excavation shall include removal and disposal of material not classified as rock excavation. Excavated material not required or not satisfactory for backfill shall be removed from the site. Grading shall be done as may be necessary to prevent surface water from flowing into the excavation, and any water accumulating therein shall be removed to maintain the stability of the bottom and sides of the excavation. Unauthorized overexcavatiun shall be backfllled in accordance with paragraph BACKFILLING AND COMPACTION at no additional cost to the State. C. Trench Excavation NOTE: The width of the trench below the top of the pipe will depend on the type of pipe used and soil conditions. The pipe manufacturer's installation manual should provide this information, and ff so, it will be followed. In general, the width of trench will be 12 inches to 24 inches, plus pipe O.D. and shall comply with the plans. The trench shall be excavated as recommended by the manufacturer of the pipe to be installed. Trench wails below the top of the p~pe shall be sloped, or made vertical, and of such width as recommended in the manufacturer's installation manual. Where no manufactarer's installation manual is available, trench walls shall be made vertical. Trench walls more than 4 feet high shall be shored, cut back to a stable slope, or provided with equivalent means of protection for employees who may be exposed to moving ground or cave in. Vertical trench walls more than 4 feet high shall be shored. Trench walls which are cut back shall be excavated to at least the angle of repose of the soil. Special attention shall be given to slopes which may be adversely affected by weather or moisture content. The lrench width below the top of pipe shall not exceed 24 inches plus pipe EXCAVATION, TRENCHING AND BACKFILLING FOR UTILI'rlES SYSTEMS 02222-4 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK outside diameter (O.D.) for pipes of less than 24 inches inside diameter and shall not exceed 36 inches plus pipe outside diameter for sizes larger than 24 inches inside diameter. Where recommended trench widths are exceeded, redesign, stronger pipe, or special installation procedures shall be utilized by the Contractor. The cost of redesign, stronger pipe, or special installation procedures shall be borne by the Contractor without any additional cost to the State. 2. Bottom Preparation The bottoms of trenches shall be accurately graded to provide uniform bearing and support for the bottom quadrant of each section of the pipe. Bell holes shall be excavated to thc necessary size at each joint or coupling to eliminate point beating. Stones of 3 inches or greater in any dimension, or as recommended by the pipe manufacturer, whichever is smaller, shall be removed to avoid point bearing. 3. Removal of Unyielding Material Where unyielding material is encountered in the bottom of the trench, such material shall be removed 6 inches below the required grade and replaced with suitable materials as provided in paragraph BACKFILLING AND COMPACTION. 4. Removal of Unstable Material Where unstable material is encountered in the bottom of the trench, such material shall be removed to the depth directed and replaced to the proper grade with select granular material as provided m paragraph BACKtlLLING AND COMPACTION. When removal of unstable material is required due to the fault or neglect of the Contractor in his performance of the work, the resulting material shall be excavated and replaced by the Cuntmctor without additional cost to the S/ate. 5. Excavation for Appurtenances Excavation for manholes, catch-basins, inlets, or similar structures shall be sufficient to leave at least 12 inches clear between the outer structure surfaces and the face of the excavation or support members. Rock shall be cleaned of loose debris and cut to a firm surface either level, stepped, or serrated, as shown or as directed. Loose disintegrated rock and thin strata shall be removed. Removal of unstable material shall be as specified above. When concrete or masom-y is to be placed in an excavated area, special care shall be taken not to disturb the bottom of the excavation. Excavation to the final grade level shall not be made until just before the concrete or masonry is to be placed. EXCAVATION, TRENCHING AND BACKFILLING FOR IJTILI'I'IES SYSTEMS 02222-5 FISI:IERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Stockpiles Stockpiles of satisfactory and unsatisfactory materials shall be placed and graded as specified. Stockpiles shall be kepi in a neat and well drained condition, giving due consideration to drainage at all times. The ground surface at stockpile locations shall be cleared, grubbed, and sealed by rubber-tired equipment, excavated satisfactory and unsatisfactory materials shall be separately stockpiled. Stockpiles of satisfactory materials shall be protected from contamination which may destroy the quality and fitness of thc stockpiled material. If the Contractor fails to protect the stockpiles, and any material becomes unsatisfactory, such material shall be removed and replaced with satisfactory material from approved sources at no additional cost to the State. Locations of stockpiles of satisfactOry materials shall be as shown. 3.2 CLASSIFICATION OF ~2~CAVAT/ON A. Excavation specified shah be done on a classified basis, as provided for in accordance with the following designations and classifications. B. Rock Excavation 1. q[he method of rock measurement and excavation shall include removal of tOpsoil, soft and decomposed rock prior to rock excavation. Rock excavation shall include ripping, excavating, grading, and disposing of material classified as rock and shall include the satisfactory removal and disposition of boulders 1/2 cubic yard or more in volume; solid rock; rock material that is in ledges, bedded deposits, and uuswatified masses, which cannot be removed without systematic drilling and blasting; and conglomemle deposits that are so firmly cemented as to possess the characteristics of solid rock that is impossible to remove without systematic drilling and blasting. The removal of any concrete or masonry s1~mctures, except pavements, exceeding 1/2 cubic yard m volume that may be encountered in the work shall be included in this classification. If at any time during excavation, including excavation from borrow areas the Contract encounters material that may be classified as rock excavation such material shall be uncovered and the Owner's Agent notified by the Conlractor. The Contractor shall not proceed with the excavation of this material until the Owner's Agent has classified the materials as common excavation or rock excavation and has taken cross sections as required. Failure on the part of the Contractor to uncover such materials, notify the undisturbed surface of such material will cause the forfeiture of the Contractor's right of claim m any classification or volume of material to be paid for other than that allowed by the Owner's Agent for the areas of work in which such deposits occur. C. CommonExcavation Common excavation shall include the satisfactory removal and deposition of all material not classified