Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Fishers Island Wastewater Treatment Facility
JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS August 6, 1985 Bi -County Construction Corporation 3180E .Express Drive South Central Islip,. New York 11722 Gentlemen: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Enclosed herewith is a check in the amount of $25.00 representing one -.half of your deposit for plans and specifications for the Fishers Island Wastewater Treatment Facility. As a non -bidder you are entitled to one-half refund for their return within 30 days of the bid date. Very truly yours, JUDITH T. TERRY TOWN CLERK. REGISTRAR OF VITAL STATISTICS Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 JOAN: Re: Fishers Island Wastewater Treatment Facility Deposit for Plans and Specifications The following non -bidders returned their plans and specifications within the required period of time and are entitled to $25.00 refund. Please prepare checks for: Bi -County, Construction Corporation - $25.00 Richard Grebe -- $25.00. Thank you. BI -COUNTY CONSTRUCTION CORPORATION 3180E Express Drive South Central Islip, N.Y. 11722 ROM (516) 582-5330 IFR IM TO Town of Southold = �� �OMd Office of the Town Clerk 53095 Main Road Southold New York 11971 GENTLEMEN: WE ARE SENDING YOU O Shop drawings O Copy of letter LETTER OF TRANSMITTAL O Attached O Under separate cover via the following items: ❑ Prints ❑ Plans O Samples ❑ Specifications O Change order O THESE ARE TRANSMITTED as checked below: ❑ For approval O Approved as submitted O For your use O Approved as noted 0 As requested ❑ Returned for corrections O For review and comment ❑ O FOR BIDS DUE 19 REMARKS O Resubmit copies for approval O Submit copies for distribution O Return corrected prints O PRINTS RETURNED AFTER LOAN TO US COPY TO SIGNED: 1/ enclosures am not as noted, k-ndly notlty us at once. 0 Addendum No. 1 Contract Documents For The Wastewater Treatment Facility Fishers Island Sewer District December 31, 1984 By Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Addendum No. 1 Contract DOcumelltS For The Wastewater Treatment Facility Fishers Island Sciver District December 31, 1984 �EOF NEtVY e? v 058~60 R�FFSSIO - By Henry Souther Engineering, Inc.. 25 Terrace Drive Vernon, Connecticut 06066 1 1 1 1 i a 1 1 TABLE OF CONTENTS Subject Pages Invitation for Bids I-1/2 Instructions to Bidders IB -100/106-2 Bid Proposal IB -107/109 Non -Collusion Affidavit of Prime Bidder IB -110 Non -Collusion Affidavit of Subcontractor IB -111 Bid Bond IB -112/113 Certificate as to Corporate Principal IB -114 Statement of Bidder's Qualifications IB -114/116 Agreement IB -117/119 Performance Bond IB -120/122 Labor and Material Payment Bond IB -123/125 Certification of Nonsegregated Facilities IB -126 Certification by Bidder Regarding E.E.O. IB -127 Notice to Labor Unions or Other Organizations of Workers Nondiscrimination in EmploymentIB-128 Performance Bond Information Form IB -129 Certification of Bond and Insurance Coverage IB -130 Labor Standards Provisions IB -131/134 General Conditions GC -100/150 Supplementary General Conditions SCG -0/14 Special Conditions SC -100/111 Technical Specifications TS -1-1/5-9 ATTACHMENTS I• Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects Construction Contracts II. State and Federal Funding III. Sample Showing Information Required for a Contract Modification Under Construction Grant Program IV. Affirmative Action Requirements Equal Employment Opportunity V. Minority Business Enterprise/Woman Business Enterprise Requirements VI. Utility Requirements VII. Monitoring Well Requirements VIII. Dewatering Permit IX. Beach Stone Removal Permit and FAA Permit i 1 IB_101 4. ALTERNATIVE OR SUPPLEMENTAL BIDS No Alternative or Supplemental Bids will be considered unless such Bids are specifically requested in these Instructions to Bidders and shown on the Bid Proposal Forel. 5. BIDS a. All Bids must be submitted on forms supplied by the Town and shall be subject to all requirements of the Contract Documents, including the Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Forms by the Bidder. rb. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Af- fidavit(s), Certification(s) Regarding Equal Employment Opportunity and the Statement of Bidder's Qualifications (if requested), shall be en- closed in envelopes (outer and inner, both of which shall be sealed and clearly labeled with the words "Bid Documents", project number, name of Bidder-, and date and time of Bid Opening in order to guard against pre- mature opening of the Bid. c. The Town may consider as irregular any Bid on which there is an altera- tion of or departure from the Bid Forms hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded on the basis of the low- est responsible Bid and the selected Alternative or Supplemental Bid items, if any. The Contract will require the completion of the work ac- cording to the Contract Documents. The Town reserves the right to reject the Bid of any Bidder it considers not responsible. 6. BID GUARANTY a. The Bid must be accompanied by a Bid Guaranty which shall be five percent (5%) of the amount of the total bid. At the option of the Bidder, the guaranty may be a certified check, negotiable U.S. Government Bonds (at par value), or a Bid Bond in the form attached, provided such guaranty is accompanied by a Certificate of Surety evidencing sufficient bonding ca- pacity and is licensed to do business in the State of Mew York. The Bid Bond shall be secured by a Guaranty or a Surety Company listed in the ' latest issue of the U.S. Treasury Circular 570. The amount of such Bid Bond shall be within the maximum amount specified for such Company in said Circular 570. No Bid will be considered unless It is accompanied by the required Guaranty. Certified check must be made payable as stated in the Invitation for Bids. Cash deposits will not be accepted. The_ Bid Guaranty shall ensure the execution of the Agreement and the -furnishing of the Surety Bond or Bonds by the successful Bidder, all as required by the Contract Documents. b. Revised Bids submitted before the opening of Bids, whether forwarded by mail or telegram, if representing an increase in excess of two percent- IB_101 but not limited to, one or more of the following facts: a. For having defaulted on previous contracts. b. For having failed to complete contracts within the time required without acceptable reasons. c. For having performed similar work in an unsatisfactory manner. d. For having failed to prosecute work continuously, diligently, and coop- eratively in an orderly sequence. ' e. For failing to file with the Town a statement of Bidder's Qualifications, if required, on the form furnished by the Town, fully outlining the capi- tal equipment, work on hand, and experience of the Bidder. f. When, in the Town's judgment, the sworn statement indicates that the Bid- der does not have the required experience in the class of work to be bid on, fails to have the proper labor and equipment to prosecute the work within the time allowed, or fails to have sufficient capital and quick assets to finance the work. 10. DISQUALIFICATION bF BIDDERS More than one proposal for the same project from an individual. a firm or partnership, a corporation. or an association under the sane or different names will not be considered. Reasonable ground for bel-ieving that any Bid- der is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such Bidder Is interested. Any or all proposals will be rejected if there is reason to believe that col- lusion exists among. the Bidders. and no participants in such collusion will be considered In future proposals for the same work. Proposals in which the prices. obviously are unbalanced may be rejected. Unbalanced prices shall be Interpreted to mean that the unit price for any item is such that it is un- reasonable for that particular item when considered by itself and not con- sidered in -connection with the bid submitted on any other item or items. No Contract will be awarded except to competent Bidders capable of performing the class of work contemplated. 11. FAMILIARITY WITH LAWS, ETC. The Bidder is assumed to have made himself familiar with all Federal and State laws and local bylaws. ordinances. and regulations which in any manner affect those engaged or employed -In the work, or materials or equipment used in or upon the work, or affect the conduct of the -work; and no pleas of mis- understanding will be considered .on account of his Ignorance thereof. 12. UNIT PRICES (Not _ applicable) , a. The unit price for each of the items in the proposal of each Bidder shall Include its pro -rata share of overhead and profit so that the sum of the C products obtained by multiplying the quantity -shown for each item by the I13-10 3: INSPECTOR Aerson assigned by the Engineer to ex- . mine and test materials and work proposed .to be furnished under the Contract, to observe the construction of the pro- ject, or any part thereof, to assist the Contractor in the interpretation of drawings, specifications and other can - Available - State of ConnecticutD.O.T., Wolcott Hill Road, Wethersfield, CT 061og GC -106 ENGINEER The Engineer of the Town, acting according to the duties assigned to him by the Director of Public Works of the Town, and also the representatives of said Engineer, when acting within and limited by the particular duties and powers assigned to each. See also "Manager" and "Inspec- tor". See text of Contract Agreement with respect to functions of the Engineer with respect to performance of Contract. HE, HIS, HIM These pronouns may be used with reference to the Contrac- tor or any person or party acting under or for the Con- tractor, irrespective of the sex, plurality, or corporate character of the Contractor, where the context indicates that the Contractor is referred to. Elsewhere these pro- nouns will be used in the usual manner. INDICATED See definition phrase "As Indicated" previously described. INFORMATION One of the contract documents prepared by the Engineer FOR and issued to prospective bidders. giving thew informa- BIOOERS tion relative to the proposed contract and work contem- plated therein. and giving directions for preparing and submitting proposals for the work, being attached to and _ issued with the Proposal form. Where the context admits, CM Information for Bidders will also include any anf ott eddende Issued by the En- gineer to prospective bidders, In +Mingg between the preparation of the original text of the Information for Bidders and the time for receiving and opening proposals, If such addenda are intended to amend or amplify the original Information for Bidders. But more oral state- ments by Town officers and employees, or correspondence not intended to be addressed to all prospective bidders as "addenda" and not intended to amend the original in- formation for Bidders will not be considered as part of the Information for Bidders. D.O.T. *D.O.T. herein the So_ecifications Specifications referred to are Connecticut D.O.T. Form 812 "State of Connecticut Department of Transportation Spefications for Roads, Bridges and Incidential Construction." INSPECTOR Aerson assigned by the Engineer to ex- . mine and test materials and work proposed .to be furnished under the Contract, to observe the construction of the pro- ject, or any part thereof, to assist the Contractor in the interpretation of drawings, specifications and other can - Available - State of ConnecticutD.O.T., Wolcott Hill Road, Wethersfield, CT 061og GC -106 11 1 1 1 11 1 22. TAX EXEMPTIONS Under Chapter 513 of"the Laws of New York, 1974 all materials and supplies sold to a Contractor and which are to become an integral, component part of a structure, building or real property owned by an exempt organization such as the Fishers Island Sewer District are exempt from the payment of New York State sales or compensatory use taxes. Therefore, the Contractor should not include any amount in its bid price to cover New York State sales tax for the above items. 23. USEPA's MASTER LIST OF DEBARMENTS Award of contract or subcontracts are specifically for- bidden to any firm or individual listed on USEPA's Master List of debarments/suspensions, and voluntary exclusions. The Contractor, if intending to award subcon- tracts should contact the.Grantee who will in turn contact the appropriate NYSDEC Project Section Chief or Project Engineer to determine if an :individual or firm is currently listed. 24. MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE The Contractor is advised that the New York State Department Standard. MBE/WBE Conditions The approved WBE goal for this MBE goal is 10%. The standard tion contract are contained in the project is subject to of Environmental Conservation for Construction Contracts. project is 2%. The approved conditions for this construc- Attachment V. 25. ALTERNATE BIDS (Not applicable) IB -106-2 1 BID PROPOSAL/LUMP SUM BID PROJECT NO. TO: Town of Southold Fishers Island Sewer District 53095 tiain Road Southold, NY 11971 Gentlemen: 1. 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 Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, 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 unit and lump sum prices. (The price is to be written in both words and fi ures. 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. LL7.-1n SUi'. BID OF: DOLLARS [�T�ITTEN and C=S. $ C SIGNED DATE IB -107 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF ) SS. COUNTY OF ) 1 , being first duly sworn, deposes and says that: 1. He is of the Bidder that as su tte the a tat e ; for FISHERS 1S .AND ER TRFATNtFNT FAr TT TTTFc C-36-1149. -- 2. He isffully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers. partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded. conspired. connived or agreed directly or indirectly - with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly. sought by agreement or collusion or communication or conference with any other Bidder. firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents. representatives, owners, employees, or parties in interest, including this affiant. (Signed) ' (Title) Subscribed and sworn to before me this day of 19 Notary Public My Commission Expires k. Neither the Subcontractor nor any of its officers, partners, owners, agents, • representatives, employees or.parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirect- ly, with any other Bidder, firm or person to submit s collusive or sham Pro- posal in connection with such Contract or to refrain from submitting a Pro- posal in connection with such Contract, or has in any manner, directly or in- directly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcontractor's Proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor's Proposal, or to secure through collusion, conspiracy, conni- vance or unlawful agreement any advantage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the Subcontractor's Proposal are fair and prop- er and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest. including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of 19 Notary Public my Commission Expires NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR STATE OF ) SS. COUNTY OF ) .1 being first duly sworn, deposes anif says that: 1. He is =0 now of hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the Subcon- tractor's Proposal submitted by the Subcontractor to the Contractor for certain work in the construction of FISHERS ISLAND WASTEWATER TREATMENT FACILITIES C-36-114' 3. Such Subcontractor's Proposal is genuine and is not a collusive or sham pro- posal; , k. Neither the Subcontractor nor any of its officers, partners, owners, agents, • representatives, employees or.parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirect- ly, with any other Bidder, firm or person to submit s collusive or sham Pro- posal in connection with such Contract or to refrain from submitting a Pro- posal in connection with such Contract, or has in any manner, directly or in- directly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcontractor's Proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor's Proposal, or to secure through collusion, conspiracy, conni- vance or unlawful agreement any advantage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the Subcontractor's Proposal are fair and prop- er and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest. including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of 19 Notary Public my Commission Expires II. Supplementary General Conditions For New York State Provisions INEW YORK STATE CONTRACT PROVISIONS The parties to the attached contract further agree to be bound by the following, which are hereby made a part of said contract: 1. The contractor agrees to attend a prework conference, arranged by the municipality, which includes a representative of the New York State Department of Environmental Conservation (NYSDEC), the Municipality, any required federal agency and the consulting engineer. 2. The Contractor will prepare a work progress schedule prior to the start of the contract to indicate the proposed construction schedule. The schedule will be updated monthly thereafter to show actual construction progress. 3. The contractor and its subcontractor(s) must secure and deliver to the Municipality, free of charge, a policy of insurance issued by an insurance company authorized to do business in New York State, naming the Municipality as insured. Such policy shall provide coverage for "builder's risk completed value" with "builder's risk special extended coverage" endorsement, public liability and any other insurance coverage required by Federal and State law, rules acid regulations, with limits of liability as required by the Commissioner of NYSDEC. 4. The contractor must provide specific performance and payment bonds in amounts not 1, less than the contract price; these bonds shall remain in effect for one year beyond the date of final inspection and acceptance by the :Municipality of any work under such contract. 5. The construction contractor and its subcontractor(s) shall use U.S. Department of Labor standard payroll Form No. WH347 or such form as may be required or approved by the Commissioner of NYSDEC. 6. Inasmuch as the municipality is required to have the sewage treatment plant operator on site during the final fifty percent (50%) of construction, the contractor agrees to allow the operator access to work areas at all times and to cooperate with him in the execution of his duties. 7. Attached hereto is a copy of Appendix A to the contract between the State of New York and The Town of Southold (grantee). To the extent that clauses therein which bind Tne--Town ot Southold_ _—_—(grantee) are related to the manner in which the work is prosecuted by the contractor(s), or the business relationships, business practices, or hiring practices of contractors or subcontractors working on this project, all of the terms and conditions of said Appendix A are equally binding upon the contractor. Any provisions therein which appear to apply only to a contract between the State and its contractor(s) shall be deemed revised to make them binding upon the Contractor, and any references to statutory provisions which apply only to State contracts shall be deemed to be revised to reference such other and different statutory provisions as may be applicable to municipal contracts for construction of public improvements; provided, that this paragraph shall not apply to any agreement with any supplier which is located in and subject to the laws of a State other than New York with respect to its relationships, business practices and hiring Ipractices. ISGC -11- i 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 III. State Wage Rates r 1 1 PREVAILING RATE SCHEDULE C * 'See 40TICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8405119 Public Work 28 - 8/01/84 SUFFOLK COUNTY Page 1 ASBESTOS WORKER WAGESCper hour) 7/01/84- 1/01/8S- 12/31/84 6/30/85 Asbestos Worker. . . . . . 3 17. 89 18, 19 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. SG"/. 607. 70'/. 80% SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare........; 1.39 * App. 1.39 * App. Pens i on . . . . . . . . . . . . . . . 1. 41 * Z s 1. 41 * `/. s Annuity ............... 3.90 *app IY 4.20 *app IY Holiday Pay........... 2.08 to5upps 2.38 *toSupps Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 12 BOILERMAKER WAGESCper hour) 8/01/83- 9/01/84- / / - 8/31/84 Boi I ermaker. . . . . . . . . . S 21. 06 APPRCNTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. 15T. 2ND. 3RD. 4TH. 5TH. 6TH. 7TH. 8TH. 60% 651 70% 7 5 A 80% 85. 90% 100``/. SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare........; 5 . Pension ... ........... 10 IA Apprentice Training... .04 Vacation .............. 7 '/> Annuity ............... 15 Listed supplements apply to ALL classifications C x )Yes C )No. 8-S GLAZIER WAGESCper hour) 1/01/84- / / - 6/30/84 Glazier .............. S 18. S5 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. !ST. 2ND. 3RD. 4TH. 5TH. 6TH. 7711. 8TH. 50'/1 Go'. 70A 75% 80% SS. 90. 95. SUPPLEMENTAL BENEFITS:(per hour, worked) Health/welfare........; 1.01 *1.01 Pans i On. . . . . . . 1. 01 *1. 01 Apprentice Training... .01 * .01 Vacation .............. 1.07 *50A Annuity ............... 3.00 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 8-1087 IPREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Casa Number Bureau of Department of Labor Public Work 8405119 25 8/01/84 J SUFFOLK COUNTY Page 2 C:ARPENTCR WAGES(per hour) 7/01/84- 7/01/85- 7/0186- 6/30/85 6/30/86 6/30/87 Building: Carpenter. ..•...... ; 19. 07 20. 57 22. 17 Heavy/Highway: Carpenter. ; 19. 12 APPRENTICES: C 1/2 ) year terms at the 20.62 following percentage 22. 22 of Journeyman's wage. 1ST. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 5 F. ') 50% 55% 60% 65% 70'% 75'/. 80% 85'/. SUPPLEMENTAL BENEFITS:(per hour worked) Health/welfare.. .; 2.09 2.09 2.09 Pens i on. .2. 13 2. 13 2. 13 Apprentice Trai hing... 04 .04 .04 Vacation . . . . . . . . . . . . . . 1. 00 1. 00 1. 00 All nuity......ments ... 75 ALL classifications Listed supplements apply to ALL classifications C x )Yes ( )No. 4-SUF WAGESCper hour) 7/01/84- 7/01/85- 7/01/86 6/30/Ss 6/30/86 6/30/87 Building: Floorlayer. .......• * 18.66 19.66 20.66 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 11=T. 2ND. 3RD. 4TH. 55% aS% 7SA 9S% SUPPLEMENTAL BTNEFITS:Cper hour worked) HealthiWelfare........; 2.27 *2.27 2.40 *2.40 2.67 *2.67 Pens i on,,2. 20 *1. 16 2. 49 *1. 49 2. S9 *1. SS Supp. UneMp 1 oy Behef i t. . 03 * . 03 . 03 * . 03 . 03 * . 03 Apprentice Training. .15 * .15 15 * 1s .15 * 15 Vacation. . 84 * 84 1. 4S * 87 1. SS * 33 Anhui ty. . . . . . . . . . . . . . . 1. 20 * 72 1. 20 * 72 1. 20 * 72 Listed supplements apply to ALL classificationsC)Yes( C * ) Apprentice supplements appear in second column. x )No. (1st and 2nd year only.) Others receive journeyman supplements.) 2241/2287 - WAGE'S(per hour) 1/01/84- ---- 7/01/34- - / / - 6/30/84 Bu l lrig: Millwright I Iwright. ........ 17.79 APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3R0. 4TH. STH. SS/. GSA 00% 00'/. 00% 6TH. 7TH. 8TH. 00/ 00% 00/ SUPPLEMENTAL BENEFITS: (Per hour worked) HeaItniweltare..... ..; 2.27 Pens i on. . . . . . . 1. 93 ApprehOn.............. 10 Vacation. 1. 86 Anhui ty. 1. SO Listed supplements apply to ALL classifications C x )Yes C )No. 740 ------------------------------ WAGES(per hour) 7/01/84- /01/84-S/31/8S S / 3 1 / a S Piledriver........... 18.66 Dockbuilder............ 18.66 APPRENTICES: C 1 ) Year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. SSA 65% 7 S A 9SA SUPPLEMENTAL BENEFITS:(Per hour worked) Health/Wel fare. . . . . . . . 4 2. 27 *2. 27 Pens i on. 2. 20 *1. 32 Apprentice Trai hi hg. . 15 * 15 Vacation . . . . . . . . . . . . . . 1. 40 * 84 Ahnui ty. . . . . . . . . 1. 20 * 72 Listed supplements apply to ALL classifications C * ) Apprentice supplements appearinsecondcolumn�C.lst ( )Yes ( x )No. and 2nd year only. Others receive ,Journeymah supplements.) ------------------------------ - - - 8-1456 J 1 L� n n u Ll n L PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor Public Work 3405119 28 - 8/01/84 SUFFOLK COUNTY Page 3 Carpenter CCont) WAGESCper hour) Marine Construction: Marine Di ver. . . . . . . . . . . g 20. 87 1. 11Tender. . . . 16. 27 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. SS/. 65/. 75% 95'/. SUPPLEMENTAL SENEFITS:(per hour worked) Health/Wel fare. . . . . . . . S 2. 27 *2. 27 Pens i on . . . . . . . . . . . . . . . 1. 93 *1. 16 Apprentice Training... .10 * 10 Vacation .............. 1.33 * 79 Annui ty. . . . . . . . . . . . . . . 1. 20 * 72 Listed supplements apply to ALL classifications C )Yes C x ]No. C * ) Apprentice Rates appear in the second column(lst and 2nd year only. Others receive Journeyman supplements.) 8-1456d ------------------------------ WAGES(per hour) 7/01/84- 7/01/85- 7/01/86- 6/30/85 6/30/86 6/30/87 T i mberman . . . . . . . . . . . . . S 17. 35 18. 27 19. 19 SUPPLEMENTAL BENEFITS:Cper hour worked Health/Welfare........; 2.27 *2.27 2.40 *2.40 2.67 *2.67 Pension . . . . . . . . . . . . . . . 2.20 *1.32 2.49 *1.49 2.59 *1. SS Supp. Unemp 1 oy Benefit. .03 * .03 .03 * .03 .03 * .03 Apprentice Training. . . 15 * .15 .15 * 15 .15 * is Annuity ............... 1.20 * 72 1.20 * 72 1.20 * 72 Vacation. . . . . . . . 1. 40 * 84 1. 45 * 87 1. SS * 93 Listed supplements apply to ALL classifications C ]Yes C x )No. C*)lst and 2nd year Apprentice supplements appear in second column.Others receive ,Journyman supplements. 8-1536 1 u L� 1 f' s State of New York Department of Labor PREVAILING RATE SCHEDULE C * ]See NOTICE PAGE ATTACHED Case Number Bureau of Public Work 8405119 28 - 8/01/84 SUFFOLK COUNTY Page 4 ELEVATOR WAGES Cper, hour) 7/15/83- 7/01/84- / / - 6/30/84 Elevator Constructor. .. $ 16-80 • .. Helper.. 14.10 EI ev. CModerhi zati oh). . 15. 94 •• •' He I per. . 11. 9S APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 1ST. RN D. 3RD. 4TH. STH. 6TH. 7TH. 8T Ii. 007. GOA 00% 00% 00% 007. 00/ 00/ SUPPLEMENTAL SENEFITS:(per, hour worked) Health/welfare........; 1.495 *1.495 Pens i on. . 1. 13 *1. 13 Training Fund......... .035 * .035 Annuity ............... 1.14 *1.00 Listed supplements apply to ALL classifications C )yes C x ]No. * "Modernization" supplements appear in second column. 8-1 ELECTRICIAN WAGF-SCper hour) 4/30/84- 11/05/84 11/04/84 4/30/8S EI ectri ci an. . . . . . . . . . ; 19. 65 20. 30 Audi o/Sound. . . . . . . . . . 19.65 20.30 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3P.0. 4TH. 40% SOA 60% 70/ SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare........; 7/.+.3S 7%+.35 Pens i on. . . 7. S``/. 7. 73`/. Suppl.Unemploy.Behefit .2S .2S Apprentice Training... .10 10 Anhui ty............... 117..111.. Benefit Fund. . . . . . . . . . 3 A 3'/, Vacation and Hol i day. . 3.5% 9.5% Listed supplements apply to ALL classifications C x )yes C )No. 4-2S WACESCper hour) S/01/84- 3/01/85 - 4/30/8S 4/30/8S Telephone 11 Z.istal ler/Repairman $ 16.8G 17.65 '• Foreman. . . . . . . . . . . 18. 46 19. 33 APPP.ENTICES: C 1 ) year, terms at the following wage. 1ST. 2ND. 3RD. 4TH. 73. 42 G. 30 0. 44 S. 70 SUPPLEMENTAL c3ENEFITS:Cper hour worked) Health/welfare........; 10 A 10 A Pension. ............ 7 A 7.S/ Apprentice Traihin9...S/8 Y. S/8' Annuity.. ......... 11 A 12 Benefit Fund. ... 3 % 3 Z Vacation and Hol i day. . 8. 5 A 9.5A Listed supplements apply to ALL classifications ( x )Yes C )No. 4-25t ------------------------------- Applicable on MAINTANENCE of traffic signals and street lighting only. WAGES(per hour) 4/30/84- / / - 5/01/85 Electriciah (Traffic/Street)..... 15.80 APPRENTICES: C 1 ) year, terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. 4 0 A 50% GOA 80`/. SUPPLEMENTAL SENEFITS:Cper hour worked) Health/Welfape........S 8 A Pens i oh. .. . . . S. S`/. - Apprentice Traihing... 1/2% Benefit Fund.......... 3 Anhui ty... ... 9 Vacation and Hol i days. 8. 5" Listed supplements apply to ALL classifications C x )Yes C ]No. 4-2Sm State of New York Department of Labor PREVAILING RATE SCHEOULE C * Case Number 8405119 SUFFOLK COUNTY )See NOTICE PAGE ATTACHED Bureau of Public Work 28 8/01/84 Page S IRONWORKER wAGESCper hour) 7/02/84- / / - 12/30/84 Structural........... i 16.90 Riggers. 16. 90 Machinery Movers.. 16.90 11 Erectors.... 16.90 APPRENTICES: C 1/2 ) year 1ST. 2ND. 3P.D. terms at the following wage. 4TH. STH. 6TH. $9.24 9.a4 9.a4 10.45 10. 4S 10.4S SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare . . . . . . . . 2. 20 *2. 20 Pension. . 3. 00 *3. 00 Apprentice Training.. 18 * 18 Vacati on. . . . . . . • . • . . 2. 60 *2. 00 Annuity.. ......... 4.30 *2.15 Benefit Fund. . . . . . . . . . 1. 00 * . 50 Listed supplements apply to ALL x )No. * Apprentice supplements -classificationsC ---)Yes -C appear in second column. - 8-40/361 wAGES(per hour) 7/15/83- 7/01/84- Reinforcing. . 6/30/84 18. 13 APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 1ST. 2M0. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 39% CO'/. 00'/. 00% 00A 00% 00% 00'% SUPPLEMENTAL ©ENEFITS:Cper hour worked) Health/Welf are........S 1.385 * 1.385 Pension... 985 * 985 t Appreno .......ni.... Vacati on. ce .00 * 1. 00 * Annuity.... 2.50 -:-- Scholarship Fund...... .02 * 02 Listed upplemehts apply to ALL classifications ( )Yes ( x )No. Apprentice supplements appear in second column.----- 8-46 WAGESCper hour) 7/01/84- 1/O1/3S- 12/31/84 6/30/85 Ornamenta ... . . . . . . . . . 16. 98 17. 25 Chain Link Fence. 16. 90 17. 2S APPRENTICES: C 1/2 ) year terms at the Following percentage of Journeyman's wage. 1Sf. 2N5. 3R 0. 4TH. 5TH._ 6TH. 60% GSA 70/ SUPPLEMENTAL BENEFITS:Cper 80"/, 90/ 9S/ hour worked) Health/Welfare........; 1.52 1.52 Pens i on. . . . . . . 1. 96 1. 96 Apprentice Training... .25 .2S Vacation. Annuity. ............. 2.10 2.0 4 4. 00 4. 40 Listed supplements apply to ALL classifications C x )Yes C )No. 8-580 ' State of New York Department of Labor PREVAILING RATE SCHEDULE Case Number 8405119 SUFFOLK COUNTY C * )See NOTICE PAGE ATTACHED Bureau of Public Work 26 3/01/84 Page 6 LABORER WAGESCper hour) 7/01/84- 7/01/85- 1/01/86- 7/01/85 Building Laborer: 6/30/85 12/31/85 6/30/86 6/30/87 All Classifications ... 3 14.75 1S.1t0 16.05 17:2S SUPPLEMENTAL 13ENEFTTS:Cper hour, worked) Health/Wel fare. . . . . . . . 2. 20 2. 20 2. 20 2. 20 Pens 1 on. 2. 05 2. 05 2. OS 2. OS Vacati on. 1. 00 1. 00 1. 00 1. 00 Other. . . . . . . . . . . . . . . . . .13 .13 13 .13 Listed supplements apply WAGESCper hour) to ALL -classifications -C-x-)Yes 7/15/84- 1/01/85- -C )No. 7/01/85- 66 7/01/86 12/31/84 6/30/85 6/30/86 6/30/87 Laborer(Heavy/Highway): Group It 1: Asphalt Rakers and Formsetters. Group # 2: Asphalt Shovelers Group # 3: Basic Laborer, and Tampers. Power Tool, Trackmeh, Landscape, Pipelayer, Jackhammer and Concrete. Heavy/Highway Laborer: Group x 1 . . . . . . . . . . . . . $ 13. 20 13. 20 14. 15 15. 17 Group x 2 . . . . . . . . . . . . . 12. 90 12. 90 13. 83 14. 83 Group x 3. 12. 43 12. 43 13. 03 13. 66 SUPPLEMENTAL SENEFITS:(per hour worked) Health/Welfare ........ $ 12 % 12 % 12 % 12 % Pens i on. . . . Vacation. 13 % 13 ` 75 1. 000 13 A. 1. 000 13 1. 00 OtherCLegal). 1% 1 A 1% 1 A Listed supplements apply to ALL classifications C x Jyes C JNo. 1298 LATHER WAGES(per hour) 7/01/84- 1/01/as- /01/85-12/31/84 - 12 / 3 1 / B 4 Lather 'Wood Wire & Rei nforci ng). . . 19. 99 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST._ 2ND. 3F!0. 40/ 75% 8S/, SUPPLEMENTAL BENEFITS:(per hour worked) Health/Wel fare. . S 1. 385 * 1. 385 Pens i on. . . . . . 985 * . 98� Apprentice Training... .01 * .01 Vacation .............. 1.00 * a p p I Y % Annui t . . . . . . . . . . . 2. 50 *appI y `/' Schol arshi p Fund. . . . . . 02 * . 02 Listed supplements apply to ALL classifications ( )Yes C x )No. * Apprentice supplements appear in second column. 8-46 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number bureau of Department of Labor Public Work 8405119 28 B/O1/84 L CJ SUFFOLK COUNTY Page 7 MA50N/TILE/TERRAZZO WAGESCper hour) 6/01/84- / / - 5/31/85 Building: 1 Bri ck I ager. •...•..•• $ 18. 19 APPRENTICES: C 750 hours) terms at the following percentage of Journeyman's wage. 13T: 2ND. 3RD. 4TH. STH(SOOHR) GTHCSOOHR) SO//. 60% 70% 807 90'. 95% SUPPLEMENTAL DENEFITS:(per hour worked) Health/Welfare.. .s 1.80 Pens i on. . . . . . . 2. 64 Apprentice Training... 15 Anhui ty. . . . . . . . . . . . . . . 2. 05 Listed supplements apply to ALL classifications C x )Yes C )No. 8-NYOC ------------------------------ WAGESCper hour) 7/01/84-- 6/30/8S Cement Finisher....... 17.00 APPRENTICES: C 1/2 J year terms at the following percentage of Journeyman's wage. 1ST. 2NO. 3RD. 4TH. STH. STH. 50'. 60% 70% 8O/ 90'. SUPPLEMENTAL BENEFITS:(per hour worked) 9S/ Hea I th/We I fare. . s 2. 11 Pens i on. . . . . . . 2. 50 Apprentice Training... .O1 Vacation.1.00 ............. Annuity. 2. 30 Listed supplements apply to ALL classifications C x )Yes C )No. 780 ------------------------------ WAGES(per hour) 7/05/84- 12/31/84 building: Plasterer.. 16.82 APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 1ST. 7F'0. 3RD. 4TH. 5TH. 00'//. 00'/> 00^/. 00% COY.. 13TH. 7TH. 8TH. 00% 00'/, 001/1 S'JPPI-EMENTAL BENEFITS:Cper hour worked) Health/Welfare ........s 2.80 Pens i on . . . . . . . - . -- -Apprentice Apprentice Training... .O1 Vacation. 1. 83 Scholarship Fund.. .01 Listed supplements apply to ALL classifications C )Yes C x )No. SS2 ------------------------------ WAGESCper hour) 7/1S/83- 7/01/84- / / - 6/30/84 building: Mosaic 4 Terrazzo Worker.. 1G.93 APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. STN. 6TH. 7TH. STH. 00`/. 00/ 00'% 00Y 00/ 00% 00/ 00/ SUPPLEMENTAL BENEFITS:(per hour worked) health/Welfare.. .s 1.17 Pens i on. . 1. SO Supp.Uhemploy.Benefit. 4S Vacation ..... ... .......s 1.00 Listed supplements apply to ALL classifications ------------------------------ C x )Yes C )No. 8-3 L CJ IPREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor Public Work 8405119 28 - 8i01/84 SUFFOLK COUNTY Page 8 Mason(Cont) WAGES(per hour) 7/15/83- 7/01/84- / / - 6/30/84 Building: Mosaic and Terrazzo Helper . 14. 98 APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 1ST. 2N0. 3RD. 4TH. 5TH. 6TH. 7TH. 8TH. 00A 00% 001/ 00A 001A 00% 00% 00% SUPPLEMENTAL BENEFITS:CPer hour worked) Health/Welfare........$ 1.17 Pens i on. . 1. 50 1 Supp. Unemp l oy. Benef i t. Vacation .............. .4s .50 Listed supplements apply to ALL classifications C x )Yes C )No. 3S WAGESCper hour] ------------------------------ 6/04/84- 12/03/84- Building: 12/02/a4 5/26/85 T i 19 Setter.. 16.78 16. 78 APPRENTICES: C N/A ) year terms at the following percentage of Journeyman's wage. 1ST. 2N0. 3RD. 4TH. STH. 6TH. 7TH. 8TH. N/A N/A N/A N/A N/A N/A N/A N/A SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare ........$ 2.18 2.18 Pens i on . . . . . . . . . . . . . . . 2. 2S 2. 25 Vacation .............. Listed supplements apply 1.085 to ALL classifications 1.625 C x )Yes C )No. 52 WAGESCper hour) 7/02/84 - 1/01/85- 12/31/85 6/30/85 Bui Idihg: Tile Layer Helper..... $ 15.81 17.23 SUPPLEMENTAL BENEFITS:(per hour worked) Hea I th/We I fare. . . . . . . . $ 1. 50 1. 50 Pens i on . . . . . . . . . . . . . . . 1. `h2 1. 42 Vacation .............. Listed supplements apply 58 to ALL classifications .58 C x )Yes C )No. 88 WAGESCPer hour) ----------------- 7/01/84- ------- 7/01/85- ------ 1/01/86- 7/01/86 6/30/85 12/31/85 6/30/86 6/30/87 WaterprooferCMason) and Tuckpoi nter. $ 15. 80 17. 40 18. 65 19. 90 SAn(iblastingCMa',on). 14.85 16.45 17.70 18.95 SteamcleaningCMason).. 14.20 15.80 17. OS 18.30 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 55'//. 70% 85% SUPPLEMENTAL BENEFITS:(per hour worked) Health/Wel fare........ $ 1. 75 *1. 75 1. 7S *1. 75 1.75 *1. 75 1. 75 *1. 75 Pension . . Benefit Fund. . . . . . . . . . . 3. 00 *1. 75 10 % * 69 3. 00 *1. 10 '/, * 75 3. 00 *1. 75 69 10 % * 69 3. 00 10 % *1. 75 * fig Training Fund. : : : . 08 * 07 . 08 * OS . 08 * 08 . 08 * 08 Anhui ty. 2. 00 * SS 2. 00 * 55 2. 00 * 5S 2. 00 * 55 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 8-66 1 State of New York Department of Labor PREVAILING RATE SCHEDULE C * )Sae NOTICE PAGE ATTACHED Case Number Bureau of Public Work 8405119 28 - 8/01/84 SUFFOLK COUNTY Page 9 PAINTER WAGES(per hour) - 9/30/84 Steel: Steel............ 17. SS Spray.. ...... 19. 0S ;andblasti ng... .. 19. 05 Power Tool. . . . . . . 19. US APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. STH. -5 6TH. -0 7TH. STH. 40% G0/ 00% 00Y. 0 Y. 07. 00 Y. 0 0 A SUPPLEMENTAL SENEFITS:(per hour worked) Health/Welfare ........$ 9 Pens On... .......... 7 7. Apprentice Training... .09 Vacation .............. 5 Annuity ............... 10 Listed supplements apply to ALL classifications ---------------------------- C x )YesC - )No. 8-806 WAGESCper hour) 7/15/;33- 7/01/84- / / - 6/30/84 Brush. . .S 14.73 Structural Steel...... 17.99 Spray ................. 16.36 Sandblasting.......... 16.36 Bridge ................ 17.99 APPRENTICES: C 7 year terms at the following percentage o -f Journeyman's wage 1ST. 2N0. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 50% 0 0 A 001.. 0 0 z 00'/, 001A 00/. U0% SUPPLEMENTAL BENEFITS:Cper hour worked) Health/;Welfare........; 3.39 Pension... ..... 1.00 Apprentice Training... .23 Vacation ............. 1.10 Listed supplements apply to ALL classifications C x )Yes C )No. 1486 PLUMPER :WAGESCper hour) 7/01/84- 1/01/85 12/31/84 6/30/35 P Iumber. . . . . . . . . . . . . . S 18. 75 19. 50 APPRENTICES: C 1 ) year terms at the following wage. 1ST. 2ND. 3RD. 4TH. 8.44 9. 3a 12.19 13.13 for 7/01/84 to 12/31/84 8.78 9.7S 12.6813. 65 for 1/01/85 to 6/30/85 SUPPLEMENTAL BENEFITS :(per hour worked) *1st yr *1st '/r Hea I th/We I fare. . . . . . . . S 1. 3S * . 83 1. 35 * . 83 Pens i on. . . . . 2. 71 *1. 74 2. 96 *1. 89 Apprentice Trai hi ng. . . . 37 * 24 . 37 * R4 Vacation. . . . . . . . . . 1. 30 * 75 1. 30 * 7S Annuity .............. .71 * 36 .71 * 36 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice Clst year) supplements appear, in second column. 77S 1 PREVAILING RATE SCHEDULE C * JSee NOTICE PAGE ATTACHED 11 State of New York Case Number Bureau of Department of Labor alt05119 Public Work 28 8/01/84 SUFFOLK COUNTY Page 10 ROOFER W,,GESCper hour) 4/01/84- 10/01/84- / / - Roofer. . . . S 9/30/84 14. 99 Waterproofer. 14.99 APPRENTICES: C 1/2 J year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. GO% GS`/. 707.. 4TH. 75'/. STH. 6TH. 80% 90'/. SUPPLEMENTAL eENEFITS:Cper hour worked) Health/Welfare . . . . . . . . 3 2. 13 * _ A Pens i on. 2. 24 * _ Apprentice Training... .03 * Vacation. 2. 50 �03 * % Annuity.. 1.48 * % Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 154 SHECTMETAL WORKER WAGESCper hour) 7/15/83- 7/Ol/B4- / / - 6/30/84 Sheetmetal Worker.... ; 19.521 APP?E�JTICES: ( ) year {erms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. -0 STH. STH. 7TH. 8TH. 40% 00% 00% SUPPLEMENTAL SENEFITS:Cper 00'/. hour 0`/. 00% 00`/. worked) 00% Hea I th/We I fare. . S 1. 30 * S18 Pens i on. . .10 % * 721 Supp I . Unemp I oy. Senef i t 25 * 10 Apprentice Training... Vacation. 21 1. 3S * 13 * 48 Scholarship Fund.. .11 * 03 Listed supplements apply to ALL classifications ( )Yes ( x )No. * Apprentice supplements appear in second column. SS STEAMFITTEa/SPRINKLER FITTER WAGFS(per hour) 7/01/84- 12/26/84- G/2G/8S- 1/01/86 12/25/84 6/25/85 12/31/85 6/24/86 Steam Fitter. . . . . . . . . . * 20. 82 21. S2 22. 22 23. 01 Spri nk I er Fi tier. 20. 82 21. 52 22. 22 23. 02 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. STH. 6TH. 7TH. --T H. It 0A 45/ 50/ 55/. SUPPLEMENTAL 13ENEFITS:(per hour 60% 65/ 7S% worked) 801A Health/welfare........; 1.50 * _ % 1.50 * _ Y, 1.50 * _ % 1.50 * _ X. Pens 1 on. . . . . . . . . 1. 18 * _ % 1. 18 * _ A 1. 18 * _ % 1. 18 * _ % Securi ty Fund. . . . . . . . . 2. 50 * _ % 2. SO * _ A 2. 50 * _ % 2. SO * _ % Training Fund......... Vacation. .07 1. 7S * X07 .07 * * % 1. 75 * _07 .07 * X07 A 1. 7S * % .07 * _07 1. 7S Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 8-638 11 iPREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8405119 7/01/85- Public Work 6/30/85 6/30/86 2B 8/01/84 SUFFOLK COUNTY ' Hoist(Multiple Platform) Page 11 WELDER 22.130 23.G0 Welder To be paid the rate of the mechanic performing the work. TEAMSTER 20.20s 21.20S 22.205 Truck Driver(Building and Heavy/Highway): Hoist(Tandem Platform GROUP 1: Chauffeur, and Excavation. 19.98 20.9a 21.98 GROUP 2: Euclid and Turnapull type trucks. Tower Crane(Engineer) WAGESCper hour) 7/01/84- 7/01/85 - 7/01/86 20. 56 21. 56 6/30/85 6/30/86 6/30/87 Truck Driver (Building and Heavy/Highway): 19. 265 20.215S 21.26S Excavation Operations 14. 72S 1S. 22s 15.72S 20. 18 21. 18 Euclid type......... 1s. 125 15.625 16.125 structural steel) SUPPLEMENTAL SENEFITS:Cper hour worked) 19. 13 20. 13 21. 13 Hea I th/We I fare. . . . . . . . S 2.35 2.6s 3.00 Sideboom Tractor Annui ty. . . . . . . . . . . . . . . 2. 1125 2.742S 3. 3125 20.105 21.105 Listed supplements apply to ALL classifications C )Yes C x )No. ( * )Appropriate supplemental benefits listed in second column. 20.03 21.03 Hoist, 2 Drum, Hoist, 3 Drum 4-282nsh SURVEY CREW (HIGHWAY & HEAVY) WAGCS:CPor, hour) 7/15/83- 7/01/84- - 19.98 20.98 6/30/84 Backhoe,Oragline, Gradall, Pile Driver, Shovel Survey Rates-Heavy/Hiway: 19.00s 20. 005 21.005 Party Chief......... 15.99 EI evItor, Fork Lift, Hoist, 1 Drum Instrument, Instrument Man...... 1.04 18.93 19.93 20.93 nMan. 12.77 Batching PlantCoh site of ,Job), Power Winch(used for stone or steel), Power Winch SUPPLEMENTAL BENEFITS: (Per hour worked) (Truck Mounted -used for stone or steel), Pump, Concrete Health/Welfare........; .90 18.90s 19.905 20.905 Pension.... 70 Dredge hg ce Apprent Vacation ............. .00 Vacation. 1. 00 18.88 19.8a 20.88 Annul ty. 3. 00 Roller, Trench Machine Listed supplements apply to ALL classifications C x )Yes C )No. 15Dns WAGESCper hour) 7/01/84- 7/01/85- 7/01/86- 6/30/85 6/30/86 6/30/87 BUILDING OPERATING ENGINEERS: Hoist(Multiple Platform) 21.60 22.130 23.G0 Lead Engineer 20.20s 21.20S 22.205 Hoist(Tandem Platform 19.98 20.9a 21.98 Tower Crane(Engineer) 19. 56 20. 56 21. 56 SideSoom Tractor(Used in tank work) 19. 265 20.215S 21.26S Scoop, Carry -all, Scraper in tandem 19. 18 20. 18 21. 18 Boom Trucks or Cranes(used for stone setting or structural steel) 19. 13 20. 13 21. 13 CMI or, Maxim Spreader, Concrete Spreader, Derrick, Sideboom Tractor 19.10s 20.105 21.105 Tank Work ' 19.03 20.03 21.03 Hoist, 2 Drum, Hoist, 3 Drum 18.98 19.98 20.98 Backhoe,Oragline, Gradall, Pile Driver, Shovel 19.00s 20. 005 21.005 EI evItor, Fork Lift, Hoist, 1 Drum 18.93 19.93 20.93 Batching PlantCoh site of ,Job), Power Winch(used for stone or steel), Power Winch (Truck Mounted -used for stone or steel), Pump, Concrete 18.90s 19.905 20.905 Dredge 18.88 19.8a 20.88 Roller, Trench Machine 18.805 19. 805 20. 30.° - Welding Machine, Structural Steel IPREVAILING RATE SCHEDULE ( * )See NOTICE PAGE ATTACHED I State of New York Case Number Bureau of Deoartment of Labor Public Work 8405119 26 8/01/84 u SUFFOLK COUNTY ' Page 12 13. 78 19. 78 20. 78 Boom Truck, Crane, Crawler, or Truck, ConveyorCMulti), Plant Engineer, Stone Spreader (Self -Propelled) 18. 755 19. 75S 20. 75S Asphalt Spreader 18. 73 19. 73 20. 73 Fork Lift(Walk Behind, Power Operated) 18.72 19.72 20.72 CompressorCStructural Steel) 18.70S 19.70S 20.70S Boiler, Bulldozer, Compressor(on Crane), Compressor(PiIa Work), CompressorCstone setting), Concrete Breaker, Conveyor, Generator -Pile Work, Loading Machine(Front End), Maintenance Engineer,Powerhouse, Power Winch(used for other than stone or steel), Power Winch, Truck Mounted(used for other than stone or steel, Pulvi-Mixer,Pump(Dble Actio Diaphragm), Pumps(Gypsum, Hydraulic, Jet, Single Action- 1 to 3, and Well Point), Welding and Burning, Welding Machine (Pile Work) 18. 55S 19. 555 20.555 Curb MachineCAsphalt or Concrete), Curing Machine, Pump(Submersible), Maintenance Man 18. 50 19. SO 20. SO Grader 18.33 19.33 20.33 Compressor, Compressor(2 or more in battery), Generator, Mulch Machine, Pin Puller, Portable Heaters, Pump(4 inches or over), Track Tamper(2 Engineers,Each), Welding Machine 18.305 19.305 20.305 Stiping Machine 18.23 Bulldozer(used for excavation),, Fireman, Loading 19.23 Machine, 20.23 Powerbroom, Vac -All 18. 18 19. 18 20. 18 Concrete Saw or Cutter, Mixer(with Skip), Mixer(2 Small with or without Skip), PumpCUp to 3 inches),Tractor,Craterpillar or Wheel, 17.805 18. 805 19.80S Scoop(Carry-All Scraper) 18.18 19.18 20.18 Hydra Hammer, Ridge Cutter 17.72 18.72 19.72 Bending Machine, Dinky Locomotive, Generator(Small), VibratorCl to 57, 17. SSS Power Buggies 18. SSS 19. 555 17.43 18.43 19.43 Stump Chipper and Oiler 17.20S 18.205 19.20S Mechanical CompactorCHand Operated), Trench Machine(Hand) 17. 18 18. 18 19. 18 ' SUPPLEMENTAL BENEFITS:(per hour worked) He I th/We I fare. . . . . . . 3 1. 77 1. 77 1. 77 Pens i on. . 2. 7S 2. 75 2. 75 Supp.Unempl.Benefit. 20 20 20 Apprentice Training. 25 25 25 Annuity. 1. 00 1. 00 1. 00 Other.. 20 20 20 Listed supplements apply to ALL classifications C )Yes C )No. 4-138b ------------------------------ u 1 1 1 1 1 1 r i. State of New York Department of Labor PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED Case Number Bureau oP Public Work _ 8405119 28 - 8/01/84 SUFFOLK COUNTY Page 13 WAGES(Per hour) 7/01/34- 7/01/85- 7/01/86- 6/30/85 6/30/86 6/30/87 HEAVY / HIGHWAY OPERATING ENGINEERS: Lead Engineer 20.83 21.83 22.83 Scoop(Carry-AII,Scraper in Tandem), Tower CraheCEhgineer), 19.35S 20. 355 21. 355 Backhoe, Crane(Stohe Setting)„ CraheCStructural Steel), Dragline, Gradall, Pile Driver, Road Paver, Shovel 19.10 20.10 21.10 Batching PlantCoh site of ,Job), Crane(on Barge), Sideboom TractorCused in tank work), Tank Work 18.95S 19. 955 20.95S HoistC3 Drum), Power Winch(Truck Mouhted-used for stone or steel), Power WinchCused for stone setting and/or structural steel),Trench Machine 18.94S 19.94S 20.94S Asphatl Spreader, Boom Truck, Boring MachineCother than Post Holes), CMI or Maxim Spreader Crane(Crawler or Truck), Concrete Spreader, Conveyor, Multi, Plant Engineer, Sideboom Tractor,Stohe Spreader(self propelled) 1B.73 19.73 20.73 Boring Machine, Post Holes 18. 67 19.137 20.67 CompressorCStone Setting),Compressor(Structural Steel), Welding Machine(StrUCtUral steel) 18.615 19.61S 20.615 Dredge 18. 565 19. 565 20.61S Work Boat 18. SSS 19.555 20. SSS CompressorCon Crane), CompressorCPile Work), Generator -Pile Work, Hoist,2 Drum, Loading Machine(Froht-End), Powerhouse, Power Winch,Truck MountedCused for other than stone or steel),Power WinchCused for other than stone or structural ste.el),Welding Machine Pile Work 18. 455 19.453 20. 4S5 Mechanical Compactor, Machine Drawn, RollerCover 5 Ton) 18.27 19.27 20.27 Boi I e 1S.23 19.23 20.23 Pump, Concrete 18.19 19.19 20.19 Compressor(2 or more in battery 18. 15 19. 15 20. 15 Grader 18. 13S 19.133 20.13S Bulldozer, Concrete Finishing Machine, Conveyor,Curb Machi he, Asphalt or, Concrete, Curing Machine, Dihky Locomotive, Fireman, Fork Lift, Hoist,1 Drum, LoadingMachihe, Maintenance 4aChine,PU1Vi-Mixer, Pump(4 inches or over), PumpsCHydraulic, Jet, Submersible andWell Point), ROIIerCS ton and under), Scoop,Carry-All,Scraper, Maihtehance Man, Vac -All, Welding 8 Burnih9 17.92 18.92 13.72 Generator 17. 84 18. 84 19. 84 Portable Heaters 18.095 19.095 20.09S Compressor, Mulch Machine, Pin Puller, Pump(Oouble Action Diaphragm),Pump-Gypsum, PumpCSingle Action 1 to 3), Striping Machine, Welding Machine 17.545 18. 545 19.545 Powerbroom 16.97S 17.975 18.97S Concrete Saw or Cutter, Fork Lift, Walk Behihd,Power Operated, Hydra Hammer, Mixer(with Skip), Mixer(2 Small with or withour Skip), Power Buggies, Power Grinders, Concrete Breaker, Ridge Cutter 16. 83 17. 83 18. 73 VibratorCl to 51 16.132S 17.625 18.625 Oiler, RootCutter, Stump Chipper, Oiler, Track TamperC2 Engineers,Each), Deck Hand 16. 52 17.S2 18. 52 Generator(Small) 16. 515 17. SlS 18. 515 Bending Machine, Pump, Centrifugal(up to 3 inches), Trench Machine(hand) 113.48 17.4a 1B.48 Tractor, CaterpiIIat, or Wheel 1G.305 17.305 18.30S SUPPLEMENTAL SENEFITS:(per hour worked) Health/Welfare ........i 1.77 1.77 - 1.77 Pens i on. . . . . . . . . . . . . 2. 7S 2. 7S 2. 75 Suppl.UhempIoy.Behefit 20 20 20 Apprentice Training... 25 25 25 A h n u i t . . . . . . . . . . . . . . . 1. 00 1. 00 1. 00 Other ............. .20 . 20 . 20 Listed supplements apply to ALL classifications C x )Yes C )No. 4-138h L� 1 1 -1 1 11 11 L� State of New York Department of Labor PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED Case Number Bureau of Public Work 8405119 28 - 8/01/84 SUFFOLK COUNTY Page 14 SIGN ERECTOR WAGES(per hour) 7/01/84- 3/01/85- / / - 2/28/85 10/31/85 Sign Erector. . . . . . . . . 2 15. 35 16. 00 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. IST. 2ND. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 9TH 30TH 40% 45'/. SO'/. SSY. 60`/. aS% 70% 7S% 8S% 85/. SUPPLEMENTAL 13ENEFITS:Cper hour worked) 1st yr 1st Yr- Health/Welfare . rHeaIth/WeIfare. . . . . . . . S 7 % * .46 7 % * .46 Local Pension......... 8 % * 2 % a Y. * 2 7.. Nati ona 1 Pension. . . . . . .27 * .27 .30 * .30 Apprentice Training. . . .07 * .07 .07 * .07 Vacation .............. 6% * 2 A 6% 2 Annui ty. . . . . . . . . . . . 1. 43 * -. -- 1. S7 *-. -- Other . . . . . . . . . . . . . . . . . Emp. S. 5. *EmpSS EmpSS *EmpSS Listed supplements apply to ALL classifications C x )Yes C )No. * Apprentice supplements appear in second column. 137 HIGHWAY STRIPER WAGESCper hour) 4/01/84- 4/01/SS- 3/31/85 PainterCStriping-Highway etc.): Striping -Machine Oper.$ 11.90 •• He I per. . . . . . . . . 10. SO Linerman.............. 12. 2S SUPPLE"ENTAL EENEFITS:(per hour worked) Health/Welfare........; a Pons i on . . . . . . . . . . . . . . . 4 Vacation .............. 7 Listed supplements apply to ALL classifications C x )Yes C No. 8-230 TREE TRIMMER wAGESCper hour) 10/1/83- 10/01/34- 9/30/84 TreeTrimmer: Trimmer - T 7 Cstart). 3 7.S5 -T 6 after 6 mo. 8.32 -T S 12 mo. B. S'+ -T 4 18 mo. 8. 93 -T 3 24 mo. 9. 70 -T 2 30 mo. 10. 14 -T 1 36 mo. 11. SG Ori ver, Groundsman-12mo. 9. 53 -6m o. B. 72 C s t a r t 3 8.32 SUPPLEMENTAL BENEFITS: Cper hour worked) Health/welfare........ S Cont r. Provide H. & W. + 210,000 Life Ins. Annuity ............... .3S Holidays .......... ... C12 paid). Vacation -after 1S mo./1 week. -after 30 mo./2 weeks. -after 10yrs/3 weeeks. Listed supplements apply to ALL classifications C x )Yes C )No. 1049T 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of New York Department of Labor PREVAILING RATE SCHEDULE C Case Number 8405119 SUFFOLK COUNTY * )See NOTICE PAGE ATTACHED Bureau of Public Work 28 - 8/01/84 Page 1S DRILLING WAGESCper hour) 10/17/83- 0/17/83-10/16/84 1 0 / 16 / a 4 Core Drilling: Driller............ ; 12.4SS •' He I per. . . . . . . . . . 10. 79S SUPPLEMENTAL BENEFITS:Cper hour, worked) Health/Welfare........; 1.29 Pension ............... 90 Vacation .............. 19 Listed supplements apply to ALL classifications C x )Yes ( )No. 8-1536 WAGES(per hour) ------------------------------ 8/01/83- 8/01/84- / / - 7/31/84 7/31/85 Well Driller: Ori I ler.........; 15.10 16. 00 • Helper..... 13.10 14. 00 SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare . . . . . . . . $ 9 % 9 `/. Pens i on.. . . . . . 2. 75 2.75 Holiday Fund.......... .46 .46 Listed supplements apply to ALL classifications C x )yes C )No. 4-138 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of New York Department of Labor MARINE CONSTRUCTION PREVAILING RATE SCHEDULE C * )See NOTICc PAGE ATTACHED Case Number Bureau of Public Work _ 8405119 2B - 8/01/84 SUFFOLK COUNTY WAGESCper hour) 10/01/83- / / - 9/30/84 Hydraulic Oredge: Leverman 1S.46 Engineer 15.31 Main+. Engi neer 15. 10 Derrick Oper. 15. 31 Chief Mate on Dredge 15.10 Mate 14.19 DeckHand 12. 70 Oi I er 13. 14 Fireman 13.14 Shoremah 12. 70 Boat Captain 14.28 ------------------------- Tug Boats: Tug Master 14.89 Tug Captain 14.28 Tug Chief Engineer 14.53 Tug Engineer 14.2a Tug Deckhand 12.a4 ------------------------- Dipper and Clamshell Dredges: Operator 15.73 Cranemah 15.31 Engineer 15.60 Mai ht. Eng! neer 1s. 10 Mate 14.19 Deckhand 12.84 Oiler 13.14 Boat Master 12.70 Boat Captain 14_28-------------------- The following SUPPEMENTAL BENEFITS apply to all to ALL classifications of the above HYDRAULIC, DIPPER, CLAMSHELL DREDGES and TUG BOATS. SUPPLEMENTAL BENEFITS:Cper hour worked.) Health/Welfare........ 93 P P h > i On . . . . . . . . . . . . . . . 8 o Vacation .............. 7 7. 2Sa WAGESCper hour) - 9/30/84 Drill Boat: Engineer 16.70 Blaster 16.87 Driller-Welder/MechahiC 16.71 Fireman 16.19 0 ler 15.92 Helper 15. 92 SUPPLEMENTAL BENEFITS: Cper hour worked) Health/Welfare........; 93 Pension ............... 80 Listed supplements apply to ALL classifications C x )Yes C )No. 25/3 OCCUPATIONS APPLICABLE TO BUILDING AND HEAVY/HIGHWAY SCHEDULES Page 16 1 STATE OF NEW YORK DEPARTMENT OF LABOR: REQUIREMENTS OF ARTICLE 8 (Sections 220-223) OF THE NEW YORK STATE LABOR LAW PREVAILING RATE SCHEDULE: Section 220 of the Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and to provide supplements (fringe benefits) in accordance with the prevailing practices in the locality where the work is performed. ' The Department of Jurisdiction awarding a public work contract must obtain a prevailing rate schedule from the Bureau of Public Work of the New York State Department of Labor listing the hourly rates for the trades and occupations of the workers to be employed on the public work project. This schedule may be obtained by completing and forwarding the Request for Wage and Supplement Information on the reverse side hereof. The prevailing rate schedule must be included in the specifications for the contract to be awarded and is deemed part of the public work contract. ' Upon the signing of the contract, the Department of Jurisdiction must advise the Bureau of Public Work on a form supplied by the Bureau as to the name of the contractor to whom the contract was awarded, the date and the amount of the contract. ' A "Department of Jurisdiction" includes a state department agency, board or commission; a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporations; a public benefit corporation; and a public authority awarding a public work contract. ' WITHHOLDING OF PAYMENTS FROM CONTRACTORS: When the Bureau of Public Work finds that a contractor or subcontractor on a public work project ' failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Section 220-b of the Labor Law to so notify the financial, officer of the Department of Jurisdiction that awarded the public work contract. Such officer must then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by ' the Bureau of Public Work as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until a final determination of the underpayment by the Commissioner of Labor or by the Court in the event a legal proceeding for review of the Commissioner of Labor's determination is instituted. The Department of Jurisdiction shall comply with an order of the Commissioner of Labor or of the Court with respect to the release of the funds so withheld. 11 TATE OF NEW YORK �q BUREAU OF PUBLIC WORK EPARTMENT OF LABOR .� STATE OFFICE BUILDING CAMPUS ALBANY, N.Y. 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION AS REQUIRED BY ARTICLE 8 OF THE LABOR LAW ' Submit this form for new schedules or for determination for additional occupations. Provide all information Requested Below UBMITTED BY: ❑ CONTRACTING AGENCY DATE (CHECK ONE) ❑ ARCHITECT OR ENGINEERING FIRM A. PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertaining to Contracting Agency) 1. Name and complete address(number, street, city or town, zip code) 2. ❑ N.Y. State Units ❑ 07 City ❑ of DOT ❑ 08 Local School Dist. ❑ 02 COGS ❑ 09 Special Local Dist. ❑ 03 DORMITORY AUTHORITY ❑ 10 Incorp. Village ❑ 04 STATE UNIVERSITY ❑ 11 Town ' CONSTRUCTION FUND ❑ 12 County ❑ 05 MENTAL HYGIENE ❑ 13 Other Non-N.Y. FACILITIES CORP. State (Describe) ❑ 06 OTHER N.Y. STATE UNIT ARCHITECT OR ENGINEERING FIRM (NAME, ADDRESS, AND TELEPHONE NUMBER) C. SERVICE REQUIRED (Check appropriate box, and provide project information) ❑ New Schedule of Wages and Supplements (complete items 1 and 2 only) 1. APPROXIMATE BID DATE r STIMATED COST OF PROJECT ❑ Additional Occupation and/or Redetermination OFFICE USE ONLY (complete item 3 only) 3. PRC NUMBER ISSUED PREVIOUSLY FOR THIS PROJECT D. REPLY SHOULD BE DIRECTED TO: (Name, title, mailing address and TELEPHONE NO.) J. PROJECT PARTICULARS (Check appropriate boxes in E1 and E2 and complete E3 and E4) 1. Nature of Project 2. PRIME Contracts to be Let ❑ 1. New Building ❑ General Construction ❑ Plumbing ❑ 2. Addition to Existing Structure ❑ Heating and Ventilation ❑ Electrical ❑ 3. Heavy and Highway Construction (New and Repair) ❑ Other ❑ 4. New Sewer or Waterline ❑ 5. Other New Construction (Explain) NO CONTRACT ❑ 6. Other Reconstruction, Maintenance, Repair or Alteration ❑ Work to be done by direct Employees ❑ 7. Demolition 3. Project TITLE and/or description of work to be performed 4. Location of Project (include contract identification number, if applicable) Route No./Street Address Village or City Tnwn ■. OCCUPATIONS FOR PROJECT ❑ Construction ❑ Lineman ❑ Dredging/Diver ❑ Tunneling ❑ Drilling ❑ Other Name and title of Requester Desi County L Signature (843) SEE OTHER SIDE FOR LAWS RELATING TO PUBLIC WORK CONTRACTS 1 1 1 1 1 rl 1 State of New York Department of Labor I PW-3 (9-82) 4A CONTRACT REQUIREMENTS Bureau of Public Work State Office Building Campus Albany, N.Y. 12240 Each public work contract to which the State, a public benefit corporation, a municipal corporation or a commission is a party and which may involve the employment of laborers, workmen or mechanics, shall comply with the requirements of Article 8 (Sections 220-223) of the New York State Labor Law: 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 the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the extraordinary emergencies set forth in the Labor Law or where a dispensation is granted by the Commissioner of Labor. (See Section 220.2) 2. Each laborer, workman or mechanic employed by the contractor or subcontractor shall be paid not less than the prevailing rate of wages at the time the work is performed, and shall be paid or provided not less than the prevailing supplements at the time the work is performed, as determined by the fiscal officer. If the prevailing rate of wages or the prevailing supplements change after the contract is let, each workman, laborer or mechanic shall be paid or provided not less than the new rates. (See Section 220.3) 3. The contractor and every subcontractor shall post in a prominent and accessible place at the work site a statement of the current prevailing wage rates and supplements for the various classes of mechanics, workmen or laborers. (See Section 220.3-a) 4. No employee shall be deemed to be an apprentice unless individually registered in a program registered with the New York State Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any employee who is not registered as above, shall be paid the prevailing wage rate for the classification of work he actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates for the area of construction, prior to using any apprentices on the contract work. ( See Section 220.3) 5. (a) No contractor, subcontractor, nor any person acting on his behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates. (See Section 220-e (a) ) (b) No contractor, subcontractor, nor any person acting on his behalf shall, in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex .or national origin. (See Section 220-e (b) ) NOTE: The Human Rights Law also prohibits discrimination in.employment because of age, marital status or religion. - (c) There may be deducted from the amount payable to the contractor under the contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract. (See Section 220-e (c) ) (d) The contract may be cancelled or terminated by the State or municipality, and all moneys due or to become due thereunder may be forfeited, for a second or any subsequent violation of the terms or condition of the anti -discrimination sections of the contract. (See Section 220 - e (d) ) IV, Federal Wage Rates ' r 33612 Federal Register / Vol. 48, No. 142 / Friday, July 22, 1983 / Notices G 1 r DEPARTMENT OF LABOR Employment Standards Administration, Wage and Hour Division Minimum Wages for Federal and Federally Assisted Construction; General Wage Determination Decisions General wage determination decisions of the Secretary of Labor specify, in accordance with applicable law and on the basis of information available to the Department of Labor from. its study of local wage conditions and from other sources, the basic hourly wage rates and fringe benefit payments which are determined to be prevailing for the described classes of laborers and mechanics employed on construction projects of the character and in the . localities specified therein. The determinations in these decisions of such prevailing rates and fringe benefits have been made by authority of the Secretary of Labor pursuant to the provisions of the Davis -Bacon Act of March 3,1931, as amended (48 Stat. 1494, as amended. 40 U.S.C. 278a) and of other Federal statutes referred to in 29 CFR 1.1 (including the statutes listed at 38 FR 308 following Secretary of Labor's Order No. 24-70) containing provisions for the payment of wages which are dependent upon determination by the Secretary of Labor under the Davis - Bacon Actv and pursuant to the provisions of part i of subtitle A of title 29 of Code of Federal Regulations. Procedure for Predetermination of Wage Rates (37 FR 21138) and of Secretary of Labor's Orders 12-71 and 15-71 (38 FR 87 55.6738). i ue prev eiling rates and fringe benefits determined in these decisions shall. in accordance with the provisions of the foregoing statutes. constitute the minimum wages payable on Federal and federally assisted construction projects to laborers and mechanics of the specified classes engaged on contract work of the character and in the localities described therein.. Good cause is hereby found for not .utilizing notice and public procedure thereon prior to the issuance of these determinations as prescribed in 5 U.S.C. 553 and not providing for delay in effective date as prescribed in that section, because the necessity to issue construction industry wage determination frequently and in large volume causes procedures_ to be - impractical and contrary to the public interest. TO: i'• General wage determination decisions are effective from their date of publication in the Federal Register without limitation as to time and are to be used in accordance with the provisions of 29 CFR Parts 1 and 5. Accordingly, the applicable decision together with any modifications issued subsequent to its publication date shall be made a part of every contract for. . performance of the described work within the geographic area indicated as required by an applicable Federal prevailing wage law and 29 CFR. Part 5. The wage rates contained therein shall be -the minimum paid under such. . contract by contractors and subcontractors on. the work. Modifications and Supersedeas Decisions to General Wage Determination Decisions - Modifications and.supersedeas decisions to general wage determination decisions are based upon information obtained concerning changes in prevailing hourly wage rates and fringe benefit payments since the decisions were issued. The determinations of prevailing rates and fringe benefits made in the modifications and supergedeas decisions have been made by authority of the Secretary of Labor pursuant to the provisions of the Davis -Bacon Act of March 3.1931, as amended (48 Stat. 1494, as amended. 40 U.S.C. 278a) and of other Federal statutes referred to in 29 CFR 1.1 (including the statutes listed at 38 FR 308 following Secretary of Labor's Order No. 24-70) containing provisions for the payment of wages which are dependent upon determination by the :.,ecretary oi Labor unser the Davis - Bacon Act: and pursuant to the provisions of part i of subtitle A of title 29 of Code of Federal Regulations. Procedure for Predetermination of Wage Rates (37 FR 21138) and of Secretary of Labor's orders 13-71 and 15-71(38 FR 8755, 8758). The prevailing rates and fringe benefits determined in foregoing general wage determination decisions, as hereby modified, and/or superseded shall, in accordance with the provisions of the foregoing statutes. constitute the minimum wages payable on Federal an federally assisted construction projects to laborers and mechanics of the specified classes engaged in contract work of the character and in :he localities described therein. Modifications and supersedeas decisions are effective from their date of publication in the Federal Register EVIVUL ito time and are to FROM: PROGRAM ASS STANC SECTION 1.4 Y I be used in accordance with the provisions of 29 CFR Parts 1 and 5. Any person, organization. or governmental agency having an interest in the wages determined as prevailing is encouraged to submit wage rate information for consideration by the . Department. Further information and self-explanatory forms for the purpose of ,submitting this data may be obtained by writing to the U.S. Department of Labor, Employment Standards Administration. Wage and Hour Division. Office of Government Contract Wage Standards, Division of Government Contract Wage Determinations. Washington. D.C. 20210. The cause for not utilizing the rulemaking procedures prescribed in S U.S.C: 553 has been set forth in the original General Determination Decision. Modifications To General Wage Determination Decisions . The numbers of the decisions being modified and their dates of publication in the Federal Register are listed with each State. - Arkanue Ms3-4O�/Y.....__.._______ _.__ A* I& 19U ww. o= oww. oEe2-3016..._..._....._._._._...__ RwiFL8-t041; FL93-1042. Ft.93- 1047: FLU -1048: FL83-1049: FL93- 1050.._..M__ _ __„_ _ _ _ _ _ Jurw 24. 1993. IL8-2 Is.1o� M It.93-2035 _�_.� _ Apr. 9. 1993. IL03-2039. .._..._ Apr. ,s. 1993. N6 Mke+eaoft M2-2094. ____ _ Nov. 26. 1962 MN8-2036: may 6. ism MWootat M063-4047..._ _..._ Am M 1963. Now J&W.. KM -3015 NJ63.3o1e.- June 17. 1963. New Medoc NM83 4032_.._._ - Apr. /S. 1963. M NOCamim NC62-1027__._. Apr. 20. 1962. o11iOc OM8-2o40.r .___ May 1& 198. PrvwyNaN= PA62-MI7._ „_ Mr. 26. 1962 YV*mmin WW -2012_.___..__. _ F*IL 16. 198. SuRgreedea ecisions to luenerai Wage Determination Decisions The numbers of the decisions being superseded and their dates of publication in the Federal Register are listed with each State. Supersedeas decision numbers are in parentheses following the numbers of the decisions being superseded. Akftwm Also -100 (AL8-1053►.... _..... _ Jima 6, 1960. NeEraaka: NEW -4=1 (NEN-4052._...._.. M* 16. 1960. New YOAc NY61-9041 (NY8•.3027)._.._._ A* 17.1981.1(- Tea= TX8-40U (TX83-4053k TX76- d 4065 (TX83-4054: TX76-4066 (Tx8- 4056) ................... _... __..... _._......_._....... _ Jw» 16. 19M Signed at Washington. D.C.. this 15th day of July 1983. Dorothy P. Come. Assistant Administrator. Wage and Hour Division. 61WNG CODA 45/0-27-41 M of on o, W M M W M STATit NRI YORK COW TIEBt MASS LK DECISION NO. NY83-3027 DATEt DAjf'17 ,UDLICAT SUPERSEOEf DLCISON NO. 1161-3018 dated July 17, 1181 in 66 PA 3719 3 DWRIPTION OP WORKt Building, Resideatl.tl (includes single tinily home and apartments up to and Including 1 StOries), Meavy t N4ghwAV Construction Projects sew ra.t, swt raw swat ai1,Fr awhM 'ASSESTOS WORKERS 16.11 7.01jcoFwantcation systems DOILERMAKERS 11.09 121+.0 era cowsorcial DRICKLAYLRS 17.22 6.17 1.•:c -c a:_.i-.inola! devlces CARPCNTCBS 1 .. Fuch Nassau County lexcept is, ::., elect - that part South of the rical contract l.S7 a Sout(tern State Parkway ELEVATOR CONSTRUCTORS 16.99 2.31.1 West of Seaford Crook. I ♦c 4100, Smithtown Islip ELEVATOR CONSTRUCTORS' line on the East, Long' MZLPCRS 11.21 2.3)+t Island Sound on the Mort +c and Middle Island%M ELEVATOR CONSTRUCTORS' track on the South HELPER (PROBATIONARY) 7.50 Carpenters, Millwrights RMIZATION 6 REPAIR Piledrivers, Soft floor ELEVA'NR CONSTRUCTORS 11.23.2.33+_ Laaylrs, Aoostical, Dry- RNISATION 6 REPAIR ♦c wall (under two ELEVATORS CONSTRUCTOU ' stories) 12.67 Building 17.37 Heavy 6 Highway 17.65 Remainder of Nassau Count Building. Residential, Heavy 6 plghway 17.37 futiolk County Residential (2 stories 6 under) 16.IS Building 16.15 Heavy a Highway 16.20 CEMENT MASONS 11.13 DIVERS . IS.69 SLECTRICIANS Building 18.55 Wiring of Single or mutt ' iple family dwellings 6 apartments up to and in- cluding 2 stories 12.20 Installation of televle- Ion receivers, radio re- ceivers, record players. and associated apparatus and antenna and home appliances and closed circuit TV and multiple outlet distribution sys- toms. sound and inter 2.3S HELPERS 6.01 6.01 MODERNIZATION a REPAIR ELEVATOR GONSTRUCTORS' HELPERS (PROBATIONARY) 1.61 GLAZIERS IRONWORKERS Structural 2.15 Ornamental finisher S.66 LABORERS (SUILDINGI 5.11 3.71 LABORERS (HEAVY a HIGH• - 6.73S WAY)t Concrete 6 Curb form sit 37%#.70 tars. tars, asphalt rakers Asphalt workers a roller boys, asphalt top shovel 111+'.70 era 6 smoothers asphalc tampers Jackhamtsers.6 drill an t, hoppermen, carpenters' tenders, pipe jointers 6 setters• concrete labors (structucesl, stone spreading laborers, trac men, grading 6 excavat)a laborers, yard laborers. 8.12 2.33+b +c S.61S 16.15 5.70 15.50 1.5! 1S. SO 111,59 12.71 I.S7 11.39 231- .7S+d 1 11.11 31+.75 Pd I F Page s puddler• on coo rote pave where the cbasge to the Dent, asphalt plant -(bat- existing roughing does cher a hopper man), all not have a labor cost other unskilled laborers 110.67 .7$+2]' In excess of $1,114q.000 1.00 2.72 +d Suffolk County 17.0% 6.0; MARDLE SETTERS R SQUIPMFJM OPERATORS , Cutters 6 Setters 16.21 1.11+e (BUILDING CONSTRUCTI ON) t Carvers 16.76 /.11+e C1Ass 1 ' 17.060 2..C - Polishers 15.01 2.90+0 Bt+' Crane operatorsl derrkck- Class T 17.3S5 2.4C, man 15.21 6,31•c1 !1=? Marble Finishers 11.21 2.90+9 17.2SS12.::- MILLWRIGHTS 16.IS 6.16 PAINTERS Class 6 ISMS 2.;:+ Suffolk Countyt 9(-' Basic 11.95 1.13 Class S 16.96S 2.60 - Scaffold work, rolling 81+! scaffold 18 ft. and, Class 6 17.10S 2.10- over, spraying 13.10 1.13 81+. Structural steel a Send- Class 7 16.65S 2.43 - blasting 11.86 1.13 81+f Maseau County (lswood, Class 8 17.180 2.60-. Lawrence, Cedarhurst, 81-; Noddmers. Hewlett, Nwlett Class 9 16.905 2.10+ Say, Hewlett Neck. Hwlett 86+G Park, East Rockswsy,. part Class 10 17.155 2.6C - of Oceanside, part of Ly 81+-' brook, part of Rockville Class 11 17.OSS 2.60- Center, Atlantic Beach, t1+= Long Beach, Lido Basch, Class 12 16.195 2.6C* Point Lookout. Gibson a 86+: part of Valley Stroam)t Class. 13 17.73 2.40 - Painters 11.06.01+30 81+! Spray 17.4S .01+301 Class 11-A 18.23 2.60+ Firs Escapes 16.05.01+30 /t-! Nassau County (Remainder Class 11-5 111.68 2.6:- of County)$ 81+= Painters 13.11 1.07 Class 16-C 19.73 2.;: - Spray, Open Steel, Swl 81+! Ing Scaffold, Rolling Class 16-D 20.23 2.::+ Scaffold 18 It. or over 1S.I 1.07 8t+: Sandblasting 17.2 6.OT Class 1S 16.8S 2.40+ PAPERHANGERS 13.1 11) It+! PLASTERERS 15.1 1.22 Class 16 17.23 2.50+ PI.UNSERSt81+! Class 17 17.28 2.tC% Nassau County 8t+' Wilding, Heavy a High- Class 18 17.07 2.60* way Construction 16.1 6.97 Residential IB.S 3.608i+' Clays 1! 16.61 2.10+ Jobbing (repair of pre- 81+_ sent plumbing systems Claes 20 17.3J 286.! that does not ch4nge t \. existing roughing or an minor alterations job t '=1 tD CL CD 9 7d a A M O d► SO z O p.F t-3 Z CL O N N fs QED W Z O CZ t'1 N a l '=1 tD CL CD 9 7d a A M O d► SO z O p.F t-3 Z CL O N N fs QED W Z O CZ t'1 N a m m m m mom r M r M= arm W m m m m m m DECISION NO. MY93-7027 Pace t DECISION MO. NY63-3027 Paye 4 POWER EQUIPMENT OPERATORS e.hw �,� I awk r,� (NIILDIMG CONSTRUCTION) (CONY 0) a.�in s...ew nor. e.>,.w WLLOERB - receive rate prescribed for ccatt to which welding Is incidental. Class 21 10.115 2.40+ Class 10 17.45 2.10+ Unlisted classifications needed for work not included within the scope of 61+1 54♦q the classifications listed may be added atter award only an provided in ' Class 22 15.53 2.10+ Class 11 15.09 I 2.40+ the labor standards contract clauses (29 DPM S.S (a)(1)(1111. Class 23 15.33 Ol+t 2.40+ Class 12 16.27 06+q 2.10+ FOOTISDt�s Class 24 1c. 67 ENC 2.40+ I Class 13 MIS 04+9 2.70• PAID HOLIDAYSs A - New Year's Days B - Memorial Days C - Independence DayU Et+f 81+9 0 - Labor Days E - Thanksgiving Days F - Christmas Day Clams 2S 1 17.15 2.40+ WC _Claei 14 14.91 2.40, 0;•- a. Paid Notidayss A th6ugh F. President's Day, the anniversary at Class 26 14.57 _2.40+ C:.1, 14.06 2.43- the employee's data of employment, and the employee's birthday. Class 27 15.1E 04+t 2.40+ Class 16 16.4E2.40- 04+q All employees whose continuous service credit began prior to April 1 04+f 04+9 of the current year shall be entitled to a vacatlon of one week, and Clean 26 17.29 2.40+ Class 17 17.27 2.40- the employee %.-hose costiamous'service credit started prior to October 1 04+f Ot+q of the preceding year shall be entitled to a vacation of two weeks. Class 29 17.7*5 2.40+ Class 10 14.5E 2.40+ Employees who on March 31 of the current year have continuous service 5%+t - - - 81+g credit of six years or more with the Company shall be entitled to a Class 30 17.0E 2.40+ Class 19 •16.62 2.40+ vacation In accordance with the got lowing -sdhodules Class 31 15.0! Ot+t 2.40+ Class 20 . 14.57 64+q 2.40+ 6 years but less than 7 years 2 weeks and 1 day I 54+t Ot+q 7 years but less than 0 years 2 weeks and 2 days Close 32 17.30 2.40+ Class 41 16.44 2.40+ 0 years but less than ! years 2 weeks and 3 days 9t+1 IS49 9 years but less than 10 years 2 weeks and 4 days I Class 33 17.70 2.40+ Class 23 1S.32 2.40+ 10 years but lees than 15 leers 3 weeks i Vitt H +q 1S years but lose them 2S years 4 weeks , Claes 34 • 14.67 2.40+ Class 23 16.54 2.40+ 2S years and over S weeks Class 35 16.96 41" 2.40+ Class 24 17.70 •O+q 2.40+ An onplgrm shall be paid for absence due to personal illness. N+t 01+4, personal injury, or death to the iswdiats family at his basic POWER EQUIPMENT OPERATORS. Class 2S 14.6S 2.40+ cats tot a period of five (S) days In any calendar year. (HEAVY 6 NIGHKAY)s Class. 1 17.00 2.40+ ROOFERS 04+9 Is. Employer contributes 65/daf. 91+q Elate 6 Tile 11.07 3.95 c. Paid holidayss A through F Lincoln's birthday, Washington's Class 2 17.15 2.40♦ Waterproo[er 12.33 6.27 Birthday, Columbus Day, Armitice Day, sad Friday after Thankegivisp 00+g SH59T METAL WORSERB 12.35 .00-11 Day- Cleas 3 17.30 2.40+ SPRINKLER FITTERS 6 d. Paid Holidays A through F, Columbus Day. Llmcolm's Birthday, 04+9 STRWITTERS 16.07 S.7S Washington's Birthday, Veteran's Day, and Election Day, provided the Class 4 14.03 2.40+ STONE DERRICYARN 6 employee worked or shows up for lack on the schedule day before and *%+gRIGGERS 14.06 S.25 the scheduled day atter Ng holiday. Class S 16.50 2.40+ STONEMASONS 17.76 5.7S e. Paid Holidayss One halt day's pay for Labor Day E1+9 TERRAZZO WORHERS 13.30 2.02 Class 6 17.02 2.40+ TERRAZZO FINISHERS 12.07 2.71 C. Fold solidayss A through To Lincoln's Birthday, Washington's 04+9 TILS SETTERS 15.20 4.135 Birthday.'Columbus Day, Election Day, and Veteran's Day. Class 7 16.27 ;.40+ TILE FINISHERS 11.71 1.025 9. Paid Nolidayss A through FI Lincoln's Birthday Washington' s Columbus My. Election Day, ani Veteran'# Day, provided employee 16:50 06 2.40♦ TRUCK DRIVERS Building works the day atter the bo%lday. Class 0 8%+9 Ready -mix concrete, s h. Forsuds 1S days worked with the con�ccact year an employes Vill 16.50 2.40+ sand. gravel, asphalt receive oma day's vacation with pay, maximms& vacation of 3 weeks per. Clams ! 016 6 bulk .comsat h 9.37 3.063•► year. suclids 6 Tuanapulls 9.225 3.064'r. Employer contributes 64.00 per day to security Fund. Heavy 6 Tucaapulls NmQNighiri 5 9.94 3.064+` =am r no man r M M i M M M M page S DECISION NO. Mo) -3027 page 0 Ica CLASSIFICATION DESCRIPTIONS-powpk EOUIOMCNT OSEMTOSS CLAsbIIICAlION OgCRI►lIONb-ruHER EgUIlNG[T OleRATORI (COH•T) Class 271 Powof buggies WILDING CONSTRUCTIONS Class -20s seller, treack machine Class 2g/ scoopp, oarry-all, scraper is tandem �. Claes 1S Asphalt spreader Class 101 bideboom ttactor (used. In tank work) Class 111 Stripping sadhL►s Class 2s backhoe, drsgllne, gradall, pllsdrivor, sh0vdl Class 128 Tank work Class Is batching plant ton site of lob), power winch lured for Class lit Tower crane (oiler) stow or steel), power winch truck mounted (used toe stone or Stool), Class ISI rowdy casae (Oiler! pump fooncretel Class el Seading machine, generator (small), vibrator (l to S).dinky Class 1St Melding "chino. structural steel locomotive Class $t Soiler, bulldozer, compressor ton crane), compressor (pile NFAVr A HIGWhT CONSTAMITION work). compressor (stone setting$. concrete breaker, conveyor, gene- rator (pllwork), loading machine (front and), maintenance engineer, Class Is Asphalt spreader, bcom truck, boring machine (other than mechanical compactors (machine drawn), powerhouse, power winch truck post Aolas), CM( or maxim sprwdsr, crane (crane[ or truck), can - (wed for other than stepl or stone), pulvi-mixer, power winch (wad tom other than steel), pump action (used pump (gyp- reyor lmultil, plant englwer. concrete spreader, sideboom tractor, .double actidiapon - I •sural, pump (hydraulic), pump (jell. pump (single action - 1 to 11, :ton/ spreader. (self-propelled)• cherry picker pump (well point!, welding and burning, welding machine (pilework) 'Class 28 sac", crane (stone settlng), crane (structural stool). , Class G1 boom truck, crane (crawler or truck), conveyor -multi plant draglines grads! , piledriver, road paver, shovel engineer, stone spreader (self-propelled) Class 11 batchl" plant (on site of lob). crane (on barge). derrick. Class 77 Compressor, compressor (2 or more in batteryy), generator, mulch machine, pin puller portable heaters, pump 14 inch or over). 80ey00m tractor (used in teak work). tank work Class 41 Had/t1gg machine, mechanical compactors (hand operated), frac tamper, welding machine pump (ceatrifusal, up to I inches), trench machine(band) Close $I Crane and boom truck (setting struetura4 or stone Class St boiler Class 01 boring machine (post holes) Class 9s bulldozer fuss for excavation), fireman, loading aachiM, Class 71. bulldozer, concrete finishing machine, conveyor, curb pmmtboaa, scoop (carry -all scraper) vac -all Class 101 CHI or maxim spreader, concrete spreader, derrick, sideboom machine. (asphalt or coacretal, curing machine, dinky locomotive, tractor fireman, forklift, -hoist 0 drums), loading machine, maintenance Class 111 Compressor (structural steel) engineer, pultl-Wmr,.pkmp U In. or over ), pug (hydraulic), Claes 12i Concrete saw or cutter, mixer (with skip). mixer (2 mall, pump (let). pump (submersible), pump (well polntl, roller IS tons with or without skip). pump (up to 7 inches), tractor caterpillar or and ower scoop (carry -all, scraper), maintenance man, (tower crane), wheal vao-all, welding i burning Class III Crane with alas shall bucket Class b1 Compregsor (on cranal,•ganerator (pile work), welding Class 111 Craw, crawler or trucks machine (pile work), power winch (used for other than stone or a. bleasthf 100' (including Sib) but less than Boom e o structural steel) poser house, loading machine (front eadl. com- Ith, pressor (pits work), power winch (truck mouated, used tar other b. boos lengths of I50' (including jib) but less N than stags or stool), hoist (2 drum)an g1 250' Class Compressor 12 or mote In battery) boos lengths of 250' (including jib) but loss than Class101 Compressor Intone Setting), compressor (structural ;. , steel). welding sachlnelstructural steel! d, booty lengths of ISO Class ill Conpressor, mulch machine, pis puller, pump (double Class 157 Curb machine (asphalt or concrete)# curing machine, pump *action diaphragm), Pump (gypsuelhl. pump (single action 1 to 11, striping welding , craw maintenance Lasa Isuber168 madblai, machine w Cla121 Loading machine, with bucket capacity of 10 yards or Class Lit Dredge Dredge Class 17t Elevator, forklift, hoist (ldrus) Close 101 Forklift (walk -behind• power operated) over • . Class IN Concrete breaker, concrete saw or cutter, forklift -hammer, Class lgi Grader (walk.behlnd, poser operated), hydra mixer (with skip). Class 207 Hoist 12 and drum) mixer (2 small wth or without skip), mixer (2 bag or over with Class 211 Hoist (multiple platform) or without skip), power buggies. power grinders. ridge cutter_ Class 22s Mechanical compactors (hand operated), trench machin (hand) Class 141 Dredge Class 1S1 Generator (small)Clara Class 23s Hoist tandem platform 1G1 Grader Class 2I7 Hydra -hammer, ridge cutter , Class 257 Loading machine Iwith capacity of 10 yds, or over) Class 261 Oiler, stump chipper w N lith DBCIgloo 00. W13-3027 Pass"7 /lasNl>:ICATION.D95GAIrTIONO-POKU 1QOIMW OpSMIOR4 (CON -Tl BUILDING OONSTt)CTIOM& Clue 17r Eclat q drum), power winch (truck mounted,uaad tow •toms or steel), power winch (d coir stows setting A structural stoallwe . trench aacblas Class M Mechanic Class 199 Msabsnlcal 00up0cta1r8 (machine difewn), collar (over S tow) I Class 20r 011sr, coot.cutter, stoup tripper, tower eraaa(otier, o track tamper), 12 eaglaears, eadU r Class 219 Portable beaten Class 22o Power boom Class 278 rump (00acretsl Class 241 scoop (carry -all, sorapW la tandeml, towar orans (engineer) -Class 2Sri Tractor (Caterpillar or vbeell7 Ic - • l r ' �i SUPBAMBAS RSCISION RUM 'Tessa COUMTI958 Statewide DWISION NO., T961140s1 DATta ate at Publication song" des Decision no. Ma -403, dated October 29. 1942 IN 47 rt 49211. ' osRCMOTION Of MORtt See 'Area Covered bf Varies 90008• hit Test Man asphalt beatermaa Asphalt Raker Asphalt shoveler Batching Pleat scalemae Better►oard setter Carpenter .Carpeater B•1p.r Caserete IIatoMe ItPevintl concrete Fialsbet wiper ( Favi M) Concrete fialshor 12ttectagell Coacrete Fleisher B01psr (strsltateel Caaerete Rubber 2leetciolsa sleetrNiAlk selper Fete Bulldog litroetur0e1 roe■ Builder Relpot (Sttcetutte ioro Cher (llavi(y A r;urbl lora better (►aving A Csrb) ror■ Setter Relpot (ravlog A Curb)' taro setter 15traetsees) tors, settee select (St9detsm Laberee, C""A Label f, Btility me* Manhole pllbr, BrlCk Mechanic , 0114t Melhaale Relpsr tsevllersA WOW (sttuoterea) Filedrivele*4 rlpelafar plpelarot Belper ►beeaatle MartatNB ►aWotmas &aia(erolat steel sector (►ev(b0)• >talateretay steel better (ttti cturoa) 1 Wn 1 9001 2 90Mt 1 90Nt 4 iOtRds 4-a�- 4•.k 4..�- s..0-04M...Ir 0-044..�- M•w�r N+•aI eons• a.%$ a-•.- - 6, - , S.70 5.10 S.1S 5 G id S.Is S.to 6.40 4.6S 4.1S 9.40 9.10 - - - 7.70 - - 6.20 6.SO 7.10 9.20 S.Os 6.25 S.2S LSO S.10 4.16 S.OS 7.75 A 2s 7.50 7.46 6.25 I 6.0 • 5. So ' - 4.60 1 7.10 7.25 5.50 S.46 9.26 5.60 6.00 5.06 4.80 S.OS - 0.50 7.75 11.50 11.10 10.55 S.7s 0.20 , S.4S 6.75 7.70 5o is 6. be SOS - 409S 4.40 S.00 1.75 ' - - • S.2o 7.8S 7.1s 6.25 - 6.05 _ - 4.40 4.73 7.Ss 7J0 6.45 S.Ji 6.25 1 5.9s 4.2s 5.SO 4.7S 4:9s 4.90 4.6S 4.40 4.10 4.1s 5.56 5.84 6.00 4.50 " /.7s 4.75 1.66 7.20 4.SS - 6.60 • S.2s 6.2$ s.�o S.4S S.SS S.O9. 0.45 4.60 O.Os S.16 $•t5 6.00 0.99 - - • ,S.1s - - - - 4.GS 0.96 7.10 5.70 S• SO 5.7s 4680 OOS 6.20 - - •ase Ms - 6.40 9.20 6.25 ' a NlDifftAnft t. 6 ONCi/1�0.- l+L=S` Illy Ib"'II O.Cl/I011 N0. tA0]-]00�- 1 •, 'r iiliis�! - J.IY 2fay s Ori.'~ ; w t (ifs]ii7ii700S-Jlpwt lf. iwq• r s"'r ►.rr. mom" 1 • 198]1 . nye CotlatlY; - �� .. .lir ,' t ''IAdaaa,serke,sridtotd;Car- ain _[ 90CI6IO. M0. ig82-]017 u„ iorttldlao.d 3622' Jot bea,Colaabla,Ctiabeslaad, M*FR NO. - Norck 26, . - bl l NYiRl..Jwltata.Laeka . 1162) OMIT. atm. outtalk Caww"". Tog& ; LaacutatyLebiaca.Lekigk, ittlaerw. Licbmi".Ncaner. Laekaee0". ous"oReaaa. I -Emote, metallic Is.?/ 4.9341 i_ l Moatoar.Mor t\r4tY.Mortk Myo• a Y7oaL! COYtiu fwailcaala ' lerruso Moskaca Neipera l.s6 2.71 . tallic Latkatc' a Mi.- Yberlaad,'irti.tlRe.sd= lylklll.MiAar.ttllllvgr , AODe. toning Itoa Yorker. r 19.57 6.87 aeegoeb-.Tloya,Da/Y, tis. metallic Lotbete a tela- t•oclp itoa vWrken �- 19.82 /.874 ; . 1 �aiae.Uioaip.aad sort tiu, Naaailiaala -SWI 01101 CipWTORS Terrazzo a Mosaic /lalaMn 11x11 2.71 sSaTSN. pttere a matters 3.93 6.19•e sFaP 1 616.2 - 22.66 Ci n 6.•8 4.19N �AIICs. Ut•op 2 ♦ e • �M�11Q�_. OEM" :,12.1]' � �• . " to , Cro Operatonl 14.66 2."*d ..J44 I'ON110sRsss. strtistyrel►pipeM�tal. a sloop 3 Omar a 3S.f 1S.• • - Cotten a settiwm 14.0 1. 