as rock excavation. EXCAVATION, TRENCHING AND BACKFILLING FOR 13'I'ILfI'It~S SYSTEMS 02222-6 3.3 BLASTING (Not Applicable) FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK 3.4 BACKFILLING AND COMPACTION Backfill material shall consist of satisfactory material, select granular material, or initial backfill material as required. Backfill shall be placed in layers not exceeding 6 inches loose thickness for compaction by hand operated machine compactors, and 8 inches loose thickness for other than baud operated machines, unless otherwise specified. Each layer shall be compacted to at least 95 percent maximum density for cohesiouless soils and 90 percent maximum density for cohesive soils, unless otherwise specified. B. Trench Backfill Trenches shall be backfilled to the grade shown. The trench shall not be hackfilled until all specified tests are performed. The trench shall be protected by fencing andhackfilled as soon as practical. The project is onpublic land. 2. Replacement of Unyielding Material Unyielding material removed from the bottom of the trench shall be replaced with the Owner's Representative approved granular material or initial backfill material. 3. Replacement of Unstable Material Unstable material removed from the bottom of the trench or excavation shall be replaced with the Owner's Agent approved granular material placed m layers not exceeding 6 inches loose thickness. 4. Initial Backfill Initial backfill material shall be placed and compacted with approved tampers to a height of at least one foot above the utility pipe or conduit. The backfill shall be brought up evenly on both sides of the pipe for the full length of the pipe. Care shall be taken to ensure thorough compaction of the fall under the haunches of the pipe. 5. Final Backfill The remainder of the trench, except for special materials for roadways, shall be filled with satisfactory material. Backfill material shall be placed and compacted as follows: b. Roadways: Backfill shall be placed up to the elevation of the subgrade. Sidewalks, Turfed or Seeded Areas and Miscellaneous Areas: Backfill shall be deposited in layers of a maximum of 12-inch loose thickness, and compacted to 95 percent maximum density for cohesive soils and 90 percent maximum density for cohesionless soils. Compaction by water flooding or EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES SYSTEMS 02222-7 FISH3ERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK jetting will not be permitted. This requirement shall also apply to all other areas not specifically designated above. C. Backfill for Appurtenances After the manhole, catch basin, inlet, or similar structure has been consUmcted and the concrete bas been allowed to cure for 3 days, backfill shall be placed in such a manner that the structure will not be damaged by the shock of falling earth. The backfdl material shall be deposited and compacted as specified for final backfill, and shall be brought up evenly on all sides of the structure to prevent eccentric loading and excessive stress. 3.5 SPECIAL KEQUIREME2qTS A. Special requirements for both excavation and backfill relating to the specific utilities are as follows: B. Water Lines Trenches shall be of a depth to provide a minimum cover of 5 feet fi:om the existing ground surface, or fi:om the indicated finished grade, whichever is lower, to the top of the pipe. C. Electrical Distribution System Direct burial cable and conduit or duct line shall have a minimum cover of 24 inches fi:om the finished grade, unless otherwise indicated. The water mains shall be bedded and backfilled with sand and suitable soil or gravel as shown on the plan. The septic tank bedding shall consist of 1 foot of 1-inch crushed stone or as shown on the plans. E. Plastic Marking Tape Warning tapes shall be installed 1 foot directly above the pipe. NOTE: Thc use of plastic marking tape for identification purpose is mandatory for buried hazardous utilities, such as, eleclrical conduit, fuel oil, telecommunications, gas line, high pressure nitrogen, high pressure water line, domestic sewage force mains and industrial waste force mains, industrial sewers carrymg hazardous, explosive or toxic waste. Metallic tape will be used for all plastic or other nonferrous pipes and for ferrous pipes buried to depths such that the top of the pipe is more than 3 feet deep. E. Safety The Contractor shall be responsible for compliance with regulations for confined space and shoring. EXCAVATION, TRENCHING AND BACKFILLING FOR U'flLITII~S SYSTEMS 02222-8 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK 3.6 TESTING A. Testing shall be the responsibility of the Contractor and shall be performed at no additional cost to the State. Testing Facilities Tests shall be performed by an approved commgrcial testing laboratory. No work requiring testing will be permitted until the facilities have been inspected and approved by the Owner's Agent. The first inspection shall be at the expense of the State. Cost incurred for any subsequent inspection required because of failure of the first inspection will be charged to the Contractor. C. Testing of Backfill Materials Characteristics of backfill materials shall be determined in accordance with particle size analysis of soils ASTM D 422 and moisture-density relations of soils ASTM D 1557. A mmmaum of one particle size analysis and one moisture-density relation test shall be performed on each different type of material used for bedding and backfill. D. Field Density Tests Tests shall be performed in sufficient numbers to ensure that the specified density is being obtained. A minimum of one field density test per lift of baclcfill for every 100 feet of installation shall be performe& One moisture density relationship shall be determined for every 1000 cubic yards of material used. Field in-place density shall be determined in accordance with ASTM D 2922. When ASTM D 2922 is used, the cal~mtion curves shall be checked and adjusted using the sand cone method as descn'bed in paragraph Calibration of the ASTM publication. ASTM D 2922 results in a wet unit weight of soil and when using this method, ASTM D 3017 shall be used to determine the moisture content of the soil. The calibration curves furnished with the moisture gauges shall be checked along with density calibration checks as described in ASTM D 3017. The calibration checks of both the density and moisture gauges shall be made at the beginning of a job, on each different type of material encountered, at intervals as directed by the Owner's Agent. Copies of calibration curves, results of calibration tests, and field and laboratory density tests shall be furnished to the Owner's Agent. Trenches nnproperly compacted shall be reopened to the depth directed, then refilled and compacted to the density specified at no additional cost to the State. E. Displacement of Sewers All sewers are associated with the septic systcnn. They shall be tested as discussed in Section 02731. A licensed Connecticut Engineer familiar with septic systems shall prepare as-builts and test reports. F. MetallicMaterials Metallic Materials shall be disposed of as directed by the Owner's Agent. END OF SECTION 02222 EXCAVATION, TRENCHING AND BACKFILLING FOR UTILH'ItiS SYSTEMS 02222-9 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 02240 - DEWATERING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes construction dewatering. B. Related Sections include the following: 1. Section 02222 "Excavation, Trenching and Backfilling for Utilities Systems". 2. Section 02260 "Excavation Support and Protection." 1.3 A. PERFORMANCE KEQUIREIV[ENTS Dewatering Performance: Design, ftardsh, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground-water flow into excavations and permit construction to proceed on dry, stable subgrades. 3. 4. 5. Maintain dewatering operations to ensure erosion control, stability of excavations and constmctrxt slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Prevent safface water from entering excavations by grading, dikes, or other means. Accomplish dewatering without damaging existing buildings adjacent to excavation. Remove dewatering system if no longer needed. See test pit log and monitoring well infomtion. 1.4 A. SUBMITI'ALS Shop Drawings for Information: For dewatering systenx Show arrangement, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. 1. Include a written report outlining control procedures to be adopted if dewatering problems arise. 2. InClude discussions of means of discharge per DEP requirements as necessm'y. B, Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site facilities that might be misconstrued as damage caused by dewatering operations. C. Field Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. DEWATERING 02240-1 1.5 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK QUALITY ASSURANCE A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. B. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 A. PROJECT CONDITIONS Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. Survey adjacent structures and improvements, employing a qualified Professional Engineer registered in Connecticut or Land Surveyor registered in Connecticut, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. PART 2 PRODUCTS Not Used. PART 3 - EXECUTION 3.1 A. PREPARATION Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. Prevent surface water and subsurface or groundwater from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. Install dewateting system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. Do not close or obstruct walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around obstructed roads if required by authorities having jurisdiction. DEWATERING 02240-2 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK 3.2 INSTALLATION gb Do Install dewatering system utilizing wells, well points, or similar methods complete with pamp equipment, standby power and pomps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system cont'muously unffl dra'ms, sewers, and structures have been constructed and fill materials have been placed, or until dewater'mg is no longer required. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to dram water-bearing strata above and below bottom of foundations, drams, sewers, and other excavations. Do not permit open-sump pumping thc! leads to loss of fines, soil p~pmg, subgrade softening, and slope instability. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drams, sewers, and other excavations. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow- control devices as required by authorities hay'rog jurisdiction. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requtrements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. Remove dewateting system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a min'unum of 36 inches (900 mm) below overlying construction. G. Damages: Promptly repair damages to adjacent facilities caused by dewater'mg operations. PART 4 - PAYMENT 4.1 PAYMENT A. This item shall be included in the lump sum bid for the project and the appropriate lump sum(s) bid. END OF SECTION 02240 DEWATER1NG 02240-3 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 02250 - UNCLOG DISTRIBUTION SEWER IN LEACH FIELD PART 1 -GENERAL 1.1 This work includes unclogging a 4-Lnch diameter PVC distribution line by rodding in the existing community leaching field as shown on the plans. PART 2 - PRODUCTS 2.1 The line to be unclogged extends t~om the dislribution chamber 6A to distribution box 22. The line is standard D3034 SDR35, bell and spigot sewer pipe 4-inches in diameter. The distribution chamber is a Bilco hatch chamber with access to the sewer. The distribution box is a buried concrete dish-ibution box. PART 3 - EXECUTION 3.1 The Contractor shall excavate down to and open the disttibution box. Thc unclogging shall include the pipe and the box. After completion, the pipe and box shall be aligned both horizontally and vertically. The box shall have adequate bedding. After rodding, the sewer shall be tested by directing all flow to the east from the distribution chamber and checking the continuity of flow. PART 4 - PAYMENT 4.1 The payment shall be the lump sum bid for all of the above desen'bed work- END OF SECTION 02250 UNCLOG DISTRIBUTION IN LEACH FIELD 02250 - 1 FISHERS ISLAND SEWER DISTILICT FISHERS ISLAND, NEW YORK SECTION 02260 - EXCAVATION SUPPORT AND PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 B. SUMMARY This Section includes temporary excavation support and protection systems. Related Sections include the following: 1. Division 2 Section "Dewatering" for dewatering excavations. 2. Division 2 Section "Earthwork" for excavating and backfilling and for existing utilities. 1.3 PERFORMANCE REQUIREMENTS Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and conslracfien loads. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified Registered Connecticut Professional Engineer. 2. Prcvenl surface water f~om entering excavations by grading, dikes, or other means. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. Comply with OSHA and applicable industrial safety standards. 1.4 A. SUBI~LrrrALS Shop Drawings for Information: Prepared by or under thc supervision of a qualified Professional Engineer for excavation support and protection systems. Include Shop Drawings signed and sealed by the qualified Registered Connecticut Professional Engineer responsible for their preparation. B. Qualification Data: For Installer and Professional Engineer. EXCAVATION SUPPORT AND PROTECTION 02260-1 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.5 A. PROJECT CONDITIONS Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by the Construction Administrator and then only after arranging to provide temporary utility services according to requirements indicated. B. Project-Site Information: 1. Make test borings and conduct other exploratory operations necessary for excavation support and protection. C. Survey adjacent structures and improvements, employing a qualified Professional Engineer or Land Surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. (Note: DTC surveyed the site and has established bench marks.) During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Engineer ff changes in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 - PRODUCTS 2'1 MATERIALS In the event that permanent excavation support and protection are required, provide the following: A. General: Provide materials that are either new or in serviceable condition. B. Stmctoral Steel: ASTM A 36/A 36M, ASTM A 690/A 690M, or ASTM A 992/A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/A 690M; with continuous interlocks. D. Wood Lagging: Lumber, mixed hardwood, nominal rough th/ckness of 3 inches. E. Cast-in-Place Concrete: AC1301, of compressive s~rength required for application. F. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. EXCAVATION SUPPORT AND PROTECTION 02260-2 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK PART 3 - EXECUTION 3.1 A. PREPARATION Protect structures, utilities, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with utilities. 3.2 A. Do not close or obsiruct the gravel roadway, occupied or used facilities without permission from Construction Administrator having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by the Owner. Locate excavation support and protection systems clear of p~,,,anent construction so that formLng and finishing of concrete surfaces is not impeded. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remam stable. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. SOLDIER BEAMS AND LAGGING (I~ REQUIRED) Install steel soldier beams before starting excavation: Space soldier bearn~ at regular intervals not to exceed allowable flexural strength of wood lagging. Accurately align exposed faces of flanges to vary not more than 2 inches (50 mm) from a horizontal tine and not more than 1:120 out of vertical alignmant. Install wood lagging within flanges of soldier beams as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and Compact. Install wales horizontally at centers indicated and secure to soldier 3.3 A. SHEET PILING (iF REQUIRED) Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous battier. Limit vertical offset of adjacent sheet piling to 60 inches (1500 mm). Accurately align exposed faces of sheet piling to vary not more than 2 inches (50 mm) from a horizontal 1/ne and not more than 1:120 out of yerfical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. EXCAVATION SUPPORT AND PROTECTION 02260-3 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK 3.4 A. BRACING Bracing: Locate bracing to clear columns, floor flaming construction, and other permanent work. If necessary to move brace, install new bracing before removing original brace. 1. Do not place bracing where it will be cast into or included in permanent concrete work, unless otherwise approved by the Engineer. 2. Install internal bracing, if required, to prevent spreading or distortion of braced frames. 3. Maintain bracing until slructaral elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.5 A. REMOVAL AND REPAIRS OR PERMANENT SUPPORT Remove excavation support and protection systems when conslrttction has progressed sufficiently m support excavation and bear soil and hydrostatic pressures. Remove in stages m avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. 1. Remove excavation support mad protection systems to a minimum depth of 48 inches (1200 mm) below overlying construction and abandon remainder. 2. Repair or replace, as approved by the Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. Leave excavation support and protection systems permanently in place at no extra cost m the Owner, if directed by the Construction Administrator. PART 4 - PAYMENT 4.1 PAYMENT A. This item shall be included in the lump sum bid for the project and the appropriate lump sum(s) bid. END OF SECTION 02260 EXCAVATION SUPPORT AND PROTECTION 02260-4 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 11100 - WASTEWATER PUMPS PART 1 - GENERAL 1.1 A. WASTEWATER PUMPS The Contractor shall furnish, install, and satisfactory test two (2) Crene-Bames Explosion-proof Pumps R4SEHS02 (formerly Peabody Barnes) (see Appendix A for original pump cut sheet). The testing shall be witnessed by the Engineer. PART 2 - EQUIPMENT 2.1 2.2 2.3 Pump shall be explosion-proof, 5 h.p. 30, 240V, R4SEH502 Crane-Barnes Pumps Spare parts shall include two sets of mechanical seals, 2 sets of"O' nngs anal gaskets, 2 sets of bearings, 2 impellor screws, keys and gaskets. All wires shall be connected including thc power, the high temperature shut-down with re-set, and moisture detection wiring. The alarms in the existing control panel shall be tested. 2.4. The pump motor size shall be 5 h.p., and the pump shall be capable of 180 gpm at 40 ff. of total dynamic head. The pump size shall be 4 inch and the rpm 1750. The voltage shall be 240, 3 phase at 60 Hz. Solids size passing shall be 3 inches. The cord length shall be 30 feet. The pump motor shall be rated for NEMA Class I, Division 1, Group D Ha?ardous Locations. PART 3 - EXECUTION 3,1 The Contractor's attention is brought to the fact that new guide mils were furnished and during 2007. The Contractor shall assure that the new pumps shall seal tight in the brass slide rail assembly. 3.2 A. TESTING Testing shall include pump testing and alarm testing including the pump high temperature and moisture seal. A pump test shall be conducted for each pump. The flow into the wet-well shall be determined. The pump shall be switched on at the high water level and used to pump to the "pump off" position. The volume of wastewater pumped and time of pumping shall be computed. Based upon these readings, the pumpmg rate shall be documented. The two pump alarms are moisture detection and thermal overload. These circuits shall be tested for continuity at the control panel. The control panel is a newer CSI control panel. WASTEWATER PUMPS 11100 - 1 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK 3.3 WARRANTY A. The pumps shall be under warranty for 18 months after startul: and testing. 3.4 SHOP DRAWINGS A. Six (6) sets of shop drawings shall be submitted to the Engineer for approval prior to ordering the pumps. 3.5 OPERATION AND MAINTENANCE MANUALS A. Four (4) copies of the Operation and Maintenance Manuals shall be forwarded to the Engineer for approval. PART 4 - PAYMENT 4.1 The Contractor shall be paid for the lump sum bid to purchase, transport, install, and test two (2) 5 h.p. pumps, including all appurtenant work described above. END OF SECTION 11100 WASTEWATER PUMPS 11100 - 2 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 11200 - GENERATOR AND ENCLOSURE PART 1 - GENERAL 1.1 GENERATOR AND ENCLOSURE The Contractor shall furnish, and install a generator and sound enclosure. (Note: An existing new automatic transfer switch (AT8) is on a panel board) and install it and all wiring. PART 2 - EQUIPMENT 2.1 A. ENCLOSURE The generator enclosure shall be a 25/30/50RZGB weather enclosure with silencer (an enclosed, insulated critical silencer) with rain cap and tail pipe, sldd mounted, fully corrosive resistant material with hinges, and removal doors. a. Fade, serateh, and corrosive-resistant Kohler~ cream beige and black powder baked finish. b. Steel construction enclosure. o. Hinged and movable doors. d. Lockable, flush-mounted door latches. e. Automatic door holders. f. A/r-inlet louvers and baffles to i~inimi?g rain and snow an~a-y. g. Pitched enclosure roof to lllinimiTg water accumulation. 2.2 A- GENERATOR The generator shall be Kohler, Inc., 25 kw as furnished by Kinsley Power Systems, Inc., 14 Connecticut Drive East, Crranby, Connecticut 06026, or equal. The model number is 25RZGB. The generator representative must provide start-up and testing. The Contractor shall test the power by switelfing the main power off for a period long enough fur the test of the generator end then on m check the Wansfer back to the main power. The main power is 240 volt, 3 phasc Delta, based upon discussions with the power company. The generator set will be supplied with all the necessary accessories and controls to meet this specification. C. The generator shall be mounted on spring-fiex isolators. RATING - The engine generator set will be operated outdoors at attitude no! exceeding 500 feet above sea level. The maximum outside ambient will be 100 degrees F. The engine generator set will start, accelerate to governed speed and voltage, and accept full load in 10 seconds or less. The rating of the set will be based on operation with ali power consuming accessories in operation, such as cooling fan, jacket water pump, lube oil pump, air cleaner, exhaust muffler, battery charging generator, and A.C. generator with exciter. GENERATOR AND ENCLOSURE 11200 - 1 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK The generator set shall deliver its rating continuously for the duration of any normal power failure. The set rating shall be 25 KW standby and 25-31 KVA. Bidder Supplied Information a. Current applicable literature completely describing the engine generator set and all accessories. b. One (1) reproducible plus six (6) copies of all mechanical and electrical drawings. c. Furnish the following information: 1) 2) 3) 4) 5) 6) 7) 8) 9) Engine manufacture and model. Number of cylinders/in line or vee. Bore and stroke/piston speed ~ rated rpm. Displacement in cubic inches. Brake Mean Effective Pressure (BlvlE~) @ rated load. Generator design capacity in KW, KVA, and P.F. NEMA MG 1-22, 240 temperature rise and rating. Number and type of generator bearings. Type of generator exciter. 2.3 ENGI2qE REQUIREMENTS A. Engine type: 1. The engine will be a liquid propane engine. Two cycle enghaes are not acceptable alternate on this job. 2. The engine will be capable of rated and satisfactory performance on standard liquid propane fuels. Cooling System: 1. A unit mounted radiator shall be furnished complete with blower (pusher) cooling fan and duct flange. 2. The cooling system will be supplied with corrosion inhibitor and/or ethylene glycol base antifi:eeze to meet the specified minimum ambient temperature. Exhaust System: An exhaust silencer shall be furnished of industrial standard construction, all welded, for stationary engine application. The silencer shall attenuate exhaust noise to a residential level. A seamless, convoluted, flexible exhaust connector shall be provided. It shall be a minimum of 18 inches long. The entire exhaust system and silencer shall be supported independently of the generator set in a manner which shall prevent transmismon of vibration and allow for expansion. Long mdins, low restriction fittings will be used throughout, and pipe size will be sufficiently large to GENERATOR AND ENCLOSURE 11200 - 2 FISHERS ISLAND SEWER DIS2r?,ICT FISHERS ISLAND, NEW YORK handle the engine exhaust flow at full load without causing back pressure in excess of thal allowed by the engine manufacturer. Silencer m be roof-mounted on the generator enclosure. Fuel System: The 250 gallon liquid propane fuel storage tank, fittings, gauges, and piping shall be installed as shown on the contract drawings and in accordance with NFt'A and any applicable local codes. An automatic fuel level control switch mounted in the service tank shall control the fuel transfer pumps and maintain fuel level under normal or emergency conditions. KA separate switch shall signal low fuel. 3. Fleya'ble fuel connectors will be supplied to isolate vibration at the engine. 4. The engine will be provided with fuel filters of the cartridge type at the engine fuel inlet to filter all fuel entering the engine system. Engine Lubrication System: The engine will be furn/shed with a gear type lube oil pump which will furnish oil under pressure to moving parts. Full flow lube oil filters will be provided in addition to a bypass valve which will allow lube oil eireulatiun in the event of a failure of the filtering system. Engine Governing System: 1. The engine generator set will be provided with a hydraulic type governor of the constant speed type. The generator shall be capable of maintaining a steady state band width of not more than +/- .25%, at any constant load, fxom no load to full load. The governor will maintain governed speed at 60 Herlz at any load, fxom no load to full load. Starting System The engine will be equipped with a heavy duty electric, DC starting motor, positive engagement type, of sufficient espaeity to crank the engine at starting speed for 1 full minute without overheating. Automatic Engine Control - A fully automatic engine control will be supplied which will start and stop the set in response to an external contact position. The engine control will incorporate solid state, instantaneous reset, adjustable plug in timers. All engine control contacts will be 10 amp capacity. All relays will be of the enclosed type. The control will provide the following features": a. Engine Control Switch (1) Four position switch will include a manual start push button to allow operation completely bypassing the engine control. GENEILA. TOR_ AND ENCLOSURE 11200 - 3 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK b. A cyclic, adjustable overall cratddng cycle of 60 to 120 seconds with crank and reset periods adjustable from 10 to 30 seconds. c. Engine safety shutdown controls to shut the engine down in the event off (1) High jacket water temperature. (2) Low lubricating oil pressure. (3) Overerank (failure to start). (4) Overspeed. 3. Annunciator lights shall be provided for: *Selector not auto *Overcrank *Low off pressure *Provide contacts and relay for single remote alarm *Low fuel level (on remote tank) *Overspeed *High engine temperature d. Generator Set Starting Bat*gcy: (1) 3, lead-acid, heavy duty battery system will be fin'nished of sufficient capacity to provide three full cycle starts. (2) An acid resistant type battery rock will be furnished with proper cable. (3) Battery cables will be provided. Battery Charging: An automatic, two rote, .5 to 12 amp solid state, battery charger will be supplied with fused input and output in a NEMA 1 enclosure for wall mounting. The charger will be SCR controlled and solid state to eliminate lnecharlical contact problems. The charger control printed circuit board will be easily replaceable and will contain both high and low adjustable charge rote potentiometers, ammeter and a charger status (power) light. The charger design will be adequate to allow a charge rote of 20 ampere for interm/ttent periods, without harming the charger. The charger will include a status control relay which will allow three function options: 1. Disconnect during cranking only; 2. disconnect during generator set operation; and 3. continuous battery monitoring. Heaters, Cold Weather: 1. A jacket water heater will be provided which will be thermostatically controlled and adjustable, to maintain the engine block at 70 degrees to 100 degrees F. to assure rapid starting, 10 seconds or less, under the specified ambient temperature. The heater will be for 120 VAC operation. The heater will be of the industrial tank type with check valve thermosyphon circulation, tteater must be IJ.L. listed. GENERATOR AND ENCLOSURE 11200 -4 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK A lubricating oil heater, thermostatically cent~olled will be provided, adjustable from 70 degrees to 125 degrees F. The heater will be of steel sheath construction end a watt density of 20 or less, for compatibility with lubricating oil. Power for the lubricating oil heater will also be 120 VAC. Heater must be U.L. listed. 