1.046 N 46 atslokaaa M1 11.41 1 i. M/atore>} . ' sew, rlead,baap�la, �ill]j4.] Nflisb*n mile• 1peratdaken 2""x10 wosmtslts .fl 1 04 24* wcaeter�, e¢ep} 1'. S ls.� ; Craw OpecatorsI Oess�dwll ljaY L�1* MNAsso a MOSAIC .3] . MYta►r.CoYx 6t Ybarlatd.. Jr"ab ►t! sa3dat.IM1 -Omer stwt 7-1► 7-s 16.7 16.9 • • ` le /laisbave Aped •. 3mCl'ttss 11.91 tt.'1!}Y Nis!"7t1 1 ss7?sus. 13.1• 1 x28,.1.]]5, 2.71 a i c66& 17.16 �.7i3 ny� ls.2a, i.]n ltts,�tnaNen6 llfi 2117 llt� tINISNtN lj.�� • 7211 pb�alM t ,•. �/ � ]�•' .1•P. :,t• � `.,_ • � y iptw•w108 - a �I. INT) 1 ilagagl Cltl�iltldtleti - tree La'"rste M.a p a Nim..:i. ... 4130 Mitt rim • ' x ' am clsIOM N0,' ti' 7061'. l•.. r r.;atu►TOtI wwli sam's. • ••. . fel) 1 l , t7CTi77s]1 = eiPf. �. . Or.a arM . A[« • /u.!! .1?.t� I,,��CrtrxMzO. u • 110D. , �'.- t IdNlar CotM11,�1 t: `�� 166!1![ � , ,• _ )tfall • .. ., gMSTJlsti. sIt16lOL: ., .. u7wa M 16, , u.n l.W Jltlaatigl �acllptoir C59931'r 4100* 17 :adaa; ' 1 c Y ' NAMTOOIta, NOM/OIA. - t . ,/r«'I. Cape Mai. Cumberland. GI Mercer. P90o atk' QpaN r f 1 kei ar•. :... : :1110 LotMci a w ttoip Iona Morkerf; .t 19.5] ( 1.17 �•' • �p1 AMD stRSOt71 -•', pOlAftlq INss , ,:� . 1. ;/ o••.[•t hsau[• ..twli T.►.[• N•►• 1L76 2•i! 1,32 aaq "ltia Lbaatiea, Ne.1 ieraai D,ur •xlrll IVrNo. ,_. � . •.. cf- . t• _"` Y :. _ - + 1�Mt[l•1 hlaf�.[I l3ri• fell . ,' q,lr.: lrjaers■ J �'l t Q1�1N�G�i1 /i• `.,� t 1' 900fOi1- . . . �« •. t rtsiliNa. Gtten a 6.tt•r� ' i1:i� i.11H•and t1.1NesM.a Linn , N.a[t.«c.t• nt 7114 wot•, (ti.3o u.73 f.a 4.04 • • { �e . r t' istOL (wal�eaE i .: il•tto 6HtIMttAR tlttgt6.. mod. �l "tee 7-9-s], 4' , Kll Aibcse J "t2treN OperawatI � -t 11.1. 2.NNrribeff"1011 sOM101•� (iwi . satt�4+lsk 1 ArM _ 1- 36.�• ja• 715351 d. 62 "tee 7-1 t], 46 Ft MaA. f] � J7 serctakarw % r- xS il.fl LAIN 3ttMkRay h, ly !6 �.19 t[•s Ttti. Niytrli. a+tajrWitQ.. 1 t. ! 7 .I] "ted 1x72 -t]♦ It-i[�IiI : [ Nettle-/lasaketa r ,a Juniors) IM1pRn) . a� ii l .11 1.3 j� + t a ..:tai true:;• a . . t roams - ;a.17 L11 Nod. 61 dated' 7-29-03 sti 915x= iad Mod.' IS "kd t ' r' , sa a mMMYlIuO -1'}4l7. ]4 2 t , ., , t� .• ) r t � r f ,. ( ;, ' As•► i .. - h ] 60 Rim%]. W 1ae11iei tqe YMgtles ?Simla ,. - "woNW ' . 19,16 15.26 s �?s l :� i ► �, , t e�o■�.c�et. i.r� ' :r` Sn'ras tiu ;• 1. iy �' <,� • �' ►' j , , - i _ 1� : i'•�t �' ° .�: [Y'r:' � , 1 A -�1� �'� r•-,) of _ •' ' f,r . - ` t„ M rata% - ser aa. tv,rl Riskin. aocbos....Wright W Tollwr leader las Cwrties. Itlwsoa Cbsatet a,a.eteo Markers &gas 3 t►eeerlelaa,s 'gree l Gree 4t ttsulul walletiw ever 9)3.000.84 tlactrlc•1 Iast,lt•tloas Maser 973.084.00 Are, 6t noseek•1 tast,llattoas er r i75.084.00 ktactrical IasullatteMO Mases 973.000.00 Am ss Q.+ctslcas Ice .,tl•tteas ~ 97s;.4w.60 metrics1 Iastaltatteas Mases 973.084.84 Arca 101 [Lettriciaas Cable SpttNts tawosbawas Arse A2 Lateness gcywll N.aaeres are, 9 Tito Sector.. 4w 2 track 0rtvecst As" It 3 0- W_ 100tfICATIONS r. 7 93.15 12.31 IS." U." 11.16 10.14 33.11 17.10 16.0 16.43 11.15 13.37► 1.37 il.lL+ 33.37• l.l7 u.s7/ 1.37 93.77+ I.st MM 1.37 ».61 30.61 3.93 3.64 3.11 3.93 3b"44 (Cast'd)t ' start I !a'w Labeceras Area lot _ t00ERNIZATION 4 REPAIR crow t 111.75 9.n grow 9 19.84 1.33 4 CLAZIERS aw 1&." L.3n3 cgs" 3 11.86 In cre" 6 11.0 l.n Meow 7 U. to I.3S Power 9quir at Opat4tops Class s It." 1.63 Class 3 u.7y 1.63 Class 7 17.93 3.63 Class ; 17.34 2.43 Class 3 M" 3.63 CL,ss 6 16.43 1.63 at i saootbare. "i i i:20 .43ria 263 Cass t 13.64 3.69 1 mg Is. W33622 - July 22. �w i Suffolk counties. Tern asses County (Rssaisdar f County) Railding. ReotdRatial. Nsavy 4 Slower Ytrlag of sfgtl• of ault- Lple faeslly owselliage G, aNcteMts' up to wed Lnsindtas 2 stories Installation of television receivers. radio racei- vers, recd g cohere. recd players ad &seer fated asparatme sad as. eons and bases appliance sed closed circuit TV aesd satltlpla ontl•d 11s- ttl►Itc1M ey&cenr. seuwd sad fAtarpoesrol- cation systems and cow meretal •l•eteemechM- etal Jadesee and applt- Mees where seek is act Part of M electrical coa ELEVATOR CCONSTRUCTORS ELEVATOR gONSTRULTOR3 EIamm CONSTRUCTORS NUIERS (Probations ty) NOOERNIZATION 4 RAIR EP EtZVATOR COtit- NCTOItf MODERNIZATION t REPAIR EIZVATOR OOUSTRUFTOR B LPER /Ot1I I I1 8.51 .04+ 37% 6.57 6.78 8.015 .70+. 15.5% 361 Iii 60 ].61+ b+e 14.10 7.69+ less 9.40 . 15.941.694 ►+a 11.95 3.694 ►+o 'ATIONS r.0 e.ft _ t00ERNIZATION 4 REPAIR Ston s...ar ELEVATOR CONSTRUCTORS NELPER (Probationary) 9.40 CLAZIERS 18.55 6.10 1RONYORKERS Structural 16.00 17.00 Oresameatsl 16.38 1.70 LABORuuldims 14.75 3.78 Seavy 6 Mi By Concrete i curb fare setters. asphalt rakers 12.47 .75+117 N Aepa►Tt Vorkers [ roll• bye. asphalt top shat at i saootbare. t asphalt taapors. Jack- kastsers. A drill are. i bopp•rw. carponacs' tenders. plpeJoimere 9, setters. concrete tab- . score (structures). &tons spreading labor- 1 ers. trackman grading L eacatating laborers. yard laborers paddlers M concrete pavement. j asphalt plant (batches ; Lacuses). all ache toe sled lobcars II.68 ' N MILLURIprtS 11.79 7. K PAINTERS Nassau Gusty (Isa.o•d. Lwroace. Cedstburst. 0ondners. Nwlect. Now lecC Say. East Rack - way. port of Rockville I Coster. Atlastle Reach. Long Nash. ude Such. Paint Lookout. Gibson. I and pati of Valley Shone Palates& 13.16 .01+70: Spray 18.41 :41+7C: Pira Escapes 17.33 .Ob+70: Nassau GMtT (Re minor of County) i Suffolk Co !.testers i "all Plesishers 19.96 Spral!lug; scaffold or rolllot scaffold over to It. Ipotllsil►t3o11� L 7 ( � . ., , Ipot1�C+1*tpw: ►.j 3 1 •nw•rr! Ct711'R2.1;. 22- •mow..} .iiasriKIM ioc w�rafi• tr �` I Nll ►�� ~,iillr.i « •moi. •a..y1• Moslem v0"v3-vw&q ruliv1034*6 -.MZ U. 19641 601*1 t Wom W •tr4t�i1 Cowiltf. Irw 11•,111 • �J1MMGGc. ' kw =• , CC��tP••t•r•. 1 Plloin•• •. M•il W tt•ot Sul go -OVA Nlllrrlflte•. c•s t•r• OWk W111009• GM • Mlllrrl�ltt• 1• trcctcdw Icor 64-. e o '1 • � / M w•r{l�. •N F; s4��I11 WO�oai . r1�41..ft... •. Mor1t.. iw�Mll w•w. o•�.n #md wtr�la j �tl; w1••sNI .l • INi.1• .�!� cN.;ti� i rAs>iw • .-�r?Illrf Bio / rM •iDll�l .. 'iPfttf�}I ''• .- cc - , - •, -. .. l .' `.:-'.v-'.t;. ,�}I t �, I,00k4Nt-•N •11 fir w• it•M_� r 1144f. ! • .P,�i: R;?:>ti`' .. fit: `' TIN, c� rj t�}� :�.�� �et ie N.v Yprl csey slow rl .'; '� V/l,tl'•:j� -:. ,' '� ,1I �.•_ . � a « t,.' �, , r.�.js'. �.sN, �r=ti~�,� ��.�� 4144 3 , ♦ !.y. . '... _ . i {!t►•eoprtartwt!•./ .1 ; j�1J11 �:� �3•dlpfa�i».: ,t `'� t ij,•�,�• rl► �.; •:�,i ":1 I i►. Zvi • /e11� i. a.) • •t r11 1� �!•1M 'R��� f :�i�j j. 1 .1�.. ./} .♦. �.•fl, ,ja',- •1^• � l• \ . Vit+ , . � "iW►1 �' rz-�i1� 't j .��`����K�� ,,,.r• 1(- T t��" ►',;,,t •a i,:ry.:..w�:•;•�` !•f..� 1 t 1,�'' ;, _ • {ow• tot • . "' ' �;'YAN��} • 31:• f ri ';,�'ri f '.'1t ., - : r:.I; ��11 .Cobt a !•••� 30.11 1i:1 i.: ,:%� , -2i1• f�}'•'-.R.r 3 ( � 6 'W �3��1��� r���� �{!i jL � � •� 4:� ��ji��C!.a.!�;v::� i 1�+�?t 1.• ;J t.,»I• ... *� , �� il�lit�� " •' ; �c •.M .tel ;;1.• a►t1 -�!• j.• .,.' gin:; �. ,= 1-,,'t ��01.1t 3�.IS f.fN� _ z � "'a � i;•et�•.. j,r1 • 47. ► `. a ) � . r •a• �I •,, i 1t•. •.. � .,' t! .)"Y� r ��1r�� .il..�:. i I��r:1.. �tr1`�,,'• 4' • • , rt l7. . "1r� `1 r _ + .,� !<,t.J .r. _ :.�•.'1 --� .. III . • . _ - •.M :`►��I•' ♦' ...i•\:. M7�1.•% {rj{ tj El � r •�Y.- ..R ►. b:i ...i . , ... ( ',It1 iR: t 1 : ,�• .c �Rt: .�.i;'•s.. /.... s:..�.,t a. �• •�l..=t rl jJ :' .._ , .0 • •� N, 1. !� � t C741r ._..-.. .. .• '. ��• •� lay- �a ., �. ... t Ilk 1 (2) Proer tDamage Liability Insurance will have limits of V500,000 (per occurrence). d. Builders' Risk Insurance: (1) The Contractor shall carry Builders' Risk Insurance. e. Job Office Insurance: (1) Job Office Insurance for fire and theft will have the limit of $5,000 (per occurrence). 1.11 Mork by Others: Private utilities, or other parties may be expected to be working wfithin the Contract area during this Contract. 1 SC_ 106 It shall be the responsibility of the Contractor to coordi- nate his work under this Contract with the work being done by others in order that the construction shall proceed in an efficient and logical manner. The Contractor shall have ' no claim or claims whatever against the Town, the Engineer, or other parties due to delays or other reasons caused by the work by others or his failure to coordinate such work. 1.12 Schedule of Drawings: SHEET NO. DESCRIPTION —1 Subsurface Disposal System Community 2 Subsurface Disposal System Community 3 Subsurface Disposal System Cinema 4 Subsurface Disposal System Cottages 5 Sanitary Sewage Pump Station 6,7 Force Main Plan/Profile 8 Miscellaneous Details 9 Stone Removal Area 10 Stone Removal Area, Cross -Sections 1.13 Contractor's Mork and Storalte Area: The Contractor shall contact t a own to determIne Ifapecific locations will be designated their to -using any area or gain approval prior for storage of equipment. materials and trailers during the period of this Contract, The Contractor shall confine his work/storage area to the limits as designated or approved and shall be responsible for the security of the work/storage area. Upon completion of the Contract. _the Contractor shall all equipment and materials. except as otherwise spec- iemova fied. and restore the site to its original condition s ap- proved by the Engineer and at no cost to the Town. 1 SC_ 106 1 t 1. Construct Community Subsurface Disposal System. 2. Construct and test pumping station. 3. Connect existing sewage collection system to pump station. 4. Construct cinema subsurface disposal system. S. Construct cottages subsurface disposal system. 1.18 Availability of Site/Easements: Certain parcels of land/ease- ments within t e contract area are being or are to be acquired by the Town and until so acquired, the Contractor shall not enter upon or work in or on said parcels of land/easements until authorized to do so by the Town. Before commencing work under this Contract, the Contractor shall ascertain from the Town the location of said parcels of land/easements and the status of such acquisition. The Contractor's proposed construction schedule shall be so arranged that the failure of the Town to acquire parcels/ easements shall in no way delay the start of construction under this Contract. As the construction proceeds, if the work need be suspended or delayed by:reason of the aforesaid, or by any act or omission of the Town, or because the Town does not own or has not ob- tained possession of, or has not the right to enter upon land upon which the.work is tq be performed hereunder, or because of any act or omission of any employee or agent of the Town or of any other Contractor performing work for the Town and by reason of the foregoing the Contractor is not able to complete the work under this Contract within the time specified, and he is not at fault, an extension of time for completion will be granted by the Town upon proper application for such extension by the Contractor to the Town in accordance with the provisions, relating thereto contained in this Contract. None of the fore— going shall constitute a breach of the Contract on the part of the Town. No right to charges or claims for damages, or ad- ditional compensation, shall inure to or be made by the Contractor against the Town or any other contractor for any delays or hindrances for any cause whatever, during the progress of the work or any portion thereof embraced in this Contract, such delays or hindrances being compensated for by an extension of time as above provided. 1.19 Disposal Area: ized, at no cost the Town's bulky coordinated with The Contractor is required to obtain a disposal area for all material unless otherwise specified or auth:r- to the Town. Selected materials shall be sent to waste site. Disposal of material/equipment must be the Owner. 1.20 Removal and Disposal of Structures Found on the Work: All salvagable materials as removed from identified by must be given equipment and determined by the Owner shall be carefully dismantled, the station by the Contractor and transferred to locations the Town of Southold. A minimum of two (2) weeks notice to the Town prior to dismantiling any equipment, SC -108 1 F1 u 1 1 1 facilities or materials shall be properly disposed by the Contractor at no cost to the Town. 1.22 Dust Control: During the progress of the work, the Contractor shall conduct his operations and maintain the area of his activities so as to minimize the creation and dispersion of dust. If the Engineer decides that it is necessary to use water or calcium chloride for more effective dust control, the Contractor shall furnish and spread the material, as directed, and without additional compensation. 1.24 Protection of Existing Utilities: Before starting any excavation for drainage, the Contractor shall submit to the Engineer for his information plans or details showing the proposed method the Contractor will use to support and project all existing utilities during construction. The furnishing of such plans and details shall not serve to relieve the Contractor of any responsibilities. There will be no extra payment for submitting plans or details for supporting and protecting all existing utilities during construction, and all cost thereof shall be included in the cost per linear foot of pipe. 1.25 Protection of Roadway During hauling: The Contractor shall provide for containment of excavated material in the trucks during hauling operations. The material may be very difficult to contain due to wetness. 1.26 Protection of Excavated Opening: The Contractor's attention is brought to the following requirements: 1. During construction the Contractor shall be responsible for providing equipment, devices and signs to prevent accidents due to open excavations. The Contractor shall comply with all Local, State and Federal Regulations during excavation. 1.27 Test Pits: Test pits have been taken along the site of the work for design purposes. Test pits are included herein to assist the Contractor in his evaluation of subsurface conditions. The Owner does not guarantee that subsurface conditions other than those disclosed by the test pits will not be encountered or that sub- surface conditions will not vary form those indicated by the test pits. Test pit locations are shown on the drawings and test pits are included in these specifications. SC -109 �I Fi ILI 1.28 authority and Duties of Inspectors: Inspectors employed by the Owner or the Engineer shall be authorized to inspect all work done and material furnished. Such inspection may extend to all or any part of the work, and to the preparation or manufacture of materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner or performing the work, the Inspector shall have the authority to reject materialor suspend the work until the question at issue can be referred to and decided ,by the Engineer. The Inspector 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 not to issue instructions contrary to the Plans and Specifications. The Inspector shall in no case act as a foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. Any advise which the Inpsector may give the Contractor shall in no circumstances 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. 1.29 Lump Sum Bid: The lump sum bid for the project shall include costs of all materials, labor, devices, appliances, permits, energy, water, manuals, plans, shop drawings, start up, and operation and other services specified herein and shown on the contract drawings. 1.30 Project Sign: The general contractors shall provide and erect a sign at the project site identifying the project, the name of the owner, the type of project, the name of the contractor and the name of the engineer. The sign shall be made of 3/4 inch plywood, and shall show such information as the engineer may require and be maintained in good condition for the duration of the project. The contractor shall obtain from the owner the name, number and dollar amounts to be included in the sign for this particular project. The contractor shall maintain the sign throughout the duration of the contract. SC -110 1 1 1 1 P] 1.31 Temporary Buildings: The Contractor shall provide a suit - 1 a�fiel�c office, or offices, adjacent to the work for use of engineers and inspectors. Field office shall be a suitable building or room equipped with locks, telephone, lights, desk or table of use of engineers and inspectors, storage lockers for their working clothes and field equipment, and heat during cold weather. In cases where the size of the Contract does not warrant separate offices, engineers and inspectors may share the same office, but not the same lockers or desk, as the super- visory men of the Contractor's force. If the work contemplated by the Contract is of short dura- tion, or if other conditions are such that it is not exped- ient to provide a field office or all of the facilities described just above, the Engineer may waive part of all of the requirements for afield office. iThe Contractor shall protect this office against theft throughout twenty-four (24) hours of the day and night and �. shall be responsible for any loss of any Town or Engineer's property and the personal property of the employees housed therein due to either fire, theft or other causes. Upon release, the Contractor shall remove all such temporary structures and facilities from the site, same to become his property, and leave the site of work in the condition irequired by the Contract. The cost of providing, equipping, maintaining or removing peen the field office will have included in prices bid for the work. 1 1 1 1 1 1 1 1 1 1 1 i 1 1 i 1 1 TECHNICAL SPECIFICATIONS DIVISION 1 - SITEWORR 1.1 General 1-1 1.2 Clearing and Grubbing 1-1 1.3 Excavation 1-2 1.4 Sheeting, Shoring & Bracing 1-3 1.5 Temporary Drains, Pumping & Dewatering 1-3 1.6 Fill & Backfill 1-4 1.7 Grading '1-6 1.8 Pavement 1-6 1.9 Fencing 1-8 1.10 Landscaping, Loaming, Seeding and Fertilization 1-10 1.11 Maintenance and protection of traffic 1-11 1.12 Luminaire 1-12 Guarantees Appendix #1 4.11 Noise and dust control 4.12 Disposal of excavated material 4-10 Dewatering Gauges DIVISION 2 - CONCRETE 4.14 2.1 Reinforced - Cast in Place Concrete 2-1 2.2 Precast concrete 2-3 2.3 Miscellaneous metals 2-3 DIVISION 3 - PIPE 3.1 Ductile Iron Force Main 3-1 3.2 Polyvinylchloride Sanitary Sewer Pipe 3-2 DIVISION 4 - SUBMERSIBLE PUMPING STATION 4.1 General 4-1 4.2 Prefabricated Wet Well and Valve Pit 4-1 4.3 Pumps 4-2 4.4 Pump Motors 4-3 4.5 Pump Removal System 4-4 4.6 Wet Well Access 4-4 4.7 Controls 4-4 4.8 Operational Test 4-8 4.9. Installation and operating instructions 4-8 4.10 Guarantees 4-8 4.11 Interior Piping 4-9 4.12 Valves &.Gates 4-10 4.13 Gauges 4-10 4.14 Tripod and Hoist 4-11 4.15 Finishes 4-11 4.16 Miscellaneous Equipment 4-13 DIVISION 4 - GENERATOR 5.1 Diesel Fueled Standby Generator Set 5-1 5.2 Automatic Transfer Switch 5-8 1 rI 1 11 i DIVISION 1: SITEWORK Fishers Island Sewer District waterways from damage. Any damage to permanent work or existing property resulting from the failure of the Contractor to provide an ade- quate dewatering system shall be repaired by the Contractor at his own expense. All bypass pumping, temporary drains and dewatering shall be part of the lump sum cost of the pump station. 1.6 FILL and BACKFILL Foundation fill material shall be gravel or crushed stone as indicated on the drawings and as specified herein. Backfill adjacent to the station shall be sand or sand gravel. Fill and backfill shall be placed and compacted to conform to the lines, elevations and cross- sections indicated on the drawings or as otherwise required to complete the work satisfactorily. Fill and backfill shall not be placed on a surface covered with water. No fill or backfill material shall be placed on a surface of frozen material nor shall snow, ice or frozen earth be incorporated in the fill or backfill. Fill or backfill material shall not be placed on material which in the opinion of the Engineer has been affected by frost or moisture. Such material shall be recompacted prior to placement of other material on its surface. No backfill material shall be placed adjacent to concrete that is less than 7 days old. Backfilling shall be performed after the permanent work in the excavation had been inspected and approved and after all forms have been removed and the area cleaned of trash and debris. Gravel fill and backfill materials shall be placed in horizontal layers not exceeding 8 inches in loose thickness, except for the initial layer of gravel fill to be constructed on the subfoundation which shall be placed in a 12 inch compacted layer. After spreading and prior to compaction, all stones larger than 4 inches shall be removed from the gravel fill material placed below concrete slabs and stones larger than 6 inches shall be removed from the gravel backfill placed above concrete slabs. All fill and backfill material shall be compacted to at least 95 percent of maximum dry density as determined by AASHO Test Designation T-180-57, Method D except in the area of the proposed leaching fields where such fill and backfill shall be compacted to not less than 80 percent nor greater than 90 percent of maximum dry density by the above test. Material shall be moistened or aerated as necessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. Compaction shall be obtained by the use of approved power hand tampers or vibratory compactors. Compaction by settling with water will not be permitted. The backfill compaction shall be carefully controlled. The Contractor shall obtain the services of a qualified soils testing laboratory and obtain approval of the Owner. The soils testing shall be continuous during backfill operations. Compaction certifications shall be forwarded to the Engineer. All costs shall be part of the lump -sum bid. Compaction tests are not to exceed 20. Materials: (1) Suitable material from excavation shall be granular materials, free from rocks over 6 inches in their largest dimension and free from any deleterious material which can adversely affect the load carrying capacity of the finished trench. Suitable materials shall be only that which is approved by the Engineer. 1 1-4 1 Ll DIVISION 1: SITEWORK Fishers Island Sewer District Grounding System: The Contractor shall furnish and install a grounding system which will be used for system neutral, equipment grounding as shown on the drawings and as specified herein. Lighting System: The Contractor shall furnish and install a complete lighting system consisting of insulated wiring in heavy well - rigid conduits, outlet boxes, fittings, supports, switches, receptacles, etc. as shown, specified or required for a complete and satisfactory operating system. Lighting Fixtures and Lamps: The Contractor shall furnish and install all lighting fixtures and lamps as shown and scheduled on the drawings. Each fixture shall be a completely finished unit with all components mounting and hanging devices necessary for the proper installation and operation in its designated location, completely wired and ready for connection to the circuit wiring. Make all final control circuit connections in accordance with the elementary diagrams supplied by the equipment manufacturer. Dual flood lights shall be furnished, mounted on a 12 foot high spun aluminium light standard. The standard shall be mounted on a 4 foot deep concrete pin. McGraw 175 W metal halide fixtures shall.be provided. 1-12 1 DIVISION 2: STRUCTURAL Fishers Island Sewer District Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement and curing. In cold weather comply with ACI 306. In hot weather comply with ACI 305. Concrete Finishes: Exposed -to -view Surfaces: Provide a smooth finish for exposed concrete surfaces and surfaces that are to be covered with a coating or covering material applied directly to concrete. Remove fins and projections, patch defective areas with cement grout, and rub smooth. Slab Trowel Finish: Apply trowel finish to monolithic slab surfaces that are exposed -to -view or are to be covered with resilient flooring, paint or other thin film coating. Consolidate concrete surfaces by finish troweling, free of trowel marks, uniform in texture and appearance. ' Curing: Begin initial curing as soon as free water has disappeared from exposed surfaces. Where possible, keep continuously moist for not less than 72 hours. Continue curing by use of moisture -retaining cover or membrane -forming curing compound. Cure formed surfaces by moist curing until forms are removed. Provide protections as required to prevent damage to exposed concrete surfaces. 2.2 PRECAST CONCRETE ' Precast modules shall be reinforced concrete with a minimum 28 -day compressive strength of 5000 psi except for leaching chambers and dry wells which shall have a minimum 28 -day compressive strength of 4000 psi. Reinforcing steel shall meet the requirements of ASTM designation A-615, 1" minimum cover and shall be certified Grade 60. All units shall be design loading AASHO HS20-44. The manufacturer shall have the necessary equipment to perform ' compressive strength tests of concrete cylinders as required by the Engineer. The test certification shall be forwarded to the Engineer. The modules shall have monolithically poured base and top section and shall be the same size, shape, and configuration as shown in the plans. If an alternate shape is proposed, it must have a floor area, ' wall and floor thickness, equal to or greater than that specified. The manufacturer shall submit to the Engineer detailed calculations ' as prepared by a registered professional engineer to verify that the unit has been designed to withstand the burial depth indicated on the plans. Calculations to be sealed with P.E. Seal. Final precast concrete shop drawings to be sealed with P.E. seal, prior to being ' submitted for Egnineer's review. 2.3 MISCELLANEOUS METALS ' Miscellaneous metals necessary to complete project are included in this division; specifically but not limited to gratings, platforms, 2-3 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District ' 4.1 GENERAL ' Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. ' Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. 4-1 It is the intention of these specifications that the pump station ' including the valve pit, wet well and all equipment therein and connected to be provided as a package by a single manufacturer such as Boydco, Inc., Carlgen, Inc., TLB Inc., or an approved equal. ' exterior of the entire pump station shall be given two (2) coats of The valve pit and wet well shall be a preassembled, pretested factor - built station with appurtentant equipment. The station shall be provided by a manufacturer with five years of verifiable experience in the pro- ' duction of preassembled concrete pump stations. In addition, the manufac- turer shall have the plant and facilities deemed by the Engineer and Owner ' as capable of meeting these specifications. The principle items of the pumping unit shall include two submersible centrifugal sewage pumps and motors; guide rails, wet well access, dis- charge seal and elbow, and all hardware; motor control center with thermal magnetic circuit breakers, magnetic motor starters, and automatic liquid level control system to make a complete working system. Submersible pumps and motors shall be designed specifically for raw sewage use, including ' both dry, partially submerged and fully submerged operation. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. 4.2 PREFABRICATED WET WELL AND VALVE PIT ' Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. ' Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. 4-1 The precast wet well and valve pit shall be subject to the require- ' ments of Division 2.2 Precast concrete modules.The interior walls of the valve pit shall be treated with a cementatious coating followed by two (2) coats of Koppers Glamorglaze 200, Oyster White or equal. The below grade ' exterior of the entire pump station shall be given two (2) coats of Koppers Bitumastic No. 300 M or equal. Exterior concrete above grade shall be given two (2) coats of Koppers Glamorglaze, Oyster White or equal. The various modules shall be marked for proper alignment in the manufacturer's facility. The joints between the modules shall be sealed for maximum water -tightness with a field -formed butyl rubber system as set forth in the specifications. Rubber "0" rings or grout will be acceptable for the wet well only. The Contractor shall be responsible for assuring at the time of acceptance of the precast units that they are suitable for construction of water tight valve pit and wet well. All openings in the structure to be cast during the fabrication of the units. ' Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. ' Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. 4-1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District Specifications for the components of this system shall be as follows: (a) Butyl Rubber Sealant - Shall meet Federal Spec. SS -S-00210 Min. Max. Butyl Rubber % by Weight 50 70 Inert Mineral Filler % by Weight 30 50 Free Carbon % by Weight -- 15 Volatile Matter % by Weight -- 2 (Loss after 5 hrs. at 325 degrees F) pressure 1 1/2 times maximum working pressure. All assembly points shall Sp. Gr. at 77 degrees f 1.20 1.35 Ductility at 77 degrees F 5.0 -- Softening Point degrees F 320 alignment, and reliable operation. Volute shall have smooth Penetration at 77 degrees F 50 120 Sag or flow Resistance None None Aluminum channels and angles and plates, for steps, brackets, and weir plates to be anodized 6063-T6. Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. 1 4.3 PUMPS 1 4-2 The pump must have the necessary characteristics and be properly selected to deliver 180 GPM against a total dymanic discharge head of 40 feet at a maximum pump speed of 1750 rpm. Minimum shut off head shall be 55 feet. Minimum efficiency at duty point shall be 55%. The pump/motor unit must be non -overloading across the complete head/capacity range of the pump. Construction: Castings shall conform to ASTM A-48 Class 30 iron with tensil strength of 30,000 psi and capable of withstanding hydrostatic test pressure 1 1/2 times maximum working pressure. All assembly points shall be of machine register fit to assure proper alignment. All exposed fasteners and lock washers shall be of 316 stainless steel. 1. Casing:" Casing shall be close -grained cast iron of sufficient strength, weight and thickness to insure long life, accurate alignment, and reliable operation. Volute shall have smooth fluid passages large enough at all points to pass any size which can pass through the impeller and provide smooth ' .solid unobstructed flow. A large clean-out opening with removable cover, having its interior surface matching the volute contour, shall be located on the casing. Discharge ' connections shall be ANSI 125 -pound flat face flanges. 2. Impeller: Impeller shall be single -suction enclosed cast in one piece. Impeller shall be particularly designed with smooth water ' passages to prevent clogging by stringy or fibrous materials, and shall be capable of passing solids having a maximum sphere size of 3". Impeller shall be dynamically and hydraulically balanced. Impeller shall be keyed and se- ' cured to the shaft by a stainless steel cap -screw and 1 4-2 I,] �r 11 r DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District washer, and shall be readily removable without the use of special tools. The impeller shall be of the non -clog type. Impeller shall be of ductile or gray cast iron. 3. Shaft Seals: The pump shaft shall be sealed against leakage by a double mechanical seal of tungsten -titanium carbide. The mechanical seal shall be lubricated with oil from an oil filled reservoir between pump and motor; the oil serving as both lubricating and a cooling media. The seal system shall not rely on the pumped media for lubrication. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. The oil chamber shall contain a seal failure warning sensor for detecting the presence of moisture. If water enters the oil chamber the sensor shall energize an alarm circuit and shut down the motor. The alarm shall have a manual reset only. 4.4 PUMP MOTOR Each pump shall be provided with a squirrel cage induction motor designed in accordance with NEMA and AIEE standards suitable for operation in Class 1, Group D hazardous locations. The submersible pump motor shall be 4.5 HP, three phase with motor and pump furnished as an integral unit. Motor shall be of air filled type with Class B insulation system and Class F materials rated for continuous duty in 40 degree C liquids. Motor frame and end shields shall be or corrosion -resistant cast iron with stainless steel hardware and shaft. All static seals for moisture exclusion shall be of "0" ring type. Motor bearings shall be prelubricated at the factory and have a minimum B- 10 life of 15,000 hours. The motor shall be rated thermally to Nema MG1-12.42 and thermally protected by means of a thermostatic switch in stator windings. The oil filled seal chamber shall contain a moisture sensing probe through which signs of impending seal failure may be signalled to the motor control center. Motor shall have an internal pressure capability of 200 PSI. Electrical leads shall be primarily sealed with a molded neoprene compression grommet and a secondary moisture seal shall be provided by cast epoxy material, encapsulating splice connectors in the motor end bell. Pump motor power cords shall be designed for flexibility and seviceability under conditions of Extra hard usage and shall meet the requirements of the Mine Safety and Health Administration for trailing cables. Ground fault interuption protection shall be used to deenergize the circuit in the event of any failure in the electrical integrity of the cable. Power cord terminal fittings shall be corrosion resistant and constructed in such a manner to prevent the entry of moisture into the cable, shall be provided with strain relief appurtenances and shall be designed to facilitate field connecting. 4-3 J '.1 11 .1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.5 PUMP REMOVAL SYSTEM Each pump shall be furnished with a discharge connection system which will permit removal and installation of pump without the necessity of an operator entering the wet well. The submersible pumps shall be readily removeable without dewatering the wet well or disconnecting any piping in the wet well. A minimum 1/4" diameter stainless steel braided wire lift cable shall be permanently attached to the pump. Provision shall be made for attaching upper end of this cable to the wet well access frame. All bolts, machine screws, nuts, washers, and lockwashers for complete assembly of access cover, guide rails, and discharge elbow shall be furnished by manufacturer in 316 stainless steel. 4.6 WET WELL ACCESS The wet well access shall be fabricated from welded aluminum sections. A hinged aluminum door shall be provided for each pump. Hinged door shall be fabricated from 1/4" thick aluminum with non-skid diamond tread on upper surface. All hardware on access assembly shall be stainless steel with flush upper surface without protrusions. Door shall be fitted with a recessed latch requiring a special square tool for access. 4.7 CONTROLS Electrical power to be furnished to the site will be three phase,60 Hertz, 240 volts. The control circuitry shall be designed to operate on 115+/- 10% volts, 60 Hertz, single phase current, and control two (2) pumps driven by 4.5 H.P. motors at maximum speed of 1750 RPM. The control panel shall consist of circuit breaker and magnetic starter for each pump motor actuated by a liquid level control system with all components mounted in one common enclosure. The control assembly shall provide means to operate each pump manually or automatically. When operated in the automatic mode, the control assembly shall provide means to automatically alternate the position to the "lead" and "lag" pumps after each pumping cycle. The complete control assembly shall be mounted in one electrical enclosure which is large enough to contain all control components. OPERATION A mercury float switch type liquid level control system shall continuously monitor wet well liquid level and control operation of the pumps according to level variations. The system shall actuate pump motors on an alternating "lead" - "lag" basis, with idependently adjustable lead pump and lag pump start levels. One pump motor shall be actuated when wet well liquid rises to preset "lead pump start" level, and shall be shut down when wet well liquid has been pumped down to the pre-set "stop" level. If, after the lead pump motor has been actuated, wet well liquid continues to rise and reaches the pre-set "lag pump start" level, second pump motor shall be actuated and both pump motors shall continue to operate in parallel until wet well 4-4 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District ' liquid falls to Pre-set "stop" level for the lag pump. The lead pump shall continue to operate until the wet well level falls to the preset "stop" ' level for the lead pump. "Lag" pump operation shall be independent of "lead" pump operation. Curcuitry which provides "lag" pump operation contingent on proper "lead" ' pump circuit operation shall not be accepted. ' Two mercury float switches shall be provided for backup for the high and low water level alarm conditions. PANEL ENCLOSURE The complete control assembly shall be contained in one weatherproof enclosure fabricated of steel having a minimum thickness of not less than All seams shall be made with continuous welds, free of burrs, and free of open voids to prevent leakage. The enclosure shall be constructed in conformance with applicable sections of the National Electrical Manufac- turer's Association (NEMA). Enclosure construction to be Nema 3R and Nema 12 per Nema Standards ICS -1970, Para. ICS1-110.12 and ICS1-110.21. The enclosure shall be weatherproof, rain tight, dustproof, and oil tight. ' The enclosure shall be equipped with a removable inner swing panel fabricated of steel having a minimum thickness of .078 (14 gauge), mounted on a continuous (piano -type) vertical steel hinge. The inner swing panel shall be of adequate size to completely cover all wiring and components mounted on the back panel and shall make provisions for the mounting of all basic and optional controls and instruments. The inner swing panel shall have a minimum horizontal swing of 90 degree and shall be held in the closed position with straight slot screws. ' The door shall be mounted on a continuous (piano -type), vertical, stainless steel hinge, sealed around its entire perimeter to be completely weatherproof, and held in the closed position with a three (3) point latching mechanism equipped with a watertight key lock. The door shall have a minimum horizontal swing of 165 degrees. The enclosure shall be furnished with a removable back panel fabricated of steel having a miminum thickness of .106 inches (12 gauge), secured to the enclosure on collar studs. The back panel shall be of adequate size to accommodate all control components. ' The enclosure shall be furnished with baked -on white enamel finish on all surfaces, and shall be equipped with flanges to facilitate mounting. There shall be no holes in the enclosure for mounting the enclosure.or mounting controls within the enclosure. COMPONENTS All motor branch circuit breakers, motor starters and control relays shall be securely fastened to the removable back panel with screws and lock washers. Back panel shall be tapped to accept all mounting screws. Self - tapping screws shall not be used to mount any component. 1 4-5 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District exterior of the inner swing panel with interlocks which permit the swing panel to be opened only when the circuit breakers are in the "OFF" position. An open frame, across -the -line NEMA rated, magnetic motor starter as manufactured by Allen Bradley or approved equal, shall be furnished for each pump motor. All motor starters shall be equipped to provide under - voltage release and overload protection on all three phases. Motor starter contacts shall be easily replacable without removing the motor starter from its mounted position. Overload relays shall be manual reset and shall not provide means for converting to automatic reset. Pump alternator relay shall be of electrical/mechanical industrial design, as manufactured by Furnas Electric, or approved equal. MOTOR HIGH TEMPERATURE SHUTDOWN ' The control shall be equipped with high temperature shutdown for each motor and shall utilize the temperature switches embedded in the motor windings. In a high motor temperature condition, the switch shall open, de -energize the motor starter and stop the pump motor. The high motor temperature shutdown device shall be automatic reset. ' SEAL FAILURE SHUTDOWN The control panel shall be equipped with a moisture detector control for each pump which senses moisture in the oil cavity should the lower seal fail. Sensor probes located in the oil cavity shall detect the influx of moisture and disrupt the motor starter circuit of the particular pump involved. Should this condition occur, the pump motor shall remain ' inoperative until the problem is corrected and the control circuit has been manually reset. ALARM SYSTEM An alarm system shall be installed to indicate the following alarm conditions: pump seal leakage, wet well high water level and low water ' level, loss of electrical power, motor high temperature shut down and generator malfunction. These conditions shall be transmitted via leased telephone line which will be installed by the Fisher's Island Utility ' Company. An emergency dial system shall be installed which will dial a minimum of three successive numbers in the event of no response. The high and low water level alarms shall be provided by independently adjustable mercury float switches. In the event an alarm condition occurs, a signal ' relay shall be activated which shall activate the telemetry system, an indicator visible on top of the control panel and an alarm horn. It shall maintain the alarm until manually reset.. ' RUN LIGHTS The motor control center shall have a pilot light for each pump motor which shall illuminate when the motor is running. 1 4-6 1 fl DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District ELAPSED TIME METERS Elapsed time meters shall be mounted in the motor control center and wired to each pump motor in hours and tenths of hours. Elapsed time meter shall be 6 -digit non-resettable. MOTOR OVERLOAD RESET PUSHBUTTON An overload reset pushbutton shall be mounted through the door of the motor control center and permit resetting of the motor overload relays without opening the control pan door. PUMP SEQUENCE SELECTOR SWITCH A 3 -position toggle switch shall be provided which shall override the automatic alternator and provide manual selction of either pump No. 1 or No. 2 as the lead pump. DUPLEX RECEPTACLE The pump control panel shall be equipped with a duplex grounding receptacles (220 Volt and 115 Volt, A.C.). The receptacle circuit shall be protected by a 15 ampere thermal magnetic circuit breaker. ALARM HORN Lift station manufacturer shall furnish a 115 Volt, A.C., single projector, vibrating type horn with weatherproof housing. ALARM LIGHT Lift station manufacturer shall furnish 115 Volt, A.C. 100 -watt, vapor -tight alarm light with red globe, guard and mounting hardware. The contractor shall mount, wire and run conduit to the light as shown on the plans. ' AUXILIARY CIRCUIT BREAKER The panel shall be equipped with one thermal/magnetic, 20 ampere, manually operated normal duty, air circuit breakers, Series HQCL as manufactured by Westinghouse or approved equal, with an asymmetrical interruping rating of 10,000 amperes at 120/240 volts, A.C. AUXILIARY DISTRIBUTION PANEL The auxiliary distribution panel shall have the following branch circuit breakers: 1-15A., 1 pole, for area luminaire ' 1-15A., 1 pole, water jacket heater 1-15A., 2 pole, duplex receptacle 1-15A., 2 pole, pump controls 1-15A., 1 pole, fuel oil pump 1-15A., 1 pole, battery charger 4-7 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 1 4-8 AUXILIARY POWER TRANSFORMERS The lift station shall be equipped with a 3 KVA stepdown transformer to supply 220 & 115 Volt, A.C., single phase for control and auxiliary circuits. The transformer shall be mounted inside the pump control panel. The primary side of the transformer shall be protected by a thermal magnetic circuit breaker mounted in the pump control panel. A mechanical disconnect mechanism shall be installed on the circuit breaker to provide a means of disconnecting power to the transformer. Operator handle for the ' disconnect mechanism shall be located on the exterior of the pump control panel inner door, with interlocks which permit the door to be opened when the circuit breaker is in the 'OFF" position. ' WIRING The lift station shall be completely wired in accordance with applicable wiring standards set forth by the National Electric Code (NEC). All wiring in the lift station shall be color coded and numbered. All components shall be electrically grounded to a common ground lug mounted on the control panel sub plate. Upon installation of lift station, and before connection of any power feeder lines, contractor shall extend grounding wire from lug to external ground in accordance with local electrical code. 4.8 OPERATIONAL TEST The pumps, motors and controls shall be given an operational test in accordance with the standards of the Hydraulic Institute. Recordings of the test shall substantiate the operation of the equipment at the design head, capacity, speed and horsepower as herein specified. Tests shall consist of checking the unit at its rated speed, head, capacity, efficiency and brake horsepower, and at such conditions of head and capacity to properly establish the performance curve. Flow measurements shall be made with magnetic flow meter. Proof of meter accuracy shall be provided by discharging into a calibrated tank traceable to the Bureau of Standards. Certified copies of test reports, and operating curves shall be submitted. The Standards of the Hydraulic Institute shall govern all procedures and calculations for these tests. Five sets of certified pump curves shall be r furnished to the Engineer. 4.9 INSTALLATION AND OPERATING INSTRUCTIONS Installation of pumping unit and related appurtenances shall be done in accordance with written instructions provided by the manufacturer. The Contractor shall furnish three (3) complete sets of installation, - instruction and maintenance manuals for the pumping station and all appurt- enant and related equipment supplied under these specifications. The manuals shall be bound and complete and specific for every piece of equip- ment furnished under this section of the specifications. General inform- ation brochures will not be acceptable. 1 * Spare Parts: The Contractors attention is directed to Section which lists the spare parts which are to be provided as part of this Contract. 1 4-8 1 s I] DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.10 GUARANTEES The manufacturer shall guarantee the pump station and components for eighteen months after written final acceptance. The Contractor shall furnish the services of a qualified representa- tive from the company manufacturing the pump station, assist the contractor to install, adjust, test and start the operation of the pump station in Conformance with the Contract Documents; this representative shall further guarantee the operation of the pump station, and shall include service for eighteen months after acceptance by the Owners, the above service shall be available twenty-four (24) hours a day, seven (7) days a week for the above eighteen (18) month period. The above service contract shall be included in the price bid for the pump station. 4.11 INTERIOR PIPING Ductile Iron Pipe: Ductile iron pipe (DIP) shall be Class 50 (unless otherwise noted ) cement lined pipe with a rated working pressure of 350 psi and shall conform to ANSI Specification A21.51. The cement lining shall be standard thickness and shall be in accordance with ANSI Specification A21.4. The interior seal coat shall be of asphaltic material. Cast iron pipe fittings shall conform to ANSI A21.10 and have a rated working pressure of 250 psi. Drilling and facing of flanges shall be in accordance with the requirements under USAS Specification B16.1, 125 lb. flanges. Style 38 Dresser Couplings and Style 128 Dresser Flange Adaptors shall be used where indicated on the Contract Drawings. Ductile iron pipe and cast iron fittings shall have standard flanged joints. All pipe supports and appurtenances shall be primed and painted with Koppers Glamortex #501 enamel paint #306 Light Grey. Piping Supports: Contractor shall furnish and install all supports necessary to hold piping appurtenances in a firm substantial manner at lines and grades indicated on drawings or as directed, without strain upon piping or connected equipment. 1 Piping within valve pit shall be supported from floor by approved saddle stands or suitable concrete piers, as indicated or approved. Where indicated on drawings or where necessary, suitable bridle rods and rod collars or hooks or lugs cast on pipe shall be used to prevent joints from pulling apart. Bridle rods shall be of not less than 1/2" stock. The entire assembly of interior piping shall be tested after adequately supporting it as per the Contract Drawings. For test Contractor shall, by pumping, raise water pressure to a minimum of 100 pounds per square inch 1 4-9 The check valve shall prevent the return of water through the valve when the inlet pressure decreases below the delivery pressure. The valve must be tight seating, and must operate without hammer or shock. j The externally mounted cushion chamber shall have a piston, which will permit the valve to be operated without any hammering action. The cushion- ing shall be by oil, and the cushion chamber shall be so arranged that the closing speed will be adjustable to meet the service requirements. 1 4-10 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District ' If Contractor cannot achieve specified pressure and maintain it for a period of one hour, section under test shall be considered as having failed to pass test. If in judgment of Engineer, it is impractical to follow foregoing procedure exactly for any reason, required modifications in procedure shall be made; but in any event, Contractor shall be responsible for ultimate tightness of line within above requirements. ' A 1/2" IPS tap in the discharge pipes shall be supplied for gauges. 4.12 VALVES AND GATES: All valves furnished under these specifications shall be product of a manufacturer who has had long experience in design of valves and whose products have proven reliable in service in similar installation over reasonable period of years. 1. Plug Valves: Valves shall be of the non -lubricated, eccentric type ' with resilient faced plugs, flanged, or mechanical joint ends as shown on the plans. Port areas shall be at least 80% of full pipe area. Bodies shall be semi -steel with raised seats. Seats shall have a welded -in overlay of not less than 90% pure nickel on all surfaces contacting the plug face. Valves shall have stainless steel permanently lubricated upper and lower plug stem bushings. Valves shall be of the bolted bonnet design. Flange valves shall be faced and drilled to ASA 125# standard and shall have face to face dimensions of standard gate valves. Valves and actuators shall have seals on all shafts, and gaskets on valve and actuator covers, to prevent the entry of water. Actuator mounting brackets for submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be ' stainless steel. Valves and actuators shall be as manufactured by DeZurik Corporation or approved equal. 2. Check Valves: Check valves shall be constructed with heavy cast iron body and bronze renewable seat ring, a non -corrosive shaft for attachment of weight and lever, and complete non -corrosive cushion chamber. They shall have adjustable oil cushions to controlled closing. provide The valve disc shall be of cast iron and shall be suspended from a non- corrosive shaft which will pass through a stuffing box and be connected to the cushion chamber on the outside of the valve. The check valve shall prevent the return of water through the valve when the inlet pressure decreases below the delivery pressure. The valve must be tight seating, and must operate without hammer or shock. j The externally mounted cushion chamber shall have a piston, which will permit the valve to be operated without any hammering action. The cushion- ing shall be by oil, and the cushion chamber shall be so arranged that the closing speed will be adjustable to meet the service requirements. 1 4-10 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District The check valves shall be Golden -Anderson Valve Specialty Company Fig. No. 25 D%H or approved equal. 4.13 GAUGES ' Gages, equal to Ashcroft model 1010 with 4 1/2" dial face reading from 0 to 30 psi for the discharge, shall be furnished for each raw sewage pump. Gages shall be supplied with diaphram seal units equal to Helicoid No. 2518. Discharge piping shall be tapped with 1/2" tap, and gage shall be supplied with 1/2" gate valves. Gages shall be supplied with pressure snubbers and tee handle cocks suitable and be attractively labeled. 1 4.14 TRIPOD AND HOIST A portable tripod and hand hoist shall be provided. The tripod shall be aluminum, have a capacity of 3,000 lbs. and be capable of adjustment from 5 feet to 9 feet of height. The tripod shall be furnished with rubber base pads, and a lashing kit. The hoist shall be a B.E. Wallace Products Inc., Box 70, Exton, PA. 19341 or equivalant. The hand hoist shall be a 1 ton chain CM Satellite, B.E. Wallace Products Inc. or equivelant. The hook to hook distance shall be 14" or less. 4.15 FINISHES 1. General: The Contractor shall examine the specifications and drawings for the various trades, thoroughly familiarize himself with all of the provisions in connection with painting and finishing and shall under- stand that all materials and equipment throughout the work which obviously requires painter's finish, and which are left unfinished by others, shall be painted to completion by the Contractor as a part of the work. The paint suppliers recommendation for preparation and priming shall be utilized. The Engineer shall approve the preparation prior to painting. 2. Work included: All labor, materials, and equipment, whether of a permanent or temporary nature, and all operations necessary and required in connection with painting and finishing of all surfaces and items as indi- cated on the drawings, specified herein or evidently required to complete the work. 3. Work not included: (i) Finished Items: Mechanical equipment including the pump station controls and other items prefinished in the shop by the fabricators will 1 not require a field finish, unless otherwise specified herein. (ii) Galvanized ferrous metals, copper, stainless steel, tile, glass, plastics and aluminum surfaces generally are not to be painted. 4. Materials: (i) General: Materials are designated herein by reference to products of the Koppers Co. Inc., to establish the type and quality required. Such designations are not restricted except as to type and quality. Similar and equal products as manufactured by DuPont, Pratt and Lambert, Touraine or other manufacturer approved by the Engineer will be 5. Isolation of Aluminium: Where the aluminum is to be used in con- junction with masonry, treated wood, or more noble metals, direct contact between the two materials shall be prevented by painting the contact surfaces with bituminous paint, unless otherwise noted. 6. Color Code: Piping and equipment exposed to view, both interior and exterior, shall be color coded. Engineer shall establish such codes prior to starting painting work. In general, color codes shall be as suggested in "Guides for Sewage Works Design" published by the N.E. Interstate W.P.C.C. The following Legend shall be use: #306 Light Grey DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District given consideration as a substitute. If the Conractor wishes to use materials of one of the other named or approved manufacturers, he shall High Gloss make his request for such substitutions in writing to the Engineer and receive the written approval of the Engineer. Substitutions will be White considered only if a product -for -product listing in at least as much details as the listing below is submitted. The Engineer reserves the right ' to request and receive detailed technical literature of each proposed substitution before approving any alternatives. When a material of a function of different generic type is proposed, the Contractor shall also state his reasons for offering such material. (ii) Guarantee of Products Procedures: It will be the Contractor's and the direction obligation to guarantee his workmanship and to obtain from the manu- facturers, guarantees of the products. Such guarantees shall state the products used will adhere to the surface without peeling and cracking, scaling, alligatoring, blistering, or fading for a period of at least one Painting: year from the date of acceptance of the painting work. Upon witten notice of paint failure by any of the above, or similar reasons, the Contractor with the shall remove any loose or scaling paint, and repaint the surface without additional cost to the Owner. Should the Contractor have any reservation producer; that the product specified will not perform as intended, he shall so notify the Engineer and shall not proceed with the work until agreement is reached on mutually acceptable products. (iii) Samples: Samples of each type and color of finish shall be made on the types of surface as specified to receive the finish coat. The finished work shall closely match the color and quality of the approved samples. The samples shall be approved by the Engineer prior to use. 5. Isolation of Aluminium: Where the aluminum is to be used in con- junction with masonry, treated wood, or more noble metals, direct contact between the two materials shall be prevented by painting the contact surfaces with bituminous paint, unless otherwise noted. 6. Color Code: Piping and equipment exposed to view, both interior and exterior, shall be color coded. Engineer shall establish such codes prior to starting painting work. In general, color codes shall be as suggested in "Guides for Sewage Works Design" published by the N.E. Interstate W.P.C.C. The following Legend shall be use: 1 4-12 #306 Light Grey Motors, piping, valves, pumps, supports, and appurtenant facilities #321 High Gloss Black Stenciled identification letters and arrows 4311 White Ceilings and Valve pit walls #365 Vista Green Exterior Surface and Compressed Air Line The function of all piping shall be stenciled in Black Enamel 1" high letters, and the direction of flow indicated by stenciled black arrows. 7. Painting: The facilities and components of the pump station shall be painted with the following paints and to the thickness recommended by the paint producer; such as Koppers Inc. or equal, and approved by the Engineer. 1 4-12 ll 1 4-13 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District Interior concrete and ceilings Epoxy Glamorglaze Piping, valves, pumps, manlift and related components Glamorglaze Exterior - above grade Glamorglaze Wet -well Vats to high water level Bitumastic 300-M 1 4.16 MISCELLANEOUS EQUIPMENT Spare parts, tools, materials and lubricants: The Contractor shall provide all spare tools for the pumps and other equipment as specified herein. The Contractor shall furnish the following spares in addition to those specified elsewhere herein. For EACH Pump: (2 pumps total) 1 set mechanical seals 1 set "0" rings and gaskets 1 set bearings 1 impeller screw, key & gasket 1 box of Control power fuses of each size furnished ' 1 set of starter contacts for each NEMA size installed 1 starter coil for each NEMA size installed i 1 box of pilot lights of each type Shop Manuals Generator: 1 replacement air filter 1 replacement fuel filter 1 replacement oil filter 1 replacement cooling system filter ll 1 4-13 1 f L' DIVISION 5: GENERATOR Fishers Island Sewer District 5.1 DIESEL FUELED STANDBY GENERATOR SET INDEX Paragraph Section 1. Intent Rating Bidder Supplied Information 2. Engine Type Cooling System Exhaust System Fuel System Engine Lubrication System Engine Governing System Starting System Battery Charging Heaters, Cold Weather 3. Generator Construction Generating Rating. Generator Voltage Regulator Generator Control Panel Testing Warranty, 0 & M Manuals Unit Sound Enclosures Automatic Transfer Switch I. GENERAL PROVISIONS AND REQUIREMENTS 1. Intent It is the intent of these specifications to furnish and install 30 KW diesel generator set of the best industry standards of construction and design. Each generator shall be a new, factory assembled, and a fully tested set of certified output. Approved manufactures are Katolight Corporation, Alturdyne, ONAN, Power Systems, or a fully approved equal. The engine generator set will be supplied with all the necessary accessories and controls to meet the intent of these specifications and to provide a complete engine generator system. Any major exception to this specification will be sufficient cause for rejection. (a) The generator set shall be mounted on spring—flex isolators. Rating The engine generator set will be operated outdoors at altitude not exceeding 500 feet above sea level. The maximum outside ambient sill be 100 degrees F. The engine generator set will start, accelerate to governed speed and voltage, and accept full load in 19 seconds or less. The rating of the set will be based on operation with all 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. 5-1 11 1 DIVISION 5: GENERATOR Fishers Island Sewer District (a) The generator set shall deliver its rating continuously for the duration of any normal power failure. (b) The set rating shall be 30 KW continuous and 37.5 KVA @ 80% powerfactor. 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. Engine manufacturer and model 2. Number of cylinders/in line or vee 3. Bore and stroke/piston speed @ rated rpm 4. Displacement in cubic inches 5. Brake Mean Effective Pressure (BMEP) @ rated load 6. Generator design capacity in KW, RVA and P.F. 7. NEMA MG 1-22.240 temperature rise and rating 8. Number and type of generator bearings 9. Type of generator exciter II. ENGINE REQUIREMENTS 1. Engine Type (a) The engine will be diesel four cycle, six cylinder configuration. Two cycle engines are not acceptable alternate on this job. (b) The certified power of the engine will provide a minimum of 58 HP at 85 degrees F ambient temperature, 500 feet elevation, and rated speed of 1800 RPM. (c) The engine will be capable of rated and satisfactory performance on standard diesel fuels. Cooling System: (a) A unit mounted radiator shall be furnished complete with blower (pusher) cooling fan and duct flange. (b) The cooling system will be supplied with corrosion inhibitor and/or ethylene glycol base antifreeze to mmet the specified minimum ambient temperature. 5-2 1 1 k, DIVISION 5: GENERATOR Fishers Island Sewer District 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 transmission of vibration and allow for expansion. Long radius, low restriction fittings will be used throughout, and pipe size will be sufficiently large to handle the engine exhaust flow at full load without causing back pressure in excess of that allowed by the engine manufacturer. Silencer to be roof mounted on the generator enclosure. Fuel System: (a) The 500 gallon underground fibreglass fuel storage tank, fittings, gauges, and piping shall be installed as shown on contract drawings and in accordance with NFPA and any applicable local codes. (b) A service (day tank) will be provided with the generator set and shall be of 8 gallon capacity and manufactured in accordance with NFPA construction. The tank will be mounted in accordance with the generator set manufacturer's recommendations, with NP threaded fittings for: engine supply and return vent, transfer pump inlets and overflow, drain and level control. A dual fuel oil transfer pump system will be supplied suitable for the specified fuel. The pumps shall be of the positive displacement type, with an adjustable built in relief valve and mechanical seals. Motors shall be 120/240 VAC, 1 phase, 1750 RPM totally enclosed induction type. They shall be capable of maximum 15 feet suction lift with a minimum capacity of 0.25 GPM. A foot valve and strainr will be installed in the main fuel tank, on the transfer pump section lines to maintain a prime for the fuel transfer pump. (c) 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. (d) Flexible fuel connectors will be supplied to isolate vibration at the engine. (e) 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 furnished 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 circulation in the eventof a failure of the filtering system. Engine Governing System: (a) The engine generator set will be provided with a hydraulic 5-3 1 1� F1 IA DIVISION 5: GENERATOR Fishers Island Sewer District type governor of the constant speed type. The governor shall be capable of maintaining a steady state band width of not more than ±.25%, at any constant load, from no load to full load. The governor will maintain governed speed at 60 Hertz at any load, from no load to full load. Starting System: (a) The engine will be equipped with a heavy duty electric, DC starting motor, positive engagement type, of sufficient capacity to crank the engine at starting speed for 1 full minute without overheating. (b) 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, instantaenous 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: 1. Engine Control Switch (a) Four position switch will include a manual start push button to allow operation completely by-passing the engine control. 2. A cyclic, adjustable overall cranking cycle of 60 to 120 seconds with crank and reset periods adjustable from 10 to 30 seconds. 3. Engine safety shutdown controls to shut the engine down in the event of: (a) High jacket water temperature (b) Low lubricating oil pressure (c) Overcrank (failure to start) (d) Overspeed (c) Annunciator lights shall be provided for: • Selector not auto * Low fuel level # Overcrank * Overspeed # Low Oil Pressure * High Engine Temperature • Provide contacts and relay for single remote alarm (d) Generator Set Starting Battery: 1. A lead -acid, heavy duty battery system will be furnished of sufficient capacity to provide three full cycle starts. 2. An acid resistant type battery rack will be furnished with proper cable. 3. Battery cables will be provided. Battery Charging: (a) An automatic, two rate, .5 to 12 amp solid state, battery charger will be supplied with fused input and ouput in a NEMA 1 enclosure 5-4 1 DIVISION 5: GENERATOR Fishers Island Sewer District for wall mounting. The charger will be SCR controlled and solid state to eliminate mechanical contact problems. The charger control printed circuit board will be easily replaceable and will contain both high and low adjustable charge rate potentiometers, ammeter and a charger status (power) light. KThe charger design will be adequate to allow a charge rate of 20 ampere for intermittent 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: (a) A jacket water heater will be provided which will be thermostatically controlled and adjustable, to maintqin 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. Heater must be U. L. listed. ' (b) A lubricating oil heater, thermostatically controlled will be provided, adjustable from 70 degrees to 125 degrees F. The heater will be of steel sheath construction and a watt density of 20 or less, for compatability with lubricating oil. Power for the lubricating oil heater will also be 120 VAC. Heater must be U. L. listed. III. NEMA A.C. GENERATOR Generator Construction (a) The power generator will be of the salient pole synchronous type. The generator will be equipped wtih amortissiur windings for future paralleling option. The generator will be of single bearing flange 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 brushless type. Insulation class will be in accord with the most recent NEMA -MG -1-22.40 requirements for the generator. The generator will be provided with a power terminal cabinet of adequate size for connection of load conductors. Generating Rating: The A.C. generator will be rated at 30 Kw 37.5 KVA 240 Volts 3 phase Delta .8 power factor 60 Hertz 1800 RPM for continuous and 37.5 KW maximum. Temperature rise at 30 KW shall not exceed 80 degrees C over 40 degrees C. Generator Voltage Regulator: ' An automatic voltage regulator will be supplied to match the generator and 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 orless 2%. A voltage adjust potentiometer will be supplied which ill provide an adjustment range of more or less 5% of output voltage. The regulator response to a full load application shall be a maximum of 2 1 5-5 t 1 DIVISION 5: GENERATOR Fishers Island Sewer District seconds to a steady state band of more or less .25%. Generator Control Panel: A NEMA 1 generator control panel will be supplied to monitor the generator output. The generator control panel will be a unit mounted type completely wired and set on vibration isolators. The panel will include the following: a. Voltmeter b. Ammeter c. Combination volt/ammeter selector switch 4 position d. Frequency meter e. Running time meter f. Panel light and 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/control switch as specified in section 2.3c visual alarms j. Auxiliary contacts for remote alarm k. Duplex receptacle Testing: (a) Factory Testing 1. The generator set will be tested at 30 KW for two hours at .8 power factor. The test will be certified by the manufacturer. 2. The generator set will also be tested at a maximum rated load of 37.5 KW for two hours and recorded as part of the test. 3. All unit mounted accessories will be tested with the set, i.e.: annunciator panel, engine control, safety devices, etc. 4. All data will be included in the test, i.e. ambient temperature, jacket water temperature, lube oil pressure, battery charging, vbration, generator voltage, current KW, KVA, power factor, exciter voltage and field current per NEMA and IEEE test standards. b. Field Testing: 1. 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 @ 30/37.5 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. 1 5-6 11 fl 6 DIVISION 5: GENERATOR Fishers Island Sewer District Warranty, Operating and Maintenance Manual: (a) The manufacturer will furnish six 6) copies of the warranty, the operating ionstructions manuals, and parts list of the equipment furnished. Operators manuals will include suggested periodic manintenance for the equipment furnished. (b) The warranty will be standard one year type for standby service in which 200 hours operation might be expected. (c) The manufacturer shall provide supervision to assist with proper installation for a period of three (3) workingdays ie.: 1st day: Unloading and site meetings 2nd day: Installation and prep meetings, and 3rd day: Four (4) hour acceptance test and review operation with the owner. Enclosure: (a) The engine -generator shall be enclosed in a steel weather - protective housing for outdoor use. Enclosure shall be lined with 1" thick sound abatement material which is fireproof. The housing shall have removable side louvered doors, locking kit, piano hinged doors, bird screening and rodent proofing. 5-7 5-8 DIVISION 5• GENERATOR Fishers land Sewer s ers Is e r District ' 5.2 AUTOMATIC TRANSFER SWITCH ' Rating: A. The automatic transfer switch rating shall be as shown on the drawings. The complete switch assembly shall be listed under UL -1008 for ' use on emergency systems. Construction and Performance: B. The transfer switch shall be double throw, actuated by a single electrical operator, momentarily energized; and connected to the transfer mechanism by a simple overcenter type linkage with a total transfer time not to exceed one half second. The transfer switch shall be capable of transferring successfully in either direction with 70% of rated voltage applied to the switch terminals. C. The normal and emergency contacts shall be positively interlocked mechanically and electrically to prevent simultaneous closing. Main contacts shall be mechanicaly locked in position in both the normal and ' emergency positions without the use of hooks, latches, magnets, or springs; and shall be silver -tungsten alloy. Separate arcing contacts, with magnetic blowouts, shall be provided on all transfer switches. Interlocked molded case circuit breakers or contractors are not acceptable. D. The transfer switch shall be equipped with a safe manual ' operator designed to prevent injury to operating personnel. The manual operator shall provide the same contact -to -contact transfer speed as the electrical operator to prevent a flashover from switching the main contacts slowly. E. The Automatic Transfer Switch shall be enclosed in a NEMA 3R cabinet. F. Sequence of Operation: Engine starting contacts shall be provided to start the generating plant should the voltage of the normal source drop below 80% on any phase after a non-adjustable time delay of 3 seconds to allow for momentary dips. ' The transfer switch shall transfer to emergency when 90% of rated voltage and frequency has been reached. After restoration of normal power on all phases to 90% of rated voltage, an adjustable time delay period of 0-30 minutes shall delay retransfer to allow stabilization of normal power. If the emergency power source should fail during this time delay period, the switch shall automatically return to the normal source. After retransfer to normal, the engine -generator shall be allowed to operate for 5 minutes to allow engine cool down. A test switch shall be included to simulate normal ' power failure and pilot lights shall be mounted on the cabinet door to indicate the switch position. Two form "C" auxiliary contacts rated 10 amperes shall be provided to operate an at adjustable time of .5 to 5 ' seconds prior to transfer. These contacts shall maintain this state thru the transfer period and from an adjustable time of .5 to 5 seconds after transfer. Two auxiliary contacts rated 25 amp, 120 volts, shall be mounted on the main shaft; one normal, the other closed on emergency. ' In addition, one set of relay contacts shall be provided to open upon 5-8 IDIVISION 5: GENERATOR Fishers Island Sewer District ' loss of the normal power supply. All relays, timers, control wiring and accessories shall be front accessible. All control wire terminations are to be identified by tubular sleeve -type markers. ' F. Approval ' (1) As a precondition for approval, the manufacturer of the automatic transfer switches shall verify that his switches are listed by Underwriters Laboratories, Inc., Standard UL -1008 with withstand and cloe- in values at least equal to the interrupting rating of the circuit breaker ' and/or fuse that is specified to protect the circuit. (2) The automatic transfer switch shall have a 14,000 (RMS amps symmetrical) withstand capability. (3) During the Withstand Tests there shall be no contact welding or damage. The tests shall be performed on identical samples without the use of current limiting fuses. Oscillograph traces across the main contact shall verify that contact separation has not occurred. Test procedures shall be in accordance with L-1008 and testing shall be certified by Underwriters Laboratories or any nationally recognized independent testing ' laboratory. ' (4) When conducting temperature rise tests to Paragraph 17.3 of UL -1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. 11 5-9 1� �l C 11 VI. UTILITY REQUIREMENTS Ll VI UTILITY REQUIREMENTS 1. The utility company will extend their primary electrical lines to a service pole on the public street adjacent to the access road to the pump station. 2. The utility company will furnish and install transformers on the service pole with a secondary voltage of 240 volt, 3 phase 3 wire, delta. 3. The utility company shall furnish and install the revenue meter. 4. The telephone cable for alarms from the pump control panel to the service pole shall be direct buried in the same trench as the electrical service cable. The telephone cable shall be furnished and installed by the Fishers Island Utility Company, Telephone Division. 5. All grounding to be in accordance with the National Electrical Code. 6. The utility shall make up the connections of the service feeder cable to the transformers on the service pole. 7. Allowance for utility charges shall be included in the Contractors bid price. Allowance for electrical power shall be $4,000.00. 8. The Contractor shall file an application for electrical power immediately after obtaining the contract. 9. The Owner shall make direct contact with an independent alarm answering service for the alarms of this station. The alarms will go through the control room of the telephone division of the switchboard. 10. The Contractor, on behalf of the Owner, will furnish and install a service feeder consisting of 3/C #1/0 stranded copper cable, direct buried, from the service pole to the revenue meter socket through at the pump station. 11. The Contractor shall furnish and install an outdoor socket meter through rated 100 amp, three phase, three wire, seven terminal, with an underwriter's laboratory label as approved by the Utility Company. 12. A copy of the Fishers Island Electrical Corporation electrical schematic diagrams is enclosed. FISHERS ISLAND ELECTRIC CORP. FISHERS ISLAND, NEW YORK 06390 Phone 788-7251 ' PROPOSAL SUBMITTED TO PHONE DATE tiflJL I.l _� n u`ti4' IUG/A,cZR/,L,' r. /j z:_ 20 . &7/— Z -70S 123 Adv ' STREET JOB NAME Z' '7`�rc� �Lt /J�e vt Coxf,Wz, N/7J 9�� V01� r7_4',l4 CITY. STATE and ZIP CODE JOB LOCATION ' ARCHITECT DATE OF PLANS JOB PHONE Or f ropoSr hereby to furnish material and labor — complete in accordance with specifications below, dollars lS S 777,53 + r t ' Payment to be made as follows: All material is guaranteed to be as ap—heo All work to be completed In a workmanlike manner according to standard practices Any alteration or deviation from specifications be- Authorized low involving extra costs will be executed only upon written orders, and will become an Signature extra charge over and above the estimate All agreements contingent upon strikes, aCCI- _ dents or delays beyond our control. Owner to carry fire, tornado and other necessary ' insurance. Our workers are fully covered by Workmen's Compensation Insurancewithdrawn by us if not acce - days. We hereby submit specifications and estimates for: 7KL /Hb t>. OV JUIT69/1 3. P40_L 7 . ��c4� ��a rrrc2 G1 r�-�✓!l. Twd 10 l��'� S 2S' Pmt: r4Vvu�IS 1 0 0 2cac+l� i ►M�a2�o _� 0 10 A+'4 loKvH �. m 3 Ljj c Pad 7?tp0 0 Q 0 V 4II 4Q/ba. 3b�1 W. Q 4 C� �N�fsa// f��'soU�rc�� torvD�.ei/� ofL,_ i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VII. MONITORING WELL REQUIREMENTS 1 1 1 1 1 1 1 �I 7, COUNTY OF SUFFOLK DEPARTMENT OF ENVIRONMENTAL CONTROL John 11. Flynn, P.E., Commissioner Engineering Division General Design flemorandum - No. 4 Monitoring Well - Revision No. 2 September, 1975 GENERAL It is the requirement of the Suffolk County Department of Environmental Control that a minimum of one monitoring well as hereinafter specified, and as shown on the drawings, be provided and maintained on all wastewater treatment projects requiring departmental approval. The following specifications are con- sidered adequate for most geohydrologic conditions encountered in Suffolk County; however, the department retains the right to modify these requirements at a specific locale to account for local variations of geologic and/or hydrologic conditions. PURPOSE OF THE WELL The purpose of the well or wells will be to monitor the level and characteristics of the groundwater at the site in order to determine water quality. NOTIFICATIONS 'To allow adequate time for actual well location selection as well as the scheduling of inspection personnel, the woll drilling contractor shall notify the Suffolk County Department of �I Monitoring Well - Revision No. 2 Page 2 1 Environmental Control in writing of his intention to commence construction of the observation well at least 14 days prior to the actual commencement date. Unless specifically approved in writing to the contrary, all work and testing must be performed under the supervision of a representative of the Suffolk County Department of Environmental Control. LOCATION In general, monitoring wells are to be installed adjacent to and downgradient of the leaching field of wastewater disposal projects. The final location of the well or wells shall be determined by the Suffolk County Department of Environmental Control prior to drilling. The well screen shall be installed with its top slot at a depth below mean groundwater surface as determined by the Suffolk County Department of Environmental Control and as shown on Figure 1. IACCESS Graded and/or paved access to the well shall be provided ' by the owner to allow for future sampling of the well by the Suffolk County Department of Environmental Control. 1 MATERIALS All materials, including but not limited to, piping, fittings, caps, screens, and plates shall be suitable for water well construction. 1. Piping - Pipe for casings and sumps shall be threaded ' Grade A steel line pipe conforming to American Petroleum Institute fittings suitable for use with API line pipe. It is estimated that screen slot size required for use will range between 10 and 25 (0.010 inches to 0.025 inches); however, the actual screen slot size shall be determined by the well driller after the well cuttings have been carefully analyzed i for formation grain size and gradation. Screen length and slot size shall be chosen to provide sand- and silt -free water at a minimum sustained pumping rate of 10 gallons per minute and, in general, shall be'.selected to retain 40 to 50 percent of the material in which the screen is placed. Artificial gravel packing may be necessary when the slot size found necessary for use in the natural material is less than #10 and/or a -sustained yield of 10 gallons per minute cannot be attained. Screens for monitoring wells shall be as manufactured by. the Johnson Division of the Universal Oil Products Company, the Cook Well Strainer Company, or approved equal. ML' 1 Revision on N onitorin� lel - Re i o. 2 Page 3 Specification 5L. When a 4 -inch diameter well is installed, all 4 piping shall be -inch diameter with a minimum wall thickness of 0.237 inches and a minimum internal diameter of 4.026 inches. 2. Screens - We 11 screens shall be new, first quality, of - the wire -wound, continuous -slot type and shall be fabricated of AISI Type 304 stainless steel. Each screen shall have a minimum I.D. of 4 inches and a minimum length of 5 feet. Screens for _ 4 -inch wells shall be fitted with stainless steel threaded end fittings suitable for use with API line pipe. It is estimated that screen slot size required for use will range between 10 and 25 (0.010 inches to 0.025 inches); however, the actual screen slot size shall be determined by the well driller after the well cuttings have been carefully analyzed i for formation grain size and gradation. Screen length and slot size shall be chosen to provide sand- and silt -free water at a minimum sustained pumping rate of 10 gallons per minute and, in general, shall be'.selected to retain 40 to 50 percent of the material in which the screen is placed. Artificial gravel packing may be necessary when the slot size found necessary for use in the natural material is less than #10 and/or a -sustained yield of 10 gallons per minute cannot be attained. Screens for monitoring wells shall be as manufactured by. the Johnson Division of the Universal Oil Products Company, the Cook Well Strainer Company, or approved equal. Monitoring Well - Revision No. 2 Page ASSEMLY The monitoring well shall be fabricated as shown on Figure 1. When a 4 -inch well is installed, the screen will be secured to the casing and sump with threaded end fittings. If a 6 -inch or larger well is installed, a telescoping 4 -inch minimum I.D. screen and sump will be permitted. In all installations, the contractor will lower a 10 foot by 3 -inch nominal diameter API line pipe (3.500 inches O.D.) into the completed well. This is to ensure that the entire length of the well to the bottom of the sump shall permit without difficulty the passage of a 4 -inch submersible pump. The bottom of the sump shall be sealed with a 1/4 -inch steel plate continuously welded to the casing, or by a threaded plug or cap. The installation shall not be approved until the test pipe enters the sump easily and to the satisfaction of the Suffolk County Department of Environmental Control. INSTALLATION AND TESTING The contractor shall provide all equipment and experienced personnel necessary to install, test, and place the monitoring well in satisfactory operating g condition at no cost to the. P county. Equipment shall be in good operating condition; and the contractor shall provide all materials, tools, drilling equipment, test equipment, accessories, water, fuel, power, and Monitoring t�Iell - Revision No. 2 Page 5 any and all other items and services necessary for the satis- factory completion of the work. 1 1. Shop Drawings - Prior to the construction of the monitoring well, five (5) copies of shop drawings detailing ' the proposed well together with the proposed method for well construction and development shall be submitted to the Suffolk County Department of Environmental Control for approval. No well shall be installed until shop drawings have been submitted to and approved by the Suffolk County Department of Environmental Control. 