2.4 NEMA A.C. GENERATOR A. Generator Construction 1. The power generator will be of the salient pole synchronous type. The generator will be equipped with amortissiur windings for future paralleling option. Thc generator will be of single bearing flenge mounted design. The bearing will be a sealed, friction less, cartridge type. The coupling will be a laminated, steel-semi-flexible, piloting type. The exciter will be direct connected bmshless type. Insulation class will be in accord with the most recent NEMA-MG-1-22.40 reqmrements for the generator. The generator will be provided with a power terminal cabinet of adequate size for connection of load conductors. B. Generator Rating: 1. The A.C. generator will be rated standby at 25 kw, 25-31 KVA, 240 volts, 3 phase Delta .8 power factor, 60 Hertz, 1800 RIM for continuous end 25 kw maximunx Temperature rise at 25 kw shall not exceed 80 degrees C over 40 degrees C. C. Generator Voltage Regulator: An automatic voltage regulator will be supplied to match the generator end exciter characteristics. It will be of the solid state type. It will regulate the generator output voltage from no load to full load within more or less 2%. A voltage adjust potentiometer will be supplied which will provide en adjustment range of more or less 5% of output voltage. The regulator mspunse to a full load application shall be a maximum of 2 seconds to a steady state bend of more or less .25%. A INTEMA 1 generator control penel will be supplied to monitor the generator output. The generator control panel will be a unit mounted type completely wired end sci on m'eration isolators. The panel will include the following: (a) Voltmeter. Co) Ammeter. (c) Combination volt/meter selector switch 4 position. (d) Frequency motor. (e) Running time meter. (f) Panel light end switch. (g) Alarm bell with a silence switch. (h) Overload protection, manual reset, main breaker, trip of 100 amp current rating, i.e., 100 AF/100 AT. (i) Automatic engine control/enntrol switch as specified in section 2.3e visual alarrm (j) Auxiliary contacts for remote alarm. GENERATOR A/NrD ENCLOSURE 11200 - 5 Duplex receptacle. FISHERS ISLAND SEWER DISTRICT FiSHERS ISLAND, NEW YORK PART 3 - EXECUTION 3.1 The Contractor shall provide the generator specified, install it on the existing pad, connect it by w/ring into the existing transfer switch and electrical pane] alarms end satisfactory test it per the manufacturer's instructions end the Engineer. 3.2 TESTING A. Factory Testing 1. The generator set will be tested at 25 kw for two hours at .8 power factor. The test will be certified by the manufacturer. 2. The generater set will also be tested at a maxamum rated load of 25 kw for two hours and recorded as part of the test. 3. All unit mounted accessories will be tested with the set, i.e., armnnciator penel, engine control, safety devices, etc. All data will be included in the test, i.e., ambient temperature, jacket water temperature, lube oil pressure, battery charging, m3omtinn, generator voltage, current kw, KVA, power factor, exciter voltage and field current per NEMA and IEEE test standards. B. Field Testing The complete engine generator set will be tested under the supervision of a representative of the generator set manufacturer. The test will include operation and adjustment of the unit and all accessories, after completion of installation. The field test will include operation of the unit at 25 kw for not less than two hours. All accessories will be tested and properly adjusted. 2. The field test will include instruction of the Owner's maintenance personnel in the operation and maintenance, warranty and service of the generator set. C. Warranty, Operating and Maintenance Manual The manufacturer will furnish six (6) copies of the warranty, the operating instruction manuals, and parts list of the equipment furnished. Operators manuals will include suggested periodic malntenence for the equipment furnished. 2. The warranty will be standard one year type for standby servace in which 200 hours operation might be expected. GENERATOR AND ENCLOSURE 11200 - 6 FISIrlERS BLAND SEWER DISTRICT FISI-I~RS ISLAND, NEW YORK Do 3. The manufacturer shall proxdde supervision to assist with proper installation of a period of three. (3) worl6~ng days, i.e.: First Day: Second Day: Third Day: Unloading and site meetings. Installation and prep meetings; and Four (4) hour acceptance test and revSew operation with the Owner. Enclosure The engine-generator shall be enclosed in a steel weather-protective housing for outdoor use. The generator enclosure shall be a 25RX68 by Kohler Power Systems, or equal. Enclosure shall be lined with 1 inch removable side louvered doors, locking kit, piano hinged doors, bird screening and rodent proofing. PART 4 - PAYMENT 4.1 The generator set and enclosure shall be paid for per the lump sum bid for furnishing, mmsporting, installing including wiring into the existing system and testing. The work shall also include all of the work discussed above. A. The generator set will be supplied with all the necessary accessories and control to meet this specificat/on. B. The generator shall be mounted on spring-flex isolators. END OF SECTION 11200 GENERATOR AND ENCLOSURE 11200- 7 FISttER8 ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK SECTION 11300 - PROPANE TANK AND TUBING PART 1 - GENERAL 1.1 TANK, PROPANE AND TUBING CONNECTIONS The Contractor shall furnish, install, and test the propane tank, fittings and tubing extending to the generator. PART 2 - PRODUCTS 2.1 The tank shall be an above ground tamk by Trinity Industries, 2525 8temmons Freeway, P.O. Box 56888, Dallas, Texas, or equal. The tank shall have a capacity of 250 gallons, be 30 inches in diameter and 7 feet and 10 3/8 inches long +/- 10%. It shall be designed per the latest edition of the ASME Code for Pressure Vessels, vm, Dixdsiun 1. It shall comply with the NFPA-58 and be l/smd by U.L. It shall be rated at 250 psig from -20° F to 125° F..MI tanlm may be evacuated to full vacunn~ 2.2 TANK TUBING AND CONNECTION Tubing shall be PE pipe, Y~" IPS about 20 feet long. Must meet the latest edition of ASTM Standards, NFPA-58, ASTM-53,513 andD 2513. Rigid risers will be installed at both ends. They shall be Continental Industries, Inc., 4102 South 74z East Avenue, Tulsa, Oklahoma, Phone (1-800-558-1373). Catalog # 1453-91-4613- AA, or equal. They shall be 1" lVlFr x Ya" ][PS SDR11, 2406, P.E. (30" L x 29" It). They shall meet the following: 1. Meets or exceeds all requirements for the Categorization of Mechanical Fittings within ASTM D2513-90c Category 1, and requirements fxom the Code of Federal Regulations, Title 49 part 192.281, 192.283 and 192.375. 2. Meets or exceeds NFPA-58-1992. 3. Listed with IAPMOFtJPC and CSA. 4. Pipe threads conform to ANSI B1.20.1. 5. All gas carrying steel parts meet or exceed ASTM A53. 6. Casing materials meet or exceed ASTM A53 or ASTM A513. 7. All pE pipe and tubing components conform tc ASTM D2513, Ail flanges meet ASME/ANSI B16.5 or MSS D2513. Cathodic disbanding of electrostatic applied epoxy coating evaluated in accordance with ASTM G-8-90. PROPANE TANK AND TUBING 11300 - 1 10. 11. FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK Effect of salt spray (fog) on elec~ostatic applied epoxy coating evaluated in accordance with Bl17.85. Rigid risers available with or without a Con-Stab ID Seal® Coupling attached. PART 3 - EXECUTION Six (6) copies of shop drawings shall be submitted to the Engineer for approval prior to ordering. The tubing and horizontal legs of the riser shall be bedded in sand or fill soils with no rocks larger than 2 inches diameter. The minimum depth to top of pipe shall be 18 inches. 3. The tank shall be installed above ground on 6 inches compacted gravel. 4. The entire system shall be tested after the installation and prior to backfill. No air leaks are acceptable. PART 4 - PAYMENT 1. Payment shall be the lump sum bid for providing, installing, and satisfactory testing the tank and associated tubing. Payment shall not be made until the generator testing, with the propane testing, is completed. END OF SECTION 11300 PROPANE TANK AND TUBING 11300 - 2 FISHERS ISLAND SEWER DISTRICT FISHERS ISLAND, NEW YORK APPENDIX A PUMP AND SLIDE RAIL SHOP DRAWINGS (1985) SUBMITTAL DATA JOB NAME Fishers Island Sewer SOLD TO Armm Construction CONSULTING ENGR. H~nr'y NUMBER OF 'UNITS t~o (2) Wastewatar Tr~mtm~nt ~cSlity Peabody Barnes- NO. OF PRINTS lO []For Approval ~Revised []Final REF. P.i-2~ Paraqravh t.3 SUBMERSIBLE PUI~ DATA TTPE MODEL R~SEli502 [~Non-Cl og PUkP SIZEt'' RPII: 1750 rlGrinder lip 5 GPM 180 HEAD ~0 ~% []Effluent ~LIDS SIZE ~.~ CORD LENG~ 30 ft. ' / '~ ~TING: ~ick Disconnect ~ ~5tationa~ Mount ELECTRIC ENCLOSURE: ~ 3R [] IV []OTHER TYPE dupl ex HP 5 VOLTAGE 240 PHASE 3 liERTZ 60 OPTIONS: ~E]HWA Light Y[]ETM ~.UL Panel ~gL. ightning Arrestor ~E]H~ Horn ~ Intrinsically Safe ~Phase Monitor O~R: panel include meeb~ni~l ~-~+ ~e~h~n::m, ~ ''~ shutdo~, with reset ~st.~"'d~t~-~ ~*~ :v:r!:=! r:=;t, ..... I~. LIFTING: ~Chatn U~ble U ~alvani zed ~.5tainl ess Steel GUIDE BRACKET~: .~Upper .~ . ';' ~Stainless Steel i r ..... : : - P9~ ~ COVER SIZM3~i8" VAL~ PIT CO~R.~SIZE V~ ~7 CO~NT~: pu~s 'includi high t~er~iu~e .~u{~o~ and seal motor r~ted for hazardous locations, NE~ Class 1,. Group D, guide rail furnished ~y..cSnt factor .[~A l umi num [~St eel failure warni CUSTO~Rj DATE: SPECIAL two (2) scre~s~ 'PO-No. verbal Scott LOC No. 85-182. ',RE~UflLD~-lfI'S:'.spare part-s included:, two ;(2) sets mechanical seal :set o rfngs and l?sket, s,: two- {2')..set ~ea:rin~s., two (2) ~rapeller~ ~del "BAF 6" MANSFIELD, )TAL HE 16 GO-- 5O performanCe Curve RL 210B Submersible Wastewater Pumps Models: R4SEHS01 Thru 1DD4 Solids: 3" Spherical RPM: 1750 Impeller Dia.: Various Peabody Barnes Inc. 12. 40 3O 8' 6 2O · 10 U. S. GALLONS · PER MINUTE 100 500 600 700 800 200 300 400 · ..... ~nn ~.nnn 3000 2200 2400 2GO0 2800 30~ ~200 340 Heavy Duty Explosion Proof ...e~.x~. Submersible Wastewater Pumps Di~ · ~i'a~ 'i', Group C-& D, .... ;i~'~-o-r¥ i ~odsls TR4SE151 R4SE301 R4SE153 R4SE302 R4SE1S4 R4~E304 R4SE201 5~ · R4SE2D3 R45E204 R4SE752 R4SET54 'Size "4" Disch.arge R4$EH3~! ' R4SEH302 R4SEH304 R4SEHS01 R4SEHS02 R4B£H$O4 R4SEi-1752 R4SEH754 R4SEH1002 R4$EH1004 R4SEH1502 R45EH1504 R4SEH2~D2 R4SEH2004 3" Spherical Solids Handling --Pu~np Specifications 'Size: '4" Di~.her~, 3W' Suction Opening Impeller: 2-Vane, Cast Ironwith Pressure Vanes on Beck Side Pump Body: Cast Iron H~rdware: 300 Series Stainless Steel Suitable for: 104' F. Liquids Motor Specifications Typ~: Air-filled Submersible Housing: Cast Iron Hardware: 300 Series Stainless Steel Shaft: 416 Sta;nless Steel Thrust Bearing: Ball Radial Bearing: Ball Seal: Tandem double mechanical type running in oil. Carbon end Ceramic Faces. · .Standard Equipment: Moisture and temperature sensin§ prob~; 25' of SO cable. WARNING: DO NOT USE TO PUMP FLAMMABLE LIQUI DS. NOTE: MOISTURE AND TEM~'ERATURE SENSORS MUST BE CONN ECTE'D TO VALIDATE TH E UL LISTING AND THE PEAE~ODY BARNES WARRANTY. Effec'cive July 1, lg76 EXPLOSION PROOF SUBMERSIBLE SEWAOI2 PUMP Several pump manufac~rers have been promoting the f;,ct that their motor used in a submersible unit is an explo~ion-prcofed, Class 1, Group D motor for hazardous loca- tions. However, they do not relate the total story as to the other components involved,.. such aa, power cords and level controls to meet this ~ondition. The hazardous location as r~fermd to above, would be a result of flammable liquids, or a flammable gas atmosphere around the motor. These mater{als could be a Methane gas, household, or industrial cleaning solvent, or petroleum products. If a submersible motor was expos.=d to the aforementioned gases while operating, it should be a valid concern of all parties involved. However, if a submerfibla motor is completely immersed at all tim~s under the liquid, then it ia completely isolated from the explosive atmosphere. The pump manufacturers mentioned abow, clearly state in their installation in.~l~uctions, in BOLD PRINT, that "Level control must be adjusted so power will cut off before liquid level drops to top of motor." Consequently, regardlaas of type of motor used in the unit, you would, in reality, have an explosion-proof motor by controlling the allow-. able pump-down level. · On our equipment, it is very simple for us to control the pump-down level, plus control a shut-off point, by merely adding another Mercury Level Control Part No. 51247. But. in addition to this, we propose the following: 1. To insure~t tie liquid level will never fall below the top of the motor, by the eddi- t~on of th~ above level control wired to a Redundant Fail-Safe Circuit Cutoff in the panel, Jt would aul:>matically shut off all units before the motor would be exposed. 2. Since the level controls am aiso exposed to the sams atmosphere, soma prOVision must be mede to make them explosion-proof. We accomplish this by installing an Intrinsically Safe .R. elay par I .ev?l control circuit in our panel. The~_~ .~_~I..a~Ls_._r~lu~ the energy..i.n th.a circuJt to tl~ pom~ ~_at. ~tl'~'e_i.s.n? sp~r_, k~.~y .~.itcbmg..~ea 'sac;tio--t~'~ 9- Pag~ 104, for pricing. 3. To make the motor power cord explosion-proof, a_Ejgid conduit should.be instal.__l_ed.. We would offer a stsinl~s steel conduit fi~ing with our unit, with the conduit to be, · supplied ~y.~th~r~ See Section 6- Pb~ lb3B, for pricing. In conclusion, by the use of an additional I~v~l control, in conjunct[on with a Redundant Fail-Safe Circuit, In'a-insically Safe Relays and Conduit Connector on our units, we can offer an explosion-proofed For ref~ren~ information, the state of Califomla has classified all confined areas which ara exposed to unl~ate~l sew~ as Class 1, Division 1, hazardous Iocation~ Please be edvisacl that Peal~dy I~mas has be~n accepted, and approvc~, 'under the above stated condition~ Peai~dy Barnes Models "BAF 4" -- "SLIDE AWAY OOU?LING" FEATURES This coupling permits lahe itt~tallatlon of m $ubmersible Sewage Ejector in m wet pit in s~ch a m may be removed from pit for service or i ..~.n ma ~e.n returned j to seance without erge:rmg ~ P~ . plumbin~ MODEL IIAF4 and 1~ for MOU=-~'~ MOVABLE COUPLING has a ~dnless ~teel sealing face and can be mounted to any .pump that has ~-tanclard flange drilling. STATIONARY COUPLING is bolted to m ;tanclard ~a~t iron floor mounted elbow. ........... ':-- is sail deanlr~ The knife edge o! the rnov',=?e couPt2ng closing _.a~n o?ne m. u~.?_ didO'into '~'a4~n, thus makir~g it I non-mog coup:rog. v~p~ 'eM ~a1~m'mry l~c~ c~an u rz m ~"-~' ~' MOdel "BAF 4" DUPLEX INSTALLATION J~~ J~J'J'~e~ I/~ANSFIELD, OHIO Model "BAF 4" DUPLEX INSTALLATIO] MANSFIELD, 0 HP Volt RPM Pha~,e Dim, R45E151 1~ 230 1750 1 37.25 R45E153 1~ 230 1750 3 37.25 · R45E154 1~ 460 1750 3 37,25 R46E201 2 230 1750 1 37.25 R45E203 2 230 1750 3 37.25 R45E204 2 460 1750 3 37.25 R45E301 3 230 1140 1 40,58 R45E302 3 230 1140 3 39.56 R45E304 3 460. 1140 3 3g.55 R45ES02 5 230 1140 3 40.68 R45ES04 5 460 1140 3 40.53 R46E752 7~ 230 1140 3 45.30 R46E754 7~ 460 1140 3 45.30 R46EH301 3 230 1750 1 37.25 R4SEH302 3 230 1750 3 37.25 R4SEH304 3 460 1750 3 37.25 R46EH501 5 230 1750 1 45.30 R46EHS02 _5_ 230 17.50 .3 40.68 R45EH752 7% 230 1750 3 40.55 f145EH754 71,S 460 1750 3 40.53 R4$EHIO02 10 230" 1750 3 45.30 11 4SEHlO04 10 460 1750 3 45.30 ~SE~H1502 q 15 23b 1750 3 45.30 .R45EH1504 15 460 1750 3 45.30 R4SEH2002 20 230 1750 3 45.30 R45EH2004 20 460 1750 3 45.30 Peab- yl rnes - B.lt~' ' 11.75 SUCTION SUdTION [ .~ Feab y Barnes HEAVY DUTY SUBMERSIBLE SEWAGE PUMPS Models SEH301 SEH302 SEH304 SEHS01 CSEHS02~ $EH504 SEH752 SEH75.4 SEH1002 SEH1004 3" SPHERICAL SOLIDS HANDLING SIZE 4" DISCHARGE NOTE: Pump can operate dry for extended periods without damage to motor and/or seals. PUMP SPECIFICATIONS S~ze: 4" Did, barge, 3" Suction Op~ning Impeller: 2 Vane, Cast Iron w/Preseura Vanes on Bac~ Side ,~,!: Double Mechanical Type in Patsnted Oil-Filled, P~essure Equalized Chamber. Motor' end of Seal, Ceramic and carbon, Pump and of Seal, Glass fillecl Teflon and Ceramic Pump Bo~y: Ca~ Iron Moto~ H .mJ~ing: .C~st Iron l. fardware: Corrosion Res~tant ~uitable For=. 160 F. Liquids ~tandar'd Equipment= All MODELS equipped with legs for 3~' 'cl~rance setting above bottom of sump basin. All MODELS equip;ed with 30' of 10/4 SO cable. Add~onal Cable Available. See Section 6- Pag~ 10~A Carbi=le ~eal faces a~dleble. S,~e Section $- Paw 10~ Optional Equipment: Moisture and Te~nper=ture Sen~ing Controls. S~ Section ~-Page 40 ENGINE SPECIFICATIONS MODEL SEH301 - MODE L SEH302- MODEL SEH304 - MODEL SEH501 - .-~ MODEL SEH502 - MODEL SEHS04 - MODEL SEH752- MODEL SEH754- 3 HP, 230 V, Single Phase 3 HP, 230 V, Three Phase 3 HP, 450 ~', Three Phase 5_..HP. 230 V, Single Phase 5~RP 230 V. Three Phase 5 HP, ~ V, Three Phase 7~,~ HP, 230 V, Three Phase 7% HP, 4~0 V, Three Phase MODEL ~EH1002 - 10 HP, 230 V, Three Phase MODEL SEHIO04 - 10 HP, 450 V, Three Phase Single .P~=,_: Completely oil-filled, overload proteeti~n provided in control box, Throe P'na~e: Completely oilbfilled, overload proteetion provided in magnetic starter. Motor Speed: 1750 RPM Shaft: 416 Stainless 5teal Thm~t Bearing: Ball Radial ~aring: Ball _:~'tive M=rch 1.1~75 A. IM'EF~GE MAX. LOCKED MODEl. RUN. ROTOR MO. ~ AMPS SE~I-[301 2B,0 59.0 ~CH302 18.2 $EH304 9.1 ~'EH?54 14.0 S;~Ht 0,02 38.0 160.0 S~HI DO4 19.D SEH301 SEH501 SEH752 $EH302 SEH502 SEH754 SEH304 SEH504 SEHIO02 SEHIO04 C TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-t800 1 FAX: 631-765-6145 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "SOUTHOLD TOWN - FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH FIELD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning TO BE DETERMINED PLACE OF OPENING: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 DATE OF OPENING: TIME OF OPENING: 10:0OAM CONTACT PERSON: Michael A. Horne, P.E., Associate Diversified Technology Consultants (203) 239-4200 VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: l) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification rsquirementa. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). The bidder shall familiarize themselves with the conditions of the existing facilities. The Town of Southold welcomes and encourages minority and women-owned busineeees to participate in the bidding process. TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1800 1 FAX: 631-765-6145 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "SOUTHOLD TOWN - FISHERS ISLAND, UPGRADE OF WASTEWATER PUMP STATION AND COMMUNITY LEACH FIELD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning TO BE DETERMINED PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING: TOWN OF SOUTHOLD TO BE DETERMINED t0:0OAM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael A. Horne, P.E., Associate Diversified Technology Consultants (203) 239-4200 VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: t) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidders responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outiine bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). The bidder shall familiarize themselves with the conditions of the existing facilities. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. ENGINEERED SOLUTIONS April 1, 2008 Mr. Jamie Richter, P.E. Town Engineer Town of Southold 53095 Route 25 P.O. Box 1179 Southold, New York 11971 Fisher Island Pump Station Upgrade DTC Project No. 07-291-106 D~ar Mr. Richter: The specifications are enclosed for your review. Hopefully, the formality will not raise the cost of this work. We should have a plan "B" in mind in case the bids are lfigh. We have tailored the boiler plate to the project. If there are any comments, please forward them to Respectfully, DIVERSIFIED TECHNOLOGY CONSULTANTS Michael A. Home, P.E. Associate Enclosures cc with Enclosures ~l'he HOnorable Louisa Evans Kieran Con:oran, Esquire S52007~07291 Fishem Island PS Upgrade~et~mV)44) 1-08 RichtcLdoc DIVERSIFIED TECHNOLOGY CONSULTANTS 556 WASHINGTON AVENUE NORTH HAVEN CT 06473 203 239 4200 203 234 7376 FAX TOWN OF SOUTHOLD "FISHERS ISLAND UPGRADE OF WASTE WA TER PUMP STA TION AND COMMUNITY LEA CH FIELD" CONSTRUCTION SPECIFICATION SOUTHOLD, SUFFOLK COUNTY, NEW YORK DTC Project No: 07-291-106 Prepared For: TOWN OF SOUTHOLD 53095 Main Road Southold, New York 11971 Prepared By: Diversified Technology Consultants 556 Washington Avenue North Haven, Connecticut 06473 (203) 239-4200 APRIL 2008