2. Drilling Procedures - All wells covered herein shall 1 be drilled by means approved by the Suffolk County Department of Environmental Control. The department retains the right to reject any and all methods and procedures it deems unacceptable. During drilling, no material other than water shall be introduced into the hole without prior knowledge and written consent of the Suffolk County Department of Environmental Control. After the hole has been drilled below the water table and prior to setting the well screen, the contractor shall notify the Suffolk County Department of Environmental Control. A representative of the department will then visit the well site to verify the depth to the water table and to determine the exact depth at which the screen shall be set. This will be done only after it has been determined that the static water level in the drill hole has stabilized. However, in no case will this period be less than 24 hours after notification by the rl 1 1 11 Monitoring Well - Revision No. 2 Page contractor. Within five (5) working days after determining the depth to the water table, the Suffolk County Department of Environmental Control will notify the contractor in writing of the exact depth at which to set the well screen. The contractor shall be responsible for keeping accurate and detailed logs of soil conditions throughout the depth of the well, depth to groundwater, and depth to well termination. He shall submit a well completion report and five (5) copies of a detailed and accurate "as built" well drawing. Bailer samples of geologic formations penetrated shall be collected only when clay, clayey sand, or very fine grained sand is encountered. The samples shall -then be collected at 5 -foot intervals and placed in suitable containers. Each con- tainer shall be labeled with the well number and the depth from which the sample was obtained. The owner or his representative shall be responsible for determining the elevation of the top of the casing above sea level. All elevations shall be referenced to the U.S. Coast and Geodetic Survey datum Sandy Hook. Driller's logs and bailer samples shall become the property of the Suffolk County Department of Environmental Control. .3. Well Development - The contractor shall develop the well by pumping, bailing, surging, or any other method approved by the Suffolk County Department of Environmental Control until the well yields clear and sand- and silt -free formation water. Clear water shall be taken as that having a turbidity of less Monitoring Well - Revision No. 2 Page 7 than 10 milligrams per liter as SiO2 (Hellige Turbidimeter 1 or equivalent). During and after development, the sump will be cleaned with a bailer to or sand pump remove any particles brought through the screen by development. No chemicals shall be used for development without prior approval by the Suffolk County Department of Environmental Control. 4. Well Testing - On Monday, Tuesday, or Wednesday follow- ing completion of the well, the contractor shall pump the well at a minimum rate of 10 gallons per minute for at least four 1 hours. At the end of this period, a sample will be collected by representatives of the Suffolk County Department of Environmental Control. No testing is to be performed unless witnessed by a repre- sentative of the Suffolk County Department of Environmental Control. The contractor shall have the responsibility of notifying the Suffolk County Department of Environmental Control 1 at least 24 hours prior to the actual testing to insure that a department representative is present. If for any reason the testing appointment is then cancelled by the contractor, he shall have the responsibility of notifying the Suffolk County Department of Environmental Control of the cancellation before- hand and of arranging for a new testing appointment. 1 J t 1 Monitoring dell - Revision No. 2 Page 5. Completion of Well Installation - Upon completion of work, the casing shall be terminated at a height of about 2 feet above final grade. It shall be equipped with a screw -on type cap or suitable equivalent which will prevent the entry of water into the threads. The threads shall be well greased. A 1/4 -inch diameter breather hole will be drilled through the side of the casing about 3 inches below the bottom of the cap. A hasp and padlock, welded chain with padlock, or other suitable locking device shall be attached to the cap and casing to secure the well against vandalism. At least one key to the lock must be furnished to the Suffolk County Department of Environmental Control. However, no locking device is required when the well is located inside of a fenced enclosure with locked gate. In this case, the Suffolk County Department of Environmental Control must be furnished with a key to the gate. The exposed portion of the well casing and to a depth of about 12 inches below grade shall be painted with rustoleum or other suitable rust -resisting protective coating. If a well is located in a paved parking lot or landscaped area, the owner may terminate the well casing in a manhole below grade, protected by a lockable -type -iron manhole cover. For this type of installation, the Suffolk County Department of Environmental Control must be furnished with a manhole cover . key (see Figure 2). ACCEPTANCE No monitoring well shall be accepted or approved by the Suffolk County Department of Environmental Control until the ,onitorin,:, ?lell - Revision No. 2 Page 9 furnishes the of the top of the casing, and all owner elevation other provisions contained herein have been completed to the satisfaction of the Suffolk County Department of Environmental ' Control. Acceptance of the well will be announced in writing to the owner. AHS/ j b Attachments C < t' 1 \ U t CAP .'`ITE' Gq_A�.D �—TOP CF OR COVPUNG 2 ABOVE FINISHED GHAOE 1 �I AT`v^! �4 •v CNT MOLE � �l�{ o SC �. PA OI OCK OR EQUINA Lf NT LGCK\NG LFVIC[ hQD. WNEti NELL :5 NGT IN`,1UE A FENCED S OC KEN=NC'�05UGiE 1 I FIN15FiE0 cGRACE ( SEE Ti G. 2 r0A ALT. TYPE SN5TALLATI0N) 44501�� STEEL CA5\NG, MIN\MVM I. D. 4!� MEAN WATER TABLE E_ .� 5.5. THREADED END FITTINGS RQD. ON 4-" WELLS, _—� (TELE5COPED SCREEN F SUMP ON 6° CR LARGER WELLS) i I G.S. WIRE WELL SCREEN,MINIMVM I.D. 4", LENGTH 5 i I7 THAcADED ENO—�— —6~ CASING t p LEAD PACKER 5W£DG,ED 1 _ DR`.VE SE40E ___ BLANK SEC�lO^I 4 STEEL PLAr'V j_ -- NOMINAL 6" OR --lN, 4" ]_ MELD ALL PCI-'ND I WELL SCREEN, LEN'GTFi 5. -- SUMP LENGTH 5� '1 NCT TO SCALE_ TELESC.CPED SCREEN A55EMOLY 'K —0 BE CETERMINED BY Dec. FIGURE 1 MINIMUM ACCEPTABLE DIMENSIONS FOR GROUNDWATER MONITORING WELLS AT WASTEWATER TREATMENT PLANTS County of Suffolk Department of Environmental Control • CA"PeELL w 304y HEAVy CUT'( RECTANGULAR C.I. M. H. rRAME e COVER KIN. CLEAR OpEN%NCA Z4X 30" 4 :OCK,Nq DEVICE �—COVE R MINIM VM 30 TH;S END LONG DIMEN. :' F l LL ABOVE —_� , �,NISHED CaRApE p TOP OF GS,NG, D 4 D Q-'�'yIp 4:0 BELOW` ER 0 v O 4 _ _ 6Nx (Z" CONG. BLOCK FOOTING < O •)��i `.'C✓Ci .' GCOpI Uc O �'cC i ��p • i V O `� O G O OGO G �. C O. L °,�Oc °cam o��o'e •. �_ c c c c c orr^c'ic �c . 4 UNDISTURBED ' FORMATION , NOT TO SCALE < FIGURE 2 MINIMUM DIMENSIONS FOR MANHOLE (OPTIONAL FOR PARKING AND LANDSCAPED AREAS) County of Suffolk Department of Environmental Control VIII. DEWATERING PERMIT u 1 1 1 1 GENERAL CONDITIONS X k 4. The Department reserves the right to reconsider this permit at any r c ure I time and after due notice and hearing at that time to continue, rescind or modify this permit in such a manner as may be found to be just and equitable. nianc -0 hug k 5. Granting of this permit does not relieve the applicant of the respons- ibility of obtaining any other permission, consent or approval which may 2. The Department reserves the right to rescind this permit or to take be required. whatever action it may deem suitable and proper if the works authorized 6. As a condition of the issuance of this permit, the applicant has to be constructed herein are not initiated by September 30, : 1985. accepted expressly, by the execution of the application, the full legal responsibility for all damages, direct or indirect, of whatever nature, and by whomever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and description resulting from the said project. 7. By acceptance of this permit the permittee agrees that the permit is m i t in Mi. contingent upon strict compliance with the special conditions following. NOTE: Only those special conditions following which have been marked 0 apply. SPECIAL CONDITIONS IJ g. All land within_ feet of any well shall be protected and controlled in order to prevent pollution of the ground or groundwater by direct ownership of the land or by the acquisition of protective ease- ments or other appropriate measures. I U 9. This area shall further be protected from pollution by surface waters originating outside thereof by the construction of suitable- diver- sion ditches or embankments and the development of the water sources shall be so carried out that there shall be no opportunity for pollution (ntering the water sources. L� 10. The physical pumping facilities and controls shall be protected against darn ge or tampering either by a fence of other suitable enclosure ur by their manner of construction and installation. RR11. Before any water from the well(s) may be used for any purpose, eter prolonged pumping test(s), the applicant shall have caused a sample of the water from each to be collected and analyzed, shall have submitted the results of such analyses to the Department and shall have been advised by the Department either that the water is of a satisfactory sahi- tary quality or that certain specified treatment or purification thereof is necessary. In this last case such water shall be used only atter full com- pliance with all dl the requirements of the Department. 11. Nothing contained in this permit and approval shall be held to authorize the applicant to supply, sell or distribute water from this source of supply for any purpose unless all such water shall first have been treated and purified by disinfection (and filtration) in a manner satisfac- tory to the Department. (SEE REVERSE SIDE) WSA No. W-3378 NEW Y(WK STATE DEPARTMENT OF ENVIRONMENTAL CONSIRVATIf)', DEC No. 10-84-1020 1 PERMIT Filed Date August 10, 1984 UNDER THE ENVIRONMENTAL CONSERVATION LAW ARTICLE 15, TITLE 15 (WATER SUPPLY) PIRMIT ISSUED TO Town of Southold - Fishers Island Sewer District ,\DDRLSS OF PERMITTEE - c/o A. R. Lombardi Associates, Inc., 25 Terrace Drive, — _ --- - Vernon, CT 06066 I (A ATION Of PROJECT Western end of Fishers Island ' UES( RIPTION OF PROIECT To install and operate a temporary dewatering system during the construction of a new pump station and installation of 7200' of sewer line._ The system will consist of 4 inch diameter wellpoints connected by common header to a pump having a capacity_of 2009 -gallons a minute. The maximum drawdown will be 9 feet. The pumping will be intermittent over a period of 60 days The daily pumping rate is estimated at 100,000 gallons. All water will be discharged into an existing storm drain. uMMUNITY NAME (City, Town, Village) —7 TOWN Fishers Island Southold c uUNIY FIA COMMUNITY NO. DAM NO. FPERMIT ISSUE DATE 'Suffolk September 19 1984 1 GENERAL CONDITIONS X k 4. The Department reserves the right to reconsider this permit at any r c ure I time and after due notice and hearing at that time to continue, rescind or modify this permit in such a manner as may be found to be just and equitable. nianc -0 hug k 5. Granting of this permit does not relieve the applicant of the respons- ibility of obtaining any other permission, consent or approval which may 2. The Department reserves the right to rescind this permit or to take be required. whatever action it may deem suitable and proper if the works authorized 6. As a condition of the issuance of this permit, the applicant has to be constructed herein are not initiated by September 30, : 1985. accepted expressly, by the execution of the application, the full legal responsibility for all damages, direct or indirect, of whatever nature, and by whomever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and description resulting from the said project. 7. By acceptance of this permit the permittee agrees that the permit is m i t in Mi. contingent upon strict compliance with the special conditions following. NOTE: Only those special conditions following which have been marked 0 apply. SPECIAL CONDITIONS IJ g. All land within_ feet of any well shall be protected and controlled in order to prevent pollution of the ground or groundwater by direct ownership of the land or by the acquisition of protective ease- ments or other appropriate measures. I U 9. This area shall further be protected from pollution by surface waters originating outside thereof by the construction of suitable- diver- sion ditches or embankments and the development of the water sources shall be so carried out that there shall be no opportunity for pollution (ntering the water sources. L� 10. The physical pumping facilities and controls shall be protected against darn ge or tampering either by a fence of other suitable enclosure ur by their manner of construction and installation. RR11. Before any water from the well(s) may be used for any purpose, eter prolonged pumping test(s), the applicant shall have caused a sample of the water from each to be collected and analyzed, shall have submitted the results of such analyses to the Department and shall have been advised by the Department either that the water is of a satisfactory sahi- tary quality or that certain specified treatment or purification thereof is necessary. In this last case such water shall be used only atter full com- pliance with all dl the requirements of the Department. 11. Nothing contained in this permit and approval shall be held to authorize the applicant to supply, sell or distribute water from this source of supply for any purpose unless all such water shall first have been treated and purified by disinfection (and filtration) in a manner satisfac- tory to the Department. (SEE REVERSE SIDE) 1 n [l 1 t 1 I LI SPECIAL CONDITIONS, Continued ❑ 13. The Department reserves the right to it quire the taking of further sanitary precautions or the further treatment or purification of the water from this source should conditions in the future Indicate a need for such action. [7 14. Granting of this permit by the Department Is made subject to the granting of any approval by the (Delaware) (Sus(iuehanna) River Basin Commission, which may be required under the provisions of the (Delaware) (Su6quehanna) River Basin compact. [] 15. Individual meters shall be provided to measure all water supplied to -each individual customer receiving service from this system. Master meters shall be installed on all sources of supply to measure all water pumped to the system. [_I 16. A minimum water pressure of 20 pounds per square Inch shall be provided to customers at all times. An auxiliary source of power shall be provided to assure continued operation of the water supply during periods of electrical power failure. ❑ 17. An alarm system shall be provided with automatic signaling apparatus which will report when primary source equipment malfunctions. Plans for this alarm system shall be submitted to and approved by the Public Service Commission prior to placing the water supply system in service. ❑ 18. Nothing contained herein shall be held to authorize the permittee to distribute water to any other district or service area which has not already been approved by the Department or its predecessors without hav- ing received a further permit from the Department. ❑ 19• Since the area to be served by the facilities permitted herein lies Within the 100 year flood plain and since the permittee has agreed to participate in the Federal Flood Insurance Program, all construction related to this permit and all new construction in the area to be served must comply with all construction standards which may be developed in implementing the program. NOTE: The following additional conditions are applicable to this permit: F120. In the event that any of the wells should fail or the comb,ned yield of the wells should fall below gallons per minute, the Perm !- tee shall install an additional well ortake such other appropriate measure, as may be directed by the Department. Such additional well, however, shall require an additional permit, for which a regular appllc anon ,h.ifl he made. Cl 21. The water supply facilities shall he installed prior r„ fhe tire„ ens purchaser of a residence shall reasonably require a connertlnn iu Ir, system. This obligation shall be included as a covenant In the deed r,n veying each lot to the purchaser and such covenant shall further ohhg,,l,• the Permittee to provide a connection to the water system when reasunah , required by each purchaser. L—] 22. Provisions shall be made to provide an adequate supply of w•,t,•r to those residents whose private well water systems are diminished ur rendered non-productive by the use of the wells developed by the Permo- tee. [Z 23. Provisions shall be made to minimize erosion during the construc- tion of the project and to prevent increased sedimentation in any water body on or adjacent to the project. F-1 24. Water used for disinfecting mains, if discharged to area stre.tms, must have a chlorine residual not exceeding0.U5 mg/1 at point ofdlscharee-. ❑25 Upon completion of th<• construction authonted by this Per -e .e ,1 ii mencement of the taking of supplies of water from the sourcefst yr iuthornrnd •, isttng facilities indicated in this application as unnecessary to the future nlwr,mu it system shall be permanently disconnected therefrom, the piping plugged •tnd ani .,,•I!, so discoxnnoLied capped and sealed, all in manner satisfactory to the New'risk sr.o. Department of Health. The facilities thus abandoned shall not again be uwd for lu,i,4e water supply purposes without a further Permit from the Department of Environment,, Conservation. 26. The dewatering operations as proposed shall be carried out by well drillers duly regis- tered in accordance with Section 15-1525 of the Environmental Conservation Law. Before beginning any dewatering, the Applicant must notffy,the Department of the proposed date of commencement and of the name of the registered Dell driller engaged for the operation. This notification shall include details of the d@watering system to be installed such as the size, number and spacing of well points, pump,cppacity, pumping rate, expected volume of water to be withdrawn and amount of water table drawdown, and -discharge points. Approval of such details are required before any dewatering may commence. 27. No alteration to tidal or freshwater wetlands shall occur. Also no discharge shall occur which will in any way result in sedimentation or'oeposition on tidal or freshwater wet- lands or otherwise indirectly effect them adversiiIIly,. d 28. Whenever necessary, due to local conditions, thel'Department shall require the Applicant or contractor to provide physical, chemical and liological-analysis as prescribed by the Department from the dewatering systems, waterways, streams and ponds which will be used as discharge sources for the dewatering systems. 29. Applicant and the contractor must obtain clearance from the Department before discharging any water into waterways, streams or ponds Further, all precautions must be taken to avoid any adverse effect that could damage the stream or stream bed or cause flooding to the surrounding area. Water levels and water quality of ponds, lakes or streams shall be maintained within reasonable limits of initial conditions. 30. The entire dewatering operation in each instance and the apparatus connected therewith n SEE $JT�ED SHEET FOR CONTINUATION. PERMIT ADMINISTRATOR u&n�ielr�dC BaT t(+r� ADDRESS Bldg. 409 SUNY --Room 219, Stony Brook, NY 11794 t 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10-84-1020 ti' -3378 Town of Southold - Fishers Island Sewer District 30. must at all reasonable hours be open to inspection and test by duly accredited representatives of this Department 31. Whenever necessary, due to local conditions, the Department shall require the installation of observation wells to be used for monitoring purposes and shall establish any limitation as may be needed in each instance. The right is reserved to require the Applicant to install tight steel sheeting around the perimeter of the dewatering area and, if necessary, the right to immediately cease the dewatering operation without further hearing. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IX. BEACH STONE REMOVAL PERMIT an FAA PERMIT CTH/rb 11 New York State Department of Environmental Conservation Building 40, State University of New York skid Stony Brook, NY 11794 _ (5 16) 751-7900 Henry G Williams Commissioner 27, 1984 December Town of Southold c/o Fishers Island�F7erry District ' Attn: Robert P. Knauff, F.I.F.D. Fishers Island, NY 06390 RE: 10-84-0922 Dear Sir: In conformance with the requirements the State of L'ni�crm Procedures Act (Article 70, ECL) and its implementing P.egul�t:or� (6NYCRR Part 621) we are enclosing your permit. Please r -ac ' conditions carefully. If you are unable to comply with ar•. c, :�- tions, please contact the Regional Regulatory At -'fairs Office, Department of Environmental Cons�rl.,ation, State ulniversit;•• Cr- rFork Yorkat Stony Brook, Building 40, Stony Brook, 2,Y 11794. Also enclosed is a permit sign which '_rou are to cor.sz:ic c :si ' post at the project site, protected from the wcat}.er. Very truly your~, Charles T. Hamilton Alternate Rec;ior:al `Per„ --t CTH/rb 11 11YSDRC, 7e"ional Permit Ldministrator 731dq. 41), SU Y --noon 219 Stony rook, P'Y 11794 Permit 3'o. Issued to (Agent) Dear Sir: Pursuant to General Condition Furber 1 of the above referenced permit you are hereby =ratified that the authorized activity shall commence on Thig notice is to be sent at least two days in advance of commencement of the project. The permit sign will be posted at the site and copy of permit will be available at site for inspection. Submitted by Failure to notify or post sign ,ill leave o*.mer and/or contractor subject to applicable penalties for non-compliance with permit conditions. ------- ----------- -------- ------------------- --------- -------------------- -------- P?YSDEC, 71erional Permit Administrator Mg. 41, SU;:'Y--Room 219 Stony Brook, ET 11794 RE: Permit 1'o. Issued to (Agent) ' Dear Sir: Pursuanz':to Ceneral Condition '`umber 1 of the above referenced pewit you are hereby notified that the authorized activity vas completed on Submitted by (This notice is to be sent to above address promptly upon completion of prd :ect) . '. allure to notify !-,ill leave o, -mer and/or contractor subject to applicable penalties for non-compliance with permit conditions. 1 1� M M M M M M M M 1111111111=== i M M New York State Department of Environmental Conservation Am NOTICE The Department of Environmental Conservation (DEC) has issued permit(s) pursuant to the Environmental Conservation Law for work being conducted on this site. For further informa- tion regarding the nature and extent of work approved and any Departmental conditions on it, contact the Regional Permit Administrator listed below. Please refer to the permit number shown when contacting the DEC. A1tExmtl a Regional Permit Administrator Permit No. 10-84-0922 Expiration Date 12/31/86 95-201 (71182) NOTE: This notice is not a permit 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT PERMIT NO. 10-84-0922 UNDER THE ENVIRONMENTAL CONSERVATION LAW 8 ARTICLE 15, (Protection of Water) ARTICLE 25, (Tidal Wetlands) ARTICLE 24, (Freshwater Wetlands) ARTICLE 36, (Construction in Flood Hazard Areas) PERMIT ISSUED TO Town of Southold c/o Fishers Island Ferry District ADDRESS OF PERMIT —g' Knauffe- -F-. 3' F D Fishers Island, NY 06390 LOCATION OF PROJECT (Section of stream, tidal wetland, dam, building) Southwest end of Fishers Island along beach of Fishers Island Ferry District Long Island Sound DESCRIPTION OF PRO ECT Remove 12 0 yds. of stone from beach area by excavating no greater than l' below -grade -at- 5 5 0 '- area f northern runway of airport and 300' area, 400' north of western terminus of . COMMUNITY NAME (City, Town, Village) TOWN Fishers Island Southold _ COUNTY FIA COMMUNITY NO. DAM NO. PERMIT EXPIRATION DATE Suffolk 1 12/31/86 GENERAL CONDITIONS 1. The permittee shall file in the office of the appropriate Regional Permit Administrator, a notice of intention to commence work at least 48 hours in advance of the time of commencement and shall also notify him promptly in writing of the completion of the work. 2. The permitted work shall be subject to inspection by an authorized representative of the Department of Environmental Conservation who may order the work suspended if the public interest so requires. 3. As a condition of the issuance of this permit, the applicant has ac- cepted expressly, by the execution of the application, the full legal respon- sibility for all damages, direct or indirect, of whatever nature, and by whom- ever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and description resulting from the said project. 4. Any material dredged in the prosecution of the work herein permitted shall be removed evenly, without leaving large refuse piles, ridges across the bed of the waterway or flood plain or deep holes that may have a tendency to cause injury to navigable channels or to the banks of the waterway. 5. Any material to be deposited or dumped under this permit, either in the waterway or on shore above high-water mark, shall be deposited or dumped at the locality shown on the drawing hereto attached, and, if so prescribed thereon, within or behind a good and substantial bulkhead or bulkheads, such as will prevent escape of the material into the waterway. 6. There shall be no unreasonable interference with navigation by the work herein authorized. 7. That if future operations by the State of New York require an alteration in the position of the structure or work herein authorized, or if, in the opinion of the Department of Environmental Conservation it shall cause unreasonable obstruction to the free navigation of said waters or flood flows or endanger the health, safety or welfare of.the people of the State, or loss or destruction of the natural resources of the State, the owner may be ordered by the Depart- ment to remove or alter the structural work, obstructions, or hazards caused thereby without expense to the State; and if, upon the expiration or revocation of this permit, the structure, fill, excavation, or other modification of the watercourse hereby authorized shall not be completed, the owners shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill and restore to its former condition the navigable and flood capacity of the watercourse. No claim shall be made against the State of New York on account of any such removal or alteration. 95-20-4 (9/75) 8. That the State of New York shall in no case be liable for any damage or injury to the structure or work herein authorized which may be caused by a result from future operations undertaken by the State for the conservation o improvement of navigation, or for other purposes, and no claim or right tc compensation shall accrue from any such damage. 9. That if the display of lights and signals on any work hereby authorize, is not otherwise provided for by law, such lights and signals as may be pre scribed by the Li,ited States Coast Guard shall be installed and maintaine( by and at the expense of the owner. 10. All work carried out under this permit shall be performed in actor dance with established engineering practice and in a workmanlike manner. 11. If granted under .Articles 24 or 25, the Department reserves the righ to reconsider this approval at any time and after due notice and hearing ti: continue, rescind or modify this permit in such a manner as may be found ti: be just and equitable. If upon the expiration or revocation of this permit, tht modification of the wetland hereby authorized has not been completed, the applicant shall, without expense to the State, and to such extent and in sucf time and manner as the Department of Environmental Conservation may require remove all or any portion of the uncompleted structure or fill and restore the site to its former condition. No claim shall be made against the State of NeK York on account of any such removal or alteration. 12. This permit shall not be construed as conveying to the applicant an right to trespass upon the lands or interfere with the riparian rights of other to perform the permitted work or as authorizing the impairment of any rights title or interest in real or personal property held or vested in a person not . party to the permit. 13. The permittee is responsible for obtaining any other permits, ap provals, lands, easements and rights-of-way which may be required for thi., project. 14. If granted under Article 36, this permit'is granted solely on the basi,, of the requirements of Article 36 of the Environmental Conservation Law an( Part 500 of 6 NYCRR (Construction in Flood Plain Areas having Special Floor Hazards — Building Permits) and in no way signifies that the project will bt free from flooding. 15. By acceptance of this permit the permittee agrees that the permi is contingent upon strict compliance with the special conditions on tht reverse side. (SEE REVERSE SIDE) F , w n' con"ir_ ')-.s �^�`' t0 [,e rT'.l t.r '--- �t:e �011� i � � . Ti apo 0f the nEr➢`.it Ct'111' 1ti0'1s ..r .:1C t, tr A i C .' t_A"r tiie ivlsiOn of C(; u,,.t;tr ' AIC, _r C., of^ c/' rc' ,lry L tiOP,S S loll Inc civ111,1} 1` .:orlr: s i.. fro r�.ds Tf:e ,)er:.:Lt sia,n enclosed ::ith th( ,. r ,i. cr �e prutcCteG from tt:e vc;o:i:er mid t ubrL-d it, i k- C, site unt i_1 c('17t: 1 ut loll Of au'tl.uri:. _ 1 ' �.. At least +;, !'.curs [ ri,11 LO C0:" 1 C_. trilt L L 't Lt 1 Complete a1lG :cturn title top -or ti,ii ut the Ei'__ ) 1 -L t lie :- _ I L:l iv ,:i:L:re t f :i,,(I lliU. �'Yr.tC, ''. . 1 .`r(v' , L i l this rtr-c1i1,. i'ltl'i? One l: t, lC 0f CCL: )leCi()n -'ttom pertion of th�lc fct:a s 1 ,?1`:t' ut_ Cufr. Ct)�- ' For rrojectj involvi, activit t' ,tc,. _ I. t ov_r L'I-I , one y'eal, ti -,t- perudttee shall tit.' in Writi^', Lit least -,. .:ours CO t -I11 if l)reject (l,'si?n C'(id{ 1C1L10i:S ti_.:u k':<'ct L1_i'r [('Y' i.e�ion, .1 Pern_t �ldrao nistrator rrir t`; Lt 1'; PC Ce is advis:_ ' t` it ' it'll )i litrli J -t'. 11C,?tluil tv(" :rC::_t ' till reccS;s iryl,rCl .^utlo'I5; >h::ll J't_ t.liir."1 t.) `rL'C l:'ii_' "i)r:.l-'._:.:it i. r 1 riuti ;r W.-,ter::ay Dy Iuhric.mts, t Dox','COi1C'.'1", f?alnt::, ::l•I,.C'.-t t� _� .i 1 -:-.Lc r�r 'Ll'.': ('ti't_ `.. :nvi-.(Dm.".i_-aL.-:ily J( lE:tcrioli5 An,; lailurc �. Coi' p' EtrC�c : se ...C„ .. � _ titre „ C. I�� Li 1; t: . ualt 3s autl)oriL(•r'_ it; laiitir h,l'.. _ L _ai ire -oviroiliuental Conservatiun --,v T file porlaittee is 1(iviSt(l t7 o t.3 i.1 171; l;t r ("r )l L ?:` L is ' re ylilre(. Lr0:,1 ther. l, -C .ia t'. CIt t` lr:, iYi District, 26 eaer:'.1 .1 17 ,, . e(. .,_ .. 1. t .- t'l:nCtlOns Iran,+) . in / s �": i -t): Ct' COClr.„c :4:trYt. ' J. ;` ,r-intin,� of this �r i sue_ a,'t relieve t;:e h,,r. ittee c: t:. r_s l: lilt; of Ol)t:til:ln 1 at, (':I CT:C1,t, -)r ')t1”. ' Division of Lanl t,tlii :ti(tti, Grfic_ OL 1 i re `ta.`c P1a7o n,,•, IN L"'z4_, .r-l�rt r, e re enc rcacl:ment upon ,_ ,,te•-u'.:1?ec laI in! r Alternate it i l 1 L l� .1C }):, ri.^-lt'nL O'. lily 'iai('^r:, i t 'nv :;rooi; .. i j10 7`1;1_ ,t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL CONDITIONS SPECIAL CONDITIONS A THROUGH J ATTACHED. t PERMIT ISSUE DATE PERMIT ADMINISTRATOR t XMte) ADDRESS 12/27/84 Charles T. Hamilton dg.40, Suny, StonyBY+ook,NY 11794 1 1 1 1 1 1 1 1 1' 1 1 1 1 1 1 1 1 1 a US Department Of Tonsport mon Fe" A1lfoffofl AddnrniWroffon Eastern Repan NOV 14 1984 Federal Budding John F Kennedy International Airport Jamaica, New York 11430 REC`'�� Mr. Robert P. Knauff Manager/Secretary JOV 1 Fisher Island Ferry District _984 P. 0. Box H Fishers Island, New York 06390 A. R. Lombardi Associates, log. Dear Mr. Knauff: Reference your letter of October 11, 1984, requesting our approval to use airport land to construct and maintain the Community and Cinema Systems of the Wastewater Treatment Facility as shown on drawings prepared by AR Lombardi Associates dated January 10, 1984. From the information presented, we concur that this construction will not impact airport operations nor future airport development. Relying on the information furnished in your letter, we find this proposal for a non -aeronautical use of airport lands to be unobjectionable. We recommend that during the constuction phase of this proposal, you issue a NOTAM indicating when, what equipment would be used, and how it would be marked relative to aircraft movements. Please furnish us a copy of any lease/right of way agreement with the Fishers Island Sewer District involving this land. Sincerely, John E. Glynn Airport Engineer • 9 CONTRACT DOCUMENTS FOR THE WASTEWATER TREATMENT FACILITY FISHERS ISLAND SEWER DISTRICT C-36-1149 TOWN OF SOUTHOLD NEW YORK JAN. 1984 HENRY SOUTHER ENGINEERING INC. A DIVISION OF A.R. LOMBARDI ASSOCIATES INC. 1 1 1 1 1 A 1 1 1 1 1 1 1 1 1 1 I 1 COiITi 4CT DOCUMENTS FOR WAST"I TIATER TRErATTIEM ' FACILITY ?"AY, 1984 REVISION JULY, 1984 FOR THE FISHER'S ISLA'D S':vIER DIST:;ICT C -3h-1149 Engineer: Henry Souther Engineering Inc., a Division of A.R. Lombardi Associates, Inc. 15 Terrace Drive Vernon, Connecticut OF NEW yo\ p r- Q la, U. ��AN�A M0. 05810 �OFESs10NP� a 1 1 1 L 1 1 fl 1 1 CI TABLE OF CONTENTS Subject pages Invitation for Bids I-1/2 Instructions to Bidders IB -100/106-2 Bid Proposal IB -107/109 Non -Collusion Affidavit of Prime Bidder IB -110 Non -Collusion Affidavit of Subcontractor IB -111 Bid Bond IB -112/113 Certificate as to Corporate Principal IB -114 Statement of Bidder's Qualifications IB -114/116 Agreement IB -117/119 Performance Bond IB -120/122 Labor and Material Payment Bond IB -123/125 Certification of Nonsegregated Facilities IB -126 Certification by Bidder Regarding E.E.O. IB -127 Notice to Labor Unions or Other Organizations of Workers Nondiscrimination in EmploymentIB-128 Performance Bond Information Form IB -129 Certification of Bond and Insurance Coverage IB -130 Labor Standards Provisions IB -131/134 General Conditions GC -100/1S0 Supplementary General Conditions SCG -0/14 Special Conditions SC -100/111 Technical Specifications TS -1-1/5-9 ATTACHMENTS I. Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects Construction Contracts II. State and Federal Funding III. Sample Showing Information Required for a Contract Modification Under Construction Grant Program IV. Affirmative Action Requirements Equal Employment Opportunity V. Minority Business Enterprise/Woman Business Enterprise Requirements i 1 TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 - FISHERS ISLAND WASTEWATER COLLECTION AND TREATMENT FACILITIES Sealed Bids for Fishers Island Wastwater Collection and Treatment Facilities C-36-1149-03, Fishers Island Sewer District, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 p.m. Eastern Standard Time, April 15, 1985. Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. F. W. Dodge Company 1 305 Bic Drive Milford, Ct 06460 F. W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 ' Copies may be obtained at the Office of the Engineer, and the office of the. Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. 1 An unsuccessful Bidder, upon returning such sets in good condition within Y P thirty (30) days after opening of Bids, will be refunded his payment. Any non—bidder upon so returning such set will be refunded one—half of his payment. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids or any resulting contract.. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. 1 The New York D.E.C., as a matter of policy, has determined that Grantees and their Contractors shall obtain a minimum goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. 1 A Pre—Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reject any or - all Bids. Judith T. Terry Town Clerk Town of Southold 1 I-2 s Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. 1 Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS ACCOMPANIED BY THE REQUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre—Bid Conference will be held at The Fishers Island Ferry District Office on Fishers Island 1:00 p.m., April 4, 1985. 1 A Pre—Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reject any or - all Bids. Judith T. Terry Town Clerk Town of Southold 1 I-2 s INSTRUCTIONS TO BIDDERS 1. BIDDING DOCUMENTS A complete set of forms consisting of Bid Proposal, Non -Collusion Affidavit of Prime Bidder, Non -Collusion Affidavit of Subcontractor, Bid Bond, Certi- ficate as to Corporate Principal, and Statement of Bidder's Qualifications is contained in these Contract Documents, for use as reference by Bidders. These particular forms are not to be filled out or detached from the Contract Documents. Two sets of these forms, identical to those in the Contract Documents, will be provided to each potential Bidder when he ob- tains Contract Documents. Each Bidder shall fill out and submit only one set of these forms. He may use the second set for record purposes. 2. INTERPRETATIONS OR ADDENDA No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Every request for such an interpre- tation shall be made in writing to the Town. Any inquiry received seven or more days prior to the date fixed for opening of Bids will be given consid- eration. Every interpretation made to a Bidder will be in the form of an Addendum to the Contract Documents and, when issued, will be on file in the Office of the Supervisor at least five days before Bids are opened. In addition, all Addenda will be mailed to each person holding Con- tract Documents, but it shall be the Bidder's responsibility to make inquiry as to the Addenda issued. All such Addenda shall become part of the contract and all Bidders shall be bound by such Addenda, whether or not received by the Bidders. 3. EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS AND SITE OF WORK The Bidder is required to examine carefully the site of the work, and the proposal form, plans, special provisions, specifications and contract form for the work contemplated; and it will be assumed that he has judged for and • satisfied himself as to the conditions to be encountered, as to the charac- ter, quality and quantities of the work to be performed, materials to be fur- nished, and as to the requirements of the above documents and, in particular, but not limited to, what is required under each contract item, or under the general cost of the work, or another item, in the absence of certain contract items. An- subsurface information furnished Is'based on the interpretation by the Towi, of investigations made only -at the specific locations indicated, and no assurance is given that these conditions are necessarily _typical of other lo- cations or that they have remained unchanged since the field data was ob- tained. No assurance is given that the presence or absence of water I.; sub- surface explorations at the time of these explorations will be represe.1tative �- of actual conditions at the time of construction. The Contracts- shall be solely responsible for all assumptions, deductions, or conclusions he rr-„y make or derive from his examination of any furnished subsurface information. : 3- 100 4. ALTERNATIVE OR SUPPLEMENTAL BIDS No Alternative or Supplemental Bids will be considered unless such Bids are specifically requested in these Instructions to Bidders and shown on the Bid Proposal Form. 5. BIDS a. All Bids must be submitted on forms supplied by the Town and shall be subject to all requirements of the Contract Documents, including the, Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Forms by the Bidder. b. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Af- fidavit(s), Certification(s) Regarding Equal Employment Opportunity and the Statement of Bidder's Qualifications (if requested), shall be en- closed in envelopes (outer and inner, both of which shall be sealed and clearly labeled with the words "Bid Documents". project number, name of Bidder, and date and time of Bid Opening in order to guard against pre- mature opening of the Bid. c. The Town may consider as irregular any Bid on which there is an altera- tion of or departure from the Bid Forms hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded on the basis of the low- est responsible Bid and the selected Alternative or Supplemental Bid items, if any. The Contract will require the completion of the work ac- cording to the Contract Documents. The Town reserves the right to reject the Bid of any Bidder it considers not responsible. 6. BID GUARANTY a. The Bid must be accompanied by a Bid Guaranty which shall be five percent (5%) of the amount of the total bid. At the option of the Bidder, the guaranty may be a certified check, negotiable U.S. Government Bonds (at par value), or a Bid Bond in the form attached, provided such guaranty is accompanied by a Certificate of Surety evidencing sufficient bonding ca- pacity and is licensed to do business in the State of 'New York. The Bid Bond shall be secured by a Guaranty or a Surety Company listed in the latest issue of the U.S. Treasury Circular 570. The amount of such Bid Bond shall be within the maximum amount specified for such Company in said Circular 570. No Bid will be considered unless it is accompanied by the required Guaranty. Certified check must be made payable as stated in the Invitation for Bids. Cash deposits will not be accepted. The Bid Guaranty shall ensure the execution of the Agreement and the furnishing _ of the Surety Bond or Bonds by the successful Bidder, sll-as required by the Contract Documents. b. Revised Bids submitted before the opening of Bids, whether forwarded by mail or telegram, if representing an increase in excess of two percent ID -101 9. COMPETENCY OF BIDDERS - The Town reserves the right to select Bidders and may refuse to issue a pro- posal form to any individual, partnership, firm, or corporation based upon, f (2%) of the original Bid, must have the Bid Guaranty adjusted according- ly; otherwise, the Bid will not be considered. c. Certified checks, Bid Bonds, and negotiable U.S. Government Bonds of un- successful Bidders will be returned in accordance with the Contract Doc- uments. 7. COLLUSIVE AGREEMENTS a. Each Bidder submitting a Bid to the Town for the work contemplated by the Documents on which bidding is based shall execute and attach there- to the Non -Collusion Affidavit(s) on the form(s) herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any Bid submitted. b. Before executing any subcontract, the successful Bidder shall submit the name of any proposed subcontractor for prior approval, and an affidavit in the form provided herein. 8. STATEMENT OF BIDDER'S QUALIFICATIONS a. Each Bidder shall, upon request of the Town, submit on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in the type of work embraced in the Contract, and his organization and equipment available for the work contemplated; and other pertinent information so contained on said form and, when specifically requested, the Town shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the Town all such information and data for this • purpose as it may request. The right is reserved to reject any Bid where an investigation of the available evidence or information does not satis- fy the Town that the Bidder is qualified to carry out properly the terms of the Contract. b. The Town also reserves the right to consider as not responsible any Bid- der who does not habitually perform with his own forces at least fifty percent (501:) of the dollar value of the work involved in this Contract. c. At the option of the Town, a pre -award conference may be scheduled, pro- vided one (1) week's advance notice of the time and place of the same shall be given to the contractor. In the event of such a conference, the Townma may . in its notice to .the contractor, require the submission of the Progress Schedule mentioned in the General Conditions. In the event such a schedule is required, the contractor will submit the Progress Schedule to the Engineer at least three (3) full working ' days before the date of the conferdnce. 9. COMPETENCY OF BIDDERS - The Town reserves the right to select Bidders and may refuse to issue a pro- posal form to any individual, partnership, firm, or corporation based upon, f r 1 1 1 1 1 but not limited to, one or more of the following facts: a. For having defaulted on previous contracts. b. For having failed to complete contracts within the time required without acceptable reasons. c. For having performed similar work in an unsatisfactory manner. d. For having failed to prosecute work continuously, diligently, and coop- eratively in an orderly sequence. e. For failing to file with the Town a statement of Bidder's Qualifications, if required, on the form furnished by the Town, fully outlining the capi- tal equipment, work on hand, and experience of the Bidder. f. When, in the Town's judgment, the sworn statement indicates that the Bid- der does not have the required experience in the class of work to be bid on, fails to have the proper labor and equipment to prosecute the work within the time allowed, or fails to have sufficient capital and quick assets to finance the work. 10. DISQUALIFICATION OF BJDDERS More than one proposal for the same project from an individual, a firm or partnership, a corporation, or an association under the same or different names will not be considered. Reasonable ground for believing that any Bid- der is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such Bidder is interested. Any or all proposals will be rejected if there Is reason to believe that col- lusion exists among. the Bidders, and no participants in such collusion will be considered in future proposals for the same work. Proposals in which the prices obviously are unbalanced may be rejected. Unbalanced prices shall be interpreted to mean that the unit price for any item is such that it is un- reasonable for that particular item when considered by itself and not con- sidered in -connection with the bid submitted on any other item or items. No Contract will be awarded except to competent Bidders capable of performing the class of work contemplated. 11. FAMILIARITY WITH LAWS, ETC. The Bidder is assumed to have made himself familiar with all Federal and State laws and local bylaws, ordinances, and regulations which in any manner affect those engaged or employed in the work, or materials or equipment used in or upon the work, or affect the conduct. of the work; and no pleas of mis- understanding will be considered on account of his ignorance thereof. 12. UNIT PRICES a. unit price for each of the items in the propos&+-6f each Bidder shall inclu pro -rat& share of overhead an -pro Fit so that the sum of the C products obta multiplyinV_lhe-Quantity shown for each item by the IB -10 3 J n t 1 fl it Price Bid represents the Total Bid. The quantities shown in th Bi roposal are approximate estimated quantities only and are given only a a basis of calculation upon which the Award of the Co act is to be ma The Town does not assume any responsibility SO&t these quantities 11 remain unchanged in the actual constru on, and the contractor sha not plead misunderstanding or deter on because of any variation between timated and final quantities he Unit Price Bid shall also include an llowance for increased rices due to changed mar- ket conditions during th period of the Co ract. Any Bid not -conform- ing to these requirements be rejec . The special attention of all Bidders is called to these pro 'sio , for should conditions make it necessary to revise the quantiti no limit will be fixed for such in- creased or decreased quantiti nor extra compensation allowed, except for work not covered in t", Drawings arc& Specifications as provided for in the Section: CHANG IN THE WORK under neral Conditions. b. All unit price will include the cost of per ming any incidental work not spe ically covered by the unit descripti but necessary and/ or conven' nt for the completion of the unit price mor .�i.e. Any excava- tion w'r 1 include any necessary pumping and/or sheeting/shoring unless there are separate contract unit prices for pumping and/or sheeting/shor- ing). 13. CORRECTIONS CErasures or other changes in the Bid must be initialed by the Bidder. 14. TIME FOR RECEIVING BIDS Bids received prior to the advertised hour of opening will be securely kept • sealed. The officer whose duty it is to open them will decide when the spe- cified time has arrived, and no Bid received thereafter will be considered, except that when a Bid arrives by mail after the time fixed for opening, but before the reading of all other Bids is completed, and it is sham to the satisfaction of the Town that the non -arrival time was due solely to delay in the mails for which the Bidder was not responsible, will such Bid be re- ceived and considered. 15. OPENING OF BIDS At the time and place fixed for the opening of Bids, the Town will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any Irregularities therein. Bidders and other persons properly interested may be present, in.person or by representa- tive. ib. WITHDRAWAL OF BIDS t Bids may be withdrawn on written or telegraphic request dispatched by the Bidder in time for delivery in the normal course of business to the time fixed for opening, provided that written confirmation of any telegraphic Cwithdrawal over the signature of the Bidder is placed in the mail and post - IB -104 f marked prior to the time set for Bid opening. The Bid Guaranty of any Bid- der withdrawing his Bid in accordance with the foregoing conditions will be returned promptly. 17. AWARD OF CONTRACT/REJECTION OF BIDS a. If the Contract is awarded, it will be awarded to the responsible Bidder submitting the lowest Bid complying with the conditions of the invitation for Bids and the Instructions to Bidders. The Bidder to whom the award ' is made will be notified at the earliest possible date. The Town, how- ever, reserves the right to reject any and all Bids any to waive any in- formality in Bids received whenever such rejection or waiver is in its interest. b. The Town also reserves the right to consider as not responsible any Bid- der who does not habitually perform with his own forces at least fifty 1 percent (50%) of the dollar value of the work involved in this Contract. 18. EXECUTION OF AGREEMENT/PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the Town, an Agreement in the form included in the Con- tract Documents in such number of copies as the Town may require. IL b. Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Bidder shall, within the period specified in Paragraph a. above, furnish a Performance Bond in a penal sum of not less than one hundred percent (100%) and a Labor and Material Payment Bond in a penal sum of not less than one hundred percent (1001) of the Contract • as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms, or corporations to whom the Con- tractor may become legally indebted for labor, materials, tools, equip- ment, or services of any nature, including utility and transportation services employed or used by his in performing the work. Such bonds shall be in the same form as that included in the Contract Documents and shall near the same date as, or a date subsequent to, that of the Agree- ment. The current power of attorney for the person who signs for any Surety Company shall be attached to such bonds. These bonds shall be signed by a Guaranty or Surety Company licensed to sign surety bonds in the State of New York listed in the latest issue of the U.S. Treasury Circular 570, and the penal sum shall be within the maximum specified for such Company in said Circular 57O. rc. Only if required by local or State law, the contractor shall submit a "Contract Bond" in lieu of the "Performance. Bond" and "Labor and Material Payment Bond". Said Contract Bond,tIf required, -shall -be in the form con- tained herein. . d. Notwithstanding the foregoing, all bonds required by lav shall be in ac- cordance with the form and substance so required by law. C _ IB - 105 e. The failure of the successful Bidder to execute such Agreement and to supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Town may grant based upon reasons determined sufficient by the Town, shall constitute a default, and the Town may either award the Contract to the next lowest Bidder or readvertise for Bids. In the event of such default, the Bidder shall be obligated to the Town in the amount of the Bid Guaranty as liquidated damages for such default. 19. RETURN OF PROPOSAL GUARANTY All proposal guaranties will be returned within five (5) working days follow- ing the award of the Contract. When the award is deferred for a period of time longer than ten (10) calendar days after the opening of the proposals, all guaranties except those of the three lowest responsible bidders will be 1 returned. Should no award be made within forty-five (45) calendar days after the opening of proposals, all proposals may be rejected and the proposal guar- anties returned, except that with the approval of the Bidder and the Surety, the Town may extend the time for the award and may retain the proposal and proposal guaranty of the lowest responsible Bidder for as long a time as may be agreed upon by the Town, Bidder, and Surety. 20. WAGES AND SALARIES a. Attention of Bidders is particularly called to the requirements concern- ing the payment of not less than the prevailing wage and salary rates specified in the Contract Documents and the conditions of employment with respect to certain categories and classifications of employees. See the ' General Conditions. b. The rates of pay set forth under the General Conditions are the minimum to be paid during the life of the Contract. It is, therefore, the re- sponsibility of Bidders to inform themselves as to local labor conditions, such as the length of the work day and work week, overtime compensation, health and welfare contributions, labor supply and prospective changes or adjustments of rates. 21. EQUAL EMPLOYMENT OPPORTUNITY a. Attention of Bidders is particularly called to the requirements for en- suring that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. b. Each Bidder submitting a Bid to the Town shall execute and attach thereto the Certifications) Regarding Equal Employment Opportunity. Although the Bidder is not required to attach -such Certification by proposed sub- contractors to his Bid, the Bidderais hereby advised of this requirement so that appropriate action can ire taken to prevent subsequent delay in subcontract awards. -c. Affirmative Action Requirements for the project are contained in Attachment IV. Ila-lUb-1 t 1 J 1 22. TAX EXEMPTIONS Under Chapter 513 of the Laws of New York, 1974 all materials and supplies sold to a Contractor and which are to become an integral, component part of a structure, building or real property owned by an exempt organization such as the Fishers Island Sewer District are exempt from the payment of New York State sales or compensatory use taxes. Therefore, the Contractor should not include any amount in its bid price to cover New York State sales tax for the above items. 23. USEPA's MASTER LIST OF DEBARMENTS Award of contract or subcontracts are specifically for- bidden to any firm or individual listed on USEPA's Master List of debarments/suspensions, and voluntary exclusions. The Contractor, if intending to award subcon- tracts should contact the Grantee who will in turn contact the appropriate NYSDEC Project Section Chief or Project Engineer,to determine if an individual or firm is currently listed. 24. MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE The Contractor is advised thatthe project is subject to the New York State Department of Environmental Conservation Standard. MBE/WBE Conditions for Construction Contracts. The approved NtBE goal for this project is 2%. The standard conditions for this construction contract are contained in Attachment V. IB-106-2- BID PROPOSAL/LUMP SUM BID Ll PROJECT NO. TO: Town of Southold Fishers Island Sewer District 53095 Main Road Southold, NY 11971 Gentlemen: 1. 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 Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, 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 unit and lump sum prices. (The price is to be written in both words and fi res. 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: DOLLARS (WRITTEN) and CENTS. $ C SIGNED 1 t DATE IB -107 Ll 1 herewith in accordance with the Instructions to Bidders. 4. Attached hereto is: a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. - b. The Bidder is prepared 'o submit a financial and experience statement upon request.• - CERTIFICATION OF NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks. locker rooms and other storage or dressing areas, parking lots, drink- ing fountains, recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, color, religion or national origin, be- cause of habit, local custom, or otherwise. The Bidder agrees that (except where 1 he has obtained identical certification from proposed subcontractors for specific time periods), 'he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from -the provisions of the Equal Opportunity claus•:, and that he will retain such.certifi- cations in his files. NOTE: The penalty for ria{ li - i'.71sr <(.it••m. r,t5 ;n offers is prescribed in 18 U.S.C. Paragraph 1001. IB -100 2. In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agreessto execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him for signature. 3. Security in the sum of Dollars ($ ) in the form of is submitted 1 herewith in accordance with the Instructions to Bidders. 4. Attached hereto is: a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. - b. The Bidder is prepared 'o submit a financial and experience statement upon request.• - CERTIFICATION OF NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks. locker rooms and other storage or dressing areas, parking lots, drink- ing fountains, recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, color, religion or national origin, be- cause of habit, local custom, or otherwise. The Bidder agrees that (except where 1 he has obtained identical certification from proposed subcontractors for specific time periods), 'he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from -the provisions of the Equal Opportunity claus•:, and that he will retain such.certifi- cations in his files. NOTE: The penalty for ria{ li - i'.71sr <(.it••m. r,t5 ;n offers is prescribed in 18 U.S.C. Paragraph 1001. IB -100 Date: Official Address: Addendum 1 2 3 4 By: Title: RECEIPT OF ADDENDA Signature Firm's Treasury Number: All principals' Social Security Numbers and full home address: Principal's Name and Number: Principal's Full Address: IB -1C9 Date LI 1 1 1 1 fJ NON -COLLUSION AFFIDAVIT OF PRIME BIOOER STATE OF ) SS. COUNTY OF ) being first duly sworn, deposes and says that: 1. He is of the Bidder that has su mute the attached Bid; for FISHERS ISLAND L4ASTEWATER TRFATMVMT FACTT.TTTF.,S C-36-1149. Z. He is Fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly - with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices Quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me this day of . 19 Notary Public My Commission Expires (Signed) (Title) IB -110 1 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR STATE OF ) SS. COUNTY OF ) being first duly sworn, deposes and says that: 1. He is of hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the Subcon- tractor's Proposal submitted by the Subcontractor to the Contractor for certain work in the construction of FISHERS ISLAND I-IASTE14ATER TREATMENT FACTT,ITIFS r-36-114 3. Such Subcontractor's Proposal is genuine and is not a collusive or sham pro- posal; 4. Neither the Subcontractor nor any of its officers, partners, owners, agents, representatives, employees or.parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirect- ly, with any other Bidder, firm or person to submit a collusive or sham Pro- pos:] in connection with such Contract or to refrain from submitting a Pro- posal in connection with such Contract, or has in any manner, directly or in- directly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcontractor's Proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor's Proposal, or to secure through collusion, conspiracy, conni- vance or unlawful agreement any advantage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the Subcontractor's Proposal are fair and prop- er and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of , 19 Notary Public My Commission Expires IB- 111 IBIO BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned as Principal, and as Surety, are held and firmly bound unto the Town of Southold hereinafter called the "Town", in the penal sum of Dollars, ($ ), lawful 1 money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and as- signs, jointly and severally, firmly by theses presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the Accompanying Bid, dated , 19 , for the Construction of FISHFRS IST.A" WASTEWATER TRFA:7,4FMT FArTT.TTTFq C-36--1149 NOW THEREFORE, If the Principal shall not withdraw said Bid within the period spe- cified therein after the opening of the same, or within any extended time period agreed to by the Principal, Surety and Town, or, if no period be specified, within forty-five (45) days after -the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature. enter into a written Contract with the Town in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper ful- fillment of such Contract; then the above obligation shall be null and void and of no effect, otherwise to remain in full force or virtue. Failure to comply with the aforementioned condition shall result in the forfeiture of this Bid Bond as liquidated damages. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this day of . 19 , the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. No extension of time or other modification of this Bid, Bond shall be valid unless agreed to in writing by the parties to this Bond. IB=112 IIN PRESENCE OF: (SEAL) Individual Principal Attest: 1 Attest: Business Address (SEAL) Business Address By: Corporate Principal. Business Address Affix By: Corporate Seal Corporate Surety Business Address Affix By: Corporate Seat Countersigned By: *Attorney -in -Fac t State of *Power -of -Attorney for person signing for Surety Company must be attached to Bond. IB -113 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATE AS TO CORPORATE PRINCIPAL I, certify that I am the ,t Secretary of the Corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal was then of said Corpration; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said Corpora- tion by authority of this governing body. IB- 114 (Corporate? (Sea] (Title) STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the Town.) All questions must be answered and the.d�ata given must be clear and comprehensive. q 9 P This statement must be notarized. If necessary, questions may be answered on sep- arate attached sheets. The Bidder may submit any additional information he de- sires: d J F IB- 115 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. - 5. Now many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the- heappropriate appropriateanticipated dates of completion.) 7. General character of -work performed.by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company., stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this Contract. 12. List your experience in work similar to this project. ' 13. List the background and experience of the principal members of your organi- zation, including officers. 14. List the work to be performed by Subcontractors and summarize the dollar value of each Subcontract. 15. Credit available: S 16. Give bank reference: 17. Will you, upon request. fill out a detailed financial statement and furnish any other information that may be required by the Town? d J F IB- 115 ' 18. The undersigned hereby authorizes and requests any person, firm or corpora- tion to furnish any information requested by the Town in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of 19 Name of Bidder By. Title: STATE OF ) SS. COUNTY OF ) being duly sworn deposes and says that he is of Name of Organization and that the answers to the foregoing questions and all statements therein con- tained are true and correct. ' Subscribed and sworn to before me this day of 19 ' Notary Public Expires My Commission 19 1 IB- 116 11 1 n n �J 1 AGREEMENT FISHERS ISLAND WASTEWATER TREAT -11E117 FACILITIrS C-36-1149 THIS AGREEMENT, made this day of•' 19 , by and between . t (a Corporation organized and existing under the laws of the State of )* (a Partnership consisting of )* (an individual trading as )* hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Town". WITNESSETH, That the Contractor and the Town, for the considerations stated here- in, mutually agree as follows: _ Article 1. Statement of Work: The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment and services, including utility and transportation services and perform and com- plete all work and required supplemental work for the completion of the Project in strict accordance with the*hereinafter referenced Contract Documents, including all Addenda thereto, numbered a I 1 as prepared by the Town of Southold and in these Contract Documents, referred to as the "Engineer", "Owner", "Town", or 'District". Article 2. The Contract Price: The Town will pay the Contractor for the performance of the Contract in current funds, for the total unit price bid. *Strike out the two terms not applicable. IB- 117 t 1 1 1 1 1 1 1 1 1 1 Article 3. Contract Documents: The Contract Documents shall consist of the following including their attachments and exhibits): a. This Agreement b. Addenda c. Invitation for Bids d. Instructions to Bidders e. Signed copy of Bid, with all at- f tachments required for the bidding i. Drawings (as listed in Schedule f. Special Conditions of Drawings) g. General Conditions J. Payment and Performance Bonds h. Technical Specifications '{. Certificates of Insurance 1. Exhibits not included as part of the documents listed above This Agreement, together with other Documents enumerated in this Article 3, which said other Documents are as fully a part of the Contract as if hereto attached or herein repeated, forms the Contract between the parties hereto. IN WITNESS WHEREOF, The parties hereto have caused this AGREEMENT td be executed in six (6) original copies on the day and year first above written. ATTEST: By. Title: By: Title: IB_ 118 Contractor treet City, State, Zip Code TOTJN OF SOUTHOLD CERTIFICATIONS: Icertify that I am the of the Corporation .1 named as Contractor herein; that who signed this Agreement on behalf of the Con- tractor, was then of the said Corporation; that said Agreement was duly signed for and in behalf of said Corpo- ration by authority of its governing body, and is within the scope of its corpo- rate powers. Corporate SEAL IB -119 ' PERFORMANCE BOND Whenever Contractor shall be, and declared by the Town to be in default under the Contract, the Town having performed the Town's obligations thereunder, the Surety may promptly remedy the default or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, by another Contractor acceptable to the Town, said other Contractor to ' act as an agent for the Surety, or 2. Obtain a Bid or Bids for submission to the.Town for completing the Con- tract in accordance with its terms and conditions, and upon determina- tion by the Town and Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and Town, and make available as work progresses (even though there should be a default or a succession of de- faults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the bal- ance of the contract price, but not exceeding, including, other costs and damages for which the Surety may be liable hereunder, the amount set IB -120 FISHERS ISLAND WASTEWATER TREATMENT FACILITIES C-36-1149 ' KNOW ALL MEN BY THESE PRESENTS, chat as Principal, hereinafter called Contractor, ' .t and , ' as Surety, hereinafter called Surety, are held and firmly bound unto the Town of Southold as Obligee, hereinafter called Town, in the amount of Dollars ($ ), for ' payment whereof Principal and Surety bind themselves, their heirs, executors, ministrators, successors and assigns, jointly and severally, firmly by ad- these presents. ' WHEREAS, Contractor has by written agreement dated 19_ entered into a Contract with the Town for the Construction of Fishers Island Wastewater Treatment _Facilites , which Contract s by e a part ereo and �s hereina�eTer_re to as the Contract. re erence , NOW, THEREFORE, The condition of this obligation is such that, if Contractor shall promptly and faithfully perform said Contract, including such remedial work as may be required under the guaranty during the period of guaranty and shall certify in writing that all wages paid under said Contract to any mechanic, laborer or work- man were equal to the rates or wages customary or then prevailing for the same trade or occupation in New York , then this obligation shall be null and void, otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Town. Whenever Contractor shall be, and declared by the Town to be in default under the Contract, the Town having performed the Town's obligations thereunder, the Surety may promptly remedy the default or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, by another Contractor acceptable to the Town, said other Contractor to ' act as an agent for the Surety, or 2. Obtain a Bid or Bids for submission to the.Town for completing the Con- tract in accordance with its terms and conditions, and upon determina- tion by the Town and Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and Town, and make available as work progresses (even though there should be a default or a succession of de- faults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the bal- ance of the contract price, but not exceeding, including, other costs and damages for which the Surety may be liable hereunder, the amount set IB -120 forth in the first paragraph hereof. The terms "balance of the contract price as used in this paragraph, shall mean the total amount payable by the Town to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the Town to the Contractor. Unless otherwise required by law, any suit' under this Bond must be instituted be- fore the expiration of one (1) year from ttm date on which the guaranty period under the Contract expires. .1 . No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Town named herein or the heirs, executors, administra- tors and successors of the Town. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this day of , 19 , the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. IN PRESENCE OF: Individual Principal (SEAL) Business Address Business Address Attest: By: Corporate Principal Business Address By: IB -121 (SEAL) Affix Corporate Seal Attest: I - By: Corporate Surety Business Address Affix Corporate Seal Countersigned: By: *Attorney -in -Fact. State Of Power -of -Attorney for person signing for Surety Company must be attached to Bond. IB- 122 BOND NO. LABOR AND MATERIA{, PAYMENT BOND NOTE: This Bond is issued simultaneously with another Bond in favor of the Town ' conditioned for the full and faithful performance of the Contract. KNOW All MEN BY THESE PRESENTS, That as Principal (hereinafter called ' Principal), and , as Surety (hereinafter called Surety), are held and firmly bound unto the Town of ' Southold as Obligee (hereinafter called Town) for the use and benefit of claim- ants as hereinbelow defined; in the amount of Dollars ($ ), for the payment whereof Principal and Surety, bind themselves, their heirs, executors, administrators, successors, and assigns, ' jointly and severally, firmly by these presents. WHEREAS. Principal has by written agreement dated . entered into a Contract with the Town for the Construction of the Fishers Isla dgwp.Treatment Faci 'tiesWMM Contract is by reference made a parhereof,-andis ererhafter— rred to as the Contract. ' NOW, THEREFORE, The condition of this obligation is such that, if the said Principal shall promptly pay for all materials furnished and labor supplied or performed in the prosecution of the work included in and under the aforesaid Contract, whether or not the material or labor enters into and becomes a component part of the real asset, then obligation shall be null and void; otherwise it shall remain and be in full force and effect. PROVIDED. That any alterations which may be made in the terms of the Contract or in the work to be done under it, or the giving by the Obligee of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Obligee or the Principal to the other shall not in any way release the Principal and the Surety or either or any of them, their heirs, executors, administrators, successors or assigns from their liability hereunder, notice to the Surety of any such alterations, extension, or forbearance being hereby waived. Any party. whether a subcontractor or otherwise. who furnished materials or supplies or performs labor or services in the prosecution of the work under said Contract, and who is not paid therefor, may bring a suit on this Bond in th.: IB- 123 name of the person suing, prosecute the same to a final judgment, and have execu- tion thereon for such sum as may be justly due. IN WITNESS WHEREOF, The above -bounded parties have executed this instru- ment under their several seals this day of 19 the name and corporate seal of each corporate party being hereto affixed and -these presents signed by its undersigned represeAtative, pursuant to authority of its governing body. 1 IN PRESENCE OF: Attest: Individual Principal By: By: IB -124 (SEAL) usiness Address Business Address Corporate Principal Business Address (SEAL) Affix Corporate Seal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1, 1 1 Attest: By: Corporate Surety Business Address Affix Corporate Seal Countersigned: By: *Attorney -in -Fact, State of *Power -of -Attorney for person signing for Surety Company must be attached to Bond. IB -125 1 1 1 1 1 1 1 1_ U.S. ENVIRONMENTAL PROTECTION AGENCY CERTIFICATION OF NONSEGREGATED FACILITIES Applicable to federally assisted construction contracts and related subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the Equal Opportunity clause. The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facili- ties at any of his establishments, and that he does not permit his em- ployees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise.The federally assisted construction contractor agrees that (except where he has obtained identical certif- ications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the provisions of the Equal Op- portunity clause, and that he will retain such certifications in his files. Signature Date Name and Title of Signer (Please Type) The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (EPA, Region II, 2/24/75) IB -126 0011339 U.S. ENVIRONMENTAL PROTECTION AGENCY CERTIFICATION BY BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Bidder Project Number INSTRUCTIONS This certification is required pursuant to Executive Order 11246, Part II, Section 203 (b), (30 F.R. 12319-25). Each bidder is required to state in his bid whether he has participated in any previous con- tract or subcontract subject to the equal opportunity clause, and, if so, whether he has filed all compliance reports due under applicable filing requirements. CONTRACTOR'S CERTIFICATION Contractor's Name: Address: M1. Bidder has participated in a previous contract or subcontract sub- ject to the Equal Opportunity Clause. YES NO 2. Compliance reports were required to be filed in connection with such contract or subcontract. YES NO If YES, state what reports were filed and with what agency. 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. YES NO 4. If answer to Item 3 is "NO", please explain in detail on reverse side of this certification. 1 Certification - The information above is true and complete to the best of my knowledge and belief. A willfully false statement is punishable 1 by law. (U.S. Code, Title 18, Section 1001). By: t NAME AND TITLE OF SIGNER - PLEASE TYPE (SIGNATURE) IB -127 Date: (EPA, REGION II, 2/24/75) 00040 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS NONDISCRIMINATION IN EMPLOYMENT !r LI 1 Ll /s/ (Contractor or Subcontractor) (DATE) IB -128 To: (Name o union or organization of workers) The undersigned currently holds contract (s) with Name of Applicant) involving funds or credit of the U.S. Government or (a) subcontract (s) with a prime contractor holding such contract (s). You are advised that under the provisions of the above contract (s) or subcontract (s) and in accordance with Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: FIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract (s) or subcontract (s) and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. !r LI 1 Ll /s/ (Contractor or Subcontractor) (DATE) IB -128 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF PURE WATERS BUREAU OF SEWAGE PROGRAMS Performance Bond Information Form Project C -36 - Construction Contract Number: Name of Contract: Name of Contractor: Address: Bonding Company or Person Issuing Security Bond: Address: Bonding Company Agent: Address: Amount f Bond: o $ Duration of Bond, From: To: Identification Number of Bond: 0' 42 IB -129 X0 I certify that the above coverage in the amounts indicated is car- SUGGESTED FORMAT project. These policies will be kept in CERTIFICATION OF BOND AND INSURANCE COVERAGE 1 Name of Applicant: duration of Project No.: Contract No.: be renewed CONTRACTOR: Contract Cost: $ ---------------------I-----------------I----------I----------I-------- I COMPANY & I I EXPIRATION DATE ITEM I POLICY NUMBER I AMOUNT I ORIGINAL I RENEWAL These ---------------------I-----------------I-- --I----------I-------- by the U.S. Performance Bond I I I I ---------------------I-----------------I----------I----------I-------- 1 Labor & Material I I I I the Bond I I I I project. ---------------------I-----------------I----------I----------I-------- Bodily Injury I I I I Public Liability I I I I ---------------------I-----------------I----------I----------I-------- Property Damage I I I I By Liability I I I I ---------------------I-----------------I----------I----------I-------- Auto Public I I I I (Name) Liability I I I I ---------------------I-----------------I----------I----------I-------- Auto Property I I I I Liability I Damage II I - ------ --------- Fire & Extended I I I I Coverage I I I I (Builder's Risk) I I I I - --------------I-----------------Z----------I----------I-------- Workmen's I I N/A I I Compensation I I I I ---------------------I-----------------I----------I----------I-------- Owner's Protective I I I I Liability I I I I ---- ------------I-----------------I----------I----------I-------- I certify that the above coverage in the amounts indicated is car- 000044 IB -130 2� ried on the project. These policies will be kept in force for the duration of the construction of the project and will be renewed when necessary. These documents will be available for inspection by the U.S. En- vironmental Protection Agency personnel during the life of the project. By Date: (Name) (Title) 000044 IB -130 2� 1� 1 11 1 U.S. ENVIRONMENTAL PROTECTION AGENCY LABOR STANDARDS PROVISIONS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS DAVIS-BACON ACT (-40 U.S.C. ''6a -''6a-7) (a) .411 mechanics and laborers, including apprentices and trainees. employed or working directly upon the site of the work shall be paid unconditionally and not less often than once a week. and without subsequent deduction or rebate on any ac- count (except such payroll deductions as are permitted by the Copeland Regulations (29 CFR Part 3)). the full amounts due at time of payment computed at wage rates not less than the aggre- gate of the basic hourly rates and the rates of payments. contri- butions. or costs for any fringe benefits contained in the wage determination decision of the Secretary of Labor which is at- tached hereto and made a part hereof. regardless of any contrac- tual relationship which may be alleged to exist between the Con- tractor or subcontractor and such laborers and mechanics. A copy of such wage determination decision shall be kept posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. (b) The Contractor may discharge his obligation under this clause to workers in any classification for which the wage deter- mination decision contains: (1) Only a basic hourly rate of pay. by making payment at not less than such basic hourly rate. except as otherwise provid- ed in the Copeland Regulations 129 CFR Part 3): or ('_) Both a basic hourly rate of pay and fringe benefits pay- ments. by making payment in cash. by irrevocably making con- tributions pursuant to a fund. plan. or program for. and/or by assuming an enforceable commitment to bear the cost of. bona' fide fringe benefits contemplated by the Davis -Bacon Act. or by any combination thereof. Contributions made. or costs assumed. on other than a weekly basis shall be considered as having been constructively made or assumed during a weekly period to the extent that they apply to such period. Where a fringe benefit is_ expressed in a wage determination in any manner other than as an hourly rate and the Contractor pays a cash equivalent or pro- vides an alternative fringe benefit. he shall furnish information with his payrolls showing how he determined that the cost in- curred to make the cash payment or to provide the alternative fringe benefit is equal to the cost of the wage determination fringe benefit. In any case where the Contractor provides a fringe benefit different from any contained in the wage determi- nation. he shall similarly show how he arrived at the hourly rate shown therefor. In the event of disagreement between or among the interested parties as to an equivalent of any fringe benefit. the Contracting Officer shall submit the question. together with his recommendation. to the Secretary of Labor for final determi- nation. (c) The assumption of an enforceable commitment to bear the cost of fringe benefits. or the provision of any fringe benefits not expressly listed in section I (b)12) of the Davis -Bacon Act or in the wage determination decision forming a part of the contract. may be considered as payment of wages only with the approval of the Secretary of Labor pursuant to a written request by the Contractor. The Secretary of Labor may require the Contractor to set aside assets. in a separate account. to meet his obligations under any unfunded plan or program. (d) The Contracting Officer shall require that any class of la- borers or mechanics. including apprentices and trainees. which is not listed in the wage determination decision and which is to be employed under the contract shall be classified or reclassified conformably to the wage determination decision. and shall re- port the action taken to the Secretary of Labor. If the interested parties cannot agree on the proper classification or reclassifica- EPA Ferre 5720.4 (5-73) IB -131 tion of a particular class of laborers or mechanics to be used. th Contracting Officer shall submit the question. together with ht recommendation. to the Secretary of Labor for final determina tion. Apprentices and trainees may be added'under this claus• only where they are employed pursuant to an apprenticeship o trainee program meeting the requirements of the Apprentice and Trainees clause below. (e) to the event it is found by the Contracting Officer that an laborer or mechanic. including apprentices and trainees. em ployed by the Contractor or any subcontractor directly on th site of the work covered by this contract has been or is bein paid at a rate of wages less than the rate of wages required b paragraph (a) of this clause. the Contracting Officer may (1) b written notice to the Prime Contractor terminate his right to prc ceed with the work. or such part of the work as to which ther has been a failure to pay said required wages. and (2) prosecut the work to completion by contract or otherwise. whereupo such Contractor and his sureties shall be liable to the Govert ment for any excess costs occasioned the Government thereby. (f) Paragraphs (a) through (e) of the clause shall apply to th contract to the extent that it is (1) a prime contract subject to tt Davis -Bacon Act. or (2) a subcontract also subject to the Davi Bacon Act under such prime contract. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT—OVERTIME COMPENSATION (40 U.S.C. 327-333) (:1) The Contractor shall not require or permit any laborer mechanic. including apprentices. trainees. watchmen. at guards. in any workweek in which he is employed on any wo under this contract to work in excess of 8 hours in any calend day or in excess of 30 hours in such workweek or work subject the provisions of the Contract Work Hours and Safety Standar Act unless such laborer or mechanic. including apprentice trainees. watchmen. and guards. receives compensation at a m not less than one and one-half times his basic rate of pay for . such hours worked in excess of 8 hours in any calendar day or excess of 30 hours in such workweek. whichever is the great number of overtime hours. The "basic rate of pay." as used this clause. shall be the amount paid per hour. exclusive of tt Contractor's contribution or cost for fringe benefits. and ar cash payment made in lieu of providing fringe benefits. or it basic hourly rate contained in the wage determination. whiche eris greater. (h) In the event of any violation of the provisions of paracrat: (a). the Contractor shall he liable to any affected employee f. any amounts due. and to the United States for liquidated dar ages. Such liquidated damages shall be computed with respect each individual laborer or mechanic. including an apprentic trainee. waichman. or guard. employed in violation of the pros cions of paragraph ta) in the sum of S 10 for each calendar day c which such employee was required or permitted to be employ, on such work in excess of 8 hours or in excess of the standar workweek of 40 hours without payment of the overtime watt required by paragraph (a). APPRENTICES AND TRAINEES (a) Apprentices shall be permitted to work as such only wht they are registered. individually. under a bona fide apprentic ship program registered with a State apprenticeship agenc which is recognized by the Bureau of .apprenticeship and Trail PAGE I OR ♦ PAG: Ll 11 1 �L� L I ins. U.S. Department of Labor: or if no such recognized agency exists in a State, under a program registered with the aforesaid Bureau of Apprenticeship and Training. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate who is not a trainee as defined in paragraph (b) of this clause. and who is not registered as above, shall be paid the wage rate determined by the Secre- tary of Labor for the classification of work he actually per- formed. The Contractor shall furnish to the Contracting Officer written evidence of the registration of his program and appren- tices. as well as of the appropriate ratios allowed and the wage rates required to be paid thereunder for the area of construction, prior to using any apprentices in the contract work. The term ..apprentice" means (1) a person employed and individually reg- istered in a bona fide apprenticeship program registered with the U.S. Department of Labor. Bureau of .Apprenticeship and Train- ing. or with a State apprenticeship agency recognized by the Bureau or (2) a person in his first 90 days of probationary em- ployment as an apprentice in such an apprenticeship program. who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training, or a State Apprenticeship Council (where appropriate) to be eligible for probationary employment as an apprentice. 1b) Trainees shall be permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Labor. Manpower Administration, Bu- reau of Apprenticeship and Training. The term "trainee" means a person receiving on-the-job training in a construction occupa- tion under a program which is approved (but not necessarily sponsored) by the U.S. Department of Labor. Manpower Ad- ministration, Bureau of Apprenticeship and Training. and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. (c) In connection with contracts in excess of S 10.000. the Cdh- tractor agrees as follows: (1) The Contractor shall make a diligent effort to hire for performance of work under this contract a number of appren- tices or trainees, or both. in each occupation, which bears to the average number of the journeymen in that occupation to be em- ployed in the performance of the contract the applicable ratio as set forth in paragraph (d) of this clause. (2) The Contractor shall insure that 25 percent of such ap- prentices or trainees in each occupation are in their first year of training. where feasible. Feasibility here involves a considera- tion of (i) the availability of training opportunities for first year apprentices. (ii) the hazardous nature of the work for beginning workers. and (iii) excessive unemployment of apprentices in their second and subsequent years of training. 13) The Contractor shall, during the performance of the contract. to the greatest extent possible. employ the number of apprentices or trainees necessary to meet currently the require- ments of paragraphs (c) (1) and (c)(2) of this clause. (4) The Contradtor shall maintain records of employment on this contract by trade of the number of apprentices and train- ees. apprentices and trainees in first year of training, and of jour- neymen. and the wages paid and hours of work of such appren- tices. trainees, and journeymen. In addition. the Contractor who claims compliance based on the criterion set forth in paragraph (c) (6) Iii) of this clause shall maintain such records of employ- ment on all his construction work in the same labor market area. both public and private. during the performance of this contract. In each of the above cases the Contractor shall make such records available for inspection upon request of the Department of Labor or the Contracting Officer. (5) The Contractor shall supply one copy of each of the written notices required in accordance with paragraph (c)(6)(iii) of this clause at the request of the Contracting Officer. The Con- tractor also agrees to supply at 3 -month intervals during the per - EPA Ferny 5720-4 (5-73) IB -132 formance of the contract and after completion of contract pt formance a statement describing steps taken toward making diligent effort and containing a 'breakdown by craft. of ha - worked and wages paid for first year apprentices and trainee other apprentices and trainees. and journeymen. One copy of t statement will be sent to the Contracting Officer and one copy the Secretary of Labor. (6) The Contractor will be deemed to have made a "dilige erfort" as required by paragraph (c)(1) if during the p, formance of this contract. he accomplishes at least one of t following three objectives: (i) The Contractor employs under ti contract a number of apprentices and trainees by craft. at le. equal to the ratios established in accordance with paragraph of this clause. or (ii) the Contractor employs. on all his constrt tion work. both public and private, in the same labor mar6 area. an average number of apprentices and trainees by craft least equal to the ratios established in accordance with paragra (d) of this clause. or (iii) the Contractor (A) if covered by collective bargaining agreement, before commencement of a work on the project. has given written notice to all joint appre ticeship committees. the local U.S. Employment Security Offu local chapter of the Urban League. Workers Defense League. other local organizations concerned with minority employme and the Bureau of Apprenticeship and Training Representati• U.S. Department of Labor. for the locality of the work: (B) if r covered by a collective bargaining agreement. has given writt notice to all of the groups stated above. except joint apprenti, ship committees. and will in addition notify all non -joint apprt ticeship sponsors in the labor market area: 1C) has employed qualified applicants referred to him through normal chann (such as the Employment Service. the Joint Apprenticesi Committees. and where applicable. minority organizations a apprentice outreach programs who have been delegated t function) at least up to the number of such apprentices and tra ees required by paragraph (d) of this clause: (D) notice. as ferred to herein. will include at least the Contractor's name a address. the agency designation. the contract number, job s address, value of the contract. expected starting and completi dates. the estimated average number of employees in each oct pation to be employed over the duration of the contract wo and a statement of his willingness to employ a number of apprt tires and trainees at least equal to the ratios established in cordance with paragraph (d) of this clause. (d) The Secretary of Labor has determined that the applicat ratios of apprentices and trainees to journeymen in any occup tion for the purpose of this clause shall be as follows: (1) In at occupation the applicable ratio of apprentices and trainees journeymen shall be equal to the predominant ratio for the occ pation in the area. where the construction is being undertake set forth in collective bargaining agreements. or other emplo ment agreements. and available through the Bureau of Appr, ticeship and Training Representative. U.S. Department of I bor. for the applicable area. (2) for any occupation for which ratio is found. the ratio of apprentices and trainees to journt men shall be determined by the Contractor in accordance w the recommendations set forth in the Standards of the Natiot Joint Apprentice Committee for the occupation. which are on at offices of the U.S. Department of Labor's Bureau of Appre ticeship and Training: and (3) for any occupation for which such recommendations are found. the ratio of apprentices a trainees to journeymen shall be at least one apprentice or train for every five journeymen. PAYROLLS ANO BASIC RECORDS (al The Contractor shall maintain payrolls and hasic recor relating thereto during the course of the work and shall preser them for a period of 3 years thereafter for all laborers and rr chanics. including apprentices. trainees. watchmen. and guars PAQK 2 OF 4 PAGE 1 fl ,corking a( the ite of the work. Such records shall contain the name .ind address of each such employee. his correct classifica- Iion, rate of pity lincludine rates of contributions for. or costs . ssomed to provide. fringe benefits). daily and weekly number of hours worked. deductions made and actual wages paid. Whenev- er the Contractor has obtained approval from the Secretary of L.ihor as provided in paragraph (c) of the clause entitled "Davis - Bacon Act." he shall maintain records which show the commit- ment. its ,approval. written communication of the plan or pro- --ram to the laborers or mechanics affected. and the costs antici- pated or incurred under the pian or program. ih) The Contractor shall submit weekly a copy of all payrolls to the Contracting Officer. The Prime Contractor shall be respon- sible for the submission of copies of payrolls of all subcontrac- tors. The copy shall be accompanied by a statement signed by the Contractor indicating that the payroils are correct and com- plete. that the wage rates contained therein are not less than those determined by the Secretary of Labor, and that the classi- fications set forth for each laborer or mechanic. including ap- prentices and trainees. conform with the work he performed. Submission of the "Weekly Statement of Compliance" required under this contract and _the Copeland Regulations of the Secre- tary of Labor (29 CFR Part 3) shall satisfy the requirement for submission of the above statement. The Contractor shall submit also a copy of any approval by the Secretary of Labor with re- spect to frinee benefits which is required by paragraph (c) of the clause entitled "Davis -Bacon Act." ic) The Contractor shall make the records required under this clause available for inspection by authorized representatives of the Contracting Officer and the Department of Labor. and shall permit such representatives to interview employees during work- ine hours on the joh. COMPLIANCE WITH COPELAND REGULATIONS The Contractor shall comply with the Copeland Regulations of the Secretary of Labor (2y CFR Part 3) which are incorporated herein by reference. WITHOLDING OF FUNDS ia) The Contracting Officer may withhold or cause to he with- held from the Prime Contractor so much of the accrued pay- ments or advances as may be considered necessary 11) to pay laborers and mechanics. including apprentices. trainees. watch- men. and guards. employed by the Contractor or any subcon- tractor on the work the full amount of wages required by the con- tract. and (2) to satisfy any liability of any Contractor for liqui- da(ed damages under paragraph (b) of the clause entitled "Con- tract Work Hours and Safety Standards Act—Overtime Com- pensation." Ib) If any Contractor fails to pay any laborer. mechanic. ap. prentice. trainees. watchman. or guard. employed or working on the site of the work. all or part of the wages required by the con- tract. the Contracting Officer may. after written notice to the Prime Contractor. take such action as may be necessary to cause suspension of any further payments or advances until such viola- tions have ceased. SUBCONTRACTS The Contractor agrees to insert the clauses hereof entitled Davis -Basun Act." "Contract Work Hours and Safety Stand- ards Act—Overtime Compensation." "Apprentices and Train- ees." -Payrolls and Basic Records." "Compliance with Cope- land Regulations." "Withholding of Funds." "Subcontracts." and "Contract Termination—Debarment" in all subcontracts. The term "Contractor" as used in such clauses in any subcon- tract shall be deemed to refer to the subcontractor except in the phrase "Prime Contractor." E PA Fane 5720_.4 f9-731 IB -133 CONTRACT TER MINATION—OEBARMENT A breach of the clauses hereof entitled "Davis -Bacon Act "Contract Work Hours and Safety Standards Act—Overtir Compensation." "apprentices and Trainees.'' "Pavrolls a Basic Records." "Compliance with the Copeland Regulations "Withholding of Funds.'' and "Subcontracts" may be grour fur termination of the contract. and for debarment as provided 29 CFR 5.6. NONDISCRIMINATION PROVISIONS During the performance of this contract. the contractor agre as follows: ( 1) The contractor will not discriminate against any emelt ee or applicant for employment because of race. color. religic sex. or national origin. The contractor will take affirmative acn to ensure that applicants are employed. and that employees . treated during employment without regard to their race. col religion. sex. or national origin. Such action shall include. I not be limited to the following: Employment. upgrading. den tion. or transfer: recruitment or recruitment advertising: lay or termination: rates of pay or other forms of compensation: a selection for training. including apprenticeship. The contras agrees to post in conspicuous places. available to employees a :applicants for employment. notices to be provided setting fo the provisions of this nondiscrimination clause. ('_) The contractor will. in all solications or advertiseme for employees placed by or on behalf of the contractor. state r all qualified applicants will receive consideration for empl, mens without regard to race. color. religion. sex. or national gin. (3) The contractor will send to each labor union or rep seniative of workers with which he has a collective bargain agreement or other contract or understanding. a notice to provided advising the said labor union or workers' represen lives of the contractor's commitments under this section. a shall post copies of the notice in conspicuous places available employees and applicants for employment. 14) The contractor will comply with all provisions of Exe, tive Order 1 1246 of September 24. 1%5. and of the rules. reqs. tions. and relevant orders of. the Secretary of Labor. (5) The contractor will furnish all information and repe required by Executive Order 11246 of September 24. 1965. a: by rules. regulations. and orders of the Secretary of Labor. pursuant thereto. and will permit access to his books. recorc and :accounts by the administering agency and the Secretary labor for purposes of investigation to ascertain compliance wi such rules. regulations. and orders. I6) In the event of the contractor's noncompliance with r nondiscrimination clauses of this contract or with any of the s rules. regulations. or orders. this contract may be canceled. t minated. or suspended in whole or in part and the contractor m he declared ineligible for further Government contracts or fed ally assisted construction contracts in accordance with pro, lures authorized in Executive Order 11246 of September 1965. and such other sanctions may be imposed and remed invoked as provided in Executive Order 11246 of September 1965. or by rule. regulation. or order of the Secretary of Lab, or as otherwise provided by law.' (7) The contractor will include the portion of the senten immediately preceding paragraph ( 1) and the provisions of pa graphs 11) through (7) in every subcontract or purchase orc unless exempted by rules. regulations. or orders of the Secreta of Labor issued pursuant to section 204 of Executive Orc 11246 of September 24. 1%5. so that such provisions will binding upon each subcontractor or vendor. The contractor w take such action with respect to any subcontract or purcha order as the administering agency may direct as a means of e forcing such provisions. including sanctions for noncompiianc PAGC 3 OR 4 PAGC 1 1 1 1 1 1 1 1 1 1 1 Provided. however. That in the event a contractor becomes in- volved in. or is threatened with. litigation with a subcontractor or vendor as a result of such direction by the administering agency. the contractor may request the United States to enter into such litigation to protect the interests of the United States. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT —SAFETY AND HEALTH (40 U.S.C. 317-333) (al The contractor shall not require any laborer or mechanic employed in the performance of the contract to work in sur - 1! PA Foran 5720—A (5-731 IB -134 roundings or under working conditions which arc unsanitary hazardous. or dangerous to his health or safety. as determines under construction safety and health standards promulgated 6% regulations of the Secretary of Labor. (bi The contractor shall comply with the Department of Labor Safety and Health Regulations for Construction promulgates under section 107 of the Contract Work Hours and Safety Stand ards Act (40 U.S.C. 327 et seq.). PAGE ♦ OA l PAGE GENERAL CONDITIONS NOTE: The headings of the articles herein are intended for the convenience of refer- ence only and shall not be considered as having any bearing on their interpretation. 1 1 1 1 1 1 1 1 1 t 1.0 GENERAL CONDITIONS 1.1 Introduction 1.2 Definitions 1.3 Superintendence by Contractor 1.4 Subcontracts 1.5 Other Contracts 1.6 Fitting and Coordination of Work ' 1.7 Mutual Responsibility Contractor of 1.8 Layout of Work _ 1.9 Progress Schedule 1.10 Payments to Contractor 1.11 ChLnges in the Work , ' 1.12 Changes in Subsurface Conditions 1.13 Claims for Extra Cost 1.14 Termination; Delays and Extensions; and - Liquidated Damages ' 1.15 Assignment or Novation 1.16- Engineer's Authority 1.17, Specifications and Contract Drawings 1.18 Shop Drawings 1.19 Requests for Supplementary Information 1.20 Materials and Workmanship I � L L GC -100 1.21 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 1.30 1.31 1.32 1.33 1.34 1.35 1.36 1.37 1.38 1.39 1.40 1.41 1.42 Samples, Certificates and Tests Permits and Codes Care of Work Accident Prevention Sanitary Regulations Use of Premises Removal of Debris, Cleaning, Etc. Inspection/Acceptance of the Work Review by Town Final Inspection Deductions for Uncorrected Work Insurance Patents Warranty of Title General Guaranty Arbitration and Litigation Risk of Loss Required Provisions Deemed Inserted Corrections Safety Provisions Night Work, Sundays and Holidays Obstructions Encountered GC -101 1.43 Existing Utilities. Structures and Fixtures 1.44 Control of Existing Flaws Sewage, Surface, Groundwater Flood Flows 1.45 and 1.46 Connecting to Existing Work 1.47 Existing Improvements ' 1.48 Access to Site 1.49 Weather Conditions/Work in Freezing Weather 1.50 Intoxicating Liquors 1.51 Indemnity Clause -Federal Labor -Standards Provisions 1.52 Non ' 1.53 Maintenance 1.54 Construction Safety and Health Standards 1.55 "Or equal" clause a 1.56 Changes in Fork ' 1.57 Payments to Contractor 1.58 "TYDEC Access to Site i i 1 1 1 1 ' GC -102 1 GENERAL CONDITIONS 1. 1 CONTP.ACT AND COiTTP.ACT DOCLTP` 17S : ' The Plans, Specifications and Addenda shall form part of this Contract and the provisions thereof shall be as bind- ing upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, run- ning headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various ' provisions of the Contract Documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer. 1.2 Definitions: The following words, terms, phrases, initials and abbrevia- tions, where used in this volume and in the other related contract documents (drawing, Information for Bidders, Proposal, Contract Agreement and Special Provisions, etc.) shall, insofar as the text admits and subject to the clear intent of the particular use, be read and held to have the meanings indicated by the following definitions and directions: ADDENDA A supplement to the Information for Bidders, P oposal ' or Special Provisions, issued by the Engineer to pro- spective bidders to aaend original bidding information. AS DIRECTED Read as if MI tett were "'...as dXr eted by,,the engi- AS ORDERED neer....." or ".....as ordered by.the ngineer...... . AS INDiCATED Read as though full text were ".....as indicated by con- tract documents...." and/or ".....as shown by drawings and/or described in Specifications, Special Provisions or other contract document.....". ' AS NEEDED Read as if full text were ".....as needed (or required) AS REQUIRED for the fulfillment of the intent of the drawings, Spe- cifications, project, etc....." or ".....as needed (or required) to complete or execute the proposed work in good order.....". ASTM When followed by a number or numbers, refers to pub- lished specifications of the American Society for Test- ing Materials and to the particular specification indi- cated by the accompanying numbers or designation. In certain cases, the published specification of a given number refers in part to same other specification In the same series, by number, and such second reference shall _ be understood as included within the original reference GC -103 GC- 104 contained herein. BIDDER The person, persons, firm or corporation, or the combi- nation of them, who made or contemplates making a pro- posal to the Town to furnish materials or equipment, or perform the work contemplated by the proposed or exist- ing Contract in question, and more specifically to the particular Bidder whose proposal has been accepted. BIDDERS The collective group of bidders or prospective bidders for a given contract. CONSTRUCTION In broad use, this will include all of the furnishing. OF THE WORK and delivery of materials, equipment, etc., and/or build- ing of sewers, structures and appurtenances to be fur- nished, delivered, performed or built by the Contractor under the Contract, or certain narrower uses will refer only to the building of physical things such as sewers, drains, structures and their appurtenances. ' CONTRACT The undertaking or agreement between the Town and the Contractor to furnish and deliver certain materials, ' perform certain services and build certain sewers or structures and, more specifically where the context re- quires, the document described herein as the "CONTRACT AGREEMENT'. iCONTRACT The document signed by representatives of the Town and AGREEMENT the Contractor as written evidence of the fact that a contract has been entered into by them and setting down ' in written form certain of the terms and conditions thereof, being one portion of the whole group of docu- ments comprising the description and written statement of the whole contractual undertaking. _ CONTRACT The group of documents describing the terms and condi- DOCUMENTS tions of the contractual undertaking and including the drawings named in the Information for Bidders illustrat- Ing the work contemplated by the Contract, standard practices of the Town, and such other drawings as may be made part of the Contract, together with the Information for Bidders on which the Proposal was based and addenda thereto, if any, issued to prospective bidders, the Pro- posal made by the Contractor to the Board of Contract and Supply which forms the price basis of the Contract, and Special Provisions prepared.for and descriptive of the work contemplated herein and furnished to bidders, the Contract Agreement, Specifications, Surety Bond, and other documents, if any, made part of the Contract. But, in general, more correspondence or conversation between agents of the Town and the Contractor will not be consid- ' ered to be "contract documents" as that term is used herein. GC- 104 IGC -105 CONTRACTOR The person, persons, corporation, party or parties con- tracting with the Town of- Southold as party of the second part to the Contract to furnish or deliver mate- rials, construct certain work or perform certain ser- vices as contemplated by the Contract, or any of than, including his, her, their or its employees, agents, ser- vants, heirs, successors and assigns, together with any any all subcontractors employed by said principal Con- tractor, suppliers of materials and their agents when on or near the site or sites of the work for purposes aris- ing out of or in connection with any incident of the Contract. For convenience, the Contractor, as above, will be re- ferred to by the third person singular pronouns, (he, his, or him) irrespective of the sex, or plural or cor- porate nature of the Contractor. DIRECTED See "As Directed". SEVER The Town of Southold party of the first part to the DISTRICT Contract, acting by its Sewer District and the latter acting, as the particular instance may require by corpo- rate act or vote of the Sewer District being a Sewer District of the Town of Southold , by the Chairman of 'the District , by the Town Siinervisor or by other proper officers or agents, each limited according to the duties and powers assigned to him. DRAWINGS The plans or drawings described in the Information for Bidders and made part of the contract documents as Il- lustrating the proposed work or project and the require- ments of the Town with respect to.the Contract, together with such supplemental or additional drawings by the En- gineer as may be needed from time to time to illustrate particular requirements Is mora detail. "Drawings" may also be referred to as nplaele or stailer works. Draw- ings will consist of two general groups: (a) drawings prepared for and illustrating the particular project, ' and (b) drawings prepared to illustrate the customary practices and requirements of the Town, typical details ' of conventional structures or portions of the work, etc. In general, where not otherwise indicated or required by the text, the work "drawings" will usually refer to and ohly include those described in the information for Bid- ders. Drawings prepared for or submitted by the Contrac- tor, or by suppliers of equipment or materials, will be ' so described when such drawings are meant. The word "plan" or "plans" way be read as synonymous with the work "drawing" or "drawings" where the context ' so requires. IGC -105 1 GC -106 ENGINEER The Engineer of the Town, acting according to the duties assigned to him by the Director of Public Works of the Town, and also the representatives of said Engineer, when acting within and limited by the particular duties and powers assigned to each. See also "Manager" and "Inspec- tor". See text of Contract Agreement with respect to functions of the Engineer with respect to performance of Contract. HE, HIS, HIM These pronouns may be used with reference to the Contrac- tor or any person or party acting under or for the Con- tractor, irrespective of the sex, plurality, or corporate character of the Contractor, where the context indicates that the Contractor is referred to. Elsewhere these pro- nouns will be used in the usual manner. 11 INDICATED See definition phrase "As Indicated" previously described. INFORMATION FOR One of the contract documents prepared by the Engineer and issued to prospective bidders, giving them Informa- BIDDERS tion relative to the proposed contract and work contem- plated therein, and giving directions for preparing and submitting proposals for the worits being attached to and ' - issued with the Proposal form. Where the context admits, the Information for Bidders will also include any and att sidende issued by the En- gineer to prospective bidders, in writing, between the preparation of the original text of the Informration for Bidders and the time for receiving and opening proposals, if such addenda are intended to amend or amplify the original Information for Bidders. But mere oral state- ments by Town officers and employees, or correspondence not intended to be addressed to all prospective bidders as "addenda" and not Intended to amend the original in- formation for Bidders will not be considered as part of ' the Information for Bidders. INSPECTOR A person assigned by the Engineer to ex- amine and test materials and work proposed to be furnished ' under the Contract, to observe the construction of the pro- ject, or any part thereof, to assist the Contractor in the Interpretation of drawings, specifications and other con- ' 1 GC -106 ' tract documents, to make measurements for and to keep records for the Engineer, and to report to the Engineer on the performance of the Contractor relative to the work, all as and only as Instructed by the Engineer. No inspector shall be deemed authorized to receive or accept notices required to be given to the Engineer or ' the Town, nor to waive any requirement of any contract document, nor to modify or alter or amend any order of the Engineer. inspectors shall not be expected to act as assistants ' to, or foremen, clerks, or the like, for the Contractor and his staff. If any inspector at any time does per- form any duty of or for the Contractor, it must be agreed that such act by the inspector is a voluntary act, with- out compensation and without liability. MAINTENANCE The period or periods during which the Contractor is re - PERIOD quired to maintain and correct defects in the work or any part thereof. ' As applied to any specific portion of the work, the "maintenance period" may be understood to include the whole period between the time of construction of that part of the work, or the delivery of that part of the materials, and the final end of the final maintenance period, including the period between the time when any particular portion of the work or materials is completed ' and the expiration of one year next following final com- pletion of all construction or delivery of work and ma- terials. ' NEEDED/ The phrases ".....as needed....." and/or "....-as neces- NECESSARY sary..... " will in general wean as needed or as reason- ably necessary and convenient for the full performance of the work, etc., in accordance with the requirements of the Contract and related plans, Specifications, Spe- cial Provisions, etc., and/or as required by law or or- dinance, or by the conditions of a permit issUbd by a proper public body or officer. ' ORDERED See "As Ordered". - GC- 107 PERFORMANCE A surety bond furnished by the Contractor to secure ful- BOND fillment of the contract on his part. Also called "surety bond" and surety thereon the "surety". Insertion of that omitted price or prices, or item or items. PLANS Sometimes used in lieu of "drawings" or "contract draw- ' ings", which see. RIGHT -OF -WAX/ PROJECT The public improvement of which the work or material to ' be built or furnished under the Contract is an essential to construct, maintain, etc., sewer and rights possessed by the Town. in case of serer or structure to be located part. May also be used as synonym for '%#ork" in text of . contract documents. PROPOSAL The proposal or bid submitted by the bidder, who may have lines of the public highway and to such portion thereof subsequently become the Contractor, to the Board of Con- tract and Supply. Where used relative to incidents occur- ' ring before the award of any contract thereon, the word Where located through private land, rights-of-way will "Proposal" will refer to the proposal form as submitted by the particular bidder in question. Where used rela- ' tive to any incident arising or likely to arise after the other, a permanent easement possessed by the Town within which it may build, maintain, operate, repair, etc. the award of the contract, the word "Proposal" will refer to the specific proposal or bid submitted by the bidder who has then become the Contractor, and upon which proposal ' the award of the contract was made by the Board of Con- tract and Supply. If a proposal has been amended by ' agreement between the Town and the bidder, the word "Pro- banks, etc.) and only during the period of actual construc- posal" shall apply to the proposal as amended. If any bid price was omitted and a price sppplied therein by the Board of Contract and Supply, the Engineer, or other Town of-way limited by rights possessed by Town therein. agent as provided in the Information for Bidders, the word RIGHT -OF- "Proposal" shall mean the original proposal amended by the Insertion of that omitted price or prices, or item or items. 1 GC -104 1 REQUIRED See "As Required". RIGHT -OF -WAX/ Line or strip of land along which the Town owns the right RIGHTS-OF-WAY to construct, maintain, etc., sewer and rights possessed by the Town. in case of serer or structure to be located . in a public street. rights will esually be iimited to lines of the public highway and to such portion thereof as Town or Street or Highway authorities any limit same. ' Where located through private land, rights-of-way will many times comprise two strips, superimposed one on the ' other, a permanent easement possessed by the Town within which it may build, maintain, operate, repair, etc. the sewer, and a wider strip acquired for and limited to use for construction purposes (i.e. operation of construction forces and equipment, temporary storage of supplies, spoil ' banks, etc.) and only during the period of actual construc- tion of the sewet or structure at .that point. A11 rights- of-way limited by rights possessed by Town therein. RIGHT -OF- Passageway or right to pass which may be used for getting ACCESS OR to and from work, or sewer right-of-way proper. Sometimes ' ACCESS access right-of-way and access driveways may be used only DRIVEWAY in common with others. All rights -of -access limited by 1 GC -104 1 For certain purposes, sewers may be further classified and described as "sanitary sewers", "storm drains", etc. Sewers and sewer pipe may be further described by size or sizes, the stated size being the internal diameter unless otherwise indicated. w SPECIAL Written or printed text or texts prepared and issued to PROVISIONS bidders to describe or explain particular phases, fea- tures, or requirements for a particular contract or pro- ject, being, in general, supplemental specifications and the standard forms or texts usually used by the Town for the Information for Bidders or Contract Agreement. Note that "Special Provisions" will, in general, take prece- dence over the standard texts with respect to the Con- tract or work for %Alch they were prepared and issued by the Town. 1 THE WORK/ Collective term used to include the sewers and/or other WORK structures constructed or to be constructed by the Con- tractor under the Contract; the materials to be furnished If the Contract contemplates the furnishing and delivery of materials or equipment other than those entering into construction; and, where the, context admits, will also Include physical services or work performed or to be per- formed by the Contractor. Other items are defined in the text where used: 1.; Su rintendence by Contractor a. Except where the Contractor is an individual and gives his personal IGC -109 rights possessed by the Town herein. SERVICES All that is usually comprehended in the term, so for as such meanings apply, and in particular to the assumption of liabilities on the part of the Contractor, furnishing insurance and other securities, keeping of records, fur- nishing supplemental drawings, tests, schedules, data, barricades, signs and other duties described in the Con- tract and Specifications. SEWER/SEWERS The sewer, drain, or other structures which it is con- templated that the Contractor will build under the Con-.- on-tract, tract,and all the appurtenances thereto. These Speci- fications are prepared primarily to describe the con- struction of sewers as that term is commonly understood; hence, the word "sewers" is used herein to describe that which is to be built. For certain purposes, sewers may be further classified and described as "sanitary sewers", "storm drains", etc. Sewers and sewer pipe may be further described by size or sizes, the stated size being the internal diameter unless otherwise indicated. w SPECIAL Written or printed text or texts prepared and issued to PROVISIONS bidders to describe or explain particular phases, fea- tures, or requirements for a particular contract or pro- ject, being, in general, supplemental specifications and the standard forms or texts usually used by the Town for the Information for Bidders or Contract Agreement. Note that "Special Provisions" will, in general, take prece- dence over the standard texts with respect to the Con- tract or work for %Alch they were prepared and issued by the Town. 1 THE WORK/ Collective term used to include the sewers and/or other WORK structures constructed or to be constructed by the Con- tractor under the Contract; the materials to be furnished If the Contract contemplates the furnishing and delivery of materials or equipment other than those entering into construction; and, where the, context admits, will also Include physical services or work performed or to be per- formed by the Contractor. Other items are defined in the text where used: 1.; Su rintendence by Contractor a. Except where the Contractor is an individual and gives his personal IGC -109 GC. 110 superintendence to the work, the Contractor shall provide a compete - tent superintendent satisfactory to the Town and the Engineer for the work at all times during working hours with full authority to act for him. The Contractor shall also provide an adequate staff for the 1 proper coordination and expediting of his work. Should, in the opin- ion of the Engineer, any language barrier exist between the Superin- tendent and the Engineer, the Contractor will employ a qualified in- terpreter. b. The Contractor shall lay out his own work, including all survey re- quired, and he shall be responsible for all work executed by him under the Contract. He shall verify all figures and elevations before pro- ceeding with the work and will be held responsible for any error re- sulting from his failure to do so. 1.4 Subcontracts a. The Contractor shall not execute an agreement with any Subcontractor or permit any Subcontractor to perform any work included in this Con- tract until he has submitted a Non -Collusive Affidavit from the Sub- contractor on the form shown in the "Invitation for Bids, Instructions and Forms" and has received written approval of such Subcontractor from the Town. Unless specifically permitted otherwise, the Contractor shall perform with his own organization and with the assistance of work- men under his immediate superintendence work amounting to not less than 50 per cent of the original total Contract value for the project, ex- clusive of specialty items not commonly found,in contracts for similar work or which require highly specialized knowledge, craftsmanship or equipment not ordinarily available in the organization of contractors performing work of the character embraced in this Contract. Specialty items, if any, shall be specified elsewhere. b. The Contractor shall not execute an agreement with any Subcontractor or permit any Subcontractor to perform any work included in this Con- tract uniil he has submitted a "Certification by Proposed Subcontrac- tor Regarding Equal Employment Opportunity" to the foram sham in the "Invitation for Bids, Instructions and Forms". C. No proposed Subcontractor shall be disapproved by the Town except for cause. d. The Contractor shall be as fully responsible to the Town for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by then, as he is for the acts and omissions of persons directly employed by him. e. The Contractor shall cause appropriate provision to be inserted in all subcontracts relative to the work to require comnpliance by each Subcon- tractor with the applicable provisions of the Contract for the work em- braced in this Contract. f. Nothing contained in the Contract shall create any contractual relation between any Subcontractor and the Town. GC. 110 ir� 1.5 Other Contracts: The Town reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly con- nect and/or coordinate his work with theirs. The Town may award, or may have awarded, other contracts for additional work and the Contractor shall cooperate fully with such other contractors by scheduling his own work with that to be performed under other contracts as may be directed by the Town. The Contractor shall not permit or commit any act which will interfere with the performance of work by any other Con- tractor as scheduled. Wherever work being done by the Town or municipal forces or other contrac- tors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Town to se- cure the completion of the various portions of the work in general harmony. 1.6 Fitting and Coordination of Work: The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, subcontractors or mate- rialmen engaged upon this Contract. He shall be prepared to guarantee to each of his subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. The Con- tractor shall, at his own expense, effect all cutting, fitting, or patch- ing of his work required to make the same conform to the Contract Orawings and Specifications and, except with the consent of the Tam, not to cut or otherwise alter the work of any other contractor. 1.7 Mutual Responsibility of Contractor: If, through acts or neglect on the part of the Contractor, any other contractor or subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other contractor or subcontractor by agreement or arbitration, if such other contractor or subcontractor will so settle. If such other contractor or subcontractor shall assert any claim against the Tam on account of any damage alleged to have been so sustained, the Town will notify the Contractor, who shall defend at his owe expense any suit based upon such clots and, to my lodgement or claims against the Tarn, shall pay or satisfy such judgment or claim and pay all costs and expenses in connection therewith and will in all other respects, including, but not limited to attorney's fees and court costs, hold harm- less the Town and Engineer. Except as otherwise specifically stated in the Contract Documents, the Con- tractor shall provide and pay for all materials, labor, tools, equipment, water, light, heat, power, transportation, superintendence, temporary con- struction of every nature, charges, levies, fees or other expenses and -all other services and facilities of every nature whatsoever necessary for the performance of the Contract and to complete this Contract in every respect within the specified time. 1.8 layout of Work: The Engineer will be responsible for establishing control points. The principal lines and grades for the sewer and other major portions of the work will be staked out on the site by the Con - GC -111 tractor. The Contractor shall clear the site, survey sight lines, and shall provide necessary materials, ordinary tools, unskilled labor and other assistance as may be required. The Contractor shall keep the En- gineer informed a reasonable time in advance of the times and places where he intends to work. The Contractor shall protect the points and marks set by the Engineer by such means as may be necessary in order to insure that they will not be disturbed and that they can be found and used when needed. No special compensation shall be paid to the Contractor for any reasonable delay, expense or loss which he may suffer or have suffered, or for work performed by him incidental to or occasioned by the setting of lines and grade, or by inspection of any part of the work or material, but such cost, expense or loss shall have been included in the prices named in the Propo- sal. The Contractor shall lay out his work from the control points set by the Engineer and shall be responsible for any mistakes he may make and for any damage or expense resulting therefrom. The Contractor shall employ competent personnel and all work shall be sub- ject to the approval of the Engineer. He shall provide adequate men, tools, and materials for transferring lines and grades and similar data as needed, and for constructing the work in conformity thereto. He shall furnish transits, grade poles, plumbs, string and other usual facilities, all satis- factory to the Engineer. He shall assist the Engineer and the inspector in checking the accuracy of his work in ascertaining that all parts of the work are properly built to the proper lines and grades, aq in obtaining measure- ments of work and materials as needed. 1.9 Progress Schedule: The Contractor shall (unless a Pre -Award Schedule has been submitted and approved) submit within seven (7) calendar days after execution -of the Agreement, a carefully prepared real- istic Progress Schedule showing the proposed dates of starting and complet- ing of each_and every item of work an each and wery section of work in ac- cordance with these Specifications and the SPECIAL CONDITIONS (PROGRESS SCHEDULE) if applicable to this specific Contract. The Progress Schedule shall include as a ■inimm: a. The project name and number. b. The contract time, contract beginning date, ending date and periods of shutdown, if any. c. A listing of all items of work with the estimated contract cost and periods of activity noted for each segment of the work. d. The total estimated contract cost for each segment of the work. e. The schedule will generally be set up along the following guidelines unless otherwise stated in the SPECIAL CONDITIONS under "PROGRESS SCHEDULE": _ (1) From intersection to intersection along a street or from station to station along the project. GC- 112 GC -113 The initial requisition will not be approved for payment until said sched- ule is submitted. Said schedule will be revised or updated monthly. The Progress Schedule shall show the plan of construction and the proposed method of carrying out this work, including a full statement of the equip- ment to be used. If the SPECIAL CONDITIONS include a "SEQUENCE OF OPERA- TIONS" and/or "WORK BY OTHERS", all operations referred to therein, to- gether with any and all other operations critical to the timing of this project, shall be included in proper sequence in the Progress Schedule. 1.10 Payments to Contractor: 1 a. Methods for Measurement and Estimating: At appropriate points in this text, specifications are given with respect to measuring or estimating certain quantities and the sums due the Contractor for the same. Ex- cept as otherwise provided, the Engineer shall determine the appropriate method for measuring and computing each quantity, and for estimating the sums due the Contractor for the various items of work and material, us- ing such methods, tools, and degrees of precision as are suitable for the particular measurement, item, or computation. The Contractor, when so requested by the Engineer, shall assist the Engineer in measuring or determining quantities, either by the help of his unskilled laborers on the site, by furnishing copies of invoices, or by other means. b. Prices Include: The prices stated in the Proposal include full compen- sation for furnishing all the labor, equipment and material needed for, and for performing all the work contemplated by the Contract. c. Partial Payments: (1) The Contractor shall prepare his requisition for partial payment as of the last day of the month and submit it, with the required number of copies, to the Engineer for his approval. The amount of the payment due the Contractor shall be.determined by adding .the total value of work completed to date and deducting (1) ten percent (103) of the total amount, which will be retained until the Contract is ninety-five percent (95%) complete, or until it is reduced by the Town, and (2) the amount of all previous pay- ments. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit prices contained in the Agreement. (2) Monthly or partial payments made by the Town to the Contractor are monies advanced for the purpose of assisting the Contractor, and he shall be responsible for the care and protection of all materials and work upon which payments have been made. Such pay- ments shall not constitute a waiver of the right of the Town to require the fulfillment of all terms of the Contract and the de- livery of all improvements embraced in this.Contract complete and satisfactory to the Town in all details. (3) When fifty percent (503) of the required work as determined by value has been completed, the Contractor may request in writing a reduction in the retained amount from ten percent (10t) to five GC -113 f. Payments Subject to Submission of Certificates: Each payment to the Contractor by the Town shall be made subject to submission by the Con- tractor of all written certifications required of him and his subcon- tractors. IGC- 114 1 percent (5%). The Engineer may certify for payment such portion of the retained monies provided that the Contractor presents to the Engineer the written consent of the surety. d. Final Payment: (1) After final inspection and acceptance by the Town of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully mea- sured or computed quantity of each item or work at the applicable unit prices stipulated in the Agreement. The total amount of the jamount final payment due the Contractor under this Contract shall be the computed as described above less all previous payments. Final payment to the Contractor shall be made subject to his fur- nishing the Town with a release in satisfactory form of all claims against the Town arising under and by virtue of his Contract other than such claims, if any, as may be specifically expected by the Contractor from the operation of the release as provided elsewhere herein. At the time of Final Payment, the retainage will be re- duced to two percent (2%) which will be held by the Town for one year (maintenance period) after completion and acceptance of the work. (2) The Town, before paying the final estimate, will require the Con- tractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied mate- rials, equipment (installed on the Project) and services to the Contractor, if the Town deems the same necessary in order to pro- tect its interest. The Town may, however, if it deems such action advisable, make payment in part or in full to the Contractor with- out requiring the furnishing of such releases or receipts, and any payments so made shall nowise impair the obligations of any surety or sureties furnished under this Contract. (3) withholding of any amount due the Town shall be deducted from the final payment due the Contractor. e. Withholding Payments: The Town may withhold from any payment other- wise due the Contractor so much as may be necessary to protect the Town and, if it so elects, may also withhold any amounts due from the Contractor to any subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be con- strued solely for the benefit of the Town and will not require the Town to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any monies for their protection unless the Town elects to do so. The failure or refusal of the Town to withhold any monies from the Contractor shall nowise impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. f. Payments Subject to Submission of Certificates: Each payment to the Contractor by the Town shall be made subject to submission by the Con- tractor of all written certifications required of him and his subcon- tractors. IGC- 114 1 GC- 115 1 1.11 Changes in the Work: a. The Town may make changes in the work required to be performed by the Contractor under the Contract by making additions thereto, or by omit- ting work therefrom, without invalidating the Contract. b. Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the Con- tract, unless in pursuance of a written order from the Town authoriz- ing the Contractor to proceed with the change. No claim for an adjust- ment of the Contract price will be valid unless so ordered. c. The Contractor agrees to perform any of the aforementioned changed work, along with all other required work found under the Contract, without delay and in accordance with good construction practices. �. d. These changes outlined above may be made without relieving or releas- ing the Contractor from any of his obligations under the Contract pro- visions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Con- tract unless it is provided otherwise. e. If the changed work is more costly to the Contractor than the original contract work, an adjustment of the Contract payment provisions will be made to compensate the Contractor for such additional cost. If such change is less costly to the Contractor than the original work, an adjustment of the Contract payment provisions will be wade to credit the Tarn with such decreased cost. All adjustments to the Contract pay- ment provisions will be made in accordance with Paragraphs g. and h. below. f. If applicable unit prices are contained in the Agreement (established as a result of either a Unit Price did or a Supplemental Schedule of Unit Prices), the Town may order the Contractor to proceed with de- sired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the Contract. g. If applicable unit prices are not contained in the Agreement, the Town shall, before ordering the Contractor to proceed with desired changes, request an itemized proposal from him covering the work involved in the change, after which the procedure shall be as follows: (1)* If the change in the work involves additional work, the procedure shall be as follows: (a) If the proposal is_ acceptable, the Town will prepare the Change Order in accordance therewith for acceptance by the Contractor; or GC- 115 1 1 the procedures outlined herein. h. Each Change Order shall include in its final form: (1) A detailed description of the change in the work. (2) The Contractor's proposal (if any) or a confirmed copy thereof. (3) A definite statement as to the resulting change in the Contract price and/or time. (4) The statement that all work involved in the change shall be per- formed in accordance,with Contract requirments except as modified by the Change Order. 1. The Contractor shall not take advantage of any `obvious error in the specifications or any such error is the drawings or other Contract Documents. Any obvious error or discrepancy to or between any of the Contract Documents will be immedlatety reported to the Engineer, who shall make such corrections and interpretations as may be deemed neces- sary for the completion of the work in a satisfactory and acceptable manner. 1.12 Changes in"Subsurface Conditions: The data shown on the plans is not a part of the Contract, but is for infor- imation only. The Engineer and the Town will in no way certify to or guar- antee the accuracy or completeness of any subsurface information. Each bidder shall be responsible for obtaining such additional data or in- formation as he deems necessary for the preparation of his bid to complete the work required. The Contractor shall have no claim if actual subsurface conditions are different from those represented by the test pits. IGC- „-6 1 (b) If the proposal is not acceptable and prompt agreementbe- tween the two parties cannot be reached, the Town may order the Contractor to proceed with the work on a Cost -plus - limited Basis. (2) If the change in the work requires a reduction in the work in- volved, the procedure shall be as follows: (a) If the proposal is acceptable, the Town will prepare the Change Order in accordance therewith for acceptance by the Contractor; or (b) If the proposal is not acceptable and prompt agreement be- tween the two parties cannot be reached, the Engineer shall fix the cost value of the credit. The Town may then order the Contractor to proceed with the work. Should the Con- tractor disagree with the cost value of the credit as fixed by the Engineer, he may appeal the same in accordance with the procedures outlined herein. h. Each Change Order shall include in its final form: (1) A detailed description of the change in the work. (2) The Contractor's proposal (if any) or a confirmed copy thereof. (3) A definite statement as to the resulting change in the Contract price and/or time. (4) The statement that all work involved in the change shall be per- formed in accordance,with Contract requirments except as modified by the Change Order. 1. The Contractor shall not take advantage of any `obvious error in the specifications or any such error is the drawings or other Contract Documents. Any obvious error or discrepancy to or between any of the Contract Documents will be immedlatety reported to the Engineer, who shall make such corrections and interpretations as may be deemed neces- sary for the completion of the work in a satisfactory and acceptable manner. 1.12 Changes in"Subsurface Conditions: The data shown on the plans is not a part of the Contract, but is for infor- imation only. The Engineer and the Town will in no way certify to or guar- antee the accuracy or completeness of any subsurface information. Each bidder shall be responsible for obtaining such additional data or in- formation as he deems necessary for the preparation of his bid to complete the work required. The Contractor shall have no claim if actual subsurface conditions are different from those represented by the test pits. IGC- „-6 1 1.13 1 1 1 1 f 1 1 1 1 1 1 1 1 1 1 1 Claims for Extra Cost: . a. All claims between the parties, including all claims for additional time arising out of or in any way related to this Contract and/or the performance of the same or its interpretation, shall within ten (10) days of the event or action giving rise to the claim be presented to the Town. All papers pertaining to claims shall be filed in quadru- plicate. Such notice need not detail the amount of the claim, but shall state the facts, surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, the Contractor shall proceed with the work as directed. Any claim not presented within the time limit specified in this para- graph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim Is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt by the Town of notice thereof. The Contractor shall in no case allow any claim or dispute to delay the work. b. As soon as practicable after the final submission of all information, the Town shall make a determination of any claim. Said decision of the Town shall be a condition precedent to any further action on the claim. However, upon certification in writing by the claimant that the claim has been submitted in its final form, the Town shall be obliged to render a decision on said claim within sixty (60) days of the date of said certification. Should the Town fail to render its decision within the aforementioned sixty (60) days period, its decision will not be a condition precedent to any further action on the part of the claimant. c. There shall be no added compensation paid for delay to the Contractor unless the Town causes said delay by.a material breach of this Con- tract, and compliance with the foregoing notice provisions shall be a condition precedent to the prosecution of any such claim. In any claim for delay, except for "Excusable Delays and Extensions of Tim" as de- fined in the GENERAL CONDITIONS SECTION "TERMINATION"; "DELAYS AND EX- TENSIONS"; "LIQUIDATEO DAMAGES", wherein it is elleW that the Con- tractor's equipment was caused to remafn file. only am -half of the prevailing rental rates for use of said equtpment will be considered as damages for idled equipment N order to allow for the absence of fair wear and tear, which is allowed for in prevailing rental rates for .equipment usage. d. Claims for additional compensation for extra work due to alleged errors In ground elevations, contour lines, or bench marks will not be consid- ered unless accompanied by certified survey data, made prior to the time the original ground was disturbed, clearly showirig that errors exist which resulted, or would result, in.handl'ing more material or perform- ing more work than would be reasonably estimated from the Drawings -and maps issued. e. If, on the basis of the available evidence, the Town determines that an adjustment of the Contract Price and/or Time is Justifiable, the procedure shall be as provided in Sections "CHARGES IN THE YORIC' or GC- 117 "TERMINATIONS; DELAYS AND EXTENSIONS; LIQUIDATEDDAMAGES" of the GENERAL CONDITIONS. f. In the event of an unfavorable decision by the Town, the Contractor shall have the right to contest said decision as provided for under the provisions of this Contract. 1.14 Termination; Delays and Extensions; and Liquidated Damages: (2) A mark-up of 10% for profit and 10% for overhead on the reason- able cost of the work completed and in place, in accordance with the Contract Drawings and Specifications, to the date of termina- tion. The Contractor shall remain responsible for the work com- pleted, in accordance with the Contract provisions. Should any work under this Contract be subject to, or terminated by the action of any third party, governmental unit or court due to any eco- logical or other reason, the rights of tie Contractor to recover of the Town shall be determined as set forth above. The.Town may give notice in writing to the Contractor and his Surety of any material breach of the Contract by the Contractor to include, but not be limited to, any of the following: (1) Failure to begin the work under the Contract within the time specified. (2) Failure to perform.the work with sufficient workmen, equipment, or materials to insure the prompt completion of the work.. (3) Unsuitable performance of the work or failure to perform anew such work as shall be rejected as defective and unsuitable. GC -118 a. Termination of Contract: For its own convenience, the Town may, at any time prior to the issuance of a Notice to Proceed, void the Con- tract by giving unequivocal and unconditional written notice of such avoidance to the Contractor, and in the event of such avoidance, the 1 Town will not be liable to the Contractor for any claims or losses, including anticipated loss of profit and monies expended in anticipa- tion of performance under the Contract. At any time subsequent to the Notice to Proceed, the Town may, at its own convenience, terminate the Contract by giving unequivocal and un- conditional written notice of such termination to the Contractor. in the event of such termination by the Town, the Town shall be responsible to the Contractor for the following monies only, which monies shall be subject to legitimate charges of the Town against the Contractor: (1) All reasonable costs incurred by the Contractor in performance of or in anticipation of performance of the Contract, provided the Contractor shall take all reasonable steps to mitigate such dam- ages including the return and/or resale of material's ordered; and (2) A mark-up of 10% for profit and 10% for overhead on the reason- able cost of the work completed and in place, in accordance with the Contract Drawings and Specifications, to the date of termina- tion. The Contractor shall remain responsible for the work com- pleted, in accordance with the Contract provisions. Should any work under this Contract be subject to, or terminated by the action of any third party, governmental unit or court due to any eco- logical or other reason, the rights of tie Contractor to recover of the Town shall be determined as set forth above. The.Town may give notice in writing to the Contractor and his Surety of any material breach of the Contract by the Contractor to include, but not be limited to, any of the following: (1) Failure to begin the work under the Contract within the time specified. (2) Failure to perform.the work with sufficient workmen, equipment, or materials to insure the prompt completion of the work.. (3) Unsuitable performance of the work or failure to perform anew such work as shall be rejected as defective and unsuitable. GC -118 GC -119 (4) Neglecting or refusing to remove material rejected as defective and unsuitable. 1 for (5) Discontinuing the suitable prosecution of the work a period of 72 hours, excluding Sundays and holidays, without written au- thorization of the Engineer. (6) Failure to commence discontinued work within 48 hours after no- tice to resume (excluding Sundays and holidays). (7) Becoming insolvent or declared bankrupt, or commits any act of bankruptcy or insolvency. (8) Allowing any final judgment to stand against him unsatisfied for a period of ten (10) calendar days. (9) Making any assignment for the benefit of creditors. (10) Violating any covenants contained in the Contract Documents. The Contractor or Surety, within a period of ten (10) calendar days after such notice, shall take all practical action to correct said material breach. Should said action fail to meet with the approval of the Town, the Town may, at its discretion, order the Surety to com- plete the work or, without violating the Contract, take the prosecution of the work out of the hands of said Contractor or Surety. The Town may appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable and may enter into an agreement, either by negotiation or public letting, for the completion of said Contract according to the terms and provisions thereof, or use such other methods or comoinations thereof, as in its opinion shall be required or desirable for the completion of said Contract in an accept- able manner. All costs and charges incurred by,the Town, together with the cost of completing the work under Contract, shall be deducted from any montes due or which may become due said Contractor. In case such expense shall exceed the sum which would have been payable under the j Contract, then the Contractor and the Swety shall be liable and shall pay to 'the Town the amount of said excess. b. Excusable Delays and Extensions of Time: The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the camp letion of the work due: (1) To any acts of the Government, including controls or requisition- Ing of materials, equipment, tools, or by labor by reason of war, National Defense, or any other national emergency. (2) To any acts of the Torn, its Engineer or Agents; or injunction or litigation against said Tow., (3 To causes not reasonably foreseeable by the parties to this Can- tract at the time of the execution of the Contract which are be - GC -119 yond the control and without the fault or negligence of the Con- tractor, including, but not restricted to, acts of God or the public enemy, acts of another Contractor In the performance of some other contract with the Torn, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions. (4) To any delay of any subcontractor occasioned by any of the causes specified in subparagraphs (1), (2) and (3) of this Paragraph "b". Provided, however, that the Contractor promptly notifies the Town with- in ten (10) days in writing of the cause of the delay. Upon receipt of such notification, the Town shall ascertain the facts and the cause and extent of delay. If, upon the basis of the facts and the terms of this Contract the delay is properly excusable, the Town shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. No claim for damages or any claim other than for an extension of time as herein provided shall be made or asserted against the Town by rea- son of any delay. c. Liquidated Damages for Delay: If the work is not completed within the time stipulated in Section: TIME FOR COMPLETION/NOTICE TO PROCEED un- der SPECIAL CONDITIONS, including any extensions of time for excusable delays as herein provided, the Contractor shall play to the Town as fixed, agreed, and liquidated damages (it being impossible to deter- mine the actual damages occasioned by the delay) for each calendar day of delay until the work is completed, the amount as set forth in Sec- tion: LIQUIDATED DAMAGES under SPECIAL CONDITIONS and the Contractor and his sureties shall be,liable to the Torn for the asiount thereof. 1.15 Assignment or Novation: The Contractor shill not assign or transfer, whether by an assignment or novation, any of its rights, duties, benefits, obligations, liabilities or responsibilities un- der this Contract without the written consent of the Town; provided, how- ever, that assignents to banks, tent caipanteS, or otMr financial in- stitutions may be made without the consent of the Tarn. No assignment or novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor per- formed, services rendered and materials, tools and equipment supplied for the performance of the work under this Contract in favor of all persons, firms or corporations rendering such labor or services or -supplying such materials, tools or equipment. 1.16 Engineer's Authority: All work shall be subject to the review of the En- gineer. He shall decide all questions as to inter- pretation of the plans, specifications, and questions of mutual rights be- tween contractors. No shall decide on an acceptable rate of progress. on the manner of performance, and on the acceptable fulfillment of the Con- tract. The Engineer shall have the right to determine the points at which the Contractor may begin work and the order in which the work shall be pro- GC- 120 secuted to the best interest of the Town and within the intent of the terms of the Contract. The determination or decision of the Engineer shall bea condition precedent to the right of the Contractor to receive any money or payment for work under this Contract affected in any manner or to any ex- tent by such question. 1.17 Specifications and Contract Drawings: Anything mentioned in the Specifica- tions and not shown on the Contract Drawings, or shown on the Contract Drawings and not mentioned in the Speci- fications, shall be of like effect as if shown on or mentioned in both. In case of any discrepancy in the Contract Drawings or Specifications, the matter shall be immediately submitted to the Engineer without whose deci- sion said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. 1 1.18 Shop Drawings: t 1 [i a. All required shop drawings, machinery details, layout drawings, work- ing drawings, material and equipment descriptions, etc. shall be sub- mitted to the Engineer in six (6) copies for review, sufficiently in advance of requirements to afford ample time for checking, including time for correcting, resubmitting and rechecking, if necessary. Four (4) weeks should be allowed for checking from the date of receipt by the Engineer's Chief of Construction. The Contractor, with the ap- proval of the Engineer, may submit manufacturer's literature as a sub- stitute for, or supplement to, the shop drawings, etc. The minimum size for any submission shall be 8J" x 11" and the maximum size shall be the size of the Contract Drawings. All sLap drawinas. etc. and/or printed matter submitted shall be property idents ied by project and sD�i is aeDlication with reference to Contract Drawing number and saecification items. b. i+lo construction, purchase, delivery. lastallatien or work shell be done or made on any part or feature of this Contract which is dependent upon shop drawing review, until such review bes been received from the Engi- neer. If the Contractor proceeds wit reviemied shat drawings, it shall bM at his awn risk. No claim ip Contractor extension of the Contract time will be granted by reason of his failure in this re- spect. c. Shop.drawings, etc. or printed matter shall give all dimensions, sizes, etc. to enable the Engineer to determine suitability of the construction, installation, material or layout for the purposes intended. Where needed for clarity, the drawings shall include outline, sectional views and de- tailed working dimensions and designations of the kind of material, machine work, finish, etc. required. The drawings to be submitted shall be coordinated by the Contractor with any other drawings previously re- viewed, with the design and function of any equipment or structure and the Contract Drawings. d. Any shop drawin Droval will not r resu etc. submitted without the C, considered and will be retur Sion. dy approving and subm 6C- 121 mtractor's stamp of ad to the Contractor tting shop drawings, etc., the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, mate- rials, catalog numbers and similar data, or will do so, and that he. has checked and coordinated each shop drawing, etc. with the require- ments of the work and of the Contract Documents. e. If any drawings show variations from the requirements of the Contract because of standard shop practice and/or other reasons, the Contractor shall make specific mention of such variation in his letter of trans- mittal in order that, if acceptable, suitable action may be taken for proper adjustment of the contract price and/or time; otherwise, the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the drawings have been reviewed. f. After review, the submittals will be stamped "No Exceptions Taken", "Make Corrections Noted", "Amend and Resubmit", or "Rejected --See Re- marks". Three (3) prints of "No Exceptions Taken" or "Make Corrections Noted" drawings will be returned to the Contractor for his use and dis- tribution to his suppliers and/or subcontractors. In the case of those stamped "Amend and Resubmit" or "Rejected --See Remarks", two (2) prints will be returned to the Contractor, who shall make all indicated cor- rections and resubmit six (6) prints. g. In any submission which is noted as "No Exceptions Taken" or "Make Corrections Noted", the review shall not extend to details or dimen- sions and shall not relieve the Contractor from his responsibility for compliance with the Contract Drawings and Specifications. h. When the Contractor proposes a revision to a previously submitted shop drawing, etc., six (6) copies shall be resubmitted for review. This resubmittal shall clearly,indicate, in a revision block, the date, description and location of the revistow. The letter of transmittal shall state the reasons for the revistan. 1. The Contractor shall furnish as marry coptes of the submittals as is necessary for the proper coordination of the work, and shall maintain a complete set of the reviewed sAmtsstoad at the aft* of the work at all thies. j. Upon the final acceptance of the project, the Contractor shall, on re- quest, furnish the Town with a complete set of shop drawing tracings or reproducible cloth reproductions of the shop drawing tracings. It. There will be no direct payment made for any of the above submittals or reproducible drawings, if required, but the cost thereof shall be considered as included in the general cost of the work. 1.19 Requests for Supplementary information: It shall be,the responsibility -of the Contractor to make timely re- quests of the Torn for any additional information not already in his pos- session which should be furnished by the Town under the terms of this Con- tract, and which he will require in the planning and -execution of the work. Such requests may be submitted from time to time as_the need is approached, GC- 122 but each shall be filed in ample time to permit appropriate action to be taken by all parties Involved so as to avoid delay. Each request shall be in writing, and list the various items and latest date by which each will be required by the Contractor. The first list shall be submitted within two (2) weeks after Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assis- tance and information the Engineer may require in responding to these re- quests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provisions of this Section. 1.20 Materials and Workmanship: a. Unless otherwise specifically provided for in the Specifications, all workmanship, equipment, materials and articles incorporated in the work shall be new and the best grade of the respective kinds for the purpose. Where equipment, materials, articles or workmanship are referred to in the Specifications as "equal to" any particular standard, the Engineer shall decide the question of equality. b. All work performed and all materials furnished shall be in conformity with the lines, grades, cross-sections, dimensions and material require- ments, including tolerances shown on the Contract Drawings or indicated in the Specifications. c. The Contractor shall furnish to the Town for approval the manufacturer's detail specifications for all machinery, mechanical, and other special equipment which he contemplates installing, toget1her with full Informa- tion as to type, performance characteristics, and all other pertinent information as required, and shall likewise submit for approval as re- quired full information concerning all other materials or articles which he proposes to incorporate in the Mork. d. Machinery, mechanical and other equipment, materials or articles in- stalled -or used without such prior approval shall be at the risk of subsequent rejection. e. Materials specified by reference to the Amber ar sgmbol of a specific standard such as an ASTM Standard, a fedirsl Soectficatton or other similar standard shall comply with requirements in the latest revision thereof and any amendment or supplement thereto in effect on the date of the Invitation for Bids, except as limited to type, class or grade, or modified in such reference. The standards referred to, except as modified in the Technical Specifications, shall have full force and effect as though printed therein. f. The Contractor shall employ only competent and skillful men to do the work and whenever the Town shall notify the Contractor in writing that any man on the work is, in ifs opinion, incompetent or -disorderly, the Contractor shall forthwith remove such person and shal•1 not again em- ploy him on any part of the work without the written consent of the Town. 1 - 1 GC- 123 IJ g. The Town may stop any work or any part of the work under the Contract if the methods or conditions are such that unsatisfactory work might result, if improper materials or workmanship are being used, or unsafe conditions exist. h. In the event the materials furnished or the work performed deviates from the requirements of the Contract Drawings and Specifications, but, in the opinion of the Town, constitutes substantial performance, the Town may accept the same. Should the deviation in question result in a savings to the Contractor, the Town will be entitled to a credit in the full amount of said savings. Should the deviation in question re- sult in an additional cost to the Contractor, the Town will not be liable to the Contractor for such additional cost. If the materials, or the finished product in which the materials are used, or the work performed are not in conformity with the Contract Drawings and Specifications and have resulted in an inferior or un- satisfactory product, the work and materials shall be removed and re- placed or otherwise corrected by and at the expense of the Contractor. 1.21 Sampiies, Certificates and Tests: a. The Contractor shall submit all samples, materials, certified test re- ports, materials certificates, certificates of compliance, affidavits, etc. as called for in the Contract Documents or required by the Engi- neer promptly after award of the Contract and acceptance of the Con- tractor's bonds. No such materials and/or equipment, etc. shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples/certificates/tests/etc. have been ap- proved in writing by the Engineer. Any delay in the work caused by late or improper submission of the above for approval shall not be considered just cause for,an extension of the Contract time. b. Samples: Unless otherwise specified, the Ca r*ctor shall furnish the required samples without charge, and shall provide every fectllty for the securing of material samples. lie shall Provide means and assist In the verification of all scales �� of devices which he operates. Samples to be submitter MNTt the Engineer or a laboratory approved by the Town unless otherirtse spectfied. All mate- rials being used shall be subject to resampltng and testing at any time during their preparation and/or use. All samples submitted by the Contractor shall be properly identified to include, but not be limited to, the project name, project number. item number and description of material, name of the producer, place of origin, and other detailed information which trill assist the Engi- neer passing upon the acceptability of the sample. Certified test re- ports, materials certificates and/or certificates of compliance re- quired to be submitted with the samples, or if permitted in lieu of i samples, shall conform to the requirements stated hereafter. - c. Certified Test Report: A certified test r epa't shall be a document containing a list of the dimensional, chemical. metallurgical, elec- trical and physical results obtained from an actual test of the mate- GC- 124 1 GC -125 rials involved, and shall certify that the materials meet the require- ments of the Contract Drawings and Specifications, and shall also in- clude the following information: (1) Item number and description of material. (2) Date of manufacture. (3) Date of testing. (4) Name of organization to whom the material is consigned. (5) Quantity of material represented such as batch, lot, group, etc. (6) Means of identifying the consignment such as label, marking, lot number, etc. (7) Date and method of shipment. (8) Name of organization performing tests. The certified test report shall be signed by an authorized and respon- sible agent for the organization manufacturing the material, and it shall be notarized. d. Materials Certificate: A materials certificate shall be a document certifying that the materials, components and equi pment furnished con- form to all requirements of the Contract Drawings and Specifications. The document shall also include the following information: (1) Project to which the material is consigned. (2) Name of contractor to whom material is supplied. (3) item number and description of material. (�) Quantity and material represented by the certificate. (5) Means of identifying the consignment such as label, marking, lot numbers,•etc. (6) '. Date and method of shipment. The materials certificate shall be signed by an authorized and respon- sible agent for the organization supplying the material, and it shall be notarized. e. Certificate of Compliance: A certificate of compliance shall be a document certifying that the materials, components and equipment cov- ered by the previously submitted certified test report and materials certificate have been installed in the work and that they conform to all the requirements of the Contract Drawings and Specifications. The 1 following information shall also be required on the document: 1 GC -125 (1) Project number. (2) Item number and description of material. (3) Quantity represented by the certificate. (4) Name of manufacturer. The certificate of compliance shall be signed by an authorized and re- sponsible agent for the prime Contractor, and shall be notarized. f. Tests: Tests as required by the Specifications will be made in accor- dance with the latest revision to the standard method of American As- sociation of State Highway officials or the American Society for Test- ing and Materials in effect at the time of bidding, unless otherwise specified on the Contract Drawings or Special Conditions. Representa- tive preliminary samples of the material proposed for use shall be submitted, without charge, by the Contractor or producer for examina- tion and tested in accordance with specified methods. All materials being used are subject to test or rejection at any time during their preparation and use. Materials will be rejected by the Engineer whenever, in his judgment, they fail to meet the requirements of the Specifications. The Town reserves.the right to retest all materials which have been tested and accepted at the source of supply after the same have been delivered, and to reject all materials which, when retested, do not meet the requirements of the Specifications. g. Approval/Acceptance: Approval of any materials shall be general only and shall not constitute i waiver of the Town's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he 4eems necessary in each instance, and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. if materials, equipment or accessories which fail to meet a check tests have been incorporated ht the work. the f ""neer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equit- able. The Engineer may accept a material or combination of materials and, therefore, waive noncomplying test results, provided that all of the following conditions are met: (1) Results of prior and subsequent series of tests of the material or materials from the same source or sources are found satisfac- tory. (2) The incidence and degree of nonconformance with the Specification requirements are, in the Engineer's judgment, within reasonable and practical limits. GC- 126 1 (3) The Contractor has diligently exert sed material controls commis - tent with good practices in the Engineer's judgement. (4) No adverse effect on the value or serviceability of the completed work could result. The Engineer may, at his discretion, waive testing of extremely minor quantities of material when such material is obtained from sources that are prevalently on test. h. Costs: Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: (1) The Contractor shall furnish without extra cost, including pack- ing and delivery charges, all samples required for testing pur- poses, except those samples taken on the project by the Engineer and the Town shall pay all other testing costs of said samples. (2) The Contractor shall assume all costs of retesting materials which fail to meet Contract requirements. (3) The Contractor shall assume all costs of testing materials offered in substitution for those found deficient or for those specified. 1.22 Permits and Codes: a. The Contractor shall give all notices required by, and shall observe and comply with all Federal and State laws, and Local by-laws, ordi- nances and regulations to any manner affecting the conduct of the work, and all such orders or decrees as may exist at present and those which may be enacted later, of bodies or tribunals havtng any jurisdiction or authority over the work. The Contractor shall indemnify and save harmless the Town and Engtneer and all of. its officers, agents and ser- vents against any claim or liability artstag fi m or lased on -the vio- lation of any such law, bylaw. ordinance. regulation, order or decree, whether by himself or his employees. Ail construction, work and/or utility installations shall comply utth all applicable ordinances and/ or codes, iecludtnq any and a?1 rr'ttte. WIM" & tii<aram Before commencing any work, the Contractor shall examine the Contract Drawings and Spectfications for compliance wtth applicable ordinances, codes, etc. and shall immediately report any discrepancy to the Town. Where the requirements of the Contract Drawings and Specifications fail to comply with such applicable ordinances, codes, etc., the Town will adjust the Contract by Change Order to conform to such ordinances, codes, etc. (unless waivers in writing covering the differences have been granted by the governing,body or department) and make the appro- priate adjustment in the Contract Price or stipulated unit prices. Should the Contractor fail -to observe the foregoing provisions and pro- ceed with the construction or work and/or install any utility at vari- ance with any applicable ordinance, code, etc., including any written waivers (notwithstanding the fact that such TnstaIlation is in compli- ance with the Contract Drawings and Specifications), the Contractor iGC- 127 t GC- 128 shall remove such work without cost to the Town, but a Change Order will be issued to cover only the excess cost the Contractor would have been entitled to receive if the change had been made before the Con- tractor commenced work on the items involved. b. Unless otherwise specified, the Contractor shall, at his own expense, secure and pay to the appropriate department of the Local/State/Fede- ral Government the fees or charges for all permits including, but not limited to, those required for street pavements, sidewalks, sheds, re- moval of abandoned water taps, sealing of house connection drains, pavement cuts, buildings, electrical, plumbing, water, gas, and sewer permits, etc. required by the regulatory body or any of its agencies. c. The Contractor shall comply with applicable Local/State/Federal laws, ordinances, codes, etc. governing the disposal of surplus excavation, materials, debris and rubbish on or off the Project Area and commit no trespass on any public or private property in any operation due to or connected with the work under this Contract. 1.23 Care of Work: a. The Contractor shall be responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the Town. Materials shall be stored so as to insure the preservation of their quality and fitness for the work and shall be located so as to facili- tate prompt inspection. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces and not on the ground and, when directed, shall be placed in weatherproof build- ings. Stored materials, even though approved before storage, shall be in- spected prior to their use in the work and shall meet the requirements of the specifications at the time it is proposed to use them. b. The Contractor shall, at his sole expense &W without any additional 1 cost to the Town, provide watchmen and/or other security measures as maybe reasonably required to property protect and care for materials and work completed, and to otherwise prevent property damage and/or personal injury. c. in an emergency affecting the safety of life or property, including adjoining property, the Contractor, without special instructions or authorization from the Town, is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise act if instructed to do so by the Town. :Any compensa- tion claimed by the Contractor on account of such.emergency work will be determined by the Town as provided herein. d. The Contractor shall avoid damage as a result of his operations to ex- fisting sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, etc., and he GC- 128 shall, at his own expense, completely repair any damage thereto caused by his operations. e. The Contractor shall shore up, brace, underpin, secure, and protect as may be necessary, all foundations and other parts of existing struc- tures adjacent to, adjoining, and in the vicinity of the site which may be in any way affected by the excavations or other operations con- nected with the construction of this Contract. The Contractor shall be responsible for the giving of any and all required notices to any adjoining or adjacent property owner or other party .before the com- mencement of any work. The Contractor shall indemnify and save harm- less the Town and the Engineer from any damages on account of settle- ments or the loss of lateral support of adjoining property and from all loss or expense and all damages for which the Town and the Engi- neer may become liable In consequence of such injury or damage to the work or adjoining and adjacent structures and/or their premises. 1.24 Accident Prevention: a. The Contractor shall exercise proper precautions and safety measures at all times for the protection of persons and/or property and shall be responsible for all injuries and/or damages to all persons and/or property, either on or off the site, which occur as a result of his prosecution of the work under this Contract. The safety provisions of all applicable Local/State/Federal laws and building and construc- tion codes shall be observed and the Contractor shall take or cause to be taken such additional safety and health measures as the Town may determine to be reasonably necessary. Machinery, equipment and trucks shall be properly guarded, and opera- tional hazards shall be eliminated in accordance isith the provisions and intent of the latest irevised edttlon of the "Manual of Accident Prevention in Construction", publtsbed by the Associated General Con- tractors of Merica, to the extent that such pewl'sions are not in contravention of applicable law. A copy of this menual shall be available for reference at all times io the Contractor's field office. The Contractor's attention is also caite4 tq the Section: SAFETY PRO- VISIONS of the GENERAL CONDITIONS. b. The Contracto[ shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss*.of time from work arising out of and to the course of employment on the work under this Contract in accordance with the requirements of the applicable Local/State/Federal regulations. The Contractor shall promptly furnish the Town with reports concerning these matters. c. The Contractor shall indemnify and save harmless the Town and the Engi- neer from any and all claims for damages resulting from personal injury, death and/or property damage suffered -or alleged .to have been -suffered by any person as a result of any work conducted under this Contract. See also the Section: INDEMNITY CLAUSE of the GENERAL CONDITIONS. 1.26 Sanitary Regulations: Sanitary facilities consisting of a portable chemi- cal -type privy properly secluded from public obser- GC- 129 vation, shall be provided wherever and whenever needed for those employed on the work. Such facilities shall be made available when the first em- ployees arrive on the site of the work. It shall be maintained at inter- vals of not less than seven (7) days. He shalt rigorously prohibit the committing of nuisances on the site of the work, on the lands of the Town or an adjacent property. Any employee found violating any provisions of this section shall be discharged and not again employed on the work with- out written consent of the Engineer. The Contractor shall clean up the premises when and where privies are removed. The Town and the Engineer shall have the right to inspect such facilities at all times to determine whether or not they are being properly and ade- quately maintained. A safe supply of drinking water for the use of all persons on the work shall be provided and maintained by the Contractor. Requirements of the State and Local Health Officers with respect to sanitary facilities, drinking water, etc. shall be complied with. Accommodations where the Contractor's employees may wash up, change clothes, find shelter from the weather, etc. shall be provided in those cases where and as such accommo- dations are needed. 1.26 Use of Premises: a. The Contractor shall confine his equipment, storage of materials, and construction operations to the Contract Limits as shown on the Draw- ings and as prescribed by ordinances or permits, pr as may be desired by the Town, and shall not unreasonably encumber the site or public rights of way with his materials and construction equipment. b. The Contractor shall comply with ail instructions of the Tore+. Engi- neer and the ordinances, codes, etc. of the Local/State/Federal Govern - went regarding signs, advertising, traffic, fires, explosives, danger signals, barricades, etc. 1.27 Removal of debris, Cleaning, Etc: The Contractor shall, weekly or as di- rected drring the Progress of the work, remove and legally dispose of all swrPirs *wA%K*d matertal and debris, and keep the Project Area and public rights ofway reasonably clear. Upon completion of the work, he shall remove all temporary construction facili- ties, debris and unused materials provided for the work and put the whole site of the work and public rights of way in a neat and clean condition. Trash burning on the site of the work will be subject to prior approval of the Town and existing Local/State/Federal regulations. The cost of ail. required clean-up shall be included in the various prices bid under this Contract. , 1.28 inspection/Acceptance of the Work: , a. All materials and workmanship shall be subject to inspection, exami- nation or test by the Town and the Engineer to determine the accept- ability of the work at any and all times during manufacture or con- struction and at any and all places where such manufacture or construc- tGC- 130 1 1 LI �1 11 �7 L I Ll t 1 tion is carried on, and the Contractor shall provide proper facilities for such access and inspection. The Town or the Engineer shall have the right to reject defective material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the Pro- ject Area and replaced with material of specified quality without charge therefor. If the Contractor fails to proceed at once with the correc- tion of rejected workmanship or defective material, the Town may, by contract or otherwise, have the defects remedied or rejected materials removed from the Project Area and charge the cost of the same against any monies which are due or may become due the Contractor, without pre- judice to any rights or remedies of the Town. b. The Contractor shall furnish promptly all materials reasonably neces- sary for any tests which may be required. (See Section: SAMPLES, CERTIFICATES AND TESTS under the GENERAL CONDITIONS.) Ali tests by the Tarn or the Engineer will be performed in such manner as not to delay the work unnecessarily and shall be made as required by the Spe- cifications. c. If the Specifications, the Town's Engineer's instructions, laws, ordi- nances, or any public authority require any work to be specifically tested or approved, the Contractor shall give the Engineer timely no- tice of its readiness for inspection, and if the inspection is by an authority other than the Engineer (such as a testing organization designated by the Town), of the date fixed for such inspection. If any work should be covered up without approval ori consent of the Engi- neer, it must, if required by the Engineer, be uncovered for examina- tion and properly restored at the Contractor's expense. The Contractor shall notify the Engineer sufficiently in advance of backfilling or eoncealing,any facilities to permit proper inspection. If any facilities are concealed without approval or consent of the Engineer or the Town, the Contractor shall wxm%er for fnspect1on and recover such facilities all at his own expense when so requested by the Town or the Engineer. Should .it be considered necessary or shfiable by the Engineer, at any time before final acceptance of the entice uxt. to wake an examina- tion of work elready completed by uncovering the same, the Contractor shall, on request, promptly furnish all necessary facilities, labor and ipaterial. If such work is found to be defective due to the fault of the Contractor or his subcontractors, he shall defray all the ex- penses of such examination and of satisfactory reconstruction. If, however, such work is found to met the requirements of the Contract, payment under the provisions of the GENERAL CONDITIONS, CHANCES IN THE YORK, shall be allowed the Contractor and he shall, in addition, if completion of the work of the entire'Contract has been delayed thereby, be granted a suitable extension oV time on account of the additional work involved. d. Inspection of materials and appurtenances to improvements embraced in this Contract may be production, manufacture, or shipment whenever GC- 131 be incorporated in the mad* at the place of the quantity justifies it, and such inspection and acceptance, unless otherwise stated in the Specifications, shall be final except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss In transit, or (i) fraud, or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sen- tence, the inspection of materials as a whole or in part will be made at the Project Site. e. Neither inspection, testing, approval nor acceptance of the work in ' whole or in part by the Town or its agents shall relieve the Contrac- tor or his sureties of the full responsibility for materials furnished or work performed not in strict accordance with the Contract. 1.29 Review by Town: The Town, its authorized representatives, and agents shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, em- ployment conditions, material invoices, and other relevant data and records pertaining to this Contract; provided, however, that all instruction to the Contractor are only by the Town through its authorized representatives or agents. 1.30 Final Inspection: When the improvements embraced in this Contract are sub- stantially completed, the Contractor shall notify the Town in writing that the work will be ready for final inspection on a defi- nite date which shall be stated in the notice. The notice will be given at least ten (10) days prior to the date stated for final inspection, and bear the signed concurrence of the representative of the TVwn having charge of inspection. If the Town determines that the status of the improvements is as represented, it will make the arrangements necessary to have final in- spection commenced on the date stated in the notice, or as soon thereafter as is practicable. The inspection party may also include the representa- tive of the Federal Agency ana representatives of each department of the Local Government having charge of improvements of like character when such ' i is re a er o be t. ted Otic 1 Carernmxn acce t- I:1irnat�srtsl �eh �ra�g.e maenanca pas��o Sec. �.C. 1.31 Deductions 1`or Uncorrected Mork: If the Town deems it not ient to 3 �d require the Contractor to correct work not done in accordance with the Contract OwA~ts, ae equitable deduc- tion from the Contract Price will be made by agreement between the Con- tractor and the Town and subject to settlement in ase of dispute, as herein provided. 1.32 Insurance: a. Workmen's Compensation: The Contractor shall carry, or require that there be carried, Workmen's Compensation Insurance and Employer's Lia- bility insurance for all him employees and those of his subcontractors ' engaged In work on the site in accordance with State or Territorial Workmen's Compensation Laws. b. Manufacturers' and Contractors' Liability: The Contractor shall carry, or require that there be carried, Manufacturers' and Contractors' Lia- bility Insurance with limits as specified in the "SCMEOULE OF INSURANCE" under "INSURANCE" of the Special Conditions for: GC- 132 (1) Personal Injury: This shall protect the Contractor and his sub- contractors and their heirs and assigns against all claims for injury to, or death of one or more than one person, because of accidents which may occur as a result of operations under this Contract; such insurance shall cover the use of ail equipment in- cluding, but not limited to, excavation machinery, trenching machines, cranes, hoists, rollers, concrete mixers, motor ve- hicles, and other equipment as may be specified elsewhere which may be used in the construction of the improvements embraced in this Contract. This Personal Injury Liability Insurance will be carried from commencement of work to final acceptance of the work under this Contract and will be extended to include insurance for completed operations. The completed operations portion of the Personal Injury Liability Insurance shall be extended for the en- tire period of the guaranty unless otherwise specified. This in- surance shall cover owned, hired, and non -owned equipment. (2) Property Damage: This shall protect the Contractor and his sub- contractors and their heirs and assigns from all claims for prop- erty damage which might arise from operations under this Contract. Property Damage Liability shall be extended to include insurance for completed operations. The completed operations portion of the Property Damage Liability insurance shall be extended for the entire period of the guaranty unless otherwise specified. (3) Manufacturers' and Contractors' Liability shpll not exclude lia- bility for personal injury or damages to property as a result of blasting, explosion, collapse of buildings or structures, and damage to underground installations. c. Automotive Liability: The Contractor shill carry, or require that there be carried, Automotive Liability Insurance for personal injury and property damage with the limits as spectflotto the "SCMEDULE Of INSURANCE" under "INSURANCE" of the Special Conditions to protect the Contractor and his subcontractors and their heirs and assigns from all claims for any personal injury or property dome" caused by an occur- rence, and arising out of the ownership, mitatenance or use, including loading and unloading, of any vehicles during the operations under this Contract. This coverage shall include coverage for owned, hired and non -owned vehicles. d. Towns' Protective Liability: The Contractor shall carry, or require that there be carried, Towns' Protective Liability insurance for and In the name of the Town, the Engineer and any others as my ' b�e specT- ed in the Special Conditions under 'INSURANCE" to protect them and their heirs and assigns from atl claims for personal injury and prop- erty damage arising from. the Contractor's or his subcontractor's operations under this Contract with like coverage and requirements for the Contractor's "Manufacturers' and Contractors' Liability" Insurance as specified herein and with the limits as specified in the "SCNEOULE OF INSURANCE" under "INSURANCE" of the Special Conditions. GC -133 L 1 1 1 1 1 i 1 g. Other Insurance: (1) Blasting: When explosives are to be used in"the prosecution of the work, the required insurance shall also contain provisions for protection against damage claims due to such use of explosives. (2) The Contractor shall ra rry, or require that there be carried, any other insurance as required in the Special Conditions under "IN- SURANCE". h. Endorsements: (1) Each Contractor's policy shati foctatk a Contractual 'HOLD NARM- LESS' endorsement and coverage as follms: "The Contractor (and Ms subcontractors) shall, during the per- Jormance of this work, take necessary precautions and place proper guards for the prevention of accidents; shalt keep up all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety snd Health Act and all other Federal, State and Local Regulations including any and all amendments, revisions, and additions thereto; and shall Indem- nify ndexnify and -save harmless the Town, the Engineers, and their employees, officers and agents from any and 'all claims,, suits, actions, fines, fees, damages and costs to which they may be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-compliance, unskillfuliness, willfulness, negli- gence or carelessness in the performance of the work, or in guard- ing or protecting the same, or from any improper methods, materials. GC- 134 The Contractor and his Insurer shall waive governmental immunity as a defense and shall not use the defense of governmental immunity in the adjustment of claims or in the defense of any suit, action or claim brought against the Town. ' e. Builder's Risk Insurance: If required by "INSURANCE" of the Special Conditions, the Contractor shall carry Builder's Risk Insurance (Fire and Extended Coverage, including "Special Extended Coverage" ---also known as All -Risk Builder's Risk Coverage), on a 100% completed value 1 basis of the insurable portions of the project for and in the name of the Town and the Engineer unless otherwise speciled. The Contractor and subcontractors and other interests shall be named only under the.' Loss Payable Clause as their interests may appear. The Reporting Form type of Builder's Risk Insurance will NOT be acceptable. The maximum acceptable deductible shall be $1,000. ' f. Job Office Insurance: The Contractor, when required by the Special Conditions to provide job offices for the use of the Town and Engi- neers, shall carry insurance for and in the name of the Town and the Engineer or accept full responsibility in writing for loss or damage to the contents to cover office records, supplies, instruments, equip- ment and personal property of the Town and Engineers using the field office. If insured, the limit shall be as specified in the "SCHEDULE ' OF INSURANCE" under "INSURANCE" of the Special Conditions. 1 1 1 1 1 i 1 g. Other Insurance: (1) Blasting: When explosives are to be used in"the prosecution of the work, the required insurance shall also contain provisions for protection against damage claims due to such use of explosives. (2) The Contractor shall ra rry, or require that there be carried, any other insurance as required in the Special Conditions under "IN- SURANCE". h. Endorsements: (1) Each Contractor's policy shati foctatk a Contractual 'HOLD NARM- LESS' endorsement and coverage as follms: "The Contractor (and Ms subcontractors) shall, during the per- Jormance of this work, take necessary precautions and place proper guards for the prevention of accidents; shalt keep up all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety snd Health Act and all other Federal, State and Local Regulations including any and all amendments, revisions, and additions thereto; and shall Indem- nify ndexnify and -save harmless the Town, the Engineers, and their employees, officers and agents from any and 'all claims,, suits, actions, fines, fees, damages and costs to which they may be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-compliance, unskillfuliness, willfulness, negli- gence or carelessness in the performance of the work, or in guard- ing or protecting the same, or from any improper methods, materials. GC- 134 ' implements or appliances used in performance of the work, or by or on account of any direct or indirect act or omission of the Contractor (or his subcontractors) or his employees or agents, and whether or not active or concurrent negligent act or omission ' by the employees, officers, or agents of the Town or the Engineer may have directly or indirectly caused or contributed thereto." ' (2) Manufacturers' and Contractors' Liability shall further include an endorsement stating: ' "This policy shall cover owned, hired and non-awned equipment." "Coverage for completed operations for both personal injury and property damage extended for the period of guaranty shall be cov- ered under this policy. Manufacturers' and Contractors' Liability coverage includes liability for personal injury or damages as a result of blasting, explosion, collapse of buildings or structures, and damage to underground installations." (3) Automotive Liability Insurance shall include an endorsement as follows: "This policy shall cover owned, hired and non-owned vehicles." (4) Town's Protective Liability shall include an endorsement as follows: "The Contractor and the Insurance Company waive governmental im- munity as a defense and will not use the defense of governmental immunity in the adjustment of claims or the defense of any suit, action or claim brought against the Town." (5) ALL POLICIES shall include: (a) endorsement of the work descrip- tion, contract name, number and location; '(b) an endorsement that the Insurance Company will Sive at least thirty (301 days written notice to the Town and the Engineer Prior to any modtftcation or cancellation of any such policy; Cc) am endorsement that the Con- tractor will be responsible for the payment of atl Premiums and/ or charges. . i. Proof of Insurance: Before commencing any work under this Contract, I .the-Contractor shall submit copies of the Certificate/Certificates of Insurance or binders to the Town, the EnStneer and any others as may be specified in the Special Conditions under "itlSURA)ICE", evidencing that all insurance as required herein is in force. The policies shall be identified by title, policy number, effective date, expiration date, coverages and limits of liability. Required or verbatum quotes of an- dorsements as required above or by the Special Conditions, and any non - standard exclusion endorsements for any required policies shall be at- tached to or be insurance. a part o the Certificate/Certificates of The Contractor must either include coverage for his subcontractors in his policy or submit similar Certiftcates of insurance from each of his subcontractors before their work commences. Each subcontractor must be GC- 135 C ' covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and the Engineer agree that a re- duced coverage is adequate because of the nature of the particular work. ' During the course of construction under this Contract, whenever there is a lapse in the insurance requirements as stated herein through can- cellation, expiration, failure to renew, or any other cause, the Town ' shall order the cessation of all construction activities until such time as the insurance requirements are complied with. The Contractor shall have no claim or claims whatever against the Town, the Engineer or other parties due to any delays caused thereby, nor shall it extend the completion time of the Contract. j. Approval/Disapproval of Insurance: Upon receipt of the Certificate(s) ' of Insurance or binders, the Town will, in writing, identify the poli- cies and indicate its approval or disapproval. New policies from other companies shall be provided in place of those disapproved. Such in- surance shall only be carried with financially responsible insurance companies, licensed in the State and approved by the Town. All poli- cies shall be kept in force until the Contractor's work is accepted by the Town (unless otherwise specified). Insurance policies (covering ' all operations under this Contract or, if so noted, for extended oper- ations) which expire before the Contractor's work is accepted by the Town (or where noted for extended operations, through the period of guaranty) shall be renewed and evidence of same submitted to the Town ' for its approval. 1.33 Patents: The Contractor shall hold and save the Town, its officers and ' employees harmless from liability of any nature or kind, includ - ing, but not limited to, court costs and attorney's fees, for or on account of any patented or unpatented invention, process, article or appliance man- ufactured or used in the performance of the Contract, including its use by the Town. unless otherwise specifically stlprfated to the Technical Speci- fications. L 1.34 Warranty of Title: No material. suppltes or equipment incorporated or to be incorporated io the Mori shill be purchased subject to any chattel mortgage or under a condlttessl sits w ethe agreement by which an interest therein or in any part thersO is retatned Ell the seller or supplier. The Contractor shall warrant good title to all materials, supplies and equipment installed or incorporated in the work and. upon completion of all work, shall deliver the same together with all Improve- ments and appurtenances constructed or placed thereon by him to the Town free from any claims, liens or charges. Neither the Contractor nor any person, firm or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improve- ment or appurtenance thereon. Nothing contained to this paragraph. how -- ever, shall defeat or impair the right of person furbishing materials or labor to recover under any law permitting such persogs to look to funds ' due the Contractor in the hands of the Town. The provisions of this para- graph shall be inserted in all subcontracts and material contracts and no- tice of its provisions shall be given to all persons furnishing materials ' for the work when no formal contract is entered into for such materials. IGC- 136 �j ' 1.35 General Guaranty: Neither the final certificate of payment, nor any pro- vision in the Contract, nor partial or entire use of the improvements embraced in this Contract by the Town or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of twelve (12) months from the date of final acceptance of the work. The Town will give notice of defective materials and work with reasonable promptness. ' 1.36 Arbitration and Litigation: Any controversy or claim arising out of, or relating to this Contract, or the breach there- of, shall at the option of the Town be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon ' the award rendered by the Arbitrator(s) may be entered in any Court having jurisdiction thereof. The Town shall exercise its option to arbitrate con- current with the rendering of its final decision on the claim. Should it fail to render a final decision within the prescribed time or fail to ex- ercise its option, the claim will be determined in accordance with the Rules of the American Arbitration Association as hereinbefore stated. , 1.37 Risk of Loss: The Town assumes no responsibility for the condition of ex- isting buildings and structures and other property on the Project Area, nor for.their continuance in the condition existing at the ' time of issuance of the Invitation for Bids or thereafter. No adjustment of Contract Price or allowance for any change in condjtions which may oc- cur after the Invitation for Bids has been issued will be made except as provided for herein. 1.38 Required Provisions Deemed Inserted: Each and every provision of law and • clause required by law to be inserted In this Contract shall be deemed to be inserted heretn, and the Contract shall be read and enforced as though tt were included herein and, ff 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 forth- with be physically amended to wake such insertion or correction. 1.39 Corrections: The Engineer shall have the rfght to correct any errors or ' omissions in the Contract, Specifications or Contract Draw- ings when such corrections are necessary for the proper expression of their intent. Such corrections shall take effect from the time that the Engineer gives notice thereof, and any alterations in the work rendered necessary thereby shall be made as corrected. Any conflict between the approved Contract Drawings and Specifications,.or any•disagreement in measurements upon the Contract Drawings, must be submitted to the Engineer before construction of the work. . 1.40 Safety Provisions: The safety provisions of applicable laws, building and construction codes, and the safety codes approved by the State Labor Commissioner shall be observed. IGC- 137 ' The provisions of the Federal occupational Safety and Health Administra- tion's "Occupational Safety and Health Standards" and "Safety and Health Regulations for Construction" shall be observed. Should at any time during the work under this Contract any Local/State/ Federal safety inspector visit the site for the purpose of a safety in- spection, the Contractor shall immediately notify the Engineer's repre- sentative on the job site. The Contractor shall employ watchmen on the work as necessary and shall erect and maintain such strong and suitable barriers and such lights as will effectually prevent the happening of any accident to health, limb or property. Lights shall be maintained between the hours of sunset and sun- rise, and during periods of low visibility. ' If, at any time in the opinion of the Engineer, the work is not properly lighted, barricaded, and in all respects safe, both in respect to public travel or adjacent property, public or private, and if under such circum- stances the Contractor does not or cannot immediately put the same into proper and approved condition, or if the Contractor or his representative is not upon the ground so that he can be immediately notified of the in- sufficiency of safety precautions, then the Engineer may put the work into such a condition that it shall be, in his opinion, in all respects safe and the Contractor shall pay all expenses of such labor and materials that may have been used for this purpose by him or by the Engineer. Such action of the Engineer, or his failure to take such action, shall in no way re- lieve the Contractor of the entire responsibility for,any cost, loss, or damage by any party sustained on account of the insufftctency of the safety precautions taken by him or by the Engineer acting under authority of this section. Night Work, Sundays and Holidays: Night work or work on Sundays or legal holidays will nwt be permitted except for emergencies or as specified elsewhere. I'• 1.42 Obstructions Encountered: In addition to showtng the construction under this Contract, the_drewtnOs show certain infor- rtion obtaJned by the Town regarding candtttons aa/-fiataris which exist at the site of the work, both at and below the surface of the ground. The Town and the Engineer expressly disclaim any responsibility for the accu- racy or campleteness of the information given on the drawings with regard ' to the ekisting conditions and features and the Contractor will not be en- titled to any extra compensation on account of inaccuracy or incompleteness of such information except as provided under the Sections CHANGE IN SUBSUR- FACE CONDITIONS and EXISTING UTILITIES, STRUCTURES AND FIXTURES of the GENERAL CONDITIONS. It is specifically called to the Contractor's atten- tion that all services. laterals, etc. are not shown'anthe Contract Draw- Ings and I C shall be his responsi'bIIIty to locate and protect the' same . The information which is shown is only for the conventence of the Contrac- tor. who must verify this information to his own satisfaction. The giving of this information upon the Contract Drawings will not relieve the Con- tractor of his obligations to support and protect all existing utilities, structures, and fixtures which may be encountered Ing the construction of the work, except as provided in the Section EXISTING UTILITIES. STRUC- ' - GC -138 TURES AND FIXTURES of the GENERAL CONDITIONS, and to make good all damages ' done to such existing utilities, structures, and fixtures as provided with- in the Specifications. 1.43 Existing Utilities, Structures and Fixtures_: It will be the Contractor's duty to notify all utility companies, all pipeline owners or other parties affected, and to have all necessary adjustments of the public or private utility fixtures, pipelines, ' and other appurtenances within or adjacent to the limits of construction made as soon as practicable when such changes are required by the Town. ' The Contractor shall schedule his operations in such a manner as to mini- mize interferences with the operation of the forces of utility companies' or municipalities in effecting the installation of new facilities as shown on the plans or relocation of their existing facilities. The Contractor ' shall consider in his bid all permanent and temporary utility appurtenances in their present or relocated positions and installation of new facilities as required for the project, and no additional compensation will be made for delays, inconvenience, or damages sustained by him due to interference from the above -noted utility appurtenances or the operation of installing or moving them. Inhere the Engineer determines that the relocation or adjustment of poles and overhead plant of public or private utilities is dependent upon the performance of certain contract requirements, the Contractor shall perform these operations within a reasonable length of time. ,t Temporary and permanent changes required by the Town in water lines, gas lines, sewer lines, wire lines, service connections, water and gas meter ' boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the proposed construction work are to be made by others at no expense to the Contractor, except as otherwise ' provided for in the Special Provisions or as noted on the plans. When the Contractor is required by the Tarn to relocate the utility instal- lations, such work will be paid for as extra work unless specific bid items for such work appear in the Contract. The Contractor Wil be required, at his own expense, to do everything necessary to support, protect, and sus- tain all sewer, water, gas or service pipes, electric light, parer poles, telephone or telegraph poles, manholes, valve boxes, conduits, and any and all utilities, structures, or fixtures laid across or along the site of the work. The Engineer, as well as the company or the corporation owning said utilities, structures or fixtures, must be notified of the same by the Con- tractor before any such utilities, structures or fixtures are removed or relocated. In case any of the said uttlitles, structures or fixtures are damaged by the Contractor, they shall be re"10*d by the Contractor at his ' own expense, or by the authorities having control of the same, and the ex - pens* of said repairs shall be deducted from the monies due or to become due the Contractor under this Contract. In the event of interruption to water or utility services as a result of accidental breakage, or as a result of being exposed or unsupported, the Contractor shall promptly notify the proper authority. He shall cooperate ' with the said authority in the restoration of service as promptly as pos- ' GC -13 9 Bible. In no case shall interruption to water service be allowed to exist outside of working hours. Fire hydrants shall be kept accessible to the Fire Department at all times, and no materials shall be kept or stockpiled within twenty-five (25) feet of any fire hydrant. Should it become necessary for the Contractor to remove or relocate any utilities, structures or other fixtures due to a grade and alignment con- flict which would require the proposed utility, structure or fixture (not trench excavation, sheeting or other construction features) to occupy the same space as the existing pipe, pole, conduit and/or other fixture, such removal or relocation will be paid for in accordance with the provisions for CHANGES IN THE WORK of the GENERAL CONDITIONS. Should said utilities, structures or other fixtures be removed or relocated by the Town or the respective utility companies at no cost to the Contractor, no payment will be made therefor. Prior to any removal or relocation of existing facilities, structures or fixtures, the Contractor shall notify the Engineer of the location and the ' circumstances and shall cease work (which might prove detrimental to the utility, structure or fixture encountered), if necessary, until satisfactory arrangements have been made with the owners of the same to properly care for them. Should it be necessary to cease work and a delay is caused thereby, the Contractor shall have no claim for damages or any claim other than for an extension of time. See GENERAL CONDITIONS ---CLAIMS FOR EXTRA COST. If the Contractor desires temporary changes of location for his convenience for any reason whatsoever, of water lines, gas lines, sewer lines, wire r lines, service connections, water and gas meter boxes, valve boxes, light standards, cableways, signals and any other uttlitles, structures or fix- tures, he shall satisfy the Engineer and the Town that the proposed reioca- tion does not interfere with his or other Contractor's operations or the requirements of the Contract Drawings, and does noe- cause an obstruction or a hazard to traffic. The Contractor shall make his awn request to the utility companies, pipe owners, or other parties affected for such reloca- tion work. Such relocation work for the canventence of the Contractor shall be made solely at the Contractor's enpensq. _ The Contractor shall not remove or relocate any utility, structure of fix- ture wi,thout the written approval of the owner of that uttltty, structure, or fixtwre unless otherwise shown on the Contract Drawings, Specifications, or ordered by the Engineer. I. AA Control of Existing Flows: During the construction of all proposed work, the Contractor shall take every precaution and do the necessary work to maintain .the flow of storm drainage, sanitary -sew- age and natural flows through the working areas. The Contractor is solely responsible for providing his flog control system and there shall be no separate payment for the required work. The Contractor shall be responsible for any flooding or sanitary backup on his work and to the property owners affected by such flooding or backup. The Contractor shall make such pro- visions as may be required by the Local, State or Federal health officers or any other public bodies with jurisdtction over the flow of storm drainage, sanitary seepage and natural flows. GC -140 In the event the Contractor uses water from natural water sources for his operations, intake method shall be such as to create no harmful effects; and where water is taken from a stream, reasonable flow downstream from the intake shall maintained. 1.45 Sewage, Surface, Groundwater and Flood Flows: The Contractor shall fur- nish all the necessary equipment, shall take all necessary precautions, and shall assume the en- tire cost of handling any sewage, seepage, storm, groundwater, surface and flood flows which may be encountered at any time during the construction of the work. The manner of providing for these flows shall meet the ap- proval of the Engineer and the entire cost of said work shall be included In the unit or lump sun prices bid for the various items of the work to be done under this Contract. The Contractor shall employ such feasible and practical methods in his op- erations as will prevent pollution, sedimentation, or the introduction of r impurities or other objectionable materials that may became suspended or dissolved in waters reaching streams, ponds, lakes, water supplies or other water bodies. Vater shall not be disposed of by discharging it into any street gutter, drainage channel, existing drainage system, natural stream, waterway, lake, pond or bog, etc. without the prior approval of the Authority having juris- diction thereof. Should such approval be obtained, the Contractor shall ensure that no solids, debris, suspended soil particles, impurities or pollutants are allowed to enter the drainage system. ,The Contractor shall be fully responsible for any damages to these systems resulting from his disposal methods and any necessary measures (such as, but limited to, cleanup) required to return the system to preconstruction conditions. In addition to the above, disposal on private property shall be only with the prior written permission of the property owner. Any water used for any purpose by the Contractor shall not be discharged In such a way as to create pollutton, sedimentation, or other adverse ef- fects upons the aforementioned streams or voters. 1.46 Connecting to Existing York: The Cont Shayt rw*we such existing masonry, concrete, equipment and piping as is necessary in order to make the proper connections to the existing work at the locations shown. Also, he shall make the necessary pipe line, roadway and other connections at the several pointsin order that on com- pletion of this Contract, water, sewage, or store water, as the case may be, will flow through the several pipe lines and structures. Unless other- wise s ocifled herein, no extra payment will be made for this work, but the ' entire cost of the same shall be included in the unit or lump sum prices bid for the various items of the work to be done under this Contract. 1.47. Existing Improvements: The Contractor shall conduct his work so as to minimize damage to existing improvements, except where specifically stated otherwise in the Specifications or Drawings. It will be the responsibility of the Contractor to restore, as nearly as practical to their original conditions, all improvements on public or pri- vate property damaged by his operations. r GC- 141 1 - �I The utility mains, ducts, poles and services in the construction area, where shown on the Contract Drawings, are at the approximate locations furnished by various utilities concerned. These locations are subject to possible errors in the source of the information; also, errors in transcription. The Contractor shall make certain of the exact location of mains, ducts, poles and services prior to excavation or construction near the same. The various utility companies have been made aware of the pending con- struction and are generally familiar with the locations of conflicts in the case of the proposed construction. The various utility companies will make all adjustments to their awn lines except where otherwise shown on the Contract Drawings or specified. The Contractor shall give ample notice to the various utilities so that existing lines can be marked in the field and adjustments made. The Contractor shall cooperate fully with the various utilities and shall plan his work so that least interference Is caused for all parties concerned. No additional payments shall be made to the Contractor for delays caused by utility interference due to negli- gence on the part of the Contractor. The Contractor shall support all utility lines uncovered during excavation. 1.48 Access to Site: The Contractor shall make every effort to minimize damage 1 The Contractor shall be responsible.for and reimburse'the Town and others for any and all losses, damage or expense which the Town or those others may suffer, either directly or indirectly or.through any claims of any per- son or party, for any trespass outside the spaces and rights-of-way pro- vided by the Town to the Contractor or any violation or disregard of the terms and conditions established for the use or occupancy of those rights or for negligence in the exercise of those rights. IGC- 142 to all access routes, and he shall be required to restore them to their original condition. The Contractor shall acquire all neces- sary permits for working in, on, or from public streets or rights-of-way and for securing additional access rights thereto. All costs of the removal and restoration to original condition of walls, fences, structures, utility lines, poles, guy wires or anchors, and other improvements required for passage of the Contractor's equipment shall be borne by the Contractor: The Contractor shall notify the proper authori- ties of the local Government and all utilities of any intended modifica- tion or disruption to their property prior to the start of construction and shall cooperate with thea in the scl edul I g antVerforwance of his operation. - If the Contractor, by direct negotiation and bargain with any land owner, lessee or tenant, has secured for h ise l f an r W to me more space or greater privileges than the space provided * the Taws for purposes Inci- dental to the performance of the Contract, he shell, upon request of the Engineer, furnish -to the Engineer proper evidence that such additional rights have been properly secured and assurance that no damage to or claim upon the Town will arise therefrom. The Town shall not be liable in any way for any expense incurred by the Contractor in securing any such right to use additional property. 1 The Contractor shall be responsible.for and reimburse'the Town and others for any and all losses, damage or expense which the Town or those others may suffer, either directly or indirectly or.through any claims of any per- son or party, for any trespass outside the spaces and rights-of-way pro- vided by the Town to the Contractor or any violation or disregard of the terms and conditions established for the use or occupancy of those rights or for negligence in the exercise of those rights. IGC- 142 1 The Town may retain or deduct from any sum or sums due or to become due to the Contractor such amount or amounts as may be proper to ensure the Town against loss or expense by reason of the failure of the Contractor to ob- serve the limits and conditions of the rights-of-way, rights -of -access. etc. provided by the Town. 1.49 Weather Conditions/Work in Freezing Weather: In the event of temporary suspension of work, or dur- ing inclement weather, or whenever the Engineer shall direct, the Contrac- tor 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 materials shall have been dam- aged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his and their work, such materials shall be removed and replaced at the expense of the Contractor. Unless written permission is given, work liable to be affected by frost or freezing shall be suspended during freezing weather. When work proceeds under such a condition, the Contractor shall provide approved facilities for heating the materials and for protecting the finished work. 1.50 Intoxicating Liquors: The Contractor shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the work specified in this Contract or upon any of the grounds occu- pied by him or by his employees. 1.51 Indemnity Clause: The Contractor and his subcontractprs shall, during the performance of this work, take necessary precautions and place proper guards for the prevention of accidents; shall keepup all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety and Health Act of 1970 and all other Local, State ane Federal Regulations, including any and all amendments, revisions and additions thereto; and shall indemnify and save harmless the Town and the Engineers and their employees. officers and agewts from any and all claims, suits, actions. fines. fees, damages, and costs to which they may be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-compllanc*._ r R 1.52 Non -Federal Labor -Standards Provisions: a. General Provisions: The following Non -Federal Labor -Standards Provi- sions, including the following provisions concerning maximum hours of work, minimum rates of pay. and overtime compensation with respect to the categories and classifications of employees hereinafter mentioned are included in this Contract pursuant to the requirements of applic- able State or local laws, but the inclusion of such provisions shall not be construed to relieve the Contractor or any subcontractor from the pertinent requirements of any applicable Federal labor -Standards Provisions. The limitations, if any, in these NQP-Federal Labor - Standards Provisions upon the hours per day, per week or per month which employees engaged on the work covered by this Contract may be regdIred or permitted to work thereon shall not be exceeded. jb. Other Stipulations: The execution of the Contract by the Bidder binds GC- 143 him to all applicable State Labor Laws and Regulations. All such regu- lations and laws shall be binding to the same extent as if they were copied at length herein. c. Schedule of Salaries and Wages: EXHIBIT 1.53 Maintenance: a. Except as may have been provided otherwise for a particular job, the Contractor shall keep and maintain the whole of the work constructed by him in good order and repair for a period of not less than one year from the date of completion of the construction of the entire work. Parts of the work may have been virtually completed prior to the conn pletion of the whole work, and have been maintained by the Contractor pending completion of the whole, but such maintenance of any part first built shall not diminish the duty of the Contractor to maintain the whole for one year following completion of the whole. In the event that the surfaces or premises which were disturbed by the Contractor or the construction is not in good order at the end of that period of one year, he shall continue to maintain them or it until such time as they all have been put into and are in good order. The Contractor shall repair promptly all failures in the construction and operation of the work which may occur or become evident before the expiration of said maintenance period, and all defects of sewers, drains, pipes, conduits, curbs, walks, street or road surfaces, land surfaces, turf- ing, embankments covering the sewer, or of any structures on the line of the work or adjacent thereto, occurring before the expiration of such maintenance period and caused or affected by any work or opera - 0 tion incidental to the Contract. The Contractor shat; save the Town of Southold and the State of New York harmless fras.all cost avid expense arising directly or indirectly from any failure or defect or frost the faire of the Con- tractor to rectify the same, or any act or cmts*tcn of tM Contractor incidental thereto during the maintenance period described to the pre- ceding section. He shill provide adequate insurance to secure such risks, and satisfactory cartiftcates that such insurance has been pro- vided. b. immediately following rainstorms, winter thaws, and similar occurrences which may givk rise to settlement of fills, earth movements, etc., and -at other times as needed during the time the Contractor is liable for the maintenance and repair of the work, the Contractor shall inspect the premises and work and ascertain what, If any, repairs are needed, and what fills have settled or similar incidents occurred which need attention. While the Engineer or City, Town or State highway agents may, from time to time, notify. this Contractor that such incidents have occurred or that conditions exist needing their attention, such notice by the Engineer and others will have been given in the interest of the City, Town, State or other party,. artd no obligation shall rest upon the Engineer, City, Town, or State agent under this Contract to give such notice. failure on the part of the Engtneer or other public officer or other party to notify the Contractor of any incident or circumstance needing repair, refilling, or similar service under the maintenance pro- ro-GC-144 GC- 144 visions of the Contract shall in no way relieve the Contractor of any part of his duties under the maintenance provisions of the Contract and Specifications. c. The Engineer may, from time to time during the construction and/or prior to the end of the maintenance period, notify the Contractor that repairs are needed, defects exist which should be corrected, fills have settled, and that roadways, walks, etc. are unsafe or inadequately pro- tected by barricades, lights or other means. Upon receipt of such no- tice from the Engineer, the Contractor shall immediately proceed to make the repairs, correct the defect, refill the settlements, or make safe the road, walk or whatever needs attention, if such work is within the obligations of the Contractor under this Contract. d. If, after the Engineer has given notice to the Contractor to make any repairs, correct any defects, fill any settlement, render a road or walk safe, etc., the Contractor shall fail to do so within a reason- able time thereafter, the Town may cause such repairs to be made, de- fects corrected, fills made, roads and walks made safe, etc., by such persons or means as it may elect, and the Contractor shall reimburse the Tam for any expense incurred by it in performing such work or services. The Town may deduct from any sum or suns due or to became due to the Contractor such sum or sums as may be proper to reimburse the Town for such expense or expenses, or may collect the costs of such work by other means. e. If, in the opinion of the Engineer, at any timeile'the Contractor is responsible for the work or maintenance there, an emergency exists because there are not adequate barricades, lights, signs, etc. to warn - and protect the public and/or persons or property N the vicinity of the work, or that the work under construction, or other adjacent streets, grounds or structures are In acute danger of damage or injury by reason of inadequate shoring, sheetta@, bractug, dratnage, protec- tion or other proper precautions which it is ttft duty of the Contractor to provide or to have provided; or that a street, road, walk or other premises are unsafe by reason of any settlement of any filling placed by the Contractor, or any defect in tra wWk at Mr'facs over baekf i i led trenches. or is unreasonably abstruetW. the Emgtow my direct the Contractor or the Contractor's representative to remedy the difficulty immediately; to furnish and erect the needed barricades, lights or sighs; to furnish and set adequate sheeting, shoring and bracing; to provide adequate pumps and drainage facilities; .to fill settlements; to smooth roads, streets, walks or grorncs; or to perform similar ur- gently needed services. If the Contractor or his representative is not present or is not im- mediately available or able tp receive such ordors or to perform emer- gency services needed, or fails to act following such notice, the En- gineer, acting for the Town, may, by' such persons and means as he deems proper and as are available, take such measures as may reasonably be needed to protect the public, the work, and adjacent persons and prop- erty from acute danger of immediate loss. injury or damage. The Con- tractor shall reimburse the Town for the expense of any and all such emergency protective measures, and the Town may deduct from any sum or GC- 145 sums as may be sufficient to reimburse the Town for its expense for such emergency work. f. Giving notice, or failure to give notice. or acting as authorized in the preceding section, or failure to so act on the part of the Engi- neer, or any question as to the adequacy of the notice by the Engi- neer, or of his acts or those of the Town as provided in those sec- tions, shall not in any way relieve the Contractor from any part of his responsibility or liability for performing any and all of the acts and assuming any and all of the risks, duties and liabilities which the Contractor is obligated to perform or assume. GC- 146 i u 1 NEW YORK REQUIRED CONTRACT PROVISION 1.54 CONSTRUCTION SAFETY AND HEALTH STANDARDS It is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed in per- formance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under con- struction safety and health standards (Title 29, Code of Federal Regulations, Part 1518 ppublished in the Federal Register on April 17, 1971) promulgated by the United States Secretary of Labor in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, (83 Stat. 96). 1.55 "OR EQUAL" CLAUSE: Whenever a material or article required is specified or shown on the Drawings by using the name of the proprie- tary product, or of a particular manufacturer or vendor, any` material or article which vill perform adequately the duties imposed by the general design may be considered equal and satisfactory, providing the material or article so proposed is of equal substance and function, in the Owner's opinion. It shall not be purchased or installed without the Owner's written approval, and in all cases new material shall be used in the project. If two or more brands makes of material devices or equipment are shown or specified, each should be re arded as the a ual of the other. Any other brand, make or mater- ial, device or equipment which in the opinion of the Owner or his authorized agent is the recognized equal of that specified, considering quality. workmanship and economy of operation, and is suitabld for the purpose intended. may be accepted. Reference is made herein to the major equip- ment the Contractor proposes to install in the work. GC- 147 PJ r 1.56 CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior or written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by the following: The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment. 1 Changes or credits for the work covered by the approved change shall be determined -by methods outlined in attach- ments I, II and III herein. GC -148 The cost shall not exceed the following: (1) Contractor's overhead percentage (10%) (2) Contractor's profit percentage (10%) (3) If the work is done by a subcontractor, -Subcontractor's overhead percentage (5%) -Subcontractor's profit percentage (10%) -Contractor's combined overhead and profit percentage (10%) For changes orders over $100,000, the percentages for overhead and profit subject to negotiation. Overhead and profit cannot be applied to a roll taxes such as unemployment insurance, FICA, workmen's compensa- tion, personal liability and property damage. The specifications should provide for change orders to be issued for overruns which change a single quantity by 15% or $25,000 or greater, or which cumulatively change the contract cost by both 15% and $25,000 or greater. Change orders not required for simple item transfers. Change orders are to be provided for overruns and under - runs which change the quantities by 1S% or $25,000 or greater; or which cumulatively changes the contract by both 15% and $25,000 or greater. 1 Changes or credits for the work covered by the approved change shall be determined -by methods outlined in attach- ments I, II and III herein. GC -148 1.57 PAYl1ZNTS TO CONTRACTOR (5% Retainage) a. monthly estimates will be furnished to the Cngineer for verification and approval of the amount of work done to the first of the month and the amount earned by the Contractor. An amount of 92% of the estimated amount due, less any payments made and/or any other monies to be held will be paid on or about the fif- teenth of the month. The balance will be retained by the Owner until final completion of the work. And it is hereby understood and agreed that said estimates are approximate only and subject to adjustment on final estimate and that they shall be wade only when, the work progresses in accordance with the provisions of this Contract. Final payment will not be made untilfinal completion and acceptance by the Owner of all_wa rk covered by the Contract. b. In preparing estimates, the material delivered on the site and preparatory work may be taken into consider- ation. c. All materials and work covered by partial payments shall thereupon become the sole property of the Owner. but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which paysents have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all of the terms of the Contract. d. Owner's Right to Withhold Certain Amounts and :sake Application Thereof: The Contractor agrees that be will indemnify and I saw the Owner harmless from all claims growing out of the lawful des:ands of subcontractors, laborers, workmen, mechanics, material, men and furnishers of machinery and parts, thereof, equipment, power tools, and all supplies, including comiaissary incurred in any furtherance of the performance of this contract. The Contractor shall, at the Owner's request, fur- nish satisfactory evidence that all obligations of the nature hokein designated have been paid, discharged, or waived. If the Contractor fails to do not then the Owner may, after ha'fing Lserved wr&tten nokiee on the said Contractor, either pa unpaid ills of which the Owner bas written notice, d sect, or I withhold froe the Contractor••�� id compensation a em avm of soney deed reasonably- sYsticient to pay any CC- 149 The authorized representatives and agents of the Owner and State of New York Dept. of Environmental Conserv ion shall be permitted to inspect all work, materials, payro��I9, records of personnel, invoices of materials, and other relevant data and records. Representatives of the Owner and of the State shall have access to the work whenever it is in preparation or progress and the Contractor shall provide 1 facilities for such access and inspection. 1 i7 11 11 GC- 150 and all such lawful claims until satisfactory evi- dence is furnished that all liabilities have been full discharged whereupon payment to the Contractor shah be resumed, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obliga- tions upon the Owner. Any payment so made by the Owner shall be considered as a payment made under the Contract by the Owner to the Contractor and the Owner shall not be liable for any such payment made in good faith. 1.58 NYSDEC ACCESS TO SITE The authorized representatives and agents of the Owner and State of New York Dept. of Environmental Conserv ion shall be permitted to inspect all work, materials, payro��I9, records of personnel, invoices of materials, and other relevant data and records. Representatives of the Owner and of the State shall have access to the work whenever it is in preparation or progress and the Contractor shall provide 1 facilities for such access and inspection. 1 i7 11 11 GC- 150 F] SUPPLEMENTARY GENERAL CONDITIONS I Page I. S.G.C. For Work Eligible For EPA Assistance SGC -1 II. S.G.C. For New York State Provisions SGC -11 III. State Wage Rates IV. Federal Wage Rates Certain Federal Government requirements and standards as set forth in these documents and any modifications thereto in the Supplementary General Conditions, shall be applicable to the work of this Contract, when all or part of the work is eligible for Federal Participation in the payment of its costs. The above statement does not relieve the Contractor from obeying in full any and all Federal regulations which by law are applicable to the work of this contract irrespective of its eligibility for Federal financing and some of which may be included or referred to in the above described requirements. The Contractor shall also obey in full all State and local regulations which by law are applicable to the work of this contract, including any which pertain to Minimum Wage Rates, Labor Requirements, Anti Kickback Requirements and Non -Discrimination in Employment. All such laws, applicable to the work of this Contract, shall be deemed inserted herein and any ommission and/or waiving of any contract requirements, does not relieve the Contractor from obeying all requirements of the Contract or applicable laws or regulations. [l n I SGC -0 F I. Supplementary General Conditions For Work Eligible For EPA Assistance designated or indicated to be a change order, make any change in the work within the 40 CFR 33 Subpart F -MODEL CLAUSES (FOR CONSTRUCTION CONTRACTS) 1., Supersession The recipient and the contractor agree that this and other appropriate clauses in 40 GFR 33.1030 apply to that work eligible for EPA assistance to be performed under this agreement and that these clauses supersede any conflicting provisions of this agreement. 2. Privity of Agreement This agreement is expected to be funded in part with funds from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, agencies, or employees, is or will be, a party to this agreement or any lower tier agreement. This agreement is subject to regulations contained in 40 CFR Part 33 in effect on the date of the assistance award for this project. 3. Changes (a) The recipient may, at any time, without notice to any surety, by written order designated or indicated to be a change order, make any change in the work within the general scope of the agreement, including but not limited to changes: (1) In the specifications (including drawings and designs); (2) In the time, method or manner of performance of the work; (3) In the recipient -furnished facilities, equipment, materials, services or site; or (4) Directing acceleration in the performance of the work. (b) A change order shall also be any other written order (including direction, instruction, interpretation or determination) from the recipient, which causes any change, provided the contractor gives the recipient written notice stating the date, circumstances, and source of the order and that the contractor regards the order as a change order. (c) Except as provided in this clause, no order, statement or conduct of the recipient shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order, the recipient shall make an equitable adjustment and modify the agreement in writing. Except for claims based on defective specifications, no claim -for any change under paragraph (b) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph (b). In the case of defective specifications for which the recipient is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. SCG -1- t P, (e) If the contractor intends to assert a claim for an equitable adjustment under this clause, he must, within 30 days after receipt of a written change order under paragraph (a) of this change clause or the furnishing of a written notice under paragraph (b) of this clause, submit to the recipient a written statement setting forth the general nature and monetary extent of such claim. The recipient may extend the 30 -day period. The contractor may include the statement of claim in the notice under paragraph (b) of this change clause. (f) No claim by the Contractor for an equitable adjustment shall be allowed if made after final payment under this agreement. 4. Differing Site Conditions (a) The contractor shall promptly, and before such conditions are disturbed, notify the recipient in writing of: (1) Subsurface or latent physical conditions at the site differing materially from those indicated in this agreement, or (2) Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in this agreement. (b) The recipient shall promptly investigate the conditions. If it finds that conditions materially differ and will cause an increase or decrease in the contractor's cost or the time required to perform any part of the work under this agreement, whether or not changed as a result of such conditions, the recipient shall make an equitable adjustment and modify the agreement in writing. (c) No claim of the contractor under this clause shall be allowed unless the contractor has given the notice required in paragraph (a) of this clause. However, the recipient may extend the time prescribed in paragraph (a). (d) No claim by the contractor for an equitable adjustment shall be allowed if asserted after final payment under this agreement. 5. Suspension of Work (a) The recipient may order the contractor in writing to suspend, delay or interrupt all or any part of the work for such period of time as the recipient may determine to be appropriate for the convenience of the recipient. (b) If the performance of all or any part of the work is suspended, delayed or interrupted for an unreasonable period of time by an act of the recipient in administration of this agreement, or by the recipient's failure to act within the time specified in this agreement (or if no time is specified, within a reasonable time), the recipient shall make an adjustment for any increase in the cost of performance of this agreement (excluding profit) necessarily caused by such unreasonable suspension, delay, or interruption and modify the contract in writing. However, no . adjustment shall be made under this clause for any suspension, delay, or interruption to the extent (1) that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the contractor, or (2) for which an equitable adjustment is provided for or excluded under any other provision of this agreement. SGC- 2 P, (c) No claim under this clause shall be allowed (1) for any costs incurred more than 20 days before the contractor notified the recipient in writing of the act or failure to act involved (this requirement does not apply to a claim resulting from a suspension order), and (2) unless the amount claimed is asserted in writing as soon as practicable after the termination of such suspension, delay, or interruption, but not later than the date of final payment under the agreement. 6. Termination i(a) This agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given (1) not less than ten (10) calendar days' written notice (delivered by certified mail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with the terminating party prior to termination. (b) This agreement may be terminated in whole or in part in writing by the recipient for its convenience, provided that the contractor is given (1) not less than ten (10) calendar days' written notice (delivered by certified mail, return receipt requested) of intent to terminate and (2) an opportunity for consultation with the terminating party prior to termination. (c) If termination for default is effected by the recipient,. an equitable adjustment in the price provided for in this agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted to cover any additional costs to the recipient because of the contractor's default. If termination for default is effected by the contractor, or if termination for convenience is effected by the recipient, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to the contractor for 1 services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments which had become firm prior to the termination. (d) Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise), and (2) deliver or otherwise make available to the recipient all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by the contractor in performing this agreement, whether completed or in process. (e) Upon termination under paragraphs (a) or (b) above, the recipient may take over the work and may award another party an agreement to complete the work under this agreement. (f) - If, after termination for failure of the contractor to fulfill contractual obligations, it is . determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the recipient. In such event, adjustment of the agreement price shall be made as provided in paragraph (c) of this clause. ISGC -3 - fl t 7. Remedies Unless otherwise provided in this agreement, all claims, counter -claims, disputes, and other matters in question between the recipient and the contractor arising out of, or relating to, this agreement or the breach of it will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the recipient is located. 8. Price Reduction for Defective Cost or Pricing Data Note.—The following clause applies to (1) any agreement negotiated between the recipient and its contractor in excess of $100,000; (2) negotiated agreement amendments or change orders in excess of $100,000 affecting the price of a formally advertised, competitively awarded, fixed price agreement; or (3) any lower tier agreement or purchase order in excess of $100,000 under an agreement other than a formally advertised, competitively awarded, fixed price agreement. This clause does not apply to agreements awarded on the basis of effective price competition. (a) The contractor and subcontractor, where appropriate, assure that the cost and pricing data submitted for evaluation with respect to negotiation of prices for negotiated agreements, lower tier agreements, and change orders is based on current, accurate, and complete data supported by their books and records. If the recipient or EPA determines that any price (including profit) negotiated in connection with this agreement, lower tier agreement, or amendment thereunder was increased by any significant sums because the data provided was incomplete, inaccurate, or not current at the time of submission, then such price or cost or profit shall be reduced accordingly and the recipient shall modify the agreement in writing to reflect such action. (b) Failure to agree on a reduction shall be subject to the remedies clause of this agreement. NOTE: - Since the agreement is subject to reduction under this clause by reason of defective cost or pricing data submitted in connection with lower tier agreements, the contractor may wish to include a clause in each lower tier agreement requiring the lower tier subcontractor to appropriately indemnify the contractor. It is also expected that any lower tier subcontractor subject to such indemnification will generally require substantially similar indemnification for defective cost or pricing data submitted by lower tier contractors. 9. Audit; Access to Records (a) The . contractor shall maintain books, records, documents, and other evidence directly pertinent to performance on EPA funded work under this agreement in accordance with generally accepted accounting principles and practices consistently applied, and 40 CFR Part 30 in effect on the date of execution of this agreement. The contractor shall also maintain the financial information and data used in the preparation or support of the cost submission required under 40 CFR 33.29.0 for any negotiated agreement or change order and a copy of the cost summary submitted to the recipient. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, the recipient, and the State of New York or any of their authorized representatives shall have access to all such books, records, documents, and other evidence for the purpose of inspection, audit and copying during normal business hours. The contractor will provide proper facilities for such access and inspection. SGC-4- Li (5) If this is a formally advertised, competitively awarded, fixed price agreement, the contractor agrees to make paragraphs (a) through (g) of this clause applicable to all negotiated change orders and agreement amendments affecting the agreement price. In the case of all other types of prime agreements, the contractor agrees to make paragraphs (a) through (g) applicable to all agreements he awards in excess of $10,000, at any tier, and to ;Hake paragraphs (a) through (g) of this clause applicable to all change orders directly related to project performance. (c) Audits conducted under this provision shall be in accordance with generally accepted auditing standards and with established procedures and guidelines of the reviewing or audit agency(ies). (d) The contractor agrees to disclose all information and reports resulting from access to records under paragraphs (a) and (b) of this clause to any of the agencies referred to in paragraph (a). I (e) Records under paragraphs (a) and (b) above shall be maintained by the contractor during performance on EPA assisted work under this agreement and for the time periods specified in 40 CFR Part 30. In addition, those records which relate to any controversy arising under an EPA assistance agreement, litigation, the settlement of claims arising out of such performance or to costs or items to which an audit exception has been taken shall be maintained by the contractor for the time periods specified in 40 CFR Part 30. (f) Access to records is not limited to the required retention periods. The authorized representatives designated in paragraph (a) of this clause shall have access to records at any reasonable time for as long as the records are maintained. (g) This right of access clause applies to financial records pertaining to all agreements (except formally advertised, competitively awarded, fixed price agreements) and all agreement change orders regardless of the type of agreement, and all agreement • amendments regardless of the type of agreement. In addition this right of access applies to all records pertaining to all agreements, agreement change orders and agreement amendments: (1) To the extent the records pertain directly to agreement performance; (2) If there is any indication that fraud, gross abuse or corrupt practices may be involved; or (3) If the agreement is terminated for default or for convenience. 10. Covenant Against Contingent Fees The contractor assures that no person or selling agency has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bona fide employees or bona fide established commercial or selling agencies maintained by the contractor for the purpose of securing business. For breach or violation of this assurance the recipient shall have the right to annul this agreement without liability or, at its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. j SGC -5- I it 11. Gratuities (a) If the recipient finds after a notice and hearing that the contractor or any of the contractor's agents or representatives offered or gave gratuities (in the form of enter- tainment, gifts, or otherwise), to any official, employee or agent of the recipient, the State, or EPA in an attempt to secure an agreement or favorable treatment in awarding, amending, or making any determinations related to the performance of this agreement, the recipient may, by written notice to the contractor, terminate this agreement. The recipient may also pursue other rights and remedies that the law or this agreement provides. However, the existence of the facts on which the recipient bases such findings shall be in issue and may be reviewed in proceedings under the Remedies clause of this agreement. (b) In the event this agreement is terminated as provided in paragraph (a), the recipient may pursue the same remedies against the contractor as it could pursue in the event of a breach of the agreement by the contractor, and as a penalty, in addition to any other damages to which it may be entitled by law, be entitled to exemplary damages in an amount (as determined by the recipient) which shall be not less than three nor more than ten times the costs the contractor incurs in providing any such gratuities to any such officer or employee. 12. Buy American In accordance with section 215 of the Clean Water Act (33 USC 1251 et. seq.) and implementing EPA regulations, the contractor agrees that preference will be given to domestic construction material by the contractor, subcontractors, materialmen and suppliers in the performance of this agreement. 1 13. Responsibility of the Contractor 1 [I n (1) The contractor agrees to perform all work under this agreement in ac- cordance with this agreement's designs, drawings, and specifications. (2) The contractor guarantees for a period of at least one (1) year from the date of substantial completion of the work that the completed work is free from all defects due to faulty materials, equipment or workmanship and that he shall promptly make whatever adjustments or corrections which may be necessary to cure any defects, including repairs of any damage to other parts of the system resulting from such defects. The owner shall promptly give notice to the contractor of observed defects. In the event that the contractor fails to make adjustments, repairs, corrections or other work made necessary by such defects, the owner may do so and charge the contractor the cost incurred. The performance bond shall remain in full force and effect through the guarantee period. (3) The contractor's obligations under this tractor's other express or implied assurances under no way diminish any other rights that the owner faulty materials, equipment or work. SGC -6- clause are in addition to the con - this agreement or State law and in may have against the contractor for (e) The specification requirements of § 33.255; 14. Final Payment (f) Upon satisfactory completion of the work performed under this agreement, as a condition before final payment under this agreement or as a termination settlement under The Federal cost principles in § 33.275; this agreement the contractor shall execute and deliver to the owner a release of all claims (h) against the owner arising under, or by virtue of, this agreement, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided The cost and price considerations in § 33.290, and in this agreement, by State law or otherwise expressly agreed to by the parties to this (j) agreement, final payment under this agreement or settlement upon termination of this agreement shall not constitute a waiver of the owner's claims against the contractor or his sureties under this agreement or applicable performance and payment bonds. 15. Violating Facilities For agreements in excess of $100,000, the Contractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and EPA regulations (40 CFR Part 15) which prohibit the use under nonexempt Federal contracts, grants, or loans of facilities included on the EPA List of Violating Facilities. Energy Efficiency 16. The Contractor shall comply with mandatory standards and policies on energy efficiency contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163). 1 17. Subagreements Awarded by a Contractor The Contractor must comply with the following provisions in its award of subagreements. (a) 40 CFR Part 32 (Debarment and Suspension Under EPA Assistance Programs); (b) The limitations on subagreement award in § 33.220 (a)(1) through (a)(5); (c) The profit requirements in § 33.235; (d) The requirements for small, minority, women's and labor surplus area businesses in § 33.240; (e) The specification requirements of § 33.255; (f) The requirements of Subpart C of 40 CFR Part 33, if appropriate; (g) The Federal cost principles in § 33.275; (h) The prohibited types of subagreements in § 33.285; (i) The cost and price considerations in § 33.290, and (j) The applicable subagreement provisions in Subpart F of 40 CFR Part 33. SGC -7- it (b) A protest appeal is limited to the following: (1) Issues arising under the procurement provisions of this Part, or (2) Alleged violations of State or local law or ordinances where the award official determines that there is an overriding Federal requirement. (c) A recipient of a lower tier agreement (subcontract) may only file a protest appeal for issues which relate to the award of an agreement by a contractor (see § 33.295 ("Subagreements.awarded by a contractor"). 3 33.1125 Filing requirements. (a) Protest appeals must be filed with the Assistant General Counsel for Grants for Headquarters awarded assistance agreements and with the Office of Regional Counsel for regionally awarded assistance agreements. Subpart G - Protests i § 33.1105 Applicability and scope of this subpart. This subpart sets forth EPA's administrative process for the rapid resolution of protest appeals filed with the award official. 9 33.1110 Recipient protest procedures. (a) Recipients must establish their own procedures for prompt consideration of initial protests concerning their solicitations or contract awards. A "protest" is a written complaint concerning the recipient's solicitation or award of an agreement. It must be filed with the recipient by a party with a direct financial interest adversely affected by a recipient's procurement action (see 9 33.1130 "Review of protest appeal"). (b) The recipient should review each protest received to determine whether it is appropriate to defer the protested procurement action. (c) If the recipient does not defer the procurement action, it assumes the risk that the award official may disallow the cost of the protested procurement action if the protest appeal is upheld. 9 33.1115 Protest appeal. (a) A party with a financial interest which is adversely affected by the recipient's decision on the initial protest may file a "protest appeal" with the award official. (b) A "protest appeal" is a written complaint filed with the award official regarding the recipient's determination of a protest. 933.1120 Limitations on protest appeals. I (a) The award official shall not accept a protest appeal until the protester has exhausted all administrative remedies at the recipient level. (b) A protest appeal is limited to the following: (1) Issues arising under the procurement provisions of this Part, or (2) Alleged violations of State or local law or ordinances where the award official determines that there is an overriding Federal requirement. (c) A recipient of a lower tier agreement (subcontract) may only file a protest appeal for issues which relate to the award of an agreement by a contractor (see § 33.295 ("Subagreements.awarded by a contractor"). 3 33.1125 Filing requirements. (a) Protest appeals must be filed with the Assistant General Counsel for Grants for Headquarters awarded assistance agreements and with the Office of Regional Counsel for regionally awarded assistance agreements. (b) A protest appeal must: (1) B e written; (2) Include a copy of the recipient's determination of the protest; (3) State the basis for the appeal; and (4) Request a determination under this subpart. (c) Upon filing a protest appeal with the Regional Counsel or Assistant General Counsel for Grants, as appropriate, the party filing the protest appeal must, concurrently transmit a copy of all protest documents and any attachments to all other parties with a direct financial interest which may be adversely affected by the determination of the protest appeal - (d) The award official will only consider written protest appeals received by the appropriate Counsel's office within seven calendar days after the adversely affected party receives the recipient's determination of protest. However, the adversely affected party can meet the seven-day notice requirement by telegraphing the Counsel within the seven -calendar -day period of its intent to file a protest appeal, provided the adversely affected party submits a complete protest appeal within seven calendar days of the date it sends the telegram. If the seventh day falls on a Saturday, Sunday or holiday, the next working day shall be the last day to submit a protest appeal. (e) Any party which submits a document to the award official during the course of a protest appeal must simultaneously furnish all other affected parties with a copy of the document. 9 33.1130 Review of protest appeaL (a) If the recipient does not receive the initial protest before bid opening or the closing date for receipt of proposals, the award official may dismiss as untimely any protest appeal based upon alleged improprieties in the solicitation which were clearly apparent before bid opening or before the deadline for receipt of initial proposals. In negotiated procurements, protests of alleged improprieties which were incorporated in a new solicitation must have been received by the recipient by the closing date for receipt of proposals for the new solicitation. (b) In cases not involving improprieties in the solicitation, the award official may dismiss as untimely a protest appeal if the adversely affected party did not file the initial protest with the recipient within seven calendar days of the date the basis for the protest was known or should have been known, whichever is earlier. ' $ 33.1140 Deferral of procurement action When the award official receives a protest appeal and the recipient has not deferred the procurement action under 5 33.1110(b), the award official must promptly request that the recipient defer the protested procurement action until the award official notifies the recipient of the formal or informal resolution of the appeal. The request shall be limited to the award of the agreement or subitem which is the basis of the protest appeal. SGC -9- I SGC-10- (j) If. an appeal involves legal issues not explicitly addressed by this part, the award official shall resolve the issue by referring to other protest determinations under this section and decisions of the Comptroller General of the United States or of § 33.1145 Award official's review. i(a) requirements of this part. The award official may establish rules of procedures or deadlines for the submission of materials or the arrangement of protest appeal conferences. (b) The award official may summarily dismiss an appeal without proceedings under this subpart if: (1) The protest appeal is not reviewable, see § 33.1130, or addresses issues other than those allowed under § 33.1120(b); (2) The protester substantially fails to comply with the procedural requirements of this subpart; or (3) The protester does *not agree to the recipient's request for a reasonable extension of the bid and bond period. (c) The award official may summarily deny a protest appeal without proceedings under this subpart if, after considering the facts in a light most favorable to the protester, the award official believes that the protest lacks merit. (d) The award official will give both the recipient and the protester, as well as any other party with a financial interest which may be adversely affected by the determination of protest, an opportunity to present arguments in support of their views in writing or at a conference. (e) After the announced date for receipt of written arguments, the record shall be closed. (f) The award official shall review the record considered by the recipient and any other documents or arguments presented by the parties to determine whether the recipient has complied with the procurement requirements of this part and has a rational basis for its determination of protest. (g) The award official's determination shall constitute final EPA action from which there shall be no further administrative appeal. No party may appeal an award official's determination of appeal to the EPA Board of Assistance Appeals. (h) Nothing in this subpart precludes the award official from reviewing the recipient's procurement action (See § 33.115.) (i) Noncompliance with the award official's determination of protest shall be cause for an action against the recipient under 40 CFR Part 30 or 32. I SGC-10- (j) If. an appeal involves legal issues not explicitly addressed by this part, the award official shall resolve the issue by referring to other protest determinations under this section and decisions of the Comptroller General of the United States or of the Federal courts addressing Federal requirements comparable to procurement ' requirements of this part. I SGC-10- II. Supplementary General Conditions For New York State Provisions 1 ' NEW YORK STATE CONTRACT PROVISIONS The parties to the attached contract further agree to be bound by the following, which are hereby made a part of said contract: 1. The contractor agrees to attend a prework conference, arranged by the municipality, which includes a representative of the New York State Department of Environmental Conservation (NYSDEC), the Municipality, any required federal agency and the consulting engineer. 2. The Contractor will prepare a work progress schedule prior to the start of the contract to indicate the proposed construction schedule. The schedule will be updated monthly thereafter to show actual construction progress. 3. The contractor and its subcontractor(s) must secure and deliver to the Municipality, free of charge, a policy of insurance issued by an insurance company authorized to do business in New York State, naming the Municipality as insured. Such policy shall provide coverage for "builder's risk completed value" with "builder's risk special ' extended coverage" endorsement, public liability and any other insurance coverage required by Federal and State law, rules and regulations, with limits of liability as ' required by the Commissioner of NYSDEC. 4. The contractor must provide specific performance and payment bonds in amounts not less than the contract price; these bonds shall remain in effect for one year beyond the date of final inspection and acceptance by the Municipality of any work under such ' contract. 5. The construction contractor and its subcontractor(s) shall use U.S. Department of Labor standard payroll Form No. WH347 or such form as may be required or approved by the Commissioner of NYSDEC. 6. Inasmuch as the municipality is required to have the sewage treatment plant operator on site during the final fifty percent (50%) of construction, the contractor agrees to allow the operator access to work areas at all times and to cooperate with him in the execution of his duties. 7. Attached hereto is a copy of Appendix A to the contract between the State of New York and _ (grantee). To the extent that clauses therein which bind (grantee) are related to the manner in which the work is prosecuted by the contractor(s), or the business relationships, business practices, or hiring practices of contractors or subcontractors working on this project, all of the terms and conditions of said Appendix A are equally binding upon the contractor. Any provisions therein which appear to apply only to a contract between the State and its contractor(s) shall be deemed revised to make them binding upon the Contractor, and any references to statutory provisions which apply only to State contracts shall be deemed to be revised to reference such other and different statutory provisions as may be applicable to municipal contracts for construction of public improvements; provided, that this paragraph shall not apply to any agreement with any supplier which is located in and subject to the laws.of a State other than New York with respect to its relationships, business practices and hiring practices. ISGC -11- 1 [i n 1 11 APPENDIX A The parties to the attached contract further agree to be bound by the following, which are hereby made a part of said contract: L This contract may not be assigned by the con- tractor or its right, title or interest therein assigned, transferred, conveyed, sublet or disposed of without the previous consent, in writing, of the State. if. This contract shall be deemed executory only to the extent of money available to the State for the performance of the terms hereof and no liability on account thereof shall be incurred by the State of New York beyond moneys available for the purpose thereof. 111. The contractor specifically agrees, as re- quired by Labor Law, Sections 220 and 220-d, as amended, that: ,a) no laborer, workman or mechanic. in the em- ploy of the contractor, subcontractor or other per- son doing or contracting to do the whole or any part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week, except in the emergencies set forth in the Labor Law. (b) the wages paid for a legal days work shall be not less than the prevailing rate of wages as de- fined by law. (c) the minimum hourly rate of wage to be paid shall not be less than that stated in the specifica- tions, and any redetermination of the prevailing rate of wages after the contract is approved shall be deemed to be incorporated herein by m&r- ence as of the effective date of redetermination and shall form a part u:f these contract docu- ments ' t) The Labor Law provides that the contract may be forfeited and no sum paid for any work done thereunder on a second conviction for willfully paying less Own— (a) the stipulated wage scale as provided in Labor Law, Section 220, subdivision 3, as amended, or (b) less than the stipulated minimum !sourly wage scale as provided in Labor Law, Sec- tion 220d, as amended. IV. The contractor specifically agrees, as re- quired by the provisions of the Labor Law, Section 220-e as amended. that— (a) In hiring of employees for the performance of work under this contract or any subcontract here- under, or for the manufacture, sale or distribution of materials, equipment or supplies hereunder, no contractor, subcontractor nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color, sex or na- tional origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the em- ployment relates. (b) no contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on ac- count of race, creed; color, sec or national origin. (c) there may be deducted from the amount pay- able to the contractor by the State under this contract a penalty of five dollars for each person for each calendar day during which such person was discriminated against or intimidated in viola- tion of the provisions of the contract, and (d) this contract may be canceled or terminated by the State or municipality and all moneys due or to become due hereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this section of the contract. and (e) the aforesaid provisions of this section cov- ering every contract for or on behalf of the state or a municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations penfonr+eo within the ter itoriai limits of the State of New York V. Ouring the performance of this contract, the contractor agrees as follows: (a) The contractor will not discriminate against any employee or applicant for employment be- cause of race, creed, color, sex, national ongin, age, disabiPity or marital status - (b) If dirncted to do so by the Commissioner of Human Rights, the contractor will send to each labor union or representative of workers with which the contractor has or is bound by a collec- tive bargaining or other agreement or undersm-id- ing, a notice, to be provided by the State Commissioner of Human Rights, advising such labor union or representative of the contractors agreement under clauses (aJ through (81 (hereinaf- ter called "non-discrimination clauses") If the SGC -12- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 contractor was directed to do so by the cnntr=- ing agency as part of the bid or negotiation of this contract. the contractor shall request such labor union or representative to furnish a written statement that such labor union or representative will not discriminate because of race, creed, color, sex, national origin, age, disability or mari- tai status, and that such labor union or represen . tative will cooperate, within the limits of its legal and contractual authority, in the implementation of the policy and provisions of these non-discrim- ination clauses and that it consents and agrees - that recruitment, employment and the terms and conditions of employment under this contract shale be in accordance with the purposes and provisions of these non-discrimination clauses. If such labor union or representative fails or refuses to comply with such a request that it furnish such a staternens, the contractor shall promptly notify the State Commissioner of Human Rights of such failure or refusal. (c) If directed to do so by the Commissioner of Human Rights, the contractor will post and keep posted in conspicuous places, available to em- ployees and applicants for empkoymert, notices to be provided by the State Commissioner of Hu- man Rights setting forth the substance of the prv- visions of clauses (a) and (b) and such provisions of the State's laws against discrimination as the State Commissioner of Human Rights shall deter- mine (d) The contractor will state, in all solicitations or advertisement for.empioyees placed by or on be- half of the contractor, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, sex, national origin, age, disability or mari- tal status. (e) The contractor will comply with the provi- sions of Sections 290-299 of the Executive Law and with the Civil Rights Law, will furnish all information and reports deemed necessary by the State Commissioner of Human Rights under these non-discriminatory clauses and such sections of the Executive Law, and will permit access to the contractors books, records and accounts by the State Commissioner for the purposes of investiga- don to ascertain compliance with these non-dis- crimination clauses and such sections of the Executive Law and Civil Rights Law. (f) This contract may be forthwith canceled, ter- minated erminated or suspended, in whole or in part. by the contracting agency upon the basis of a finding made by the State Commissioner of Human Rights that the contractor has not complied with these non-discrimination clauses, and the con- tractor may be declared ineligible for future con- tracts made by or on behalf of the State or a public authority or agency of the State, until the contractor satisfies the State Commissioner of Hu- man Rights that the contractor has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses Such finding shall be made by the State Commissioner of Human Rights after conciliation efforts by the Commissioner have failed to achieve compliance with these non-discrimina- tion clauses and after a verified complaint has been filed with the Commissioner, notice thereof has been given to the contractor and an opportu- nity has been afforded the contractor to be heard publicly in accordance with the Executive Law. Such sanctions may be imposed and remedies invoked independently of or in addition to sanc- tions and remedies otherwise provided by law. (g) The contractor will include the provisions of clauses (a) through M in every subcontract or purchase order in such a manner that such provi- sions will be binding .upon each subcontractor or vendor as to operations to be performed within the State of New York. The contractor will take such action in enforcing such provisions of such subcontract or purchase order as the State Com- missioner of Human Rights or the contracting agency may direct, including sanctions or reme- dies for non-compliance. If the contractor be- comes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the State Commissioner of Human Rights or the contracting agency, the contractor shall promptly so notify the Attorney General, requesting the Attorney General to intervene and protea the interim of the State of New York Vt. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each panty thereto certifies as to its own organization, under penalty of perjury, that to the beg of his knowledge and belief: SGC-13- t) 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 re- lating to such prices with any other bidder or with any competitor; - 2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- ' der and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; ' 3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the pur- pose of restricting competition. ' (b) A bid shall not be considered for award nor shall any award be made where (a)(1)(2) and (3) above have not been complied with provided, however, that if in any case the bidder can not make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. where (a)(1)(2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the State, public department or agency to which the bid is made, or his designee, determined that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of purposed or pendia, publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does.not constitute, with- out more, a disclosure within the meaning of paragraph VI (a). ' M. The agreement shall be void and of no force and effect unless the contractor shall provide coverage for the benefit of, and keep covered during the life of this agreement, such employees as are required to be covered by the provisions of the ' worker's Compensation Law. VIZI. In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law and the regulations of the Comptroller of the State of New York promulgated thereunder, the contractor agrees, as a material condition of the contract ' A. That neither the contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating, or shall par- ticipate in an international boycott in violation of the provisions of the United States Export Administration Act of 1969, as amended, or the Export Administration ' Act of 1979, as amended, or the regulations of the United States Department of Commerce promulgated thereunder; s. That if the contractor or any substantially owned or affilitated person, firm, ' partnership or corporation.has been convicted or subjected to a final determination by the United States Department of Ca®erce or any other appropriate agency of the United States of a violations of the United States Export Administration Act of 1%9, as amended, or the Export Administration Act of 1979, as amended, or the regu- lations of the United States Department of Commerce promulgated thereunder, the contractor shall notify the Comptroller of such conviction or determination in the manner prescribed by the Comptroller's regulations. ' (Rev.. March, 1982) SGC -].a- IV. STATE WAGE RATES (See Addendum) Fil 1 i C' 11 Ii 1 V. Federal Nage Rates (See Addendum) SPECIAL CONDITIONS 1 1 1 1 1 1 1 1 i 1 1.0 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18' 1.19 1.20 SPECIAL CONDITIONS Notice to Contractor Project Site Time for Completion/Notice to Proceed Liquidated Damages Communications Signs Contract Documents and Drawings Partial Use of Improvements Project Photographs Insurance York by Others , Schedule of Drawings Contractor's -York and Storage Area Temporary Vater Main Shutdown Use of Manufactured Equipment (Deleted) As -Quilt Drawings Sequence of Operations Availability of Site/Easements Disposal Area Removal and Disposal of Structures Found on the Work SC -100 1.21 Temporary Buildings ' 1.22 Oust Control 1.23 Maintenance Protection Existing Utilities 1.24 of ' 1.25 Protection of Roadway 1.26 Protection of Excavated Opening ' 1.27 Test Pits - 1.28 Authority and Duties of Inspectors 1.29 Lump Sum Bid 1.30 Project Sign 1.31 Temporary Buildings 1 SC -101 1 1 1 1 1 1 i 1 1 1 1 1.0 SPECIAL CONDITIONS 1.1 Notice to Contractor: a. Intent of Contract: The intent of the Contract is to prescribe a complete work or in� rovement which the Con- tractox undertakes to do, in full compliance with the specifications, plans, special provisions, proposal and Contract. The Contractor shall perform all work in close conformity with the lines, grades, typical cross- sections, dimensions, and other data shown on the plans or as modified by written orders, including the fur- nishing of all materials, implements, machinery, equip- ment, tools, supplies, transportation, labor, and all other things necessary to the satisfactory prosecution and completion of the project. b. Special Mork: Should any construction or conditions which are not covered by the Standard Specifications be anticipated on any proposed work, special provi- sions for such work will be supplied to the bidders and shall be considered a part of these specifications the same as though contained fully herein. Should any such special provisions or requirements conflict with these specifications, the special provisions shall govern. SC -102 1 1.2 Pro ect Site: The project site is to be found on the Con- "ravEgs ' tract . 1.3 Time for ComQl•tionlNotice to Proceed: The work which the Contractor is required to per okra— vnier this Contract shall be commenced at the time stipulated by the Town in the Notice to Proceed to the Contractor and shall be fully completed within 180 consecutive calendar days thereafter or as mod- ified in accordance with the GENERAL CONDITIONS. 1.4 Liquidated Damages: As actual damages for any delay in completion othe work which the Contractor is required Contract impossible to determine, to perform under this are the Contractor and his Sureties shall be liable for and shall pay to the sown the sum of Two Hundred Dollars ($200.00) as fixed, agreed and liquidated damages or eachcalendar day of delay from the above -stipulated completion, or as modified in accordance with the GENERAL CORDITIONS, until such work is satisfactorily completed and accepts . 1.5 Communications: a. All notices, demands, requests, instructions, approvals, proposals and claims must be in writing. b. Any notice to or demand upon the Contractor shall be sufficiently given if delivered at the office of the Contractor stated on the signature page of the Agree- ment (or at such other office as the Contractor may from time to time designate) in a sealed, postage -pre- paid envelope or delivered with charges prepaid to any telegraph company for transmission, is each case ad- dressed to such office. c. All papers required to be delivered to the Town shall, unless otherwise specified in writing to the Contractor, be delivered to the Town of Southold Fishers Island Sewer District, 53095 Main Road, Southold, NY 11971, and any notice to or demand upon the Tow shall be suf- ficiently given if so delivered, or if deposited in the United States mail in a sealed, postage -prepaid enve- lope. or delivered with charges prepaid to any telegraph company for transmission to said Town at such address. or to such other representatives of the Town or to such other address as the Town may subsequently specify in writing to the Contractor for such purpose. d. Any such notice. shall be deemed to have been given as of the time of actual delivery or (in case of mailing) when the same should have been received in due course of post, or in the case of telegrams, at the time of actual receipt. as the case may be. r SC -103 r . ' 1.6 Signs: The Contractor and his subcontractors will erect temporary signs as directed by the Engineer, for purpose of identification and controlling traffic. The Contractor shall furnish, erect and maintain such other signs as may be required by Safety Regulations or as necessary to safe- guard life and property. The contractor and his subcontractors will provide temporary traffic safety devices as directed to by the Engineer. 1.7 Contract Documents and Drawin s: The Tow will furnish the Contractor without c argge five (5) copies of the Con- tract Documents, including Specifications and Drawings. Additional copies requested by the Contractor will be fur- nished at cost. i1.8 Partial Use ofImprovements: The Town may, at its elec- tion, give notice to t e ontractor and place in use those sections of the work which have been completed, inspected and can be accepted as complying with the Contract Docu- ments and if, in its opinion, each such section is reason- ably safe and fit for the use and accommodation for which it was intended,"provided: a. The use of such sections of the work shall not mater- ially impede the completion of the remainder of the work by the Contractor. b. The Contractor shall not be responsible for any dam- ages or maintenance costs due directly to the use of such sections. c. The use of such sections shall in no way relieve the Contractor of his liability due to having used defec- tive materials or to poor workmanship. d. The period of guarantee stipulated in the Section - GENERAL GUARANTY under GENERAL CONDITIONS shall not begin to run until the date of the final acceptance of all work which the Contractor is required to con- struct under this Contract. 1.9 Project Photo raphs: The Contractor shall arrasa to fur - n • the services of a.professional commercial plotographer to provide project photographs for this Contract.. SC 104 1 1 1 Prints of project photographs shall be a minimum of 8" x 10" in size and mounted on cloth with a flap for binding. The back of each print shall be noted with the Project Name and Number, subject, date taken, location of camera, and direc- tion of view. Negatives of all photographs shall be furnish- ed to the Engineer. All cost of furnishing these photographs shall be considered included in the various prices bid for other work under this Contract. a. Progress Photographs: The Contractor shall arrange to furnish each month a minim= of six (6) photographs show- ing activities and progress of the job. The photographs shall be taken at those locations designated by the En- gineer. A copy of each photograph shall be furnished to the Town. b. Preconstruction Photographs: In addition, areas desig- nated by the Engineer shall be photographed prior to start of construction. These preconstruction photo- graphs shall show existing conditions clearly. For this Contract, the Engineer may require up to seventy (70) photographs of initial existing conditions. .1. 10 Insurance: Schedule of Insurance --The following will be the limitso coverage required for this Contract: ja. Manufacturers' and Contractors' Liability: (1) Personal Injury Liability Insurance will have limits of $�500 000 (per person)/$1.000.000 (per occurrence) /$2'000, 00 (aggregate, due -Ing t epperiod when com- pleted operations clauses are in effect). (2) Pro arty Damage Liability Insurance will have limits of 500.000 (per occurrence) 1 000 NO (aggregate, during the period when completed operations clauses are in effect). b. Automotive Liability: (1) Personal Injury Liability Insurance will have limits of $500,000 (per person)/$1,000,000 (per occurrence). (2) Proerty Damage Liability Insurance will have limits of 1500,000(per occurrence). c. Town's Protective Liability: (1) Personats of $500,000 1(per person)/$1n0 0 000 per surance will occurreve nce). SC -105 (2) Property Damage Liability Insurance will have limits of $500,000 (per occurrence). d. Builders' Sisk Insurance: (1) The Contractor shall carry Builders' Sisk Insurance. e. Job Office Insurance: (1) Job Office Insurance for fire and theft will have the limit of $5,000 (per occurrence). 1.11 Work by Others: Private utilities, or other parties may be expected to be working wfithin the Contract area during this Contract. It shall be the responsibility of the Contractor to coordi- nate his work under this Contract with the work being done i by others in order that the construction shall proceed in i an efficient and logical manner. The Contractor shall have no claim or claims whatever against the Town, the Engineer, or other parties due to delays or other reasons caused by the work by others or his failure to coordinate such work. 1.12 Schedule of Drawings: SHEET NO. DESCRIPTION ._Y Subsurface Disposal System Community 2 Subsurface Disposal System Community 3 Subsurface Disposal System Cinema 4 Subsurface Disposal System Cottages 5 Sanitary Sewage Pump Station 6,7 Force Clain Plan/Profile 8 Miscellaneous Details 9 Stone Removal Area 10 Stone Removal Area, Cross -Sections 1.13 Contractor's Work and Storage Area: The Contractor shall contact the Town to 3eteiilne if any specific locations will be designated or gain their approval prior to using any area for storage of equipment, materials and trailers daring the period of this. Contract. The Contractor shall confine his work/storage area to the limits as designated or approved and shall bet responsible for the security of the .cork/storage area. Upon completion of the Contract. the Contractor shall remove all equipment and materials. except as otherwise spec- ified. and restore the site to its original condition as ap- proved by the Engineer and at no cost to the Town. ISC -106 a 1.14 Temporary Water Main Shutdown: Any work which requires an e •t s u s water main to e t down temporarily shall be so scheduled and so executed to keep public inconvenience to an absolute sinisus. The Contractor is barely alerted to the fact that this may require some work to be performed during unusial hours. Also, once an existing water main is shut down, work AiTl continue diligently, without inter- ruption, until the existing main can be returned to service. There mall be no separate payment for performing the above work, but all costs incidental thereto are considered to be included in the various prices bid under this Contract. - 1.15 Use of Manufactured Equipment: (Deleted) 1.16 As -Built Drawiin9. As -built drawings will be made by the Engine r. The contractor's personnel will be required to make the necessary measurements. It shall be the Contractor's responsibility to see: a. That the type, horizontal location invert elevation and pipe size of all are obtained. b. That the type, locations of pipes, and sizes of pipes nave been located. c. That the locations of all new facilities and equipment are documented. d. That measurements and requirements are or have been ob- tained for utility installations which have been relo- cated. e. That any notes of these requirements taken by the Con- tractor shall be submitted to the Engineer. 1.17 Sequence oferations: The Contractor shall, prior to be- ginning e- g nn ng any MorTc —submit to the Engineer at os before the 9econstruction conference a Schedule (Bar Chart or CRH Chart) and Sequence of Operations (narrative supporting the Schedule). The following Sequence of Operations is to be construed solely as a guide for construction of SiteImprovements for this Contract. It is emphasized that this Sequence of Oper- ations is sulmested only, and that the inclusion of this suggested Sequence of Operations in no way relieves the Con- tractor of this responsibility to submit a Schedule and Se- quence of Operations to the Engineer for approval prior to beginning any work. The Contractor's attention is directed to Section 1.11 Work bbOthheers and provisions therefor *hall bo made in his 3M- uuleand -Sequence of Operations. ISC -107 t 1.19 Disposal Area: The Contractor is required to obtain a disposal area for all material unless otherwise specified or authorised, at no cost to the Town. Selected materials shall be sent to the Town's bulky waste site. Disposal of material/equipment oust be coordinated with the Owner. 1.20 Removal and Disposal of Structures Found on the Work: All sarv-a-Sle equipment and mater a s as to e y the Owner shall be carefully dismantled, removed from this station by the Contractor, and transferred to locations identified by the Town of Glastonbury.. A minfw= of two (2) weeks notice must be given to the Town prior to dis- mantling any equipment, materials or facilities. Non- salvageable equipment, facilities or materials steal b be properly disposed by the Contcactox at no cost to the Town. 1 1 n 11 1 SC- 108 r a 1.22 Dust Control: During the progress of the work, the Contractor shall conduct his operations and maintain the area of his activities so as to mini- mize the creation and dispersion of dust. If the En sneer decides that it is necessary to use water or calcium chloride for more effective dust control, the Contractor shall furnish and spread the material, as directed, and without additional compensation. 1 l f a SC_ 109 1.24 Protection of Existing Utilities: Before starting any azdAVAtidd for drainage, the Contractor shall submit to the Engineer for his inform- ation plans or details showing the proposed method the Contractor will use to support and protect all existing utilities during construction. The furnishing of such plans and details shall not serve to relieve the Contractor of any responsibilities, There will be no extra payment for submitting plans or de- tails for supporting and protecting all existing utilities during construction, and all cost thereof shall be in- cluded in the cost per linear foot of pipe. 1 l f a SC_ 109 i 1.25 Protection of Roadway During Hauling: The Contractor shall provide for containment of excavated material in the trucks during hauling operations. The material may be very difficult to contain due to wetness. 1.26 Protection of Excavated Opening: The Contractor's atten- following requirements: tion is brought to the 1,. During construction the Contractor shall be responsible ,- for providing equipment, devices and signs to prevent accidents due to open excavations. The Contractor shall comply with all Local. State and Federal Regulations during excavation. l 1 SC -110 - I 1 a 1.27 Test Pits: Test Pits have been taken along the site of the work for design purposes. Test pits are in- cluded herein to assist the Contractor in his evaluation of subsurface conditions. The Owner does not guarantee that subsurface conditions other than those disclosed by the test pits will not be encountered or that subsurface conditions will not vary from those indicated by the test pits. Test pit locations are shown on the drawings and test pits are included in these specifications. Inspectors employed by the Owner or the Engineer shall be authorized to inspect all work done and material furnished. Such inspection may extend to all or any part 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 work, the Inspector shall have the authority to reject material or suspend the work until the question at issue can be referred to and decided by the Engineer. The Inspector 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 not to issue instructions contrary to the Plans and ; Specifications. 1 SC -110 - I 1 a 1 1 1 i 1 s 1 1 r 1.28 Authority and Duties of Inspectors: Inspectors employed by the Owner or the Engineer shall be authorized to inspect all work done and material furnished. Such inspection may extend to all or any part of the work, and to the preparation or manufacture of materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner or performing the work, the :Inspector shall have the authority to reject materialor suspend the work until the question at issue can be referred to and decided by the Engineer. The Inspector 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 not to issue instructions contrary to the Plans and Specifications. The Inspector shall in no case act as a foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. Any advise which the Inpsector may give the Contractor shall in no circumstances 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. 1.29 Lump Sum Bid: The lump sum bid for the project shall include costs of all materials, labor, devices, appliances, permits, energy, water, manuals, plans, shop drawings, start up, and operation and other services specified herein and shown on the contract drawings. 1.30 Project Sign: The general contractors shall provide and erect a sign at the project site identifying the project, the name of the owner, the type of project, the name of the contractor and the name of the engineer. The sign shall be made of 3/4 inch plywood, and shall show such information as the engineer may require and be maintained in good condition for the duration of the project. The contractor shall obtain from the owner the name, number and dollar amounts to be included in the sign for this particular project. The contractor shall maintain the sign throughout the duration of the contract. Sc- 110-ZL C1 of the requirements for a field office. 1.31 Temporary Buildings: The Contractor shall provide a suit - against theft a le ie office, or offices, adjacent to the work for throughout twenty-four (24) hours of the use of engineers and inspectors. Field office shall be .,i ble building or room equipped Town or Engineer's with locks, ,telephone; -2gts, desk or table of use of property and the personal property of the engineers and inspectors, storage lockers for their working clothes and field equipment, and heat during cold weather. causes. In cases where the size of the Contract does not warrant Upon release, the Contractor shall remove separate offices, engineers and inspectors may share the same office, but not the same lockers or desk, as the super- same to.become his visory men of the Contractor's force. property, and leave the site of work in the If the work contemplated by the Contract is of short dura- tion, or if other conditions are such that it is not exped- ient to provide a field office or all'of the facilities The cost of providing, equipping, maintaining described just above, the Engineer may waive part of ail of the requirements for a field office. e a The Contractor shall protect this office against theft throughout twenty-four (24) hours of the day and night and shall be responsible for any loss of any Town or Engineer's property and the personal property of the employees housed therein due to either fire, theft or other causes. Upon release, the Contractor shall remove all such temporary structures and facilities from the site, same to.become his property, and leave the site of work in the condition required by the Contract. The cost of providing, equipping, maintaining or removing the field office will have been includeed in prices bid for the work. �c:-111 e a t 1 t 1 1 i i I 1 1 1 1 1 1 TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS DIVISION 1 - SITEWORK 1.1 General 1-1 1.2 Clearing and Grubbing 1-1 1.3 Excavation 1-2 1.4 Sheeting, Shoring & Bracing 1-3 1 1.5 Temporary Drains, Pumping & Dewatering 1-3 1.6 Fill & Backfill 1-4 1.7 Grading 1=6 1.8 Pavement 1-6 1.9 Fencing 1-8 1.10 Landscaping, Loaming, Seeding and Fertilization 1-10 1.11 Maintenance and protection of traffic 1-11 Appendix #1 Noise and dust control Disposal of excavated material Dewatering DIVISION 2 - CONCRETE 2.1 Reinforced - Cast in Place Concrete 2-1 2.2 Precast concrete 2-3 2.3 Miscellaneous metals 2-3 DIVISION 3 - PIPE 3.1 Ductile Iron Force Main 3-1 3.2 Polyvinylchloride Sanitary Sewer Pipe 3-2 DIVISION 4 SUBMERSIBLE PUMPING STATION 4.1 General 4-1 4.2 Prefabricated Wet Well and Valve Pit 4-1 4.3 Pumps 4-2 4.4 Pump Motors 4.5 Pump Removal System 4-3 4-4 4.6 Wet Well Access 4-4 4.7 Controls 4-4 4.8 Operational Test 4-8 4.9 Installation and operating instructions 4-8 4.10 Guarantees 4-8 4.11 Interior Piping 4.12 Valves &,Gates 4-9 4-10. 4.13 Gauges 4-10 4.14 Tripod and Hoist 4-11 4.15 Finishes 4-11 4.16 Miscellaneous Equipment 4-13 DIVISION 4 - GENERATOR 5.1 Diesel Fueled Standby Generator Set 5-1 5.2 Automatic Transfer Switch 5-8 DIVISION 1: SITEWORK Fishers Island Sewer District 1.1 GENERAL The work included in this section includes excavation, sheeting, shoring and bracing, dewatering, fill and back fill, temporary drains, grading, pavement, fencing, landscaping, and associated work. I Test pits were taken at the site of the pump station and the site of the sewage disposal field. This information is included as part of this specification. This information must be reviewed by the contractor prior to excavation. The contractor must make his own investigations including test pits to determine all conditions affecting the work to be done and the materials needed. Topsoil shall be stockpiled at areas on the site as directed by the Engineer. The stockpiles shall be protected until used for topsoiling areas to be seeded. 1.3 EXCAVATION The contractor shall perform all excavation of every description and of whatever substances encountered, to the depths indicated on the drawings or as specified. Loam shall be stripped and at the option of the contractor stockpiled for reuse. The subfoundation shall be placed as soon as possible after the excavation. Care shall be taken not to excavate below the depths indicated unless authorized by the Engineer. No extra payments will be made for excavation of any materials. All unsuitable material or 1-1 1.2 CLEARING AND GRUBBING This work shall consist of clearing, grubbing, cutting, removal and disposal of all vegetation and debris. This work shall also consist of stripping and stockpiling topsoil. All work shall be confined to the areas within the limits of construction as shown on the plans or designated by the Engineer. The work shall also include the preservation from injury or defacement of all vegetation and objects designated by the Engineer to remain. Before any clearing is done, the Contractor and the Engineer shall determine precisely which trees, shrubs, and bushes shall be saved. These trees, shrubs, and bushes will be clearly marked in the field prior to any work starting. Trees that are to be removed within the excavation lines shall be cut off and stumps removed to a depth of not less than 12 inches below the graded surface. The Contractor shall not remove any trees, shrubs, or bushes beyond the slope limits unless specifically ordered to do so by the Engineer. Topsoil shall be stripped from cleared areas. Topsoil shall not be mixed with subsoil and shall be kept free of brush, trash, large stones and other extraneous material. Topsoil shall be stockpiled at areas on the site as directed by the Engineer. The stockpiles shall be protected until used for topsoiling areas to be seeded. 1.3 EXCAVATION The contractor shall perform all excavation of every description and of whatever substances encountered, to the depths indicated on the drawings or as specified. Loam shall be stripped and at the option of the contractor stockpiled for reuse. The subfoundation shall be placed as soon as possible after the excavation. Care shall be taken not to excavate below the depths indicated unless authorized by the Engineer. No extra payments will be made for excavation of any materials. All unsuitable material or 1-1 IDIVISION 1: SITEWORK Fishers Island Sewer District The Contractor shall, at his own expense, preserve and protect from suitable material not required elsewhere in the work shall be removed by the contractor and wasted off site at no extra cost. The contractor shall provide and maintain ample means and devices with which to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Excavations shall be kept dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Means of water removal and disposal shall include drains, pumps, and well point systems to the extent required by the quantity to be removed. All water pumped or drained from the work shall be disposed of in a suitable manner without undue interference with other work or damage to pavements, other surfaces, or property. Trenches shall be excavated to the necessary width and depth for proper laying of pipe and shall have vertical sides. Minimum widths of trenches shall provide at least 12 inches clearance between the sides of the trench and the outside face of the pipe. Trench widths shall not be unnecessarily wide so as to materially increase the load on the pipe resulting from backfill and shall not exceed that width required to accomplish the work and provide for the safety of the workers. Excavation Near Existing Structures and Utilities: It is called to the attention of the Contractor that there are utilities and other underground pipes along the course of the work. Information shown on the drawings as to the location is from the best available sources, but no guarantee is inherent or to be assumed that such information is accurate or complete. Water main service connections are to be crossed in the course of the work. The Contractor shall exercise special care during his operations to avoid injury to underground utilities and structures. When necessary, the Contractor shall cooperate with, and consult with representatives of the Town or the utility companies in order to avoid damage to the structures. The Contractor shall furnish and erect suitable support and shoring or other means of protection, all at his own expense, where required. Hand methods of excavating shall be used around buried utilities and are included in the work to be done under this Contract, at no additional cost to the Owner. The Contractor shall, at his own expense, preserve and protect from injury all property either public or private, adjacent to the line of work, and he shall be responsible for and repair at his own expense any and all damage and injury thereto, arising out of or in consequence of any act or omission of the Contractor. All existing pipes, culverts, poles, wires, fences, mail boxes, bounds, etc., shall be supported in place or otherwise protected from injury, or shall be restored to at least as good condition as that in which they were found immediately prior to start of work. The Contractor shall provide, at his own expense, suitable bridges over trenches where required for the accomodation and safety of the traveling public. He shall provide facilities for access to private driveways for vehicular use. He shall erect suitable barriers around the excavation to prevent accidents to the public and shall place and 1-2 lDIVISION l: SITEWORK Fishers Island Sewer District maintain during the night sufficient lights on or near the work. A space of twenty (20) feet must be left so that free access may be at all times had to fire hydrants and proper precautions shall be taken so that the entrance to fire hydrants shall not be blocked or obstructed. All excavations shall be paid for as part of the lump sum bid for the project. No payment will be made for additional excavation. 1.4 SHEETING, SHORING and BRACING The Contractor shall furnish, put in place and maintain such sheeting, shoring and bracing as may be required for the construction of the permanent work. The Contractor shall be solely responsible for the safety of all work, prevention of bodily injury, and undermining or disturbing existing pavements or utilities. The Contractor shall submit to the Engineer, at least 10 days prior to the start of construction, his proposed methods, materials, sizes and depths of sheeting and bracing which he plans to use to construct the Pumping Station. The Contractor's methods will be reviewed for possible effect on the permanent construction, foundations, existing improvements and utilities. The review shall not be construed as a guarantee that the Contractor's methods are proper or adequate. Any damage to permanent or existing work resulting from the failure of the Contractor to provide adequate sheeting, shoring and bracing shall be repaired by the Contractor at his expense. The installation of sheeting, shoring and bracing shall comply with the safety precautions as outlined in the Associated General Contractors of America "Manual of Accident Prevention in Construction." If the Engineer is of the opinion that, at any point, sufficient or proper supports have not been provided, he may order additional supports to be put in place. The Contractor shall remove all temporary protection works. Care shall be taken to prevent voids if sheeting is removed. If voids are found during the removal of sheeting they shall be filled with sand and compacted. Sheeting shall be left in place if the Engineer so permits. Steel sheeting left in place, will be paid for as part of the lump sum bid for the pump station. 1.5 TEMPORARY DRAINS, PUMPING AND DEWATERING The Contractor shall provide all necessary equipment and materials, including pumps and/or well point systems and accessories all as may be essential to satisfactorily dewater and maintain in a drained condition the foundation and excavation area of the permanent work, until such time as it may be safely backfilled and until such time as floatation of the pump station cannot occur, all as determined by the Engineer. The . Contractor.shall submit to the Engineer, at least 10 days prior to start of construction, his proposed method of dewatering., The Contractor's methods will be reviewed for possible effect on the permanent construction. The review shall not be'construed as a guarantee that the Contractor's methods are proper or adequate. All water shall be disposed of in such manner as not to cause injury to public health or damage to public or private property. Sufficient stand-by pumping equipment shall be installed and mounted for immediate use in case of emergencies. The Contractor shall be responsible for the adequacy of his dewatering equipment and system in controlling the water and for protecting adjacent roadways, public and private property and public 1-3 Materials: (1) Suitable material from excavation shall be granular materials, free from rocks over 6 inches in their largest dimension and free from any deleterious material which can adversely affect the load carrying capacity of the finished trench. Suitable materials shall be only that which is approved by the Engineer. 1-4 DIVISION 1: SITEWORK Fishers Island Sewer District waterways from damage. Any damage to permanent work or existing property resulting from the failure of the Contractor to provide an ade- quate dewatering system shall be repaired by the Contractor at his own expense. All bypass pumping, temporary drains and dewatering shall be part of the lump sum cost of the pump station. 1.6 FILL and BACKFILL Foundation fill material shall be gravel or crushed stone as indicated on the drawings and as specified herein. Backfill adjacent to the station shall be sand or sand gravel. Fill and backfill shall be placed and compacted to conform to the lines, elevations and cross- sections indicated on the drawings or as otherwise required to complete the work satisfactorily. Fill and backfill shall not be placed on a surface covered with water. No fill or backfill material shall be placed on a surface of frozen material nor shall snow, ice or frozen earth be incorporated in the fill or backfill. Fill or backfill material shall not be placed on material which in the opinion of the Engineer has been affected by frost or moisture. Such material shall be recompacted prior to placement of other material on its surface. No backfill material shall be placed adjacent to concrete that is less than 7 days old. Backfilling shall be performed after the permanent work in the excavation had been inspected and approved and after all forms have been removed and the area cleaned of trash and debris. Gravel fill and backfill materials shall be placed in horizontal layers not exceeding 8 inches in loose thickness, except for the initial layer of gravel fill to be constructed on the subfoundation which shall be placed in a 12 inch compacted layer. After spreading and prior to compaction, all stones larger than 4 inches shall be removed from the gravel fill material placed below concrete slabs and stones larger than 6 inches shall be removed from the gravel backfill placed above concrete slabs. All fill and backfill material shall be compacted to at least 95 percent of maximum dry density as determined by AASHO Test Designation T-180-57, Method D except,in the area of the proposed leaching fields where such fill and backfill shall be compacted to not less than 80 percent nor greater than 90 percent of maximum dry density by the above test. Material shall be moistened or aerated as necessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. Compaction shall be obtained by the use of approved power hand tampers or vibratory compactors. Compaction by settling with water will not be permitted. The backfill compaction shall be carefully controlled. The Contractor shall obtain the services of a qualified soils testing laboratory and obtain approval of the Owner. The soils testing shall be continuous during backfill operations. Compaction certifications shall be forwarded to the Engineer. All costs shall be part of the lump -sum bid. Materials: (1) Suitable material from excavation shall be granular materials, free from rocks over 6 inches in their largest dimension and free from any deleterious material which can adversely affect the load carrying capacity of the finished trench. Suitable materials shall be only that which is approved by the Engineer. 1-4 DIVISION 1: SITEWORK Fishers Island Sewer District (2) Bank -run gravel shall be clean, well -graded from coarse to fine, no stones over 6 inches in maximum dimensions, and shall contain less tham 5% of particles finer than will pass a No. 200 sieve. (3) Sand shall be free from roots, sod, rubbish, frozen materials, and shall conform to the following gradation requirements: Sieve Size Per Cent Passing by Weight 1/2 inch 100 3/8 inch 90 - 100 No. 4 80 - 100 No. 50 10 - 25 No. 100 0 - 10 (4) Gravel Bedding shall consist of clean crushed quarry rock or crushed gravel, free of organics and decomposable substances, and shall be well -graded within the following gradation requirements: Square Mesh Sieve Size Percent Passing by Weight 1 inch 100 3/4 inch 90 - 100 1/2 inch 20 - 50 3/8 inch 0 - 20 No. 4 0 - 5 (5) Processed Gravel shall be of hard, durable material and should conform to the following gradation requirements: Square Mesh Sieve Size Percent Passing by Weight 2-1/4 inch 100 1-3/4 inch 95 - 100 3/4 inch 60 - 75 1/4 inch 25 - 45 No. 40 10 - 25 No. 100 3 - 12 Soils Testing: Soils tests by a qualified testing laboratory are required to determine the gradation and compaction characteristics of fill and backfill materials specified herein. All tests shall be part of the lump sum bid. Gravel bedding material will be required below all utility structures. Gravel bedding shall be placed 12 inches beyond the widths of a utility structure foundation (base) and to a depth of 6 inches from the bottom of the excavation to the bottom of the foundation (base) as indicated on the drawings. Material under and around the pipe shall be carefully and thoroughly hand tamped. From the centerline of the pipe to a point 12 inches above the top of the pipe the backfill shall be sand or sandy gravel, placed by hand and hand tamped. Above this point, backfill shall be suitable material from excavation or, if ordered, bank -run 1-5 IDIVISION 1: SITEWORK Fishers Island Sewer District 1.7 GRADING Excess excavated material, selected by the Engineer shall be used gravel. This backfill shall be placed in layers 8 inches deep and each the embankments and slopes as shown on the drawings. layer shall be compacted with mechanical tampers to not less than 959 of Pavement sub -grades maximum dry demsity. This backfill shall be carried up to the bottom of be of bank gravel and processed gravel as material specified to be placed for surfacing requirements. indicated on the In areas where the finished surface is to be loam, the contractor Enbankment fill shall be placed and shall complete the backfilling with the respective specified material to compacted to the for placement of compacted depths as shown. grades shown on the drawings with allowance sub -base and topsoil for seeding all as In areas where the finished surface is to be paved, the contractor shall install 12 inches of gravel base course material to a point 3 indicated by the inches below the finished surface. This top 3 inches shall be filled with compacted bituminous concrete material. Temporary pavement material shall be as specified elsewhere in these specifications. When the Engineer determines that trench settlement will not damage finished pavement, the Contractor shall but the pavement as directed and remove all temporary material and as much gravel as is necessary to install the finish pavement materials as specified in the section entitled "Pavement and Pavement Replacement" and as shown on the typical surfacing details. The Engineer may elect to place "hot mix" temporary pavement in which case the edges of the existing pavement shall be cut before placement of the temporary pavement. 1.7 GRADING Excess excavated material, selected by the Engineer shall be used L1.8 PAVEMENT as fill to form the embankments and slopes as shown on the drawings. in performing all operations in connection with the replacement of Pavement sub -grades shall be of bank gravel and processed gravel as complete, and in strict accordance with this section of the indicated on the drawings. Enbankment fill shall be placed and conditions of the contract. compacted to the for placement of required pavement grades shown on the drawings with allowance sub -base and topsoil for seeding all as removed or damaged during construction operations. In trenches, the indicated by the details and finished grades shown on the drawings. L1.8 PAVEMENT 1-6 The work covered by this section of the specifications consists in furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the replacement of pavement over trenches or other openings made during construction, complete, and in strict accordance with this section of the specifications and applicable drawings, and subject to the terms and conditions of the contract. The Contractor shall replace all bituminous pavement which has been removed or damaged during construction operations. In trenches, the finished grade shall exactly match the adjacent undisturbed grade. Replacement shall be made at a time agreeable to the Engineer. Pavement replacement shall include satisfactory repair by the Contractor driveways and any other bituminous surface disturbed by his operations. 1-6 DIVISION 1: SITEWORK Materials and Methods: Fishers Island Sewer District Permanent Pavement At Project Site: The Contractor shall grade the site utalizing suitable full material and compacting as specified herein. After grading the site and compacting it 12, inches of subbase material conforming to DOT Specification M. 02.02 and M. 02.06 class A shall be placed. 4" of base material conforming to M. 02.06 A shall be placed on top of the subbase as specified and compacted per DOT specifications. Two layers of 1 1/2" bituminous conforming with DOT Specification 4.06 for placement and M.04.01 class 1 for materials shall be placed upon the base material. Procedures: Bituminous concrete paving shall proceed as follows: Subgrade: In all trenches to be paved, bank -run gravel and processed gravel shall be placed and compacted during backfill to provide a subgrade, all as per these specifications and to dimensions shown on the drawings. Unless temporary paving is to be placed immediately, gravel trenches shall be maintained to original surface by filling with processed gravel and grading, all as required, until such time as pavement is placed. All gravel surfaces shall be kept dust free by the addition of calcium chloride "Dow Flake" or equal, as required. Trimming of Edges: Edges of existing pavement shall be cut in straight lines before excavation as herein specified. Before placing permanent type "hot" mix, all edges shall be trimmed as required to provide straight lines and vertical faces. Settlement of Trenches: In trenches where the Engineer determines that a "hot" permanent type bituminous concrete mix can be placed as temporary pavement, the Contractor shall allow the trench to settle for a period up to 30 days before placing pavement, all as determined by the Engineer. Temporary Pavement: It is intended that most trenches in existing pavement shall be provided with pavement within a few days after backfill. The settlement of trenches will determine how soon a trench shall be paved and the Engineer's decision will be final. The Engineer will also decide on the type of material to be placed. In cold weather or where it is obvious ,that considerable settlement "cold will take place, the Engineer may elect to order that a mix" or cold patch be placed, In this case, edges do not need to be retrimmed, except for broken pieces, and material may be placed at a slightly higher grade than the existing surface to allow for settlement. Material shall be placed to a full depth of 2 inches after compaction and in a single course. Elsewhere and wherever ordered, the Contractor shall place a "hot" permanent type bituminous concrete pavement as temporary pavement. In this case, the subgrade shall be prepared and compacted to required grade, the edges retrimmed as required to straight lines and vertical faces and sealed and the material placed to a compacted depth of 3 1-7 DIVISION 1: SITEWORK Fishers Island Sewer District inches in a single course. All pavement shall be maintained smooth, free from potholes and to required grade until permanent pavement is placed. Permanent Pavement: When, in the opinion of the Engineer, a satis- factory time has elapsed for compaction of the trenches, permanent pavement will be placed. In general, it will be required that trenches be allowed to settle over one winter and at least 120 days before permanent pavement is placed. Where the existing pavement outside of trenches has remained in satisfactory condition as determined by the Engineer, only the trenches will ordinarily be paved. The chain link fence, gates 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 ft. on 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. The split rail fence at the community subsurface disposal site shall be a three rail, pressure treated, decay and insect resistant wood. 1 1-8 �I Permanent Pavement Trench Width: Temporary pavement shall be removed, the subgrade prepared to required dimensions and compacted to required grade, edges retrimmed as required to straight lines and vertical faces, sealed and the permanent "hot" mix materials installed in two courses to a total depth compacted of 3" or as ordered. Base course shall be a binder material and surface shall be provided with suitable crown as required. 1.9 FENCING The pump station fence shall be 6 foot high, vinyl coated green as provided by Atlantic Fence Inc., Arrow Fence, Eastern Wholesale Fence Co. Inc., Midford N.Y. or equal. It shall conform to the Chain Link Fence Manufactures Institute. One gate shall be installed as shown on the plans. Posts, gate frames, braces, rails, stretcher bars and truss 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 corners, 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. The chain link fence, gates 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 ft. on 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. The split rail fence at the community subsurface disposal site shall be a three rail, pressure treated, decay and insect resistant wood. 1 1-8 �I 1 Seed shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of content. Fertilizer: Fertilizer shall be the commercial product of a . - reputable manufacturer approved by the -Engineer and shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of analysis. Fertilizer shall contain the following minimum percentage of available plant food by weight: 10% Nitrogen; 6% Phosophoric Acid; 4% Potash; 1-9 DIVISION 1: SITEWORK Fishers Island Sewer District 1.10 LANDSCAPING, LOAMING, SEEDING and FERTILIZATION The work covered by this section of the specifications consists of furnishing all tools, equipment, appliances, materials, and labor required for landscaping, loaming, seeding, and feritilizing all areas not covered by pavement as directed by the Engineer and as indicated on the Contract Drawings. Trees: 7 feet high Arborvitae shall be provided as shown on the plans and as directed by the Engineer. The trees shall be replaced by the Contractor if they die within one year of planting at no extra cost to the Owner. The Contractor shall place a 3 inch layer of woodchips over a 6 mil polyethylene sheet around the base of the trees as shown. Loam: The Contractor shall furnish sufficient topsoil to properly install all work as specified herein and as shown on the drawings. Loam separated from excavation material as specified in Section 1.2 and stored shall be approved by the Engineer before reuse. If not acceptable loam from outside sources shall be furnished. Topsoil furnished shall be a natural, fertile, friable soil, possessing characteristics of represent- ative productive soils in the vicinity. It shall be obtained from natur- ally well drained areas. It shall have a pH value of 6 and be free from substances which may be harmful to plant growth. Topsoil shall be without a mixture of subsoil and shall be clean and reasonably free from clay lumps, stones, stumps, roots or similar substances 1 1/2" or more in diam- eter, debris, or other objects which might be a hindrance to planting operations. The Contractor shall notify the Engineer of the location of the source from which he intends to supply the loam at least ten days prior to delivery of the loam at the project site. Any materials which in the opinion of the Engineer, do not meet the above requirements shall be rejected and removed from the site. Seed: Seed shall be commercial product of a reputable manufacturer approved by the Engineer and shall be certified to be not more than 1 year old and of the General proportions by weight of the following types: Kentucky Blue Grass 407. Creeping Red Fescue 40% Norlea Perennial Rye 15% White Clover 5% 1 Seed shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of content. Fertilizer: Fertilizer shall be the commercial product of a . - reputable manufacturer approved by the -Engineer and shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of analysis. Fertilizer shall contain the following minimum percentage of available plant food by weight: 10% Nitrogen; 6% Phosophoric Acid; 4% Potash; 1-9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 1: SITEWORK Fishers Island Sewer District Mulch: Mulch shall consist of hay from acceptable grass or legume mowings, free from weeds, reeds, twigs, debris orother objectionable material. It shall be free from rot or mould, and shall have a moisture content of not more than 15 percent when delivered to the project. 2. Application: Loam: Loam or topsoil shall be spread on the designated areas so as to form a cover or mulch of topsoil to a depth as shown on the drawings or as directed by the Engineer. Areas designated for covering with topsoil shall be scarified or otherwise roughened, just prior to the application of topsoil. After the spreading of topsoil all stiff clods, hard lumps, large stones, trash, wood, brush, stumps, roots, or other objectionable material shall be gathered and removed from the topsoiled area. Compaction may be accomplished by the use of a lawn roller commonly used for this work. Fertilizer: Fertilizer shall be applied evenly at the rate of 25 lbs. per 1,000 square feet. The fertilizer shall be raked to a depth of at least 2 inches and the area brought to a smooth surface. Seed: Seed shall be applied evenly at the rate of 3/4 pound per 100 square feet during the growing season. Seeded areas shall then be raked by hand to mix the seed and loam and to smooth the surface. Seeded area shall then be rolled with a light lawn roller. Mulch: Areas seeded shall be provided with hay mulch unless otherwise ordered by the Engineer. The hay shall be uniformly applied by an approved method to a placed depth of two (2) inches. Maintenance: The Contractor shall be responsible for the proper care of the seeded areas during the period when the grass is becoming establish- ed. This period shall extend for 2 months after the completion of seeding on the entire project. The Contractor shall reseed and if necessary reloam all areas as necessary to obtain a firm stand of grass. The Contractor shall provide water for the trees and grass. All aspects of the landscaping including loaming, seeding, fertilizing mulching, watering, etc. shall be paid for as part of the lump sum bid for the project. 1.11 MAINTENANCE AND PROTECTION OF TRAFFIC DESCRIPTION: The Contractor shall keep the roadway under construction open to traffic for the full length of the project, and shall provide a suffi- cient number of travel lanes and pedestrian passways to move that traffic ordinarily using the roadway. The travel lanes and pedestrian passways shall be drained and kept reasonably smooth and in suitable condition at all times in order to provide minimum interference to traffic consistent with the proper prosecution of the work. Suitable ingress and egress shall be provided at all times where required for all intersecting roads and for all abutting properties 1-10 IDIVISION 1: SITEWORK Fishers Island Sewer District 1 having legal access. CONSTRUCTION METHOD: When a scheme for maintenance of traffic which may include detours is shown on the plans or described in the Special Provisions of the Contract, this shall govern unless an alternate scheme acceptable to the Engineer is offered by the Contractor at no additional cost. If no scheme is shown on the plans or described in the Special Provisions of the Contract and the Contractor wishes to deviate from the provisions of maintaining traffic as described in this section, the Contractor must submit, and the Engineer may approve, a schedule showing a proposed sequence of operations and a compatible method of maintaining traffic. Uniform Traffic Controller: The Contractor shall provide the services of uniformed traffic controllers or Police at such locations and for such periods as the Engineer may order for the control and direction of vehicular traffic and pedestrians. Traffic controllers shall be clothed and equipped so as to be readily distinguished as traffic controllers to the satisfaction of the Engineer. Traffic Signs and Barricades: The Contractor will furnish signs, barricades, traffic cones, and traffic delineators to forewarn traffic of the construction. The Contractor will also provide such safety measures, pavement markings, warning devices, and signs as deemed necessary to safeguard and guide the traveling public through detours ordered by the Engineer or included in the approved scheme for maintenance of traffic. Signs and barricades will be delivered adjacent to the project and traffic cones and delineators will be provided when required, at no cost to the Town. The Contractor shall erect, maintain, move, adjust, relocate and store these signs, barricades, traffic cones, and delineators when, where, and in accordance with the "Manual on Uniform Traffic Control Devices", or as directed by the Engineer. The use of unauthorized or unapproved signs, barricades, traffic cones, or traffic delineators will not be permitted. The Contractor shall keep all signs in proper position and clean and legible at all times. Care shall be taken so that weeds, shrubbery, construction materials or equipment, and soil are not allowed to obscure any sign, light, or barricade. Signs that do not apply to existing conditions shall be removed or adjusted so that the legend is not visible to approaching traffic. Snow Removal: The Contractor, when ordered by the Engineer, shall remove snow and take care of icy conditions on temporary, new, and existing sidewalks on any.part'of the right-of-way within the limits of the project. Failure to Provide: Should the Contractor fail to perform any of the work required under this section, the Town may perform, or arrange for others to perform, such work. In such -cases, the Town will deduct from money due or to become due the Contractor all expenses connected therewith which are found to be greater than the cost to the Town had the Contractor performed the specified work. 1-11 DIVISION l: SITEWORK Appendix #1 Fishers Island NOISE AND "U Sewer District i C .. Noise and dust control mea:-,ures will include ',he use of de ivate nn: ''f 1C r: cn machinery and the spreading of water or wood c: .ps . 'ihe use ca? i ; ^: c';, �or4 de on petroleum products for dust control is proh'bited. wiil be limited to a.m.* D.M. DISPOSAL OF i.XCAVA?."ED ! ,'I r;I?I:'. New York State Department of Environmental Conscrvation c/o Mr. Daniel J. Larkin Bldg. 40, SUNY Stony Brook, NY 11794 Phone No. - 751-7900 The entire dewatering operation and the apparatus connected therewith must at all reasonable hours be open to inspection, and test by duly accredited re- presentatives of the Department of Environmental Conservation. 1 1 No contractor is permitted to dump spoil onto tt:ose, areas designated as wetlands or waterways. Surplus excavated material, either unsat.isfactor•y for, or over and above that required for backfilling, shall be disposed of by the contractor at his own expense, off the site of work in a lawful manner at the (name of landfill). If the contractor wishes to dispose excavated material other than at the (name of landfill), he must first contact: Alfred T. Kellar, "YS Department of Environmental Conservation at (51.6) 751-7900. DEWATERING In accordance with Section 15-1527 of the Environmental Conservation Law, .a dewatering permit must be obtained from the New York State Department of Environmental Conservation (see address below) before the commencement of any dewatering operation. iAny proposed dewatering operation must be carried out by duly rei7istered Well Drillers in accordance with Section 15-1525, of the EnvironmLntal Conservation Law. The Contractor is responsible for notifying the New Vork Sta-e Department of Environmental Conservation prior to the proposed starting of the dewatering operation, giving the following details in full: ='he name of the Registered Well Drillers, the details of the dewatering system to be installed, in-.ludirg the size, the number and the spacing of the Well Points, the pump capacity, the pumping rate and the expected volume of water to be withdrawn. Also to be included, will be the amount of water table drawdown, the final disposition of the water and the expected duration of the operation. Before any dewatering operation is to begin, approval of all the aforementioned items is required. If any unforseen emergency construction arises, the contractor must notify the New York State Department of Environmental Conservation as soon as possible, that dewatering under such circumstances has been started. Notification will be made of the following: New York State Department of Environmental Conscrvation c/o Mr. Daniel J. Larkin Bldg. 40, SUNY Stony Brook, NY 11794 Phone No. - 751-7900 The entire dewatering operation and the apparatus connected therewith must at all reasonable hours be open to inspection, and test by duly accredited re- presentatives of the Department of Environmental Conservation. 1 1 1 1 1 u 1 1 E 1 t 1 1 Ll . L r Where private wells, used for water supply, have become d ,. se rroduce potable water due to the dewatering operation, t;ne Contra(-Lc�• .:i'_ be responsible for providing the necessary water at no cost to ti.e Countv. No Contractor is permitted to dump spoil onto those area:, 1F_�:,4 -nate;ci a:; wetlands or waterways. Further, the Contractor shall not stockpile or s",, -e sp(,;-11 materials, tools or equipment on wetlands. The Contractor- :::;..il ...t .iischarr-e groundwater directly into creeks, ponds, lakes or waterway-- witiw ut. first obtaining proper permit from the New York State Department of Environmental Conservation. Before discharge into surface waters, dewatering effluents must be filtered through hay bales or detained settling basins to avoid sedimentation to the receiving waters. If necessary, baffling devises shall be used to prevent the scouring of the bed or banks of any receiving stream. Every effort shall be made to discharge groundwater into existing recharge basins. , When dewatering systems utilizing central pumping* stations are used, these stations will be acoustically shielded from neighboring residences. Styrofoam or other sound absorbing material will be used on the inside of the enclosure surrounding the pump. In addition, an exhaust stack extension will be provided when required by the Engineer. The use of old pumps generating excessive emissions and/or noise will not be permitted by the Engineer. Noise produced by any dewatering equipment measured at a distance of twenty-five feet in any direction from a major surface of the equipment shall not exceed: a. a continuous sound level of 60 dBA or b. one or more of the following octave band sound pressure level;;, as listed below: Frequency (HZ) dB 63 77 125 68 250 6o 500 _ 56 1000 53 2000 50 4000 48 8000 46 Before any dewatering pump installation is placed into operation, it shall be measured for the actual noise levels produced and only those installations conforming to the above listed sound criteria shall be approved. Sound pressures shall be measured with a sound level meter meeting ANSI - Type II specifications for noise regulation enforcement and possessing a measurement tolerance of plus or minus.2 dB. 1 DIVISION 2: STRUCTURAL Fishers Island Sewer District 1 2.1 REINFORCED - CAST IN PLACE CONCRETE Air -Entraining Admixture: ASTM C 260. Water Reducing Admixture: ASTM C 494. Only use admixtures which have been tested and accepted in mix designs, unless otherwise acceptable. Related Materials: Waterstops: Flat dumbbell or centerbulb type, size to suit joints, of either rubber (CRD C 513) or PVC (CRD C 572). Membrane -Forming Curing Compound: ASTM C 309, Type I. 2-1 Codes and Standards: ACI 301 "Specifications for Structural Concrete for Buildings"; ACI 347 "Recommended Practice for Concrete Formwork"; ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete"; comply with applicable provisions except as otherwise indicated. Mix Proportions and Design: Proportion mixes by either laboratory trial batch or field experience method complying with ACI 211.1. Submit written report to Engineer for each proposed concrete mix at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed and are acceptable to the Engineer. Mix designs may be adjusted when material characteristics, job conditions, weather, test results or other circumstances warrant. Do not use revised concrete mixes until submitted to and accepted by Engineer. Use air -entering admixture in all concrete, providing not less than 4% nor more than 8% entrained air for concrete exposed to freezing and thawing, and from 29 to 4% for other concrete. Minimum Cement Content shall be as follows: Min. compressive strength at 28 days Min bags of cement per cu. yd. of concrete 4000 PSI 6.75 3000 PSI 5.75 Concrete Materials: Portland Cement: ASTM C 150, Type as required. Aggregates: ASTM C 33, except local aggregates of proven durability may be used when acceptable to Architect. Water: Clean, drinkable. Air -Entraining Admixture: ASTM C 260. Water Reducing Admixture: ASTM C 494. Only use admixtures which have been tested and accepted in mix designs, unless otherwise acceptable. Related Materials: Waterstops: Flat dumbbell or centerbulb type, size to suit joints, of either rubber (CRD C 513) or PVC (CRD C 572). Membrane -Forming Curing Compound: ASTM C 309, Type I. 2-1 DIVISION 2: STRUCTURAL Fishers Island Sewer District ' Form Materials: Provide form materials with sufficient stability to withstand pressure 1 of placed concrete without bow or deflection. Exposed Concrete Surfaces: Suitable material to suit project conditions. Reinforcing Materials: Deformed Reinforcing Bars: ASTM A 615, Grade 60 unless otherwise indicated. Welded Wire Fabric: ASTM A 185. 1 Forming and Placing Concrete: Ready -Mix Concrete: ASTM C 94. Formwork: Construct so that concrete members and structures are of correct size, shape, alignment, elevation and position, complying with ACI 347. Provide openings in formwork to accommodate work of other trades. Accurately place and securely support items built into forms. Clean and adjust forms prior to concrete placement. Apply form release agents or wet forms, as required. Retighten forms during and after concrete placement if required to eliminate mortar leaks. 2-2 Reinforcement: Position, support and secure reinforcement against displacement. Locate and support with metal chairs, runners, bolsters, spacers and hangers, as required. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Joints: Provide construction, isolation, and control joints as indicated or required. Locate construction joints so as to not impair the strength and appearance of the structure. Place isolation and control joints in slabs -on -ground to stabilize differential settlement and random cracking. Installation of Embedded Items: Set and build into the work anchorage devices and other embedded items required forother work that is attached to, or supported by cast -in-place concrete. Use settling diagrams, templates and instructions provided by others for locating and setting. Concrete Placement: -Comply with ACI 304, placing concrete in a - continuous operation within planned joints or sections. Do notbegin placement until work of other trades affecting concrete is completed. Consolidate placed concrete using mechanical vibrating equipment with hand rodding and tamping, so that concrete is worked around reinforcement and other embedded items and into all part of forms. 2-2 DIVISION 2: STRUCTURAL Fishers Island Sewer District Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement and curing. In cold weather comply with ACI 306. In hot weather comply with ACI 305. Concrete Finishes: Exposed -to -view Surfaces: Provide a smooth finish for exposed concrete surfaces and surfaces that are to be covered with a coating or covering material applied directly to concrete. Remove fins and projections, patch defective areas with cement grout, and rub smooth. ' Slab Trowel Finish: Apply trowel finish to monolithic slab surfaces that are exposed -to -view or are to be covered with resilient flooring, paint or other thin film coating. Consolidate concrete surfaces by finish troweling, free of trowel marks, uniform in texture and appearance. Curing: Begin initial curing as soon as free water has disappeared from exposed surfaces. Where possible, keep continuously moist for not less than 72 hours. Continue curing by use of moisture -retaining cover or membrane -forming curing compound. Cure formed surfaces by moist curing until forms are removed. Provide protections as required to prevent damage to exposed concrete surfaces. 2.2 PRECAST CONCRETE Precast modules shall be reinforced concrete with a minimum 28 -day compressive strength of 5000 psi except for leaching chambers and dry wells which shall have a minimum 28 -day compressive strength of 4000 psi. Reinforcing steel shall meet the requirements of ASTM designation A-615, 1" minimum cover and shall be certified Grade 60. All units shall be design loading AASHO HS20-44. The manufacturer shall have the necessary equipment to perform compressive strength tests of concrete cylinders as required by the Engineer. The test certification shall be forwarded to the Engineer. The modules shall have monolithically poured walls and floor and shall be the same size, shape, and configuration as shown in the plans. If an alternate shape is proposed, it must have a floor area, wall and floor thickness, equal to or than that specified. greater The manufacturer shall submit to the.Engineer detailed calculations as prepared by a registered professional engineer to verify that the. unit has been designed to withstand the burial depth indicated on the plans. Calculations to be sealed with P.E. Seal. Final precast concrete shop drawings to be sealed with P.E. seal, prior to being submitted for Egnineer's review. 2.3 MISCELLANEOUS METALS ' Miscellaneous metals necessary to complete project are included in this division; specifically but not limited to gratings, platforms, 2-3 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 2; STRUCTURAL Fishers Island Sewer District steps hatches, aluminum channels, weir plates, shear gates and supports. Aluminum channels and angles and plates, for steps, brackets, and weir plates to be 6063-T6. Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. Shear gates shall be designed for use in sewage plants and shall be spigot end frame, bronze mounted. Wedges that seat the gate shall be bolted on to permit replacement of the wedges without the need to replace the frame. The length of the lifting handle shall be three (3) feet. Shear gates shall be CLOW Model F-3002 or equal 2-4 1 DIVISION 3: PIPE Fishers Island Sewer District shall furnish in duplicate to the Town sworn certificates of such tests. 1 3-1 3.1 DUCTILE IRON FORCE MAIN DESCRIPTION• This item shall consist of furnishing and installing the new sewage force main and fittings of the type, size and length called for on the plans or as ordered, at the locations and to the lines and grades designated on the plans, or as directed by the Engineer, and in conformity with these specifications. Sub structures and incidental construction shall comply with the requirements of these specifications for the various items which constitute the completed structure. This item shall further include the furnishing and installing of bends, elbows and fittings of the type and size shown on the plans, at the location, to the lines and grades designated, or as ordered by the Engineer and in conformance with these specifications. Prior to beginning work, the Contractor will be furnished a construction plan and profile sheet upon which he shall record in a neat form, the actual work performed, using colored pencils. Where actual field construction or existing utilities differ from information on the proposed drawing, the actual work or field condition shall be indicated on the drawings and submitted to the Engineer at the completion of the work or during the construction process for his review. Location of valves and bends will be shown with depth and two measured distances to permanent objects. If for any reason the Contractor is unable or unwilling to provide the record drawing in a.fully marked manner at the specified time, the Owner shall obtain the missing information by employment of a Certified Civil Engineer or Land Surveyor. The cost of this employment plus commensurate costs to the Owner shall be deducted from any monies due the Contractor. shall furnish in duplicate to the Town sworn certificates of such tests. 1 3-1 The Contractor shall employ a Certified Civil Engineer or Land Surveyor to establish all lines, elevations, reference marks, batter boards needed during the progress of the work, and from time to time to verify such marks by instrument or other appropriate means. The Engineer shall be pemitted to check the lines, elevations, reference marks set by the Contractor, who shall correct any errors in lines, elevations, reference marks disclosed by such check. Contractor shall make, check and be responsible for all measurements and dimensions necessary for the proper construction of and prevention of misfittings in the work. The Contractor shall furnish, handle, haul, lay, joint, and test all including fittings and appurtenant work, all as indicated on the drawings and as specified. MATERIALS: The materials for this work shall conform to the following specifications. In additon, all pipe and fittings shall be inspected and tested at the place of manufacture as required by the standard specifications to which the material is manufactured. The Contractor shall furnish in duplicate to the Town sworn certificates of such tests. 1 3-1 J L� 1 u DIVISION 3: PIPE Fishers Island Sewer District Ductile iron pipe shall conform to the requirements of ANSI A21.51, Class 51. The pipe shall have a standard thickness cement mortar lining in accordance with ANSI A21.4. Joints shall be rubber -gasket, mechanical or push -on in accordance with ANSI A21.11. Iron Fittings shall conform to the requirements of AWWA C110 (ANSI A21.10) for a minimum pressure rating of 250 psi. The fittings shall have a standard thickness cement mortar lining in accordance with ANSI A21.4. Joints shall be rubber -gasket, mechanical or push -on in accordance with ANSI A21.11. Suitable Bedding material For Ductile Iron Pipe shall be granular materials, free from rocks over 3 inches and free from any deleterious material, shall be clean, well graded from coarse to fine, and contain less than 5% of particles finer than will pass a No. 200 sieve. Native material shall be approved by the Engineer prior to use. CONSTRUCTION METHODS Unless otherwise directed by the Engineer, the force main shall be installed in accordance with the details as shown on the plans and in conformance with these specifications. The trench shall be excavated to the required depth, the bottom of which shall be graded to the elevation of the bottom of the bedding material. If rock is encountered, it shall be excavated to not less than 12 inches below the bottom of the pipe; and this depth shall be refilled with bedding material which shall be thoroughly tamped. Pipe shall be laid with bell ends facing in the direction of laying, unless directed otherwise by the Engineer. From the centerline of the pipe to a point 2 inches above the top of the pipe the backfill shall be placed by hand and hand tamped. Above this point, backfill shall be suitable material from excavation or, if ordered, bank -run gravel. Handling and Cutting Pipe: The Contractor's attention is directed to the fact that the iron used for pipe and fittings and the cement linings are comparatively brittle. Every care shall be taken in handling and laying pipe and fittings to avoid damaging the pipe and linings, scratching or marring machined surfaces, and abrasion of the pipe coating or lining. Any fitting showing a crack and any fitting or pipe which has received a severe blow that my have caused an incipient fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. In any pipe showing a distinct crack and in which it is believed there is no incipient fracture beyond the limits of the visible crack, the cracked portions, if so approved, may be cut off by and at the expense of the Contractor before the pipe is laid so that the pipe used will be perfectly sound. The cut shall be made in the sound barrel at a point at least 12 inches from the visible limits of the crack. Except as otherwise approved, all cutting shall be done with a machine suitable for cutting ductile iron pipe. Hydraulic squeeze cutters are not acceptable for cutting ductile iron pipe. Travel type cutters and 3-2 t L J� [I 11 J DIVISION 3: PIPE Fishers Island Sewer District guillotine or rotary type abrasive saws may be used. All cut ends shall be examined for possible cracks caused by cutting. The Contractor's attention is directed to the fact that damage to the lining of pipe or fittings will render them unfit for use; he shall use the utmost care in handling and installing lined and coated pipe and fittings to prevent damage. Protective guards shall not be removed until the pipe is to be installed. Installing Pipe and Fittings: No defective pipe or fitting shall be laid or placed in the piping, and any piece discovered to be defective after having been laid or placed shall be removed and replaced by a sound and satisfactory piece. Each pipe and fitting shall be cleared of all debirs, dirt, etc., before being laid and shall be kept clean until accepted in the complete work. Pipe and fittings shall be laid accurately to the lines and grades indicated on the drawings or required. Care shall be taken to ensure a good alignment both horizontally and vertically. Each pipe shall have a firm bearing along its entire length. Temporary Plugs: At all times when pipe laing is not actually in progress, the open ends of pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. Assembling Push -on -Joint Pipe: Joining of push -on -joint pipe shall conform to the American Water Works Association (AWWA) Standard Specifications, Designation C600, Section 9C and all amendments thereto. If effective sealing of the joint is not attained, the joint shall be disassembled,thoroughly cleaned, a new gasket inserted and joint reassembled. The deflection of alignment at a joint shall not exceed the appropriate permissible deflection as specified in the following table: Pipe Deflection Allowances for Push -on -Joint Maximum permissible deflection per length (ins) 12 ft- 16 ft- 18ft- Length Length Length 12 17 19 Assembling Mechanical Joint Fittings: Assembling of fittings with mechanical joint ends shall conform to AWWA Standard Specifications C600, Section 9B and all amendments thereto. If effective sealing of the joint is not attained at the maximum torque indicated therein, the joint shall be disassembled and thoroughly cleaned, then reassembled. Bolts shall not be overstressed to tighten a leaking joint. 3-3 11 i 1 DIVISION 3: PIPE Fishers Island Sewer District The deflection of alignment at a joint shall not exceed the appropriate permissible deflection as specified in the following table: Pipe Deflection Allowances for Mechanical Joint Maximum Permissible Deflection Per Length (ins.) 12 Ft- 16Ft- Length Length 18 24 18 Ft - Length 27 Setting Appurtenances: All valves, fittings and appurtenances shall be set and jointed as indicated on the drawings. Shop and Working Drawings: As required by the General Specifications, the Contractor shall submit completely detailed shop and working drawings of the piping. Such drawing shall show the piping layouts in full detail, the location of pipe hangers and supports, large scale details of all special castings, and location and type of thrust block or device to prevent joints from pulling apart. The drawings shall be fully dimensioned and contain schedules of all pipe, fittings, special castings and other appurtenances. Socket Pipe Clamps, Tierods and Bridles: Where necessary, bends, tees and other fittings in pipelines buried in the ground shall be backed up with Class B concrete placed against undisturbed earth where firm support can be obtained. If the soil does not provide firm support, then suitable bridle rods, clamps and accessories to brace the fitting properly shall be provided. Bridles and tierods shall be at least 1 inch in diameter. The socket clamps and tierods or bridles shall be coated with an approved bituminous paint after asembly, or, if necessary, prior to assembly. Cleaning: Prior to the pressure and leakage tests, the piping shall be thoroughly cleaned of all dirt, dust, oil, grease and other foreign material. This work shall be done with care to avoid damage to linings and coatings. Pressure and Leakage Tests Except as otherwise directed, all ' pipelines shall be given combined pressure and leakage tests in sections of approved length. The Contractor shall furnish and install suitable temporary pipe restraints and bracing testing plugs or caps; all nec- essary pressure pumps, pipe connections, meters, gates, gages and other. necessary equipment; and all labor required. The Town shall have the privilege of using their own gages, if they so desire. Subject to approval and provided that the tests are made within a reasonable time considering the progress of the project as a whole, the Contractor may make the tests when he desires. However, pipelines in ' excavation or embedded in concrete shall be tested prior to the backfilling of the excavation or placing of the concrete. 3-4 LI i 1 DIVISION 3: PIPE Fishers Island Sewer District Unless it has already been done, the section of pipe to be tested shall be filled with water of approved quality, and all air shall be expelled from the pipe. If blowoffs are not available at high points for releasing air, the Contractor shall make the necessary excavations and do the necessary backfilling and make the necessary taps at such points and shall plug said holes after completion of the test. The section under test shall be maintained full of water for a period of 24 hours prior to the combined pressure and leakage test being applied. The pressure and leakage test shall consist of first raising the water pressure (based on the elevation of the lowest point of the section under test corrected to the gage location) to a pressure of 150 pounds per square inch (psi). If the Contractor cannot achieve the specified pressure and maintain it for a period of one hour, the section shall be considered as having failed to pass the pressure test. Following or during the pressure test, the Contractor shall make a leakage test by metering the flow of water into the pipe while maintaining in the section being tested a pressure equal to 150 psi. If the average leakage during a two-hour period exceeds a rate of 11.6 gallons per inch of diameter per 24 hours per mile of pipeline, the section shall be considered as having failed the leakage test. 1 1 1 If, in the judgment of the Engineer, it is impracticable to follow the foregoing procedure exactly for any reason, modifications in the procedure shall be made as required and approved, but in any event the Contractor shall be responsible for the ultimate tightness of the line within the above leakage and pressure requirements. 3-5 If the section fails to pass the pressure or leakage test, the Contractor shall do everything necessary to locate, uncover, and repair or replace the defective pipe, fitting, or joint, all at his own expense and without extension of time for completion of the work. Additional tests and repairs shall be made until the section passes the specified test. 1 1 1 If, in the judgment of the Engineer, it is impracticable to follow the foregoing procedure exactly for any reason, modifications in the procedure shall be made as required and approved, but in any event the Contractor shall be responsible for the ultimate tightness of the line within the above leakage and pressure requirements. 3-5 ' DIVISION 3: PIPE Fishers Island Sewer District ' 3.2 POLYVINYLCHLORIDE SANITARY SEWER PIPE 3-6 DESCRIPTION: This item shall consist of furnishing and installing the gravity sanitary sewer lines and septage distribution lines and fittings of the ' type, size and length called for on the plans or as ordered, at the locations and to the lines and grades designated on the plans, or as directed by the Engineer, and in conformity with these specifications. Prior to beginning work, the Contractor will be furnished a construction plan and profile sheet upon which he shall record in a neat form, the actual work performed, using colored pencils. Where actual field construction or existing utilities differ from information on the proposed drawing, the actual work or field condition shall be indicated on the drawings and submitted to the Engineer at the completion of the work or during the construction process for his review. Location of ' distribution boxes and bends will be shown with depth and two measured distances to permanent objects. If for any reason the Contractor is unable or unwilling to provide the record drawing in a fully marked ' manner at the specified time, the Owner shall obtain the missing information by employment of a Certified Civil Engineer or Land Surveyor. The cost of this employment plus commensurate costs to the Owner shall be deducted from any monies due the Contractor. The Contractor shall employ a Certified Civil Engineer or Land Surveyor to establish all lines, elevations, reference marks, batter ' boards needed during the progress of the work, and from time to time to verify such marks by instrument or other appropriate means. The Engineer shall be pemitted to check the lines, elevations, reference marks set by the Contractor, who shall correct any errors in lines, ' elevations, reference marks disclosed by such check. Contractor shall make, check and be responsible for all ' measurements and dimensions necessary for the proper construction of and prevention of misfittings in the work. The Contractor shall furnish, handle, haul, lay, joint, and test all pipe including fittings and appurtenant work, all as indicated on the drawings and as specified. ' MATERIALS PIPE, FITTINGS, AND SPECIALS The polyvinylchloride pipe and fittings shall•conform.to ASTM Standard Specification for Type PSM Ploy (Vinyl Chloride) (PVC) Sewer Pipe and Fittings, Designation D3034. The pipe shall have pipe diameter ' to wall thickness ration (SDR) of a maximum of 35. Straight pipe shall be furnished in lengths of not more than 13 feet. Specials, if required, shall conform to the specifications for straight pipe insofar as applicable. 3-6 DIVISION 3: PIPE Fishers Island Sewer District ' JOINTS Joints for the polyvinychloride pipe shall be push -on bell and spigot joints using elastomeric ring gaskets. The gaskets shall be securely fixed into place in the balls so that they cannot be dislodged ' during joint assembly. The gaskets shall be of a composition and texture which is resistant to common ingredients of sewage and industrial wastes, including oils and groundwater, and which will endure, permanently under the conditions of the proposed use. The joints shall ' conform to ASTM Standard Specifications for Joints for Drain and Sewer Platic Pipes using Flexible Elastomeric Seals, Designation D3212. ' INSPECTION, TESTS, AND ACCEPTANCE All pipe delivered to the job site shall be accompanied by test reports certifying that the pipe and fittings conform to the above- mentioned ASTM specifications. In addition, the pipe shall be subject to thorough inspection and tests, he right being reserved for the Engineer to apply such tests as he deems necessary. ' All tests shall be made in accordance with the methods prescribed by the above-mentioned ASTM specifications, and the acceptance or rejection shall be based on the test results. The Contractor shall furnish all labor necessary to assist the Engineer in inspecting the pipe. Pipe will be inspected upon delivery, and such as does not conform to the requirements of this contract such ' be rejected and shall immediately be removed by the Contractor. ' CONSTRUCTION METHODS HANDLING PIPE ' All pipe shall be stored at the site until installation in a manner acceptable to the Engineer which will keep the pipe at ambient outdoor temperatures. Temporary shading shall be provided as required to meet ' this requirement. Simply covering the pipe or structures which allows temperature build-up when exposed to direct sunlight will not be permitted. ' Each pipe unit shall be handled into its position in the trench only in such manner, and by such means as acceptable to the Engineer. Care shall be taken to avoid damaging the pipe and fittings. INSTALLATION Each pipe unit shall be inspected before being installed. No single piece of pipe shall be laid unles it is generally straight. The centerline of the pipe shall not deviate from a straight line drawin between the centers of the openings at the ends of the pipe by more than ' 1/16 in. per ft. of length. If a piece of pipe fails to meet this requirement for straightness, it shall be rejected and removed from the site. Any pipe unit or fitting discovered to be defective either before ' or after installation shall be removed and replaced with a sound unit. ' 3-7 DIVISION 3: PIPE Fishers Island Sewer District Except as otherwise indicated on the drawings, the pipe shall be supported by 6" minimum of 3/8 inch to 3/4 inch crushed stone or sand. No pipe or fitting shall be permanently supported on saddles, blocking, or stones. 1 Suitable bell holes shall be provided, so that after placement, only the barrel of the pipe received bearing pressure from the supporting material. All pipes and fittings shall be cleared of all debris, dirt, etc., before being installed and shall be kept clean until accepted in the completed work. Pipe and fittings shall be installed to the lines and grades indicated on the drawings or as required by the Engineer. Care shall be taken to ensure true alignments and gradients. After each pipe has been properly bedded, 3/8 inch to 3/4 inch crushed stone or sand shall be placed 12 inches on each side and above the pipe, and enclosed by filter fabric (Mirafi 140, Dupont Typar or equal), clear sand or gravel may be substituted for filter fabric if approved by the Engineer. See Standard Trench Detail. The Contractor shall take all necessary precautions to prevent flotation of the pipe in the trench. 1 3-8 Before any joint is made, the previously installed unit shall be checked to assure that a close joint with the adjoining unit has been maintained and that the inverts are matched and conform to the required grade. The pipe shall not be driven down to the required grade by striking it with a shovel handle, timber or other unyielding object. All joint surfaces shall be cleaned. Immediately before jointing the pipe, the bell or groove shall be lubricated in accordance with the manufacturer's recommendation. Each pipe unit shall then be carefully pushed into place without damage to pipe or gasket. Suitalbe devices shall be used to force the pipe units together so that they will fit with a minimum open recess inside and outside and have tightly sealed joints. Care shall be taken not to use such force as to wedge apart and split the bell or groove ends. Joints shall not be "pulled" or "cramped" unless permitted by the Engineer. Where any two pipe units do not fit each other closely enough to enable them to be properly jointed, they shall be removed and replaced with suitable units and new gaskets. Details of gasket installation and joint assembly shall follow the directions of.the manufacturers of the joint material and of the pipe, all subject to review by the Engineer. The resulting joints shall be watertight and flexible. After each pipe has been properly bedded, 3/8 inch to 3/4 inch crushed stone or sand shall be placed 12 inches on each side and above the pipe, and enclosed by filter fabric (Mirafi 140, Dupont Typar or equal), clear sand or gravel may be substituted for filter fabric if approved by the Engineer. See Standard Trench Detail. The Contractor shall take all necessary precautions to prevent flotation of the pipe in the trench. 1 3-8 a t DIVISION 3: PIPE Fishers Island Sewer District At all times pipe installation is not in progress, the open ends of the pipe shall be closed with temporary watertight plugs, or by other acceptable means. If water is in the trench when work is to be resumed, the plug shall not be removed until suitable provisions have been made to prevent water, earth or other substances from entering the pipe. Pipelines shall not be used as conductors for trench drainage during constuction. ALLOWABLE PIPE DEFLECTION Pipe provided under this specification shall be so installed as to not exceed a maximum deflection of 3.5 percent. Such deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured) by 100 and dividing by the nominal diameter of the pipe. Upon completion of a section of sewer, including placement and compaction of backfill, the Contractor shall measure the amount of deflection by pulling a specially designed gage assembly through the completed section. The gage assembly shall be in accordance with the recommendations of the pipe manufacturer and be acceptable to the Engineer. CLEANING Care shall be taken to prevent earth, water, and other materials from entering the pipeline. As soon as possible after the pipe and manholes re completed, the Contractor shall clean out the pipeline and manholes, being careful to prevent soil, water, and debris from entering 1 any existing sewer. LEAKAGE TESTS 1 3-9 The pipeline shall be made as nearly watertight as practical, and leakage tests and measurements shall be made after the pipeline has been backfilled. Various methods for testing are outlined herein. However while these methods can be used by the Contractor during the laying of the pipe for his convenience, the exfiltration (hydrostatic) test will be used for final inspections. ' At the time of the test, the Contractor shall determine the groundwater elevation from observation wells, excavations or other L means, all subject to review by Engineer. For making the low-pressure air tests, -the Contractor shall use equipment specifically designed and manufactured for the purpose of testing sewer pipelines using low-pressure air. The equipment shall be provided with an air regulator valve or air safety valve so set that the internal air pressure in the pipeline cannot exceed 8 psig. 1 3-9 ches, provisions shall be made by suitalbe ties, braces, 1 3-10 For making the infiltration tests, underdrains, if used, shall be DIVISION 3: PIPE Fishers Island Sewer District groundwater to return to its normal level insofar as practicable. The leakage test using low-pressure air shall be made on each 1 manhole -to -manhole section of pipeline after placement of the backfill. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be tested. Pneumatic plugs shall ' resist internal test pressures without requiring external bracing or blocking. All air used shall pass through a single control panel. Low- pressure air shall be introduced into the sealed line until the internal air pressure reaches 4 psig. greater than the maximum pressure exerted by groundwater that may be above the invert of the pipe at the time of the test. However, the internal air pressure in the sealed line shall not be allowed to exceed 8 psig. When the maximum pressure exerted by the groundwater is greater than 4 psig., the Contractor shall conduct only an infiltration test. At least two minutes shall be allowed for the air pressure to stabilize in the section under test. After the stabilization period, the low-pressure air supply hose shall be quickly disconnected from the control panel. The time required in minutes for the pressure in the ' section under test to decrease from 3.5 to 2.5 pisg. (greater than the maximum pressure exerted by groundwater that may be above the invert of the pipe) shall not be less than that shown in the following table: Pipe Diameter In Inches Minutes 6 3.0 8 4.0 10 5.0 12 5.5 15 7.5 1 For making the infiltration and exfiltration tests, the Contractor shall furnish suitable test plugs, water pumps, and appurtenances, and all labor required to properly conduct the tests on sections of acceptable length. ches, provisions shall be made by suitalbe ties, braces, 1 3-10 For making the infiltration tests, underdrains, if used, shall be plugged and other groundwater drainage shall be stopped to permit the groundwater to return to its normal level insofar as practicable. Upon completion of a section of the sewer, the Contractor shall 1 dewater it and conduct a satisfactory test to measure the infiltration for at least 24 hours. The amount of infiltration, including manholes, tees, and connections, shall not exceed 200 gal. per in. diameter per mile of sewer per 24 hours. For making the exfiltration tests, the sewers shall be subjected to an internal pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 ft. above the top of the sewer at its upper end. Where conditions between manholes may result in test pressures which would cause leakage at the stoppers in bran ches, provisions shall be made by suitalbe ties, braces, 1 3-10 3-11 DIVISION 3: PIPE Fishers Island Sewer District and wedges to secure the stoppers against leakage resulting from the test pressure. The rate of leakage from the sewers shall be determined by measuring the amount of water required to maintain the level 2 ft. above the top of the pipe. Leakage from the sewers under test shall not exceed the requirements for leakage into sewers as hereinbefore specified. The Contractor shall construct weirs or other means of measurements as may be required. Suitable bulkheads shall be installed as required, to permit the test of the sewer. Should the sections under test fail to meet the requirements, the Contractor shall do all work of locating and repairing the leaks and retesting as the Engineer may require without addition compensation. If, in the judgement of the Engineer, it is impracticable to follow the foregoing procedures for any reason, acceptable modifications in the procedures shall be made as required, but in any event, the .Contractor ' shall be responsible for the ultimate tightness of the line within the above test requirements. 3-11 J i n r! J 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.1 GENERAL It is the intention of these specifications that the pump station including the valve pit, wet well and all equipment therein and connected to be provided as a package by a single manufacturer such as Boydco, Inc., Carlgen, Inc., or an approved equal. The valve pit and wet well shall be a preassembled, pretested station with appurtentant equipment. The station shall be provided by a manufacturer engaged in preassembled concrete pump stations. The manufacturer shall have the plant and facilities deemed by the Engineer and Owner as capable of meeting these specifications. The principle items of the pumping unit shall include two submersible centrifugal sewage pumps and motors; guide rails, wet well access, discharge seal and elbow, and all hardware; motor control center with thermal magnetic circuit breakers, magnetic motor starters, and automatic liquid level control system to make a complete working system. Submersible pumps and motors shall be designed specifically for raw sewage use, including both dry, partially submerged and fully submerged operation. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. 4.2 PREFABRICATED WET WELL AND VALVE PIT The precast wet well and valve pit shall be subject to the requirements of Division 2.2 Precast concrete modules.The interior walls of the valve pit shall be treated with a cementatious coating followed by two (2) coats of Koppers Glamorglaze 200, Oyster White or equal. The below grade exterior of the entire pump station shall be given two (2) coats of Koppers Bitumastic No. 300 M or equal. Exterior concrete above grade shall be given two (2) coats of Koppers Glamorglaze, Oyster White or equal. The various modules shall be marked for proper alignment in the manufacturer's facility. The joints between the modules shall be sealed for maximum water -tightness with a field -formed butyl rubber system as set forth in the specifications. Rubber "0" rings or grout will be acceptable for the wet well only. The Contractor shall be responsible for assuring at the time of acceptance of the precast units that they are suitable for construction of water tight valve pit and wet well. All openings in the structure to be cast during the fabrication of the units. Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. Specifications for the components of this system shall be as follows: 4-1 DIVISION 4• SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 1 4-2 (a) Butyl Rubber Sealant - Shall meet Federal Spec. SS -S-00210 Min. Max. Butyl Rubber % by Weight 50 70 Inert Mineral Filler % by Weight 30 50 Free Carbon % by Weight -- 15 Volatile Matter % by Weight -- 2 (Loss after 5 hrs. at 325 degrees F) Sp. Gr. at 77 degrees f 1.20 1.35 Ductility at 77 degrees F 5.0 -- Softening Point degrees F 320 Penetration at 77 degrees F 50 120 Sag or flow Resistance None None Aluminum channels and angles and plates, for steps, brackets, and weir plates to be 6063-T6. Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. 4.3 PUMPS The pump must have the necessary characteristics and be properly selected to deliver 180 GPM against a total dymanic discharge head of 40 feet at a maximum pump speed of 1750 rpm. Minimum shut off head shall be 55 feet. Minimum efficiency at duty point shall be 55%. The pump/motor unit must be non -overloading across the complete head/capacity range of the pump. Construction: Castings shall conform to ASTM A-48 Class 30 iron with tensil strength of 30,000 psi and capable of withstanding hydrostatic test pressure 1 1/2 times maximum working pressure. All assembly points shall be of machine register fit to assure proper alignment. All exposed fasteners and lock washers shall be of 316 stainless steel. 1. Casing: Casing shall be close -grained cast iron of sufficient strength, weight and thickness to insure long life, accurate alignment, and reliable operation. Volute shall have smooth fluid passages large enough at all points to pass any size solid which can pass through the impeller and provide smooth unobstructed flow. A large clean-out opening with removable cover, having its interior surface matching the volute contour, shall be Iocated on the casing. Discharge connections shall be ANSI 125 -pound flat face flanges. 2. : Im ellerImpeller shall be single -suction enclosed cast in one P P piece. Impeller shall be particularly designed with smooth water passages to prevent clogging by stringy or fibrous materials, and shall be capable of passing solids having a maximum sphere size of 3". Impeller shall be dynamically and hydraulically balanced. Impeller shall be keyed and secured to the shaft by a stainless steel cap - 1 4-2 IDIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District screw and washer, and shall be readily removable without the use of special tools. The impeller shall be of the non -clog type. Impeller shall be of ductile or gray cast ' iron. 3. Shaft Seals: The pump shaft shall be sealed against leakage by a double mechanical seal of tungsten -titanium carbide. The mechanical seal shall be lubricated with oil from an oil filled reservoir between pump and motor; the oil serving as both lubricating and a cooling media. The seal system shall not rely on the pumped media for lubrication. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. The oil chamber shall contain a seal failure warning sensor for detecting the presence of moisture. If water enters the oil chamber the sensor shall energize an alarm circuit and shut down ' the motor. The alarm shall have a manual reset only. 4.4 PUMP MOTOR Each pump shall be provided with a squirrel cage induction motor designed in accordance with NEMA and AIEE standards suitable for operation in Class 1, Group D hazardous locations. The submersible pump motor shall be 4.5 HP, three phase with motor and pump furnished as an integral unit. Motor shall be of air filled type with Class B insulation system and Class F materials rated for continuous duty in 40 degree C liquids. Motor frame and end shields shall be or corrosion -resistant cast iron with stainless steel hardware and shaft. All static seals for moisture exclusion shall be of "0" ring type. Motor bearings shall be prelubricated at the factory and have a minimum B-10 life of 15,000 hours. The motor shall be rated thermally to Nema MG1-12.42 and thermally protected by means of a thermostatic switch in stator windings. The oil filled seal chamber shall contain a moisture sensing probe through which signs of impending seal failure may be signalled to the motor control center. Motor shall have an internal pressure capability of 200 PSI. Electrical leads shall be primarily sealed with a molded neoprene compression grommet and a secondary moisture seal shall be provided by cast epoxy material, encapsulating splice connectors in the motor end bell. Pump motor power cords shall be.designed for flexibility and seviceability under conditions of extra hard usage and shall meet the requirements of the Mine Safety and Health Administration for trailing cables. Ground fault interuption protection shall be used to deenergize the circuit in the event of any failure in the electrical integrity of the cable. Power cord terminal fittings shall be corrosion resistant and constructed in such a manner to prevent the entry of moisture into the cable, shall be provided with strain relief appurtenances and shall be designed to facilitate field connecting. 4-3 1 4-4 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.5 PUMP REMOVAL SYSTEM Each pump shall be furnished with a discharge connection system which will permit removal and installation of pump without the necessity of an operator entering the wet well. The submersible pumps shall be readily removeable without dewatering the wet well or disconnecting any piping in the wet well. A minimum 1/4" diameter stainless steel braided wire lift cable shall be permanently attached to the pump. Provision shall be made for attaching upper end of this cable to the wet well access frame. All bolts, machine screws, nuts, washers, and lockwashers for complete assembly of access cover, guide rails, and discharge elbow shall be furnished by manufacturer in 316 stainless steel. 4.6 WET WELL ACCESS The wet well access shall be fabricated from welded aluminum sections. A hinged aluminum door shall be provided for each pump. Hinged door shall be fabricated from 1/4" thick aluminum with non - skid diamond tread on upper surface. All hardware on access assembly shall be stainless steel with flush upper surface without protrusions. Door shall be fitted with a recessed latch requiring a special square tool for access. t4.7 CONTROLS Electrical power to be furnished to the site will be three phase,60 Hertz, 460 volts. The control circuitry shall be designed to operate on 115+/- 10% volts, 60 Hertz, single phase current, and control two (2) pumps driven by 4.5 H.P. motors at maximum speed of 1750 RPM. The control panel shall consist of circuit breaker and magnetic starter for each pump motor actuated by a liquid level control system with all components mounted in one common enclosure. The control assembly shall provide means to operate each pump manually or automatically. When operated in the automatic mode, the control assembly shall provide means to automatically alternate the position to the "lead" and "lag" pumps after each pumping cycle. The complete control assembly shall be mounted in one electrical enclosure which is large enough to contain all control components. OPERATION A mercury float switch type liquid level control system shall continuously monitor wet well liquid level and control operation of the pumps according to level variations. The system shall actuate pump motors on an alternating "lead" - "lag" basis, with idependently adjustable lead pump and lag pump start levels. One pump motor shall be actuated when wet well liquid rises to pre- set "lead pump start" level, and shall be shut down when wet well liquid has been pumped down to the pre-set "stop" level. If, after the lead pump motor has been actuated, wet well liquid continues to rise and 1 4-4 IDIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District ' reaches the pre-set "lag pump start" level, second pump motor shall be actuated and both pump motors shall continue to operate in parallel until wet well liquid falls to pre-set "stop" level for the lag pump. The lead pump shall continue to operate until the wet well level falls to the preset "stop" level for the lead pump. 1"Lag" pump operation shall be independent of "lead" pump operation. Curcuitry which provides "lag" pump operation contingent on proper "lead" pump circuit operation shall not be accepted. PANEL ENCLOSURE The complete control assembly shall be contained in one weatherproof enclosure fabricated of steel having a minimum thickness of not less than .078 inches (14 gauge). 1 4-5 All seams shall be made with continuous welds, free of burrs, and free of open voids to prevent leakage. The enclosure shall be constructed in conformance with applicable sections of the National Electrical Manufacturer's Association (NEMA). Enclosure construction to be Nema 3R and Nema 12 per Nema Standards ICS -1970, Para. ICS1-110.12 and ICS1-110.21. The enclosure shall be weatherproof, rain tight, dustproof, and oil tight. ' The enclosure shall be equipped with a removable inner swing panel fabricated of steel having a minimum thickness of .078 (14 gauge), mounted on a continuous (piano -type) vertical steel hinge. The inner swing panel shall be of adequate size to completely cover all wiring and components mounted on the back panel and shall make provisions for the mounting of all basic and optional controls and instruments. The inner swing panel shall have a minimum horizontal swing of 90 degree and shall be held in the closed position with straight slot screws. The door shall be mounted on a continuous (piano -type), vertical, stainless steel hinge, sealed around its entire perimeter to be completely weatherproof, and held in the closed position with a three (3) point latching mechanism equipped with a watertight key lock. The door shall have a minimum horizontal swing of 165 degrees. The enclosure shall be furnished with a removable back panel fabricated of steel having a miminum thickness of .106 inches (12 gauge), secured to the enclosure on collar studs. The back panel shall be of adequate size to accommodate all control components. The enclosure shall be furnished with baked -on white enamel finish on all surfaces, and shall be equipped with flanges to facilitate mounting. There shall be no holes in the enclosure for mounting the enclosure or mounting controls within the enclosure. COMPONENTS All motor branch circuit breakers, motor starters and control relays shall be securely fastened to the removable back panel with screws and lock washers. Back panel shall be tapped to accept all mounting screws. Self -tapping screws shall not be used to mount any 1 4-5 �I 1 it 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District component. A mechanical disconnect mechanism shall be installed on each circuit breaker to provide a means of disconnecting power to the pump motors. Operator handles for the disconnect mechanisms shall be located on the exterior of the inner swing panel with interlocks which permit the swing panel to be opened only when the circuit breakers are in the "OFF" position. An open frame, across -the -line NEMA rated, magnetic motor starter as manufactured by Allen Bradley or approved equal, shall be furnished for each pump motor. All motor starters shall be equipped to provide under -voltage release and overload protection on all three phases. Motor starter contacts shall be easily replacable without removing the motor starter from its mounted position. Overload relays shall be manual reset and shall not provide means for converting to automatic reset. Pump alternator relay shall be of electrical/mechanical industrial design, as manufactured by Furnas Electric, or approved equal. MOTOR HIGH TEMPERATURE SHUTDOWN The.contr.ol shall be equipped with high temperature shutdown for each motor and shall utilize the temperature switches embedded in the motor windings. In a high motor temperature condition, the switch shall open, de -energize the motor starter and stop the pump motor. The high motor temperature shutdown device shall be automatic reset. SEAL FAILURE SHUTDOWN The control panel shall be equipped with a moisture detector control for each pump which senses moisture in the oil cavity should the lower seal fail. Sensor probes located in the oil cavity shall detect the influx of moisture and disrupt the motor starter circuit of the particular pump involved. Should this condition occur, the pump motor shall remain inoperative until the problem is corrected and the control circuit has been manually reset. HIGH WATER ALARM A high wet well level alarm shall be provided through mercury float switch and shall be independently adjustable. In event the high water alarm level in the wet well is reached, a signal relay shall be actuated. The signal relay shall employ.an indicator visible on the - front of the motor control center and shall maintain the alarm signal until manually reset. RUN LIGHTS The motor control center shall have a pilot light for each pump motor which shall illuminate when the motor is running. ELAPSED TIME METERS RV J DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District I Elapsed time meters shall be mounted in the motor control center and wired to each pump motor in hours and tenths of hours. Elapsed time meter shall be 6 -digit non resettable. ' MOTOR OVERLOAD RESET PUSHBUTTON An overload reset pushbutton shall be mounted through the door of the motor control center and permit resetting of the motor overload 1 relays without opening the control pan door. PUMP SEQUENCE SELECTOR SWITCH A 3 -position toggle switch shall be provided which shall override the automatic alternator and provide manual selction of either pump No. 1 or No. 2 as the lead pump. DUPLEX RECEPTACLE ' The motor control center shall be equipped with a duplex grounding receptacles (220 Volt and 115 Volt, A.C.). The receptacle circuit shall be protected by a 15 ampere thermal magnetic circuit breaker. iALARM HORN ' Lift statin manufacturer shall furnish a 115 Volt, A.C., single vibrating type horn with weatherproof housing. projector, ALARM LIGHT Lift statin manufacturer shall furnish 115 Volt, A.C. 100 -watt, vapor -tight alarm light with red globe, guard and mounting hardware. The contractor shall mount, wire and run conduit to the light as shown on the plans. AUXILIARY CIRCUIT BREAKER The panel shall be equipped with one thermal/magnetic, 20 ampere, manually operated normal duty, air circuit breakers, Series HQCL as manufactured by Westinghouse or approved equal, with an asymmetrical interruping rating of 10,000 amperes at 120/240 volts, A.C. AUXILIARY POWER TRANSFORMERS -The lift station shall be equipped with a 5 KVA stepdown transformer to supply 220 & 115 Volt, A.C., single phase for control and ' auxiliary circuits. The transformer shall be mounted inside the pump control panel. The primary side of the transformer shall be protected by a thermal magnetic circuit breaker mounted in the motor control center. A mechanical disconnect mechanism shall be.installed on the circuit breaker to provide a means of disconnecting power to the transformer. Operator handle for the disconnect mechanism shall be located on the exterior of the motor control center inner door, with interlocks which permit the door to be opened when the circuit breaker is in the "OFF" position. 1 4-7 7 L 1 1 1 1 J DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District WIRING The lift station shall be completely wired in accordance with applicable wiring standards set forth by the National Electric Code (NEC). All wiring in the lift station shall be color coded and numbered. All components shall be electrically grounded to a common ground lug mounted on the control panel sub plate. Upon installation of lift station, and before connection of any power feeder lines, contractor shall extend grounding wire from lug to external ground in accordance with local electrical code. 4.8 OPERATIONAL TEST The pumps, motors and controls shall be given an operational test in accordance with the standards of the Hydraulic Institute. Recordings of the test shall substantiate the operation of the equipment at the design head, capacity, speed and horsepower as herein specified. Tests shall consist of checking the unit at its rated speed, head, capacity, efficiency and brake horsepower, and at such conditions of head and capacity to properly establish the performance curve. Flow measurements shall be made with magnetic flow meter. Proof of meter accuracy shall be provided by discharging into a calibrated tank traceable to the Bureau of Standards. Certified copies of test reports, and operating curves shall be submitted. The Standards of the Hydraulic Institute shall govern all procedures and calculations for these tests. Five sets of certified pump curves shall be furnished to the Engineer. 4.9 INSTALLATION AND OPERATING INSTRUCTIONS Installation of pumping unit and related appurtenances shall be done in accordance with written instructions provided by the manuf acturer. . The Contractor shall furnish three (3) complete sets of installation, instruction and maintenance manuals for the pumping station and all appurtenant and related equipment supplied under these specifications. The manuals shall be bound and complete and specific for every piece of equipment furnished under this section of the specifications. General information brochures will not be acceptable. Spare Parts: The Contractors attention is directed to Section # which lists the spare parts which are to be provided as part of this Contract. 4.10 GUARANTEES The manufacturer shall guarantee the pump station and components for eighteen months after written final acceptance. The Contractor shall furnish the services of a qualified representative from the company manufacturing the pump station, assist the contractor to install, adjust, test and start the operation of the pump station in Conformance with the Contract Documents; this representative shall further guarantee the operation of the pump 4-8 DIVISION 4• SUBMERSIBLE PUMPING STATION Fishers Island Sewer District station, and shall include service for eighteen months after acceptance by the Owners, the above service shall be available twenty-four (24) hours a day, seven (7) days a week for the above eighteen (18) month ' period. The above service contract shall be included in the price bid for the pump station. ' 4.11 INTERIOR PIPING Ductile Iron Pipe: Ductile iron pipe (DIP) shall be Class 50 ' (unless otherwise noted ) cement lined pipe with a rated working pressure of 350 psi and shall conform to ANSI Specification A21.51. The cement lining shall be standard thickness and shall be in accordance with ANSI Specification A21.4. The interior seal coat shall be of ' asphaltic material. Cast iron pipe fittings shall conform to ANSI A21.10 and have a rated working pressure of 250 psi. Drilling and facing of flanges shall be in accordance with the ' requirements under USAS Specification B16.1, 125 lb. flanges. Style 38 Dresser Couplings and Style 128 Dresser Flange Adaptors shall be used where indicated on the Contract Drawings. Ductile iron pipe and cast iron fittings shall have standard flanged joints. All pipe supports and appurtenances shall be primed and painted with Koppers Glamortex #501 enamel paint #306 Light Grey. Piping Supports: Contractor shall furnish and install all supports necessary to hold piping appurtenances in a firm substantial manner at lines and grades indicated on drawings or as directed, without strain upon piping or connected equipment. ' Piping within valve pit shall be supported from floor by approved saddle stands or suitable concrete piers, as indicated or approved. Where indicated on drawings or where necessary, suitable bridle rods ' and rod collars or hooks or lugs cast on pipe shall be used to prevent joints from pulling apart. Bridle rods shall be of not less than 1/2" stock. The entire assembly of interior piping shall be tested after adequately supporting it as per the Contract Drawings. For test Contractor shall, by pumping, raise water pressure to a minimum of 100 pounds per square inch . If Contractor cannot achieve specified pressure and maintain it for a period of one hour, section under -test shall be considered as having failed to pass test. If in judgment of Engineer, it is impractical to follow foregoing ' procedure exactly for any reason, required modifications in procedure shall be made; but in any event, Contractor shall be responsible for ultimate tightness of line within above requirements. A 1/2" IPS tap in the discharge pipes shall be supplied for gauges. 4-9 LJ DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.12 VALVES AND GATES: iAll valves furnished under these specifications shall be product of a manufacturer who has had long experience in design of valves and whose products have proven reliable in service in similar installation over reasonable period of years. Gages, equal to Ashcroft model 1010 with 4 1/2" dial face reading from 0 to 30 psi for the discharge, shall be furnished for each raw 1 4-10 1. Plug Valves: Valves shall be of the non -lubricated, eccentric ' type with resilient faced plugs, flanged, or mechanical joint ends as shown on the plans. Port areas shall be at least 807 of full pipe area. Bodies shall be semi -steel with raised seats. Seats shall have a welded -in overlay of not less than 907 pure nickel on all surfaces ' contacting the plug face. Valves shall have stainless steel permanently lubricated upper and lower plug stem bushings. Valves shall be of the bolted bonnet design. Flange valves shall be faced and drilled to ASA 125# standard and shall have face to face dimensions of standard gate valves. Valves and actuators shall have seals on all shafts, and gaskets on valve and actuator covers, to prevent the entry of water. Actuator mounting brackets for submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. Valves and actuators shall be as manufactured by DeZurik Corporation or approved equal. 2. Check Valves: Check valves shall be constructed with heavy cast iron body and bronze renewable seat ring, a non -corrosive shaft for attachment of weight and lever, and complete non -corrosive cushion chamber. They shall have adjustable oil cushions to provide controlled closing. The valve disc shall be of cast iron and shall be suspended from a non -corrosive shaft which will pass through a stuffing box and be connected to the cushion chamber on the outside of the valve. The check valve shall prevent the return of water through the valve ' when the inlet pressure decreases below the delivery pressure. The valve must be tight seating, and must operate without hammer or shock. The externally mounted cushion chamber shall have a piston, which will permit the valve to be operated without any hammering action. The cushioning shall be by oil, and the cushion chamber shall be so arranged that the closing speed will be adjustable to meet the service ' .requirements. The check valves shall be Golden -Anderson Valve Specialty Company Fig. No. 25 DXH or approved equal. 4.13 GAUGES Gages, equal to Ashcroft model 1010 with 4 1/2" dial face reading from 0 to 30 psi for the discharge, shall be furnished for each raw 1 4-10 r 1 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District sewage pump. Gages shall be supplied with diaphram seal units equal to Helicoid No. 2518. Discharge piping shall be tapped with 1/2" tap, and gage shall be supplied with 1/2" gate valves. Gages shall be supplied with pressure snubbers and tee handle cocks suitable and be attractively labeled. 4.14 TRIPOID AND HOIST A portable tripod and hand hoist shall be provided. The tripod shall be aluminum, have a capacity of 3,000 lbs. and be capable of adjustment from 5 feet to 9 feet of height. The tripod shall be furnished with rubber base pads, and a lashing kit. The hoist shall be a B.E. Wallace Products Inc., Box 70, Exton, PA. 19341 or equivalant. The hand hoist shall be a 1 ton chain CM Satellite, B.E. Wallace Products Inc. or equivelant. The hook to hook distance shall be 14" or less. 4.15 FINISHES 1. General: The Contractor shall examine the specifications and drawings for the various trades, thoroughly familiarize himself with all of the provisions in connection with painting and finishing and shall under- stand that all materials and equipment throughout the work which obviously requires painter's finish, and which are left unfinished by others, shall be painted to completion by the Contractor as a part of the work. The paint suppliers recommendation for preparation and priming shall be utilized. The Engineer shall approve the preparation prior to painting. 2. Work included: All labor, materials, and equipment, whether of a permanent or temporary nature, and all operations necessary and required in connection with painting and finishing of all surfaces and items as indi- cated on the drawings, specified herein or evidently required to complete the work. 3. Work not included: (i) Finished Items: Mechanical equipment including the pump station controls and other items prefinished in the shop by the fabricators will not require a field finish, unless otherwise specified herein. (ii) Galvanized ferrous metals, copper, stainless steel, tile, glass, plastics and aluminum surfaces generally are not to be painted. 4. Materials: (i) General: Materials are designated herein by reference to products of the Koppers Co. Inc., to establish the type and quality required. Such designations are not restricted except as to type and quality. Similar and equal products as manufactured by DuPont, Pratt and Lambert, Touraine or other manufacturer approved by the Engineer will be given consideration as a substitute. If the Conractor wishes to use materials of one of the other named or approved manufacturers, he shall make his request for such substitutions in writing to the Engineer and 4-11 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District I receive the written approval of the Engineer. Substitutions will be ' considered only if a product -for -product listing in at least as much details as the listing below is submitted. The Engineer reserves the right to request and receive detailed technical literature of each proposed substitution before approving any alternatives. When a material of a ' different generic type is proposed, the Contractor shall also state his reasons for offering such material. ' (ii) Guarantee of Products Procedures: It will be the Contractor's obligation to guarantee his workmanship and to obtain from the manu- facturers, guarantees of the products. Such guarantees shall state the products used will adhere to the surface without peeling and cracking, scaling, alligatoring, blistering, or fading for a period of at least one year from the date of acceptance of the painting work. Upon witten notice of paint failure by any of the above, or similar reasons, the Contractor ' shall remove any loose or scaling paint, and repaint the surface without additional cost to the Owner. Should the Contractor have any reservation that the product specified will not perform as intended, he shall so notify the Engineer and shall not proceed with the work until agreement is reached on mutually acceptable products. (iii) Samples: Samples of each type and color of finish shall be made on the types of surface as specified to receive the finish coat. The finished work shall closely match the color and quality of the approved samples. The samples shall be approved by the Engineer prior to use. ' 5. Isolation of Aluminium: Where the aluminum is to be used in con- junction with masonry, treated wood, or more noble metals, direct contact between the two materials shall be prevented by painting the contact ' surfaces with bituminous paint, unless otherwise noted. r 6. Color Code: Piping and equipment exposed to view, both interior and exterior, shall be color coded. Engineer shall establish such codes prior to starting painting work. In general, color codes shall be as suggested in "Guides for Sewage Works Design" published by the N.E. Interstate W.P.C.C. The following Legend shall be use: #306 Light Grey Motors, piping, valves, pumps, supports, and appurtenant facilities #321 High Gloss Black Stenciled identification letters and arrows #311 White Ceilings and Valve pit walls The function of all piping shall be stenciled in Black Enamel 1" high letters, and the direction of flow indicated by stenciled black arrows. 7. Painting: The facilities and components of the pump station shall be painted with the following paints and to the thickness recommended by the paint producer; such as Koppers Inc. or equal, and approved by the Engineer. Interior concrete and ceilings Epoxy Glamorglaze Piping, valves, pumps, manlift and related components Glamorglaze 4-12 1 1 1 1 1 1 1 1 1 1 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District Exterior - above grade Glamorglaze Wet -well Vats to high water level Bitumastic 300-M 4.16 MISCELLANEOUS EQUIPMENT Spare parts, tools, materials and lubricants: The Contractor shall provide all spare tools for the pumps and other equipment as specified herein. The Contractor shall furnish the following spares in addition to those specified elsewhere herein. For EACH Pump: (2 pumps total) 1 set mechanical seals 1 set "0" rings and gaskets 1 set bearings 1 impeller screw, key & gasket 4-13 DIVISION 5: GENERATOR Fishers Island Sewer District 5.1 DIESEL FUELED STANDBY GENERATOR SET INDEX 1 5-1 Paragraph Section 1. Intent Rating ' ' Bidder Supplied Information 2. Engine Type Cooling System Exhaust System Fuel System Engine Lubrication System ' Engine Governing System Starting System Battery Charging Heaters, Cold Weather 3. Generator Construction Generating Rating. Generator Voltage Regulator Generator Control Panel Testing Warranty, 0 & M Manuals Unit Sound Enclosures Automatic Transfer Switch I. GENERAL PROVISIONS AND REQUIREMENTS 1. Intent It is the intent of these specifications to furnish and install 30 KW diesel generator set of the best industry standars of construction and design. Each generator shall be a new, factory assembled, and a fully tested set of certified output. Approved manufactures are Katolight Corporation, Alturdyne, ONAN, Power Systems, or a fully approved equal. The engine generator set will be supplied with all the necessary accessories and controls to meet the intent of these specifications and to provide a complete engine generator system. Any major exception to this specification will be sufficient cause for rejection. ' (a) The generator set shall be mounted on spring -flex isolators. Rating ' The engine generator set will be operated outdoors at altitude not exceeding 500 feet above sea level. The maximum outside ambient sill 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 all 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. 1 5-1 1 11 1 1 DIVISION 5: GENERATOR Fishers Island Sewer District (a) The generator set shall deliver its rating continuously for the duration of any normal power failure. (b) The set rating shall be 30 KW continuous and 37.5 KW standby. 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. Engine manufacturer and model 2. Number of cylinders/in line or vee 3. Bore and stroke/piston speed @ rated rpm 4. Displacement in cubic inches 5. Brake Mean Effective Pressure (BMEP) @ rated load 6. Generator design capacity in KW, KVA and P.F. 7. NEMA MG 1-22.240 temperature rise and rating 8. Number and type of generator bearings 9. Type of generator exciter II. ENGINE REQUIREMENTS 1. Engine Type (a) The engine will be diesel four cycle, six cylinder configuration. Two cycle engines are not acceptable alternate on this job. (b) The certified power of the engine will provide a minimum of 82 HP at 85 degrees F ambient temperature, 500 feet elevation, and rated speed of 1800 RPM. (c) The engine will be capable of rated and satisfactory performance on standard diesel fuels. Cooling System: (a) A unit mounted radiator shall be furnished complete with blower (pusher) cooling fan and duct flange. ' (b) The cooling system will be supplied with corrosion inhibitor and/or ethylene glycol base antifreeze to mmet the specified minimum ambient temperature. i 5-2 DIVISION 5: GENERATOR Fishers Island Sewer District IExhaust System: ' (e) 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 furnished 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 circulation in the eventof a failure of the filtering system. Engine Governing System: (a) The engine generator set will be provided with a hydraulic ' type governor of the constant speed type. The governor shall be capable of 5-3 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 transmission of vibration and allow for expansion. Long radius, ' low restriction fittings will be used throughout, and pipe size will be sufficiently large to handle the engine exhaust flow at full load without causing back pressure in excess of that allowed by the engine manufacturer. ' Fuel System: (a) The 500 gallon underground fibreglass fuel storage tank, fittings, gauges, and piping shall be installed as shown on contract ' drawings and in accordance with NFPA and any applicable local codes. (b) A service (day tank) will be provided with the generator set ' and shall be of 50 gallon capacity and manufactured in accordance with NFPA construction. The tank will be mounted in accordance with the generator set manufacturer's recommendations, with NP threaded fittings for: engine supply and return vent, transfer pump inlets and overflow, drain and level control. A dual fuel oil trnasfer pump system will be supplied suitable for the specified fuel. The pumps shall be of the positive displacement type, with an adjustable built in relief valve and mechanical seals. Motors shall be 1/2 HP, 120/240 VAC, 1 phase, 1750 RPM totally enclosed induction type. They shall be capable of maximum 15 feet suction lift with a minimum capacity of 2.2 GPM. A foot valve and strainr will be installed in the main fuel tank, on the transfer pump section lines to maintain a ' prime for the fuel transfer pump. (c) 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. (d) Flexible fuel connectors will be supplied to isolate vibration at the engine. ' (e) 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 furnished 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 circulation in the eventof a failure of the filtering system. Engine Governing System: (a) The engine generator set will be provided with a hydraulic ' type governor of the constant speed type. The governor shall be capable of 5-3 ' DIVISION 5: GENERATOR 11 0 t [I Fishers Island Sewer District maintaining a steady state band width of not more than ±.25%, at any constant load, from no load to full load. The governor will maintain governed speed at 60 Hertz at any load, from no load to full load. Starting System: (a) The engine will be equipped with a heavy duty electric, DC starting motor, positive engagement type, of sufficient capacity to crank the engine at starting speed for 1 full minute without overheating. (b) 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, instantaenous 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: 1. Engine Control Switch (a) Four position switch will include a manual start push button to allow operation completely by-passing the engine control. 2. A cyclic, adjustable overall cranking cycle of 60 to 120 seconds with crank and reset periods adjustable from 10 to 30 seconds. 3. Engine safety shutdown controls to shut the engine down in the event of: (a) High jacket water temperature (b) Low lubricating oil pressure (c) Overcrank (failure to start) (d) Overspeed (c) Annunciator lights shall be provided for: # Selector not auto * Low fuel level # Overcrank * Overspeed # Low Oil Pressure * High Engine Temperature # Provide contacts and relay for single remote alarm (d) Generator Set Starting Battery: 1. A lead -acid, heavy duty battery system will be furnished of sufficient capacity to provide three full cycle starts. 2. An acid resistant typebattery rack"will be furnished with proper cable. 3. Battery cables will be provided. Battery Charging: (a) An automatic, two rate, .5 to 12 amp solid state, battery charger will be supplied with fused input and ouput in a NEMA 1 enclosure for wall mounting. The charger will be SCR controlled and solid state to 5-4 1 DIVISION 5: GENERATOR Fishers Island Sewer District eliminate mechanical contact problems. The charger control printed circuit board will be easily replaceable and will contain both high and low adjustable charge rate potentiometers, ammeter and a charger status (power) light. KThe charger design will be adequate to allow a charge rate of 20 ampere for intermittent 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. r L C 1 0 Heaters, Cold Weather: (a) A jacket water heater will be provided which will be thermostatically controlled and adjustable, to maintqin 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. (b) A lubricating oil heater, thermostatically controlled will be provided, adjustable form 70 degrees to 125 degrees F. The heater will be of steel sheath construction and a watt density of 20 or less, for compatability with lubricating oil. Power for the lubricating oil heater will also be 120 VAC. III. NEMA A.C. GENERATOR Generator Construction (a) The power generator will be of the salient pole synchronous type. The generqator will be equipped wtih amortissiur windings for future paralleling option. The generator will be of single bearing flange 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 brushless type. Insulation class will be in accord with the most recent NEMA -MG -1-22.40 requirements for the generator. The generator will be provided with a power terminal cabinet of adequate size for connection of load conductors. Generating Rating: The A.C. generator will be rated at 30 Kw 37.5 KVA 480 Volts 3 phase Delta .8 power factor 60 Hertz 1800 RPM for continuous and 37.5 KW maximum. Temperature rise at 30 KW shall not exceed 80 degrees C over 40 degrees C. Generator Voltage Regulator: An automatic voltage regulator will be supplied to match the generator and 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 orless 2%. A voltage adjust potentiometer will be supplied which ill provide an adjustment range of more or less 5% of output voltage. The regulator response to a full load application shall be a maximum of 2 seconds to a steady state band of more or less .25%. 5-5 I] u i� w DIVISION 5: GENERATOR Fishers Island Sewer District Generator Control Panel: A NEMA 1 generator control panel will be supplied to monitor the generator output. The generator control panel will be a unit mounted type completely wired and set on vibration isolators. The panel will include the following: a. Voltmeter b. Ammeter c. Combination volt/ammeter selector switch 4 position d. Frequency meter e. Running time meter f. Panel light and switch g. Alarm bell with a silence switch h. Overload protection, amual reset, main breaker, trip of 375 amp current rating, i.e. 400 AF/375 AT i. Automatic engine control/control switch as specified in section 2.7c visual alarms j. Auxiliary contacts for remote alarm k. Duplex receptacle Testing: (a) Factory Testing 1. The generator set will be tested at 30 KW for two hours at .8 power factor. The test will be certified by the manufacturer. 2. The generator set will also be tested at a maximum rated load of 37.5 KW and recorded as part of the test. 3. All unit mounted accessories will be tested with the set, i.e.: annunciator panel, engine control, safety devices, etc. 4. All data will be included in the test, i.e. ambient temperature, jacket water temperature, lube oil pressure, battery charging, vbration, generator voltage, current KW, KVA, power factor, exciter voltage and field current per NEMA and IEEE test standards. b. Field Testing: 1. 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 @ 30/37.5 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. 5-6 ' DIVISION 5: GENERATOR Fishers Island Sewer District Warranty, Operating and Maintenance Manual: (a) The manufacturer will furnish six 6) copies of the warranty, the operating ionstructions manuals, and parts list of the equipment furnished. Operators manuals will include suggested periodic manintenance for the equipment furnished. (b) The warranty will be standard one year type for standby service in which 200 hours operation might be expected. ' (c) The manufacturer shall provide supervision to assist with proper installation for a period of three (3) workingdays ie.: 1st day: Unloading and site meetings 2nd day: Installation andprep meetings, and . 3rd day: Four (4) hour acceptance test and review operation with the owner. Enclosure: r(a) The engine -generator shall be enclosed in a steel weather - protective housing for outdoor use. Enclosure shall be lined with 1" thick sound abatement material. The housing shall have removable side louvered doors, locking kit, piano hinged doors, bird screening and rodent proofing. 5-7 L� 1 DIVISION 5: GENERATOR 5.2 AUTOMATIC TRANSFER SWITCH Rating: Fishers Island Sewer District A. The automatic transfer switch rating shall be as shown on the drawings. The complete switch assembly shall be listed under UL -1008 for use on emergency systems. Construction and Performance: B. The transfer switch shall be double throw, actuated by a single electrical operator, momentarily energized; and connected to the transfer mechanism by a simple overcenter type linkage with a total transfer time not to exceed one half second. The transfer switch shall be capable of transferring successfully in either direction with 70% of rated voltage applied to the switch terminals. C. The normal and emergency contacts shall be positively interlocked mechanically and electrically to prevent simultaneous closing. Main contacts shall be mechanicaly locked in position in both the normal and emergency positions without the use of hooks, latches, magnets, or springs; and shall be silver -tungsten alloy. Separate arcing contacts, with magnetic blowouts, shall be provided on all transfer switches. Interlocked molded case circuit breakers or contractors are not acceptable. D. The transfer switch shall be equipped with a safe manual operator designed to prevent injury to operating personnel. The manual operator shall provide the same contact -to -contact transfer speed as the electrical operator to prevent a flashover from switching the man contacts slowly. E. Sequence of Operation: Engine starting contacts shall be provided to start the generating plant should the voltage of the normal source drop below 80% on any phase after a non-adjustable time delay of 3 seconds to allow for momentary dips. The transfer switch shall transfer to emergency when 90% of rated voltage and frequency has been reached. After restoration of normal power on all phases to 90% of rated voltage, an adjustable time delay period of 0-30 minutes shall delay retransfer to allow stabilization of normal power. If the emergency power source should fail during this time delay period, the switch shll automatically return to the normal source. After retransfer to normal, the engine -generator shall be allowed to operate for 5 minutes to allow engine cool down. A test switch shall be included to simulate normal power.failure and pilot lights shall be mounted on the cabinet door to. indicate the switch position. Two form "C" auxiliary contacts rated 10 amperes shall be provided to ooperate an an adjustable time of .5 to 5 seconds prior to transfer. These contacts shall maintain this state thru the transfer period and from an adjustable time of .5 to 5 seconds after transfer. Two auxiliary contacts rated 25 amp, 120 volts, shall be mounted on the main shaft; one normal, the other closed on emergency. In addition, one set of relay contacts shall be provided to open upon loss of the normal power supply. All relays, timers, control wiring and accessories shall be front accessible. All control wire terminations are to be identified by tubular sleeve -type markers. 5-8 F-1 I' L DIVISION 5: GENERATOR Fishers Island Sewer District F. Approval (1) As a precondition for approval, the manufacturer of the automatic transfer switches shall verify that his switches are listed by Underwriters Laboratories, Inc., Standard UL -1008 with withstand and cloe- in values at least equal to the interrupting rating of the circuit breaker and/or fuse that is specified to protect the circuit. (2) The automatic transfer switch shall have a 50,000 (RMS amps symmetrical) withstand capabilith. (3) During the Withstand Tests there shall be no contact welding or damage. The tests shall be performed on identical samples without the use of current limiting fuses. Oscillograph traces across the main contact shall verify that contact separation has not occurred. Test procedures shall be in accordance with 1-1008 and testing shall be certified by Underwriters Laboratories or any ntionally recognized independent testing laboratory. (4) When conducting temperature rise tests to Paragraph 17.3 of UL -1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. Wt ATTACHMENT I Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects Construction Contracts Section 30.900 Project changes and grant modifications (a) A grant modification means any written alteration in the grant amount, 1 grant terms or conditions, budget or project period, or other administrative, technical, or financial agreement whether accomplished by unilateral action of the grantee or the Government in accordance with a provision of the grant agreement or this Subchapter, or by mutual action of the parties to the grant. (b) The grantee must promptly notify the Project Officer in writing (certified mail, return receipt requested) of events or proposed changes which may require a grant modification, such as: 1. Rebudgeting (see Section 30.610) 2. Changes in approved technical plans or specifications for the project 3. Changes which may affect the approved scope or objective of a project 4. Significant changed conditions at the project sitE 5. Acceleration or deceleration in -the time for performance of the ' project, or any major phase thereof 6. Changes which may increase or substantially decrease the total cost of a project (see Section 30.900-1) or 7. Changes in the Project Director or other key personnel identified in the grant agreement or a reduction in time or effort devoted to the project on part of such personnel. (c) Grant modifications are of four general types: formal grant amendments, administrative grant changes, transfer of grants and change of name agreements, and grantee project changes (see Section 30.900-1 through Section 30.900-4) (d) A copy of each document pertaining to grant modifications or requests therefor (any administrative change, approved or disapproved project changes and any letter of approval or disapproval, grant amendment, or agreement for transfer of a grant or change of now agreement) shall be retained in the official EPA grant file. (e) The document which effects a grant modification shall establish the effective date of the action. If no such date -is specified, then the . date of execution of the document shall be the effective date for the action. 1 -. Section 35.935-11 Project changes In addition to the notification of preject changes required Pursuant to Section 30.900 of this chapter, prior approval by the Regional Administrator and the State agency is required for project changes which may: (a) substantially alter the design and scope of the project, (b) alter the type of treatment to be provided, (c) substantially alter the location, size, capacity, or quality of any major item of equipment; or (d) increase the amount of Federal funds needed to complete the oroject: PROVIDED, That prior EPA aoproval is not required for changes to correct minor errors, minor changes, or emergency changes. No approval of a project change pursuant to Section 35.900 of this chapter shall commit or obligate the United States to any increase in the amount of the grant of payments thereunder unless a grant increase.is approved ' Pursuant to Section.35.955.. The preceding sentence shall not preclude submission or consideration of a request for a grant amendment pursuant to Section 30.900-1 of this chaoter. (39 FR 5253, Feb. 11, 1974, as amended at 40 FR 20083, May 8, 1975) Section 35.938-5 Negotiation of contract amendments (change orders`. (a) GRANTEE RESPONSIBILITY. Grantees are responsible for negotiation of construction contract change orders. This function may be performed by the grantee directly or, if authorized, by his engineer. During negotiations with the contractor the grantee shall: 1. Make certain that the contractor has a clear understanding of the ' scope and extent of work and other essential requirements; 2. Assure that the contractor demonstrates that he will make available or will obtain the necessary personnel, equipment and materials to accomplish the work within the required time; and 3. Assure a fair and reasonable price for the required work. (b) CHANGES IN CONTRACT PRICE OR TIME. The contract price or time may be changed only by a change order. When negotiations are required, they shall be conducted in accordance with paragraph (c) or (d) of this section, as appropriate. The value of any work covered by a change•order.or o- any claim for increase or decrease in the contract price shall be dete reined by the method set forth in baragraohs (b)'(1.) through (b) (3.) of this section which is most advantageous to the grantee. _. UnI- prices. (i) Original 'bid items. Unit orices previously aporoved are acceptable for pricing changes of original bia items. However, when changes in quantities exceed 15 Percent of the original bid quantity and the total dollar change of that bid it _-n is significant, the unit price shall be reviewed by the grantee -3 - n LJ to determine if a new unit price should be negotiated: (ii) New Items. Unit of new items shall be negotiated. prices 2. A lump sum to be negotiated. i3. Cost reimbursement - the actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work plus an amount to be agreed upon to cover the cost of general overhead and profit to be negotiated. (c) For each change order not in excess of $100,000 the contractor shall submit sufficient cost and pricing data to the grantee to enable the grantee to determine the necessity and reasonableness of costs and amount proposed, and the allowability and eligibility of costs proposed. (d) For each change order in excess of $100,000, the contractor shall submit to the grantee for review sufficient cost pricing data as described in paragraphs (d) (1.) through (d) (6.) of this section to enable the grantee to ascertain the necessity and reasonableness of costs and amounts proposed, ' and the allowability and eligibility of costs proposed. 1. As a minimum, proposed change order costs shall be presented in summary format prescribed by the Administrator and shall be supported by a certification executed by the contractor that proposed costs reflect complete, current and accurate cost and pricing data applicable to the date of the change order. 2. In addition to the specific elements of cost, the estimated amount of profit shall be set forth separately in the cost summary for fixed price change orders and a specific total dollar amount of profit will be set forth separately in the cost summary for cost reimbursement change orders. 3. More detailed cost data than that required by the summary format may be required by the grantee to substantiate the reasonableness of proposed change order costs. Such detailed documentation is normally required by EPA only when contractor is unable to ' -the certify that proposed change order costs are complete, current and accurate. EPA, may, on a selected basis, perform a detailed cost analysis on any change order. Normally, a provisional overhead rate will be agreed upon. 4. Appropriate consideration should be given to Section 30.710 of this subchapter which contains general cost principles which must be used for the determination and allowability of costs under grants.- The contractor's actual costs, direct and indirect, allowable for Federal participation shall be determined in accordance with the terms and conditions of the contract, this subpart and the cost principles in- cluded in 41 CFR 1-15.2 and 1-15.4. Examples of costs which are not allowable under those cost principles include, but are not limited to, 1 entertainment, interest on borrowed capital and bad debts. n LJ n F (g) RELATED WORK. Related work shall not be split into two amendments or change orders merely to keep it under 5100,000 and thereby avoid the require- ments of paragraph (d) of this section. For change orders which include both additive and deductive items. i. If any single item (additive or deductive) exceeds 5100,000, the requirements of paragraph (d) of this section shall be applicable. 2. If no single additive or deductive item has a value of $100,000 but the total price of the change order is over $100,000, the 5. For costs under cost reimbursement change orders, the contractor shall have an accounting system which accounts for such costs in accordance with generally accepted accounting princioles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable change orders. Allowable change order costs shall be determined in accordance with paragraph (d) (4.) of this section. The contractor must propose and account for such costs in a manner consistent with his normal accounting procedures. 6. Change -orders awarded on the basis of review of a cost element summary and a certification of complete, current and accurate cast and pricing data shall be subject to downward renegotiation or recoupment of funds where subsequent audit substantiates that such ceftification was not based on complete, current and' accurate cost and pricing data and on costs allowable under the appropriate FPR, cost principles (41 CFR 1-15.2 and 1-15.4) at the time of change order execution. (e) EPA REVIEW. In addition to the requirements of Sections 35.935-10 (Copies of contract documents) and 35.935-11 (Project changes), the grantee shail submit, prior to the execution of any change order in excess of 5100,000, to the EPA Project Wificer for review: ' 1. The cost and pricing data submitted by the contractor, 2. A certification of review and acceptance of the contractor's cost or price and 3. A copy of the proposed change order. (f) PROFIT. The objective of negotiations shall be the exercise of sound business judgment and good administrative practice including the determina- tion of a fair and reasonable profit based on the contractor's assumption or risk and input to total pe r`ormance.and not merely the application of ' a predetermined percentage facto-^. For the purpose of negotiated change orders to construction contracts under EPA grants, profit is defined as the net proceeds obtained by deducting all allowable costs (direct and indirect) from the price. The estimate of profit should be reviewed by the grantee as are all other elements of price. n F (g) RELATED WORK. Related work shall not be split into two amendments or change orders merely to keep it under 5100,000 and thereby avoid the require- ments of paragraph (d) of this section. For change orders which include both additive and deductive items. i. If any single item (additive or deductive) exceeds 5100,000, the requirements of paragraph (d) of this section shall be applicable. 2. If no single additive or deductive item has a value of $100,000 but the total price of the change order is over $100,000, the -5 - requirements of paragraph (d) of this section shall be applicable. 3. If the total of additive items of work in the change order exceeds $100,000, or the total of deductive items of work in the change order exceeds 00100,000, and,the net price of the change order is less than $100,000, the requirements of paragraph (d) of this section shall apply. Section 35.955 Grant amendments to increase grant amounts. Grant agreements may be amended in accordance with Section 30.900-1 of this chapter with respect to project changes which have been approved in accordance with Sections 30.900 and 35.935-11 of this subchapter: PROVIDED, That no grant agreement may be amended to increase the amount of a grant unless the State agency has approved the grant increase from available State allotments and reallotments in accordance with Section 35.915. (39 FR 5253, Feb. 11, 1974, as amended at 40 FR 20083, May 8, 1975) 1 1 1 1 i 1 1 1 1 1 1 1 1 1 A77ACHMENI7 11 State and -Federal funding participation will be determined in accordance with the following guidelines: 1. 7itie 40 CFR a. Section 35.905-4 d. Section 35.925-15 b. Section 35.905-19 e. Section 35.925-16 c. Section 35.925-13 f.- Section 35.925-18 2. Program Requirements Memoranda a. 75-17 e. 75-35 b. 75-18 f. 77-1 c. 75-25 g. 77-2 d. 75-34 3. Handbook of Procedures Chapter 7 The above documents referenced under items 1, 2 & 3 can be ordered from: General Services Administration Centralized Mailing Lists Services Building 41 Denver Federal Center Denver, Colorado 80225 4. NYSDEC - USEPA - Region II Functional Agreement Recardin Delegation of Authority Contract Change Order Guidelines page 1 of 7 1 � I F u f� L CHANGE ORDER GUIDELINES Introduction This document is intended only as a guideline to be used by grantee's. in the preliminary screening of change orders submitted for grant funding and by the Bureau of Sewage Programs' staff as a rough outline of change order grant eligibility. In many cases, the final determination of change order fundability will require the application of detailed engineering analyses and/or legal knowledge. Materials Which Must be Submitted with Any Change Order Funding Request (Submit two copies of each item) I. Project name and numbers: New York City, Red Hook, Phase 1 C-36-394-41. 2. Name, address and phone number of project engineer, contractor, and owner. This information is needed so that a contact person can be established if questions arise during the evaluation of a request. 3. Contract change order number. This enables our staff to identify each change on any project'. 4. Date. 5. Thorough description or information identifying any change. For example, instead. of describing the change as "installation of plug valve", the description should read: "installation of plug valve on 8" sludge line fromprimary clarifier No. 2 to sludge digester No. ". The description should reference appropriate sections of plans and specifications. Attach copies of relevant correspondence to change order. 6. Drawings identifying changes (where appropriate). Identify dele- tions, additions, and revisions. 7. Calculations where appropriate (example, in justifying pipes and pump sizes, etc.). 8. Justification. This is considered the most important item in the change order re est. ut is the one —m—os—trequently omitted. Among t e main questions that must be addressed in completing the justifica- tion ustifica- tion are: (1) Why is this change necessary for completion of the work originally contemplated by the contract? (2) Why could the need for the change not have been foreseen during preparation of the plans and specifications? (3) Are there any alternatives available to accomplish the some end result? (4) Is this the most economical alternative? Dele- tions as well as additions must be justified. pace 2of7 9. Pricing dote. A detailed price breckdown should be given for each i tem in the request. Chenges sumitted as lump sum, items cannot be praper!y evcluated. 10. Name and affiliation of person suggesting or initiating c.hcnge order request. ' 11. Copy of chcnge order with approval signctures of Project engineer, contractor, and owner. ' !t is the responsibility of the applicant to conduct a criticci screening and tnorougM review of any proposed chance order (COSTS. 1USTITCCTIOn. eTC.I before it is transmiTTea to tMe New Yoek State Devartmenr of --nvironmentcl Conservation and nited States Environmental Protection Agency. ' Chance Order Categories and Grant Eligibility 1 Following is a discussion of the most frequently submitted categories of change orders and general criteria to be used for deter-nination of grant eligibility. ' It is not anticipated that change orders will be labeled and/or submitted by grantees as being within any of the categories listed here. The following dis— cussion is merely intended to aid grantees and project engineers in determining whether a change order should be submitted to the NYSDEC for considercticn of fundcbiiity and to Sive --" indication of the criteria which the NYSDEC stcrf will use in evaluating those change orders which cre submitted. ' It should be kept in mind that these Guidelines =re intended to aid in determination of Gran{ fundability of chcnge orders hey do not bear on the fundability of the items discussed as pert of the original ccnstruction contract, nor should they be reified upon to determine the legitimacy of a c:lange order between the grantee and the grantee's construction contractor. 1. E. -cors and Omissions in Plans and Spec; ficrtions An error or omission in the Plans or Specifications is a ceficiency which must be corrected in order for the facility to operate properly. Some errors crd/or ' omissions are to be expected in every major construction project. The cast of correcting ac=eptcble errors and omissions may be grant fundebie, ',owever, an analysis consisting of the reasons why the error or omission couid not have bee. con tempiated will be required prior to determination of eligibility. 1 pace 2 bT 7 ' The grant program will not fund indiscriminate substitution of a non -bid item or piece of equipment for that bid by the contractor simply because the grantee or the contractor prefers the substitute item to the one bid. Such substitutions ' require justification. Any cost of substitution of non -bid items based upon nonavailability or delayed availability of bid items is generally the responsibility of the contractor or its supplier and is not grant fundoble by change order. Where the contractor cannot successfully.demonstrate to the grantee The cost of correcting errors and omissions will be funded as follows: rErrors and Omissions Detected Prior to Incorporation into Constructio7 ' If an error or omission is detected prior to its incorporation into construc- tion, the cost of constructing the facility in accordance with a proper new design is. generally grant fundable on the theory that the overall cost of the facility, ' if property designed initially, would have included these costs. The cost of any redesign necessitated by an error or omission will be determined on a case by rase basis ' Errors and Omissions Detected After Incorporation into Construction ' If an error or omission has been incorporated into construction, (if con- struction has proceeded to the point that the error or omission cannot be corrected without removing or remodeling or adding to a portion of the facility) none of the additional cost attributable to the error or omission will be grant fundable unless extraordinary conditions exist. This includes the cost of construction of any portion of the original, improper facility which is not usable as a part of the redesigned facility, the cost of redesign or modification of the design, the cost ' of any delay caused by the need to perform the correction, and the cost of removal or remodeling of the improper facilities. However, the cost of any additional construction which would have been necessary had the facility been properly designed initially will be grant fundable. �'. Substitutions.• ' The grant program will not fund indiscriminate substitution of a non -bid item or piece of equipment for that bid by the contractor simply because the grantee or the contractor prefers the substitute item to the one bid. Such substitutions ' require justification. Any cost of substitution of non -bid items based upon nonavailability or delayed availability of bid items is generally the responsibility of the contractor or its supplier and is not grant fundoble by change order. page 4 of 7 1 Where the contractor cannot successfully.demonstrate to the grantee - that an item which he bids as "equal" to those named in the specifications is, in ' fact, equal, he must, of course, use one of the named items. However, under these circumstances, the contractor is expected to perform with the named i tem at the bid price and no issue of change order fundability should arise. The costs of substitutions necessitated by failure of a product or material to perform according to the manufacturer's representation are not grant fundable. ' Of course, where the failure of a bid item to perform adequately is due to improper installation by the contractor, no additional grant amount will be allowed for correction. page 4 of 7 1 r� 3. Desion imorovernents cnd Additions Change orders to allow design improvements, that is, modifications in an existing, adequate design to allow more efficient operation or a project may be funded, but will be viewed critically in light of the overall policy to provide I'Me most cost-efficient solution to waste treatment problems as re-quired by Section 212(2)(6) of the Federal 'Nater PoI lution Control Act Amendments of !972 (P.`. 92-500), and F ederai reguiations implementing that Section. (See cnvironmen-al Protection Agency regulations concerning "Grants for Construction of Trectrnent Works", 40 CFR, Pcrt 35, Subpart E, Appendix A.) The cost of addition of equipment necessary to bring the project into compliance ' with environmen tcl requirements or standards established by State and Federal lows and regulations enacted after the construction contract has been entered into may be fundable by change order. Criteria to be used in evaluating requests for funding of such change orders will include the cost of the change in relation to the total ' contract price and cost effectiveness of funding the proposed addition by chcnge order. 7 1 F] C 4. Modifications Recuirinc Prior Aoorovaf The Community must obtain the prior approval of the State Agency and EPA before authorizing the fol lowing. type of changes in contracts: I. Changes whic'=.substantially alter the design =d scope of the project. . 2- Chcnges which after the type of treatment to be provided by the project. 3. Changes which omit or-substentially after the location, size, or capacity of cny item of major equipment. 4. Changes which increase the cost of work covered by the construction plans and specifications (all construction cantrects) to c sum gr eater than that approved for construction contracts cnd contingenc:es. 5. Changes where the increase in cost of work exceeds $i00,000. 5. Deletions Major deletions, i.e., those that significantly after.the scope or c,:pccity of the project as contemplated by the contract, require prior approval of the NYSDE` and USE?A. ?equests for such deletions wiil be handled on a case-by-C=e basis. All other deletions must be submit -ted to the NYSICEC :cut need not be subrni ttey for prior approval. page 5 o-" Ipage 6 of 7 ' 6. Unforeseen Site Conditons Unforeseen site conditions may be defined as unknown physical conditions at the site of the work of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the construction contract. Additional costs necessary .to perform under unforeseen site conditions are con- sidered to be an appropriate subject for a change order where a change order for such costs is appropriate under the terms of the construction contract in question and such change orders are generally grant fundable. However, if the actual con- dition could reasonably have been determined by the grantee or the design engineer, no costs attributable to delays or redesign will be grant eligible. Costs of construction which must be replaced as a. result of such a change will generally be ineligible. ' In cases where the change requested represents extensive revision to the contract cost, documentation consisting of an opinion by the design engineer and grantee's attorney regarding requirements of the specifications as bid and validity of contractor's ' may be required. ` If unforeseen site conditions necessitate a major design change, such as rerouting a major portion of a pipeline, the NYSDEC and USEPA should be notified well in advance o_Lproceeding with construction of the changed facilities, if possible. ' 7'. Premium Time In most cases, the cost of premium time for completion of change order work will not be grant fundable. However, where premium wages are payable under the construction contract in question and the grantee can demonstrate a critical need for payment of premium wages, they may be fundable. 'S. Time Extensions Generally, change orders granting time extension or other methods of extending the time for contract completion for excusable delay issued by the ' grantee will be accepted by the NYSDEC, unless the time extension may cause a Regional water quality compliance date to be violated. In the latter case, no time extensions should be granted without prior NYSDEC and USEPA approval. In no case will acceptance of a time extension commit the NYSDEC or U5EPA to pay any costs of delay or other, additional costs unless such payment ' is specifically agreed to. Ipage 6 of 7 9. Operation, Maintenance and Repairs Generally, the operation, maintenance, and routine repair or renovation of any existing sewage treatment facilities during construc:�on is .he responsibiil:y of the grantee and is not fundable either as a par. of the original contract or by change order. Where the grant f4undeed construcion is undertaken at the si:e of existing sewage treament works, installation of a temporary :ac llr/ is necessary to -prevent disruption of normal operation of those existing works during constr•.lcton and the temporary facility should have been included in the pians and speciiications, the request for funding of a change order to pay for the temporary facilities will be handled in accordance with Section 1, "Errors and Omissions in Design", above. 10. Damage to Equipment or Comoleted Work, Personal Inieaies The costs for such losses should be handled in accordance with the original contras: and general legal principles. They are not fundable by change order. 11. Claims The cast (legal fees, court casts, etc.) of negotiation and settlement, may be grant fundable, whether or not the grantee prevails. The grantee should submit for consideration of fundability on a case-by-case basis, any settlement or judgment against it involving a cratract claim which was denied by the grantee. page 7 of 7 ATTACHMENT III THIS IS A SAMPLE ONLY SAMPLE SHOWING INFORMATION AND INDICATES MINIMUM REQUIRED FOR A CONTRACT INFORMATION REQUIRED AND . ' MODIFICATION UNDER CONSTRUCTION NOT NECESSARILY FORMAT GRANT PROGRAM Change Order No. Date Contract No. C-36- Sheet of Project Name rOwner's Name Phone # (Name of Grantee receiving Construction Grant ' Owner's Address Contractor's Name Phone # ' Contractor's Address Project Engineer's Name Phone # Project Engineer's Address ' Name of Individual Initiating Change Order Request: Phone # Representing: Description of Contract Modification: A change order is necessary for a contract modification. A short description should be given including a reference -to the plans in order to locate the change and a reference to the specifications if they must be changed. For extra work, a description including a reference to the Item No. of the Pro- posal Sheet involved should be given. Drawings or sketches should be attached ' if necessary. Also calculations should be provided when appropriate. The description should also include: a. -Whether this work will affect the work of other contractors b. Whether this work will require additional work by other contractors c. Whether the cost of this change order will be the entire cost of this change. If not, explain remaining costs. ' Reason for Modification or Need for Extra Work: An explanation of.the need for the change should be entered here for either additions or deletions. Some of the considerations to be noted under this heading are: a. Why is. this change necessary for completion of the work originally contemplated by the contract? - b. Whywas the need for the change not foreeen during pre aration of 9 9 � the contract documents? c. What alternatives are available to accomplish the same end result? ' d. Is this the most economical alternative? Time Elements Related To This Chance: ' affects of this change on the duration of this and other contracts must be under this heading. 'Items to be listed include: a. additional time required for this change b. original completion date c. revised completion date 'J Itemization of Contractor's Proposal for this Modification: Should include: a. quantities involved b. material costs (cost of materials delivered to the job site for incorporation into the contract worx.) ' c. labor costs (Wages paid to workmen and foremen and wage supplements. Include premium or taxes paid by the contractor for workmen's compensation insurance, unemployment insurance, FICA tax and other payroll taxes as required by 1 aw . ) d. equipment rental costs (show monthly rate, weekly rate, ' e. or daily rate as applicable.) contractor's overhead and profit (NOTE: overhead and profit is not allowable on payroll taxes.) f. total cost change, which may be a reduction or an increase. g. new construction contract cost, after applying the change. in cost. (If "time and material" price is to be determined later, an estimate of labor and material plus overhead and profit should be given.) APPROVALS: Grantee (Print) (Sign) (Authorized Representative of Grantee Date: ' Contractor (Print) (Sign) ' Daae:, . Engineer (Print) _ ' (Sign) Date 'J ATTACHMENT IV BID CONDITIONS* AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY = ' For all Hon -Exempt Federal and Federally - Assisted Construction Contracts to be Awarded in Nassau and Suffolk Counties, Now Yolk. 1 NOTICE EACH BIDDER, CONTRACTOR OR SUBM TRACTOR (HEREINAFTER THE CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I OR . PART II, A: APPLICABLE, OF THESE 8I0 CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO USE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND N04-FEDERAL)IN THE [ Nassau and Suffolk Count:as •j AREA DURING THE PERFORMkICE OF THIS CONTRACT OR SUBCONTRACT. THE CONTRACTOR COMMITS ITSELF TO THE GOALS FOR MINORITY MANPOWER UTILIZATION IN ETHER PART I OR PART II, AS APPLICABLE, AND ALL OTM REQUIREMENTS, TERMS AND CONDITIONS OF THESE 8I0 CONDITIONS BY SUBMITTING A PROPERLY SIGNED BID. THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE RESPONSIBILITY FOR THE IMPLESMENTATION OF THE REQUI&REMEINTS, TERJ%5 AND CONDITIONS OF THESE 8I0 CONDITIONS. *Mese ,hid conditions shall be amended by material in the `i Federal Register 8/3/76, p: 32482. CO220 u 1 1 1-1 L 1 L 1 1 �q 4 - Part I: The provisions of this Part I apply to contractors which are party to collective bargaining agreements with labor organizations which together have agreed to the Nassau and � of to lk Cowry] Area Construction Program (hereinafter the [ Nassau -Suffolk] Plan) for equal opportunity and have jointly made a coomitoent to specific goa 1 s of mi nori ty and, where applicable, fema 1 e utiliza- tion. ti1ina- tion. The [ xsssau-suffoLk 1 Plan is a tripartite voluntary agreement between [ t ]. The Dessau-suffolki Pian, together with'all implementing agreements that have been and may hereafter be developed pursuant thereto, are incorporated herein by reference. Any contractor using one or more trades of construction employees must comply with either Part I or Part II of these Aid Conditions as to each such trade. A contractor may therefore be in compliance with Part L of these Bid Canditions by its participation with the labor organization which repre- sent its employees in the [ Masssu-soffolk J Plan as to one trade provided there is sot forth in the Dassau-sutfa d Plan a specific commitnsnt by both the contractor and the labor organization.to a goal of minority utilization for that trade. Contractors using trades which are not covered by •- Parril (See Part II, Section A) :he Local Several contractors and genersL contractor associicioas, the subcontractors and subcontractors associations, and the Coalition. ' 1 1 1 1 4 must caaQly with tte cz=i tents captained 1n Part II including goals for minorities and female utilization - set forth in Part II. �. If a contractor does not comply with the requirements of these Bid Conditions, it shall be subject to the pro visions of Part II. Part II: A. Coverage. The provisions of this Part II shall be applicable to those contractors who: 1. Ara not or hereafter cease to be signatories to the [ Nassau -Suffolk I Plan incorporated by reference in Par-, I hereof; Z. Are signatories to -the [ Nassau -Suffolk 1 Plan but are not parties to collective bargaining agreements; 3. Are signatories to the [ Nassau-Suffalk I Plan but are parties to collective bargaining agreements vitt labor organizations which are not or hereafter c:ase tc be signatories to the [ Nassau -Suffolk I Plan; 4. Are signatories to the [ Nassau -Suffolk I Plan and ars parties to collective bargaining agreements with labor organizations but the two have not jointly executed a c" specific comm tment to goals for minority utilization and incorporated the caemitment in. the [ :lassaa-Suffolk I Plan; or -4- S. Aro participating in an affirmative action plan which Is no longer acceptable to the Director. OFtCP, including the [ Nassau -Suffolk ] Plan. S. Are signatories to the [ Nessau•Suffolk Plan but are parties to collective bargaining agr*am is with labor organizations which together have failed to make a good faith effort to comply with their Obligations under the Dfassau•SuffoUl Plan and, as a result, have been placed under Part II of the Bid Conditions by the Office of Ftdaral Contract Conplianca Programs. B. Reouirement — An Affirmative Action Plan. Contractors described in paragraphs 1 through 6 above shall be subject to. the provisions and requirements of Part II of these Bid Conditions including the goals and timetables for mincri*;� utilization, and specific affirmative action steps sat forth In Sections 3.1 and Z of this Part II. The contractor's comaitment to the goa 1 s for minority uti 1 i za ti on as requ i red by th i s Part II constitutes a commitment that it will mks every good faith effort to meet such goals. 1. Goals and Timetables. The goals of minority utilization required of the contractor are applicable to each trade used by. the contractor in the [Nassau -Suffolk] Plan area and which is not otherwise bound by the provisions of Part I. 'Minority" is defined as including Blacks, Spanish Surnamed .Ameri cans , Orientals and American .Indians, and includes both minority men and minority women. "DC -223 " 1 1 1 1 -s- For all such trades the following goals and timetables shall be applicable. Goals for Minori ty . Utilization Until 12-31-72 2.0% - 4.0% Frau 1- 1-73 until 12-31-73 4.0% - 6.0% Fran 1- 1-74 until 12.31-74 6.0% - 8.0% Frau From ?� The goals of minority and female utilization above. are expressed in terms of hours of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate worts force, which includes all supervisory personnel, in each trade on all projects (both Federal and nw- Federal) in the ttassau-suffolic j Plan area during the performance of its contract (i.e., the period beginning with the first day of work on the Federal or federally assisted construction♦ contract and ending with the last day of work). The hours of minority cloyment and training must be substantially uniform throughout the length of time contract in each trade and minorities must be employed evenly on each -f n the event, that any worts which is subject to these Bid Conditions is performed in a year later thanr the latest. year for which goals of minority utilization have been established, the goals for time last year of the Bid Conditions will be applicable to such worts. Un02,124 t n [I r 1 n P, of a contractor's projects. Therefore, the transfer of minority .j wploytts or trainees fro= contractor to contractor or from project -to -project for the purpose of meeting the contractor's goals shall be a violation of Part II of these aid conditions: `— If the contractor counts the nonworking hours of trainees and apprentices in meeting the contractor's goals, such trainees and apprentices must be &Mloyed by the contractor during the training period; the Con tractor Mist have made a consitment to a41oy the trainees and apprentitss at the'com- pletion of their training subject to the availability of employment opportunities; and the trainees must be trained pursuant to training program approved by the Bureau of • Apprenticeship and Training for 'Federal Purposes' or aporoved as Supplementing the "A"'u-suffolk 1 P1 an. Z. Soecific Affirmative Action Stws. No contractor shall be found to be in noncompliance with Exetutivt Order 11246, as amended, solely on account of its failure to meet its goals, but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affirmative action stops specified in this Part II and has made every good faith effort to make theta steps work toward the attainment • of its goals Within the timetables, all to the purpose of expanding aincrity utilization in its aggregate work force in 002#2J 1 i 1 1 1 1 the [Nassau -Suffolk J Plan area. R contractor subject to Pert I which fails to comply with its obligations under tN Equal Opportunity clause of its contract (including failure to melt its fair -share obligation if provided in the [ Na msf eet 1 Plan) or subject to Part II which fails to achieve its ==it- mants to .the goals for minority utilization has the burden of proving that it has engaged in an affirmative action prograw dirW..ed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when amployment opportunities were available and should have maintained records of the organizations` respcnse. b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hall for referral and not referred back by the union or if referred, not employed by the contractor, the file should have documented this and the reasons therefor. a 1 i 1 1 1 1 the [Nassau -Suffolk J Plan area. R contractor subject to Pert I which fails to comply with its obligations under tN Equal Opportunity clause of its contract (including failure to melt its fair -share obligation if provided in the [ Na msf eet 1 Plan) or subject to Part II which fails to achieve its ==it- mants to .the goals for minority utilization has the burden of proving that it has engaged in an affirmative action prograw dirW..ed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when amployment opportunities were available and should have maintained records of the organizations` respcnse. b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hall for referral and not referred back by the union or if referred, not employed by the contractor, the file should have documented this and the reasons therefor. P� me - c. The contractor should have promptly mati'.64' w*,e contracting or administering agency and the Office of Federal Contract Campliance Programs when the union or unions with r- which the contractor has collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process had impeded efforts to meet its goals. d. The contractor should have disseminated its EEO Policy within its organization by including it in any employee handbook or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further dissad nated by conducting staff maetings to explain and discuss the policy; by posting of the policy; and by review of the policy with minority employees. e. The contractor should have disseminated its EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifi- cally including minority news media; and by notifying and discussing it with all subcontractors. }� f. The contractor should have made both specific and reasonably recurrent written and oralprecrvitment efforts. 00227 1 1 1 1 .� Such efforts should have be=n directed at minority organizations. schools with substantial minority enrollment, and minority 'J recruitment and training organizations within the contractor's recruitment area. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training or retention ars being used in a manner that does not violate the OFCCP Testing Guidelines in 41 CFR Part 50-3. h. The contractor where reasonable should have developed on -the -,fob training opportunities and participated and assisted in all Department of Labor funded and/or approved training programs relevant to the contractor's employee needs consistant with its obligations under this Part 11. i. The contractor should have made sure that seniority practices and ,fob classifications do not have a discriminatory ~� effect. f. The. contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out including the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. ' 1 , L 1. The contractor should have solicited bids for sub. contracts from available minority subcontractors engaged to the trades covered by these Bid Conditions, including circulation - , of minority contractor associations. Now The Assistant Regional Administrator of the Office �a of federal Contract Compliance Program and the coMliance r� agency staff will provide technical assistance on questions pertaining to minority recrui trent sources, minority cam- ', muni ty organi za ti ons and minority nws media upon receipt of ,�,.... a request for assistance from a contractor. Z. Subsequent sicnatorY to the C Yessau-Suffolk 1 Plan. "r Contractors. that are subject to the requirements of Part II at the time of the submission of their bids which, .togeth4e with labor organizations with which they have collective ; bargaining agreements, subsequently became signatory to the Tom: • - [ :tassan Sul.alk JPlan, either individually or through ` . an association, will be deemed bound to their comeitments to the [ Nassau -Suffolk J Plan from that time until and unless they once again became subject to'the requirements of ° Part II pursuant to Section A.1-6. 3. Non-discriminaticn. In no event may a contractor utilize the goals and affirmative action steps required by J� this Part I1 in such a manner as to cause or result in X229 - ■ M -11- M 11_ discrimination against any person on account of race, calor, religion, sex or national origin. Part III: Commliance and Enforcement. In all cases, the compliance of a contractor will be determined in accordanca with its obligations under the tarns of these Bid Conditions. Therefore, contractors who are governed by the provisions of either Part I or Part II shall be subject to the require— ments of that Part regardless of the obligations of its prime contractor or lower tier subcontractors. All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their • subcontractors in writing of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority em 1 oyment and training. A. Contractors Subject to part I. 1. A contractor covered by Part I of these Bid Conditions shall be in coMlianca with Executive Order 11246, as amended, the implementing regulations and its obligations under Part 1, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority utilization to which they committed themselves in the [ Xasssc _Sutfoik ] Plan, 00.230 -- f • t 7 L i 1 1 1 1 -12- or can demonstrate that every good faith effort has been made to Met Lite go41. In that event, no formal sanctions or 4.11 proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a substantial requirmnesnt ,in tate [ Nassau -Suffolk I Plan or Executive Order 11246, as. amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to west its fair share obligation if provided in the C Aassau-Suffolk 1 Plan or has engaged in unlawful discrimrt nation. Such violations shall be deemed to be m= - compliance with the Equal Opoortunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. 2. The OFCW shall review Part I contractors' employment practices during tete performance of the contract. Further, OF`C P shalt be solely responsible for any final determination that tett [ Hassam-Suffatk 1 Plan is no longer an acceptable affirmative action program and tete consequences thereof. The OFCCP may, upon revjew and notice to the contractor and any affected labor organization, determine that the [Nassau-suffolkl Plan no longer represents effective affirmative action. In 002.31 Lj -13- that •vent it shall be solely responsible for any final determination of that question and the consequences thereof. 1 3. Where OFCCP finds that a contractor has failed to comply with the requirearents of the [ 3"sau-Suffolk. C Plan and Its obligation under Part I of these Bid Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has the •, burden of proving that the contractor has not met the require- ments of these Bid Conditions. The failure of the contractor tj comply with its obligations under the Equal Opportunity clause shalt shift to it the requirement to came forward with • evidence to show that it has met the good faith requirements . of these Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The ••' contractor must also provide evidence of its steps toward the a tta i maent of its trade's goo l s within the ti metab 1 es set forth in the [ Nassau -Suffolk ] Plan. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in'determining whether such contractor can _ comply with the requirements of Executive Order 11246, as �• amended, and is therefore a "responsible prospective contractor' t� within the meaning of basic principles of Federal procurement law. 00lr232 h I - •14- B. Contractors Subject to Part II. In regard to Part II of these Bid Conditions, if the contractor meets the goals set forth therein or can demonstrate that it has made every good faith effort to vett these goals, the contractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part tI of these Bid Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency otherwise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to Comply with the requirements of Executive Order 11246, as amended, the imply nting regulations and the obligations under Part II of these Bid Conditions, the agency small take such action as impose such sanctions, which include suspension, termination, cancellation, and debarment, as may be appropriate under the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the goals contained in Part II of these Bid Conditions. The contractor's failure to most its goals shall shift to it the requirement to come forward with evidence to show that it has meet the good faith requirements 00233 1 1 1 1 1 1 1 1 1 i C -ls- of these Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a 'responsible prospective contractor within the awning of the basic principles of Federal procure- aent 1 aw. C. Obligations Acolicable to Contractors Subiect to Either Part I or Part II. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer aincrity employees. Oiscrimsnation in referra1.for. wooloyment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1464, as amended. It is the policy of the Office of Federal Contract Compliance Programa that contractors have a responsibility to provide equal employment opportunity if they wish to participate in federally involved contracts. To tie extent they have delegated the responsibility for some of their • 00234 -16- employment practices to a labor organization and, as a result, 1 art prevented from meeting their obligations pursuant to Executive Order 11246, as amended, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended, its implementing rules and regulations. Part IV: General Requirements. 1. Contractors are responsible for informing their subcontractors in writing, regardless of tier, as to their respective obligations under Parts I and II hereof, as applicable. Whenever a contractor subcontracts a portion of the work in any trade covered by these Bid Conditions, it shaTl include. these Hid Conditions in such subcontracts and each subcontractor shall be bound by these'Bid Conditions to the full extent'as if it were the prime cantractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obligations under these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Administrator of the Office of Federal Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or �� failure of any subcontractor to fulfill its obligations under 1 1 1 1 1 1 i 1 i 1 . -17- these Hid Conditions. A subcontractor's failure to cooly will be treated in the sane manner as such failure by a prime contractor. Z. Contractors hereby agree to refrain from entering into any contract or contract modtfication subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a 'responsible' bidder for Government contracts and federallyassisted construction contracts pursuant to the Executive Order. 3. The contractor shall carry out such sanctions and penalties for violation of these Bid Conditions and the Equal Opportunity clause includJng suspension, termination and cancellation of existing subcontracts and debarment from future contracts as may be imposed or ordered pursuant to Executive Order 11Z46, as amended, and 1tt implementing regulations by the contracting or administering agency and the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall alsq be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. 4. Nothing herein is intended to relieve any contractor during the term of its contract frin compliance with Executive Order 11246, as amended, and the Equal Opportunity crause of 0G2u6 t r -18- Its cWtrac t with respect to matters not covered 1n the �.�• Nassau -Suffolk j Plan or in Part 11 of these ' ' Bid Conditions. S. The procedures set forth in these Bid Conditions shall not apply to any contract which the head of the contracting or administering agency detenuines is essential to the national security and its award without following such procedures is necessary to the national security. •' Upon asking such a deterani na ti an , the agency head wi 1 T .T._ notify, in writing, the Director of the Office of Federal +' Contract Compliance- Program within thirty days. 6. Requests for exemptions from these Bid Conditions not be made in writing, with. justification, to the - Director, Office of Federal Contract Campliance Programa, U'. S. Department of Labor, Washington, 0. C. 20210, and •..� • shall be forwarded through and with the endorsement of .. the head of the contracting or administering agency. file T. Contractors must keep such retards and such reports relating to. the provisions of these Bid Conditions as shall be required by the contracting or administering -• . agency or the Office of Federal Contract CaMliince ° Programa. - 1 ow • 00237 - - l` -1 9- For the information of bidders, a copy of tate [ Nassau-Suffolk 3 plan gay be obtained frost the contracting offi car. A list of trades which art currently participating in the [ Nassau-Suftalk I Plan may be obtained frost OF=P., or the contracting or administering agency. . Si 28th July, 1975. Ved this day of 'Secretary o Car i • • s! � sststant Secretary for Employment Standards irtctar. OffiC2 of Fesera Contras- C=Mliance Programs . 15� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT V NEW A17 -OF _ Pl::as_ ' c:.dvisecl, that the fOIiC«:I:rj ica:gua�:,A Shall te L-c1L:C-z-1 L'1 t.:e rortract s;�ciLicatcns: THE PRDE CCUTMACTCR A — E S THAT HE/SHE S,iALL iNVIZE Gxo-F IL.i c:fl. J11 10 5:,K �4 LW,(,T AT LEAST (10 ) PE:RMT2 'kMl:C:- i7.f KSIl ----;s Elll= - Pt'ZISE A.`.D AT L.Si JT (2 LLEE. EN +-; ,La\ t J Ei;SI- ll..CU1_•<;C-. La!u ..A..A, J;_r,—u F11 r.3 G'vC' 4-- 'PHE SLX (5) PZ FI .`:._:Jn sr=s AS CUMP-= IN 40 CFR 33.240: Fa.ILL'::, TO C.sT;%D#' li ESE PE:::==,i= S OR�I- T:VE r E E0.`TS TC IO SO K LF,-.> i0 OF a:NY kC =- , I s j . OF THE A;LATT, C -F TSF; CC:; ACT, THE PRy,E /+JUGI, r PL.�V,L— TnJrIT`'I ci LL S 1V ss D'r`u%� IVIIDMI AS ;'.ELS OF EACH SU rc:N D . T. 1^:_TS r,TjllI?.A jCz1 PLAN SFi�?IL Itis.,^.'I '� C<'; ?:^ P2Ii;F CCN=;=o PR� Ty T:E (-it,",,,,-:',-, LT'ILI Z 1^IC�1 PLI.1-J. THE P= P= S ID WILI'.=C,N 2I_=.1 SF' S',, -C%,17 =D TO TIE :':.�T`t_. .. _�. ��•t'.i ��.:J �r i.{.rtei..7j'��.'`\ r�%1_.N EEE 1�:. :Q�ir_`. ' - 2 - FAILL.r� =MIT r, --J ,E ,: - V, AP?F,9> ,L C:' T:H'E N3Ei;•,,7::,L L=LlZA5'Ial Pl' ..7 ri\1C.. TO 17aL 17+1r REut;.,Sl L• 'L\ t.i:,ai.,l I71 T:� CCNIR=CrCR ScI1LI. RSLZTI THE sv-_rrl-I- ' HOLDING OF P'=. --,ESS PAY ' NTS BY T'r:E C6;NER. SUCH WITHHCLDI- ;,<3 CF PAY7-2fiS S:LAT_:u - NOT RELIE7,1E THE OF MY IZEQUIRE- ' MEN7-S OF THE M -.M: ACT I;CCU•f—EMIS DNCL•LDI`:G ' TFC C ,!PLc,TIG.`1 OF '!rte PRWECT WITHIN THE C09.1-RACT T11HE RM AN -Z CC4.STRC;CiTICN SEQUENCE ' REQUIRE312:"1S Cr- M-411 `.CT. WI'IHN 'f:-17 Y (30) PAYS OF r.PPP=—,L] CF THE UTIL i 2� SICNf PLAN BY '_. !: C E'C/CA1, , TFIE CC; - ' TRACTOR SUSN-IT COPI-ES OF S.-G-NED MBE/ ABE SUBCG`. Lr a.CTS PUF K::L SE ORDEPS TO Tti;; Cb'uiR'S `t3E/`'7'E CFFIC'rR :ti.:0 SH1,LL Li TI F-4 FCI'Z :-PD T:H:'S'—'S'. TO NYSDEC/C %A ' ALCUG TETE FSS; HER FL. C, �i �`;I ^TICL;S 'Ni IPI FIVE (5) DAZS CF P.ECEIPT OF SUCH DCC , 7L,]u ;TS .T 'SSE SL's; i'; _ .Ci'3 A:O/CR PURCHASE ORrZ?.7 LtiCL.+JDr"; THE MLLO;'7P;=J: 1. ACMIAL DCUAR i.MCt�'LU 2. JCB DE:!C-.QJPTIa4 3. SIGQA u`RE.S OF =1 PArRTI. 9 (PP:D FE/ mn h ' 4. D -=ES OF c— Ec'',,TIr-N �TL'Wi..c� 1'n .C`l`- S IS .�-,:T �'i�'•`.Cl "-. ' ry;r �G�•yS� e7i —LH!'" 117HE FIRS - CF TEE P 'ECT, TFC PRP EE CCti- - TRK'LOR SIG= ' ' 1V A.;- 4. C::':..'�J L�•G. 17J h..L_C..at''.V1 moi, _._�IC.� ��+•.-, 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 - 3 - TM CZN- lR. ACMR %a k"�7T_= =A'T r UMCPZ TO 7m�r Il.- , N T rISM iu:�+.�"iu'���: / r.:��7r+ BY 17.57. Ste' re,__r E=. N Cr'• 7 =- ISSS mv- SEAXI- N, -,Cr CF ANNY AND ANMY C'tY- S'L��'C"_'1'CY tiOr �!F.'c�7G 2C. c� .�� `rte. AT rF MBE/'iL�G T • r--_ ir.F "ED Chi A _r?d)�'EC`r , Ck ML, OF ScV7_RCUr-,`a Ci?' = LCI.L�R AMCCN_' -_, NCCuv7ElD,. r.. t,• �- �, r, y r , ,r OF ME SQL.=. 2 'c T' aill 1APD ',/Y'B L' S1 l,tT•'C'r•r� _3n• 7T��"'"rTTT`RE EY r.((.� _�...t.: �..i �...: moi..) �i _. ♦Y � J . `1 . : ' .' iii C? AID r.. J = C9 o� c=s 4 7� The N.Y.S. L'epar'_n`.`nt of ZnvirorLTental Conservation's Gffice of Affin,ative Ac:icn advises the Ckner of the following: Prior to s�ini ttal of PSE/`,':jE fir-rs to the *J.Y.S. Decartment Enviro* _n*al Cors e*r.ic^.tion Is Office of A firf^.ative t' --.^.tion for partici-paticr. :Ln the �ZE/WBE Cclrpliance r_,rr� r rf? , the Goner must review the r.2cessary dcccr:entaticT: and provida the N.Y.S. Department of En,7_4rc:� ?ntal Conservation's Office of Affiz-rative Action with reccrre caLicnJ and/or c mnents rega:uirg the validity of the fir z status. subcti ntr2cts and s 7rY,.�nts must be reviewed �y the -2rior to to the 'N.Y.S. iva'Cart_T:ent of Environmzrital consea-laticn's Offs-` Of ffi=14t-ive Actionls Unit Vne N.Y.S. L`ecart*.^_nt Of Znvircr,: P_ "teal Ccns; rvation's Cifice of Affir.,tiati.e ,.Cticzn reUuir`s that_ two (2) w-eeks' notice te given prior to pre-bid and gre--construction mc. _ntirgs to allc-,a for the N.Y.S. Decary":enl of E�-:;i` cr.:'.antal Corserva.ticn's Office of A.ifir^.ative Actim >f ficials attert;ance and review Of c r plia'lca require— ments. equire— ments. cail:_'r- to rn._-st the prsvisicr-S for this nor -ice shall be CJrouk.4J for C 1 ' HENRY SOUTHER ENGINEERING ' INC. 25 Terrace Drive Vernon, Conn. 06066 ' Tel. (203) 872-2703 11 1 A. RICHARD LOMBA,RDI, P.E. PRESIDENT 1 ' A Division of: A.R. Lombardi Associates Inc:. ENVIRONMENTAL CONSULTANTS 1 1 June 20, 1984 New York State Department of Environmental Conservation 50 Wolf Road Albany, NY 12233-0001 Re: Fishers Island Sewer District Dear Sir, We hereby certify that in our opinion, the specifications for equipment and materials incor- porate a clear and accurate description of the technical requirements for the material, product or service to be procured, and include a statement of the qualitative nature of the material, product, or service to be procured, and set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use except where, in our opinion, pro- viding this detailed description would be uneco- nomical or impractical as compared to employing a "brand name or equal" specification in which cases the later was used to specify equipment and material. ARL:sb Very truly yours, HENRY SOUTHER ENGINEERING, INC. A. Richard Lombardi, P.E. Pres.i den t JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS +- a OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 6, 1985 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Mr. Richard Grebe Fishers Island, New York 06390 Dear Mr. Grebe: Enclosed herewith is a check in the amount of $25.00 representing one-half of your deposit for plans and specifications for the Fishers Island Wastewater Treatment Facility. As a non -bidder you are entitled to one-half refund for their return within 30 days of the bid date. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure TOWN OF SOUTHOLD, NEW YORK FRANK J. MURPHY, SUPERVISOR 713 19 �`� 1-1/280 PAY TOTHE ORDER OF $S / CONN 25viii 00ot's DOLLARS TM AGENCY & TRUST ACCOUNT - BANKOF 1�T7�[i7 LONG ISLAND REGION YORK239 Main Strew A...9 Grmport, N.Y. 11944 FOR 111000 7 1 311' 1:02130000111: 3L 0 0 2 5 4 311' JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS August 6, 1985 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 JOAN: Re: Fishers Island Wastewater Treatment Facility Deposit for Plans and Specifications The following non -bidders returned their plans and specifications within the required period of time and are entitled to $25.00 refund. Please prepare checks for: Bi -County Construction Corporation - $25.00 Richard Grebe -- $25.00. Thank you. TOWN CLERK TOWN OF SOUTHOLD Suffolk County, New York 516 - 765-1801 i--,) r, A N? 15118 N. Y. 11971_ / 19 Judith T. Te�'_Iy, Town Clerk Cash "1. Addendum No. 1 Contract Documents For The Wastewater Treatment Facility Fishers Island Sewer District December 31, 1984 By Henry Souther Engineering, Inc. ZS Terrace Drive Vernon, Connecticut 06066 Addendum No. 1 Contract Documents For The Wastewater Treatment Facility Fishers Island Sewer District December 31, 1984 �EpF NEly\\ OSB,b0 '40Jc' —^ By Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 1 1 1 1 1 1 7 TABLE OF CONTENTS Subject Pages Invitation for Bids I-1/2 Instructions to Bidders IB -100/106-2 Bid Proposal IB -107/109 Non -Collusion Affidavit of Prime Bidder IB -110 Non -Collusion Affidavit of Subcontractor IB -111 Bid Bond IB -112/113 Certificate as to Corporate Principal IB -114 Statement of Bidder's Qualifications IB -114/116 Agreement IB -117/119 Performance Bond IB -120/122 Labor and Material Payment Bond IB -123/125 Certification of Nonsegregated Facilities IB -126 Certification by Bidder Regarding E.E.O. IB -127 Notice to Labor Unions or Other Organizations of Workers Nondiscrimination in EmploymentIB-128 Performance Bond Information Form IB -129 Certification of Bond and Insurance Coverage IB -130 Labor Standards Provisions IB -131/134 General Conditions GC -100/150 Supplementary General Conditions SCG -0/.14 Special Conditions SC -100/111 Technical Specifications TS -1-1/5-9 ATTACHMENTS I• Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects Construction Contracts II. State and Federal Funding III• Sample Showing Information Required for a Contract Modification Under Construction Grant Program IV. Affirmative Action Requirements Equal Employment Opportunity V. Minority Business Enterprise/Woman Business Enterprise Requirements VI. Utility Requirements VII. Monitoring Well Requirements VIII. Dewatering Permit IX. Beach Stone Removal Permit and FAA Permit 1 4. ALTERNATIVE OR SUPPLEMENTAL BIDS No Alternative or Supplemental Bids will be considered unless such Bids are specifically requested in these Instructions to Bidders and shown on the Bid Proposal Form. 5. BIDS a. All Bids must be submitted on forms supplied by the Town and shall be subject to all requirements of the Contract Documents, including the Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Forms by the Bidder. b. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Af- fidavit(s), Certification(s) Regarding Equal Employment Opportunity and the Statement of Bidder's Qualifications (if requested), shall be en- closed in envelopes (outer and inner, both of which shall be sealed and clearly labeled with the words "Bid Documents", project number. name of Bidder, and date and time of Bid Opening in order to guard against pre- mature opening of the Bid. 1 1 6. 1 f l� 1 1 c. The Town may consider as irregular any Bid on which there is an altera- tion of or departure from the Bid Forms hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded on the basis of the low- est arest responsible Bid and the selected Alternative or Supplemental Bid items, if any. The Contract will require the canpletion of the work ac- cording to the Contract Documents. The Tarn reserves the right to reject the Bid of any Bidder it considers not responsible. BID GUARANTY a. The Bid must be accompanied by a Bid Guaranty which shall be five percent (51) of the amount of the total bid. At the option of the Bidder, the guaranty may be a certified check, negotiable U.S. Government Bonds (at par value), or a Bid Bond in the form attached, provided such guaranty is accompanied by a Certificate of Surety evidencing sufficient bonding ca- pacity and is licensed to do business in the State of New York. The Bid Bond shall be secured by a Guaranty or a Surety Company listed in the latest issue of the U.S. Treasury Circular 570. The amount of such Bid Bond shall be within the maximum amount specified for such Company in said Circular S70. No Bid will be considered unless it is accompanied by the required Guaranty. Certified check must be made payable as stated in the Invitation for Bids. Cash deposits will not be accepted. The Bid Guaranty shall ensure the execution of the Agreement and the -furnishing of the Surety Bond or Bonds by the successful Bidder, all as required by the Contract Documents. b. Revised Bids submitted before the opening of Bids, whether forwarded by mail or telegram, if representing an increase in excess of two percent 13-101 1 but not limited to, one or more of the following facts: a. For having defaulted on previous contracts. b. For having failed to complete contracts within the time required without acceptable reasons. C. For having performed similar work in an unsatisfactory manner. d. For having failed to prosecute work continuously, diligently, and coop- eratively in an orderly sequence. e. For failing to file with the Town a statement of Bidder's Qualifications, if required, on the form furnished by the Town, fully outlining the capi- tal equipment, work on hand, and experience of the Bidder. f. When, in the Town's judgment, the sworn statement indicates that the Bid- der does not have the required experience in the class of work to be bid on, fails to have the proper labor and equipment to prosecute the work within the time allowed, or fails to have sufficient capital and quick assets to finance the work. 10. DISQUALIFICATION 6F BIDDERS More than one proposal for the same project from an individual. a firm or partnership, a corporation. or an association under the seine or different names will not be considered. Reasonable ground for believing that any Bid- der is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such Bidder is interested. Any or all proposals will be rejected if there is reason to believe that col-lusion exists among. the Bidders, and no participants in such collusion will be considered In future proposals for the same work. Proposals in which the prices obviously are unbalanced may be rejected. Unbalanced prices shall be Interpreted to mean that the unit price for any item is such that it is un- reasonable for that particular item when considered by itself and not con- sidered in -connection with the:bid submitted on any other Item or items. No Contract will be awarded except to competent Bidders capable of performing the class of work contemplated. 11. FAMILIARITY WITH LAWS ETC. The Bidder is assumed to have made himself familiar with all Federal and State laws and local bylaws, ordinances. and regulations which in any manner affect those engaged or employed in the work, or materials or equipment used in or upon the work, or affect the conduct of the work; and no pleas of mis- understanding will be considered.on account of his. ignorance thereof. 12. UNIT PRICES (Not. applicable) . a. The unit rice for each of the items in the proposal of each Bidder shall D P � Include its pro -rata share of overhead and profit so that the sum of the Cproducts obtained by multiplying the quantity -shown for each item by the 'IB -103. INSPECTOR A pperson assigned by the Engineer to ex- amTne and test materials and work proposed .to be furnished under the Contract, to observe the construction of that pro- ject. or any part thereof, to assist the Contractor in the interpretation of drawings, specifications and other con- . * Available - State of ConnecticutD.O.T., Wolcott Hill Road, Wethersfield, CT 06109 GC -106 ENGINEER The Engineer of the Town, acting according to the duties assigned to him by the Director of Public works of the Town, and also the representatives of said Engineer, when acting within and limited by the particular duties and "Inspec- powers assigned to each. See also "Manager" and tor". See text of Contract Agreement with respect to functions of the Engineer with respect to performance of Contract. HE, HIS, HIM These pronouns may be used with reference to the Contrac- tor or any person or party acting under or for the Con- tractor, irrespective of the sex, plurality, or corporate character of the Contractor, where the context indicates that the Contractor is referred to. Elsewhere these pro- nouns will be used in the usual manner. INDICATED See definition phrase "As Indicated" previously described. INFORMATION One of the contract documents prepared by the Engineer FOR and issued to prospective bidders, giving thew informa- BIDDERS tion relative to the proposed contract and work contem- plated therein. and giving directions for preparing and submitting proposals for the wort, being attached to and _ issued with the Proposal form. Where the context admits, the Information for Bidders wilt also include any ani all Mdendt issued by the En- gineer to prospective bidders, to writing, between the preparation of the original text of the Information for Bidders and the time for receiving and opening proposals, if such addenda are intended to amend or amplify the original Information for Bidders. But more oral state- ments by Town officers and employees, or correspondence not intended to be addressed to all prospective bidders as "addenda" and not intended to amend the original In- formation for Bidders will not be considered as part of the Information for Bidders. D.O.T. Sn_ecifications "D.O.T. Specifications referred to herein are the Connecticut D.O.T. Form 813 "State of Connecticut Department of Transportation Snefications for Roads, Bridges and Incidential'Construction." INSPECTOR A pperson assigned by the Engineer to ex- amTne and test materials and work proposed .to be furnished under the Contract, to observe the construction of that pro- ject. or any part thereof, to assist the Contractor in the interpretation of drawings, specifications and other con- . * Available - State of ConnecticutD.O.T., Wolcott Hill Road, Wethersfield, CT 06109 GC -106 1 1 1 IB -106-2 22. TAX EXRdPTIONS Under Chapter 513 of"the Laws of New York, 1974 all materials and supplies sold to a Contractor and which are to become an integral, component part of a structure, building or real property owned by an exempt organization such as the Fishers Island Sewer District are exempt from the payment of New York State sales or compensatory use taxes. Therefore, the Contractor should not include any amount in its bid price to cover New York State sales tax for the above items. 23. USEPA's MASTER LIST OF DEBARMENTS Award of contract or subcontracts are specifically for- bidden to any firm or individual listed on USEPA's Master List of debarments/suspensions, and voluntary exclusions. The Contractor, if intending to award subcon- tracts should contact the.Grantee who will in turn contact .the appropriate NYSDEC Project Section Chief or Project Engineer to determine if an individual or firm is currently listed. 24. MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS EN ER E The Contractor is advised that the project is subject to the New York State Department of Environmental Conservation Standard. MBE/WBE Conditions for Construction Contracts. The approved WBE goal for this project is 2%. The approved MBE goal is 10%. The standard conditions for this construc- tion contract are contained in Attachment V. 25. ALTERNATE BIDS (Not applicable) 1 1 1 IB -106-2 f i i t il 1 i 1 1 i BID PROPOSAL/LUMP SUM BID PROJECT NO. TO: Town of Southold Fishers Island Sewer District 53095 1-Tain Road Southold, NY 11971 Gentlemen: 1. 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 Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, 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 unit and lump sum prices. (The price is to be written in both words and fi ures. 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. LM -1'2 SLT1 BID_ OF: DOLLARS WRITTEN and CE^TTS . SIGNED I DATE - I ;-107 C NON COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF ) SS. COUNTY OF ) 1 being first duly sworn, deposes and says that: 1. He is of the Bidder that as su tte the attached gid: for FISHERS_ C-36-1149. _ISL.AND WASTF_.WATER TREATMENT FA('TT TTTFc Z. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; j. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded. conspired, connived or agreed directly or indirectly- with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder. firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of 2#ny Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices Quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of 19 Notary Public My Commission Expires IB -110 1 1 1 NON -COLLUSION AFFIOAVIT OF SUBCONTRACTOR STATE OF ) SS. COUNTY OF , 1 being first duly sworn, deposes an says that: 1 . He is MR of hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the Subcon- tractor's Proposal submitted by the Subcontractor to the Contractor for certain work in the construction of FISHERS ISLAND WASTEWATER TREATMENT FACILITIES C-36-114' 3. Such Subcontractor's Proposal is genuine and Is not a collusive or sham pro- posal; k. Neither the Subcontractor nor any of its officers, partners, owners, agents, ' representatives, employees or.parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirect- ly, with any other Bidder, firm or person to submit.a collusive or sham Pro- posal in connection with such Contract or to refrain from submitting a Pro- posal in connection with such Contract, or has in any manner, directly or in- directly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcontractor's Proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor's Proposal, or to secure through collusion, conspiracy, conni- vance or unlawful agreement any advantage against the Town of Southold or any person interested in the proposed Contract; and S. The price or prices Quoted in the Subcontractor's Proposal are fair and prop- er and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day Of 1g Notary Public My Commission Expires II. Supplementary General Conditions For New York State Provisions INEW YORK STATE CONTRACT PROVISIONS The parties to the attached contract further agree to be bound by the following, which are hereby made a part of said contract: 1. The contractor agrees to attend a prework conference, arranged by the municipality, which includes a representative of the New York State Department of Environmental Conservation (NYSDEC), the Municipality, any required federal agency and the consulting engineer. 2. The Contractor will prepare a work progress schedule prior to the start of the contract to indicate the proposed construction schedule. The schedule will be updated monthly thereafter to show actual construction progress. 3. The contractor and its subcontractor(s) must secure and deliver to the Municipality, free of charge, a policy of insurance issued by an insurance company authorized to do business in New York State, naming the Municipality as insured. Such policy shall provide coverage for "builder's risk completed value" with "builder's risk special extended coverage" endorsement, public liability and any other insurance coverage required by Federal and State law, rules and regulations, with limits of liability as required by the Commissioner of NYSDEC. 4. The contractor must provide specific performance and payment bonds in amounts not less than the contract price; these bonds shall remain in effect for one year beyond the date of final inspection and acceptance by the Municipality of any work under such contract. 5. The construction contractor and its subcontractor(s) shall use U.S. Department of Labor standard payroll Form No. WH347 or such form as may be required or approved by the Commissioner of NYSDEC. 6. Inasmuch as the municipality is required to have the sewage treatment plant operator on site during the final fifty percent (50%) of construction, the contractor agrees to allow the operator access to work areas at all times and to cooperate with him in the execution of his duties. 7. Attached hereto is a copy of Appendix A to the contract between the State of New York and The Town of Southold (grantee). To the extent that clauses therein which bind ~Tne--Town ot Soulhold(grantee) are related to the manner in which the work is prosecuted by the contractor(s), or the business relationships, business practices, or hiring practices of contractors or subcontractors working on this project, all of the terms and conditions of said Appendix A are equally binding upon the contractor. Any provisions therein which appear to apply only to a contract between the State and its contractor(s) shall be deemed revised to make them binding upon the Contractor, and any references to statutory provisions which apply only to State contracts shall be deemed to be revised to reference such other and different statutory provisions as may be applicable to municipal contracts for construction of public improvements; provided, that this paragraph shall not apply to any agreement with any supplier which is located in and subject to the laws of a State other than New York with respect to its relationships, business practices and hiring Ipractices. ISGC -11- 1 III. State Wage Rates 1 Fl -I t BOILERMAKER WAGESCper hour) 8/01/83- 9/01/84- / / - 8/31/84 Boilermaker.......... S 21.06 APPRENTICES: C 1/2 ) year terms at the following percentage of Jourheymah's wage. 1ST. 2ND. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 601/. 651/1 7 0 A 75'/, 80% BSA 90% 1 0 a A SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare ........* S Pension... .... 10 Y Apprentice Training... .04 Vacation .............. 7 Annuity ............... 15 Listed supplements apply to ALL classifications C x )yes C )No. 8-5 GLAZIER WAGESCper hour) 1/01/84- / / - 6/30/B4 Glazier .............. ; 18.55 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. 1ST. 21.10. 3RD. 4TH. 5TH. 6TH. 7TIi. 8TH. 50/ 60% 70% 75% 80% 8S% 90/ BSA SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare.. .; 1.01 *1.01 Pens i on. . . . . . . 1. 01 *1. 01 Apprentice Training... 01 * .01 Vacation .............. 1.07 *50A Annuity ............... 3.00 *-.-- Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 8-1087 State of New York Department of Labor PREVAILING RATE SCHEDULE C * Case Number 8405119 SUFFOLK COUNTY )See NOTICE PAGE ATTACHED Bureau of Public Work 28 - 8/01/84 Page 1 ASBESTOS WORKER WAGESCper hour) 7/01/84- 1/01/11-S- 12/31/84 6/30/85 Asbestos Worker. . ; 17. 89 18. 19 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. SC`//. 60% 70% 4TH. 80`/. SUPPLEMENTAL BENEFITS:(per hour worked) Health/welfare . . . . . . . . S 1. 39 * App. 1. 39 * App. Pens i on . . . . . . . . . . . . . . . 1. 41 * Y. s 1. 41 * A s Annuity...... Holiday Pay.. 3.90 2.08 *apply 4.20 *app IY toSupps 2.38 *toSupps Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 12 1 Fl -I t BOILERMAKER WAGESCper hour) 8/01/83- 9/01/84- / / - 8/31/84 Boilermaker.......... S 21.06 APPRENTICES: C 1/2 ) year terms at the following percentage of Jourheymah's wage. 1ST. 2ND. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 601/. 651/1 7 0 A 75'/, 80% BSA 90% 1 0 a A SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare ........* S Pension... .... 10 Y Apprentice Training... .04 Vacation .............. 7 Annuity ............... 15 Listed supplements apply to ALL classifications C x )yes C )No. 8-5 GLAZIER WAGESCper hour) 1/01/84- / / - 6/30/B4 Glazier .............. ; 18.55 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. 1ST. 21.10. 3RD. 4TH. 5TH. 6TH. 7TIi. 8TH. 50/ 60% 70% 75% 80% 8S% 90/ BSA SUPPLEMENTAL BENEFITS:Cper hour worked) Health/welfare.. .; 1.01 *1.01 Pens i on. . . . . . . 1. 01 *1. 01 Apprentice Training... 01 * .01 Vacation .............. 1.07 *50A Annuity ............... 3.00 *-.-- Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 8-1087 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8405119 Public Work 28 8/01/84 SUFFOLK COUNTY Page 2 CARPENTER wAGESCper hour) 7/01/84- 6/30/85 7/01/8S- 6/30/86 7/0186- 6/30/87 Building: Carpenter. . . . . . . . . . . . 3 19. 07 20. 57 22. 17 Heavy/Highway: Carpenter. . . . . . .. . . . . $ 19. 12 20. 62 22. 22 APPRENTICES: C 1/2 ) year terms at the 1ST. 2ND. 3RD. 4TH. 5TH. 50% SS% 60/ 65/ 70'. following 6TH. 7 S A percentage of Journeyman's wage. 7TH. 8TH. 80% 85% SUP Pi.EMENTAL BENEFITS:(Per hour worked) Health/Wel fare.. . 3 2. 09 Pens ion. 2. 13 Apprentice T r a i hi ng. . . . 04 Vacation . . . . . . . . . . . . . . 1. 00 Annuity ............... .75 2. 09 2. 13 . 04 1. 00 .7S 2. 09 2. 13 ,04 1. 00 .7S Listed supplements apply to ALL classifications C x )Yes C )No. 4-SUF ------------------------------ WAGESCPer hour) 7/01/84- 6/30/85 7/01/85- 6/30/86 7/01/86 6/30/87 Building: FI oorI aver. . . . . . . . . . . 3 18. 66 19. 66 20. E6 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. 55/ 1;5/ 115A 95/ SUPPLEMENTAL SENEFITS:Cper hour worked) Hea I th/We I fare. . . . . . . . 3 2.27 *2.27 Pens i on. . . . . . . . . . . . . 2. 20 *1. 16 Supp. Unemp I oy Benef i t. 03 * 03 Apprentice Trai ni ng. . 15 * 15 Vacation . . . . . . . . . . . . . . 84 * 84 Annui ty. . . . . . . . . . . . . . . 1. 20 * 72 2.40 2. 49 03 15 1. 45 1. 20 *2.40 2.67 *2.67 *1. 49 2. 59 *1. 55 * 03 03 * 03 * 15 15 * 15 * 87 1. SS * 33 * 72 1. 20 * 72 Listed supplements apply to ALL classifications ( * ) Apprentice supplements appear in Others receive Journeyman supplements.) second C )Yes C x )No. column. Clst and 2nd year, only.) 2241/2287 ------------------------------ WAGES(per hour) 1/01/84- 6/30/84 Building: 7/01/34- Idillwri9ht........... 17.79 APPRENTICES: C 1 ) year terms at the 1ST. 2ND. 3R0. 4TH. 5TH. following 6TH. percentage of Jourheyman's wage. 7TH. ETH. SSA 6 5 A 00/ 00'/. 00/ 00% 00/ 00/, SUPPLEMENTAL BENEFITS: (pet- hour, worked) Ilea Itnivleltare ........3 2.27 Pens ApprenticOn*e e Tr ining... 1.93 Apprehtice Training.. 10 Vacation. . 1. 86 Anhui ty. 1. s0 Listed supplements apply to ALL classifications ( x )Yes C )No. 740 ------------------------------ WAGESCper hour) 7/01/84- / / - S/31/8S Piledriver.... ..... 18.66 Dockbuilder............ 18.66 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH, SS'//. 65% 75/ 951A SUPPLEMENTAL SENEFITS:Cper hour worked) Hea I th/We 1 fare. . 3 2.27 *2.27 Pens i on.2. 20 *1. 32 Apprentice Training .15 * 15 Vacation . . . . . . . . . . . . . . 1. 40 * 84 Annuity ............... 1.20 * 72 Listed supplements apply to ALL classifications C )Yes C x )No. C * ) Apprentice supplements appear in second column.C.lst and 2nd year only. Others receive ,Journeyman supplements.) ------------------------------ 8-1456 IPREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8405119 Public Work 28 8/01/84 SUFFOLK COUNTY as Page 3 � 1 Carpenter (Cont) WAGESCper hour) - 6/30/a4 Marine Construction: Mari ne Di ver. . . . . . . . . . . * 20. 87 1. 11Tender. 16. Z7 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 11=T. 2ND. 3RD. 4TH. SSA GSA 75% 95Y. SUPPLEMENTAL BENEFITS:Cper hour worked) Hea I th/We I fare. . . . . . . . ; 2. 27 *2. 27 Pepsi on. . . . . . 1. 93 *1. 16 Apprentice Training... .10 * .10 Vacation. 1. 33 * 79 Anhui ty. 1. 20 * 72 Listed supplements apply to ALL classifications C )Yes C x )No. C * ) Apprentice Rates appear in the second column(lst and 2nd year only. Others receive Journeyman supplements.) ------------------------------ WAGES(per hour) 7/01/84- 7/01/85- 7/01/86- 8-1456d 6/30/85 6/30/86 6/30/87 T i mberman . . . . . . . . . . . . . * 17. 35 1a. 27 19. 19 1 SUPPLEMENTAL SENEFITS:Cper hour Health/Welfare.. .S 2.27 worked *2.27 2.40 *2.40 2.67 *2.67 Pension. . 2.20 *1.32 2.49 *1.49 2.59 *1. 55 Supp. Unemp I o 8e11ef i t. 03 * . 03 03 * . 03 03 * . 03 Apprentice Training. . . .15 * 15 15 * 15 15 * 15 Anhui ty. . . . . . . . . . . . . . . 1. 20 Vacati on . . . . . . . . . . . . . . 1. 40 * 72 * d4 1. 20 1. 45 * 72 * 87 1. 20 1. 5S * 72 * 93 Listed supplements apply to ALL classifications C )Yes C x )No. (*)1st and 2hd year Apprentice supplements appear in second column.Others receive Jourhyman supplements. 8-1536 � 1 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8405119 Public Work 26 - 8/01/84 SUFFOLK COUNTY Page 4 ELEVATOR WAGES Cper hour) 7/15/83- 7/01/84- - 6/30/84 Elevator Constructor- $ 18.80 • Helper.. 14. 10 Elev. CModernization).. 15.94 •• •' He 1 per. . 11. 9S APPRENTICES: C ) year terms at the 101T. 2ND. 3RD. 4TH. 5TH. following percentage 6TH. 7TH. 8TH. of Journeyman's wage. 0 0 A 0 0 A 00% 00`/. 00% 00% 00. 00. SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare........; 1.495 *1.495 Training Fund. . . . . . . . . . Pension . : : : : 1.13 *1. 13 035 * .035 Annuity.. 1.14 *1.00 Listed supplements apply to ALL classifications C )Yes C x )No. * "Modernization" supplements appear in second column. 8-1 ELECTRICIAN WAGESCper hour) 4/30/84- 11/05/84 11/04/84 4/30/85 Electrician. ; Audi o/Souhd. 19. 65 19.65 20. 30 20. 30 APPRENTICES: C 1 ) year terms at the foil owl hg percentage of Journeyman's wage. 1ST. 2ND. 3P.D. 4TH. 40% 50'/. 60% 70% SUPPLEMENTAL BENEFITS:Cp.er hour worked) Health/welfare . . ; 7.+. 35 7%+. 35 Pens i on. . . 7. S% 7. 51A Supp l . Unemp I oy. Behef i t .2s .2S Apprentice Training... .10 .10 Annuity....... 117. 11/. Benefit Fund.. ........ 3 % 3'. Vacation and Hol i day. . 9. 5% 9. S% Listed supplements apply to ALL classifications C x )Yes C )No. 4-25 WAGESCper, hour) 5/01/8't- 4/30/85 5/01/85 - 4/30/85 Telephone Installer/Repairman $ 16.86 17.65 " Foreman. . . . . . . . . . . 18. 46 19. 33 APPRENTICES: C 1 ) year terms at the foil owl ng wage. 1ST. 2ND. 3RD. 4TH. 42 G. 30 ii. 44 9. 70 S1IPPLEMENTAL BENEFITS:Cper hour worked) Healthn..lfare........$ Pension. 10 % 7 `/< 10 A 7. 5. Apprentice Trai ni ng. 5/8 '/1 5/8`/. Annuity.. 11 % 12 % Benefit Fund.. ... 3 % 3 % Vacation and Hol i day. . 8. 5 % 9. S% Listed supplements apply to ALL classificationsCx)YesC )No. 4-2St Applicable on MAINTANENCE - of traffic signals --- - and street lighting only. WAGESCperhour) 4/30/84- 5/01/85 Electrician CTraffic/Street)..... 15.80 APPRENTICES: C 1 ) year, 1ST. 2ND. 3RD. terms at the 4TH. following percentage of Journeyman's wage. 40%/. 50% 60% 80'/. SUPPLEMENTAL BENEFITS:(per hour worked) Health/Welfare........; 8 A. Pension. . . . . Apprentice Training.. S. 1/2%2% Benefit Fund.. . . . . . . . . 3 A Annuity.... ... 9 % Vacation and Hol i days. 8. 5'. Listed supplements apply to ALL classifications C x )Yes C )No. 4-25m i WAGESCper hour) PREVAILING RATE SCHEDULE ( # )See NOTICE PAGE ATTACHED State of New York Department of Labor Case Number 8405119 Bureau of Public Work APPRENTICES: C ) year 28 8/01/84 at the following percentage of Journeyman's wage. SUFFOLK COUNTY Page 5 4TH. IRONWORKER 39% 00% 00% WAGES(per hour) 7/02/84- / / - 12/30/84 Structural.. 116.90 hour worked) Ri ggers. 16. 90 1.385 # 1.385 Machinery Movers...... 16.90 Pension. . . . . . Apprentice Training... . 985 .01 '• Erectors. . . . 16. 90 Vacation .............. APPRENTICES: C 1/2 ) year terms at the following wage. 1ST. 2ND. 3RD. 4TH. STH. 6TH. -- $9.24 9.54 9.84 10.4S 10.4S 10.45 .02 # 02 SUPPLEMENTAL BENEFITS:Cper hour worked) Listed supplements apply to ALL Health/Welfare . . . . . . . . $ 2. 20 #2. 20 Apprentice supplements Pens i on. 3. 00 #3. 00 8-46 Apprentice Training...18 Vacation . . . . . . . . . . . . . . # .18 2. 60 #2. 00 1/01/BS- Annuity.. ......... 4.30 #2.15 12/31/84 is. 98 6/30/85 17. 2S Benef i t Fund. . . . . . . . . . Listed supplements apply # Apprentice supplements 1. 00 # . 50 to ALL classifications C )Yes C x )No. appear in second column. ------------------------------ 8-40/361 i WAGESCper hour) 7/15/83- 7/01/84- / 6/30/84 / - Reinforcing.......... 18.13 APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 1ST. 21,10. 3RD. 4TH. STH. 6TH. 7TH. 8TH. 39% 00% 00% 00% 00% 00% 00% 00'/. SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare ........3 1.385 # 1.385 Pension. . . . . . Apprentice Training... . 985 .01 # . 985 # .01 Vacation .............. 1.00 # -- Ahhui ty. 2. SO -- Scholarship Fund...... .02 # 02 Listed supplements apply to ALL classifications()yes( x )No. Apprentice supplements appear ------------------------------ in second column. ---- - 8-46 WAGESCper hour) 7/01/34- 1/01/BS- Ornamental . . . . . . . . . . . 12/31/84 is. 98 6/30/85 17. 2S Chai h Li h Fence. 16. 90 17. 25 APPRENTICES: ( 1/2 ) year terms at the Following percentage of Journeyman's wage. lSF. 2NU. 3RD. 60% GSA 70/ 4TH. 80% STH. _ 6TH. 90/ 95A SUPPLEMENTAL SENEFITS:(per hour worked) Health/Welfare........; 1.52 1.52 Pens i on. . . . . . . 1. 96 1. 96 Apprentice Training... .2S .25 Vacation. 2. 10 2. 10 Anhui ty. 4. 00 4. 40 Listed supplements apply to ALL classifications ( x )Yes ( )No. 8-580 i PREVAILING RATE SCHEDULE ( * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8405119 Public Work 26 - 8/01/84 SUFFOLK COUNTY Page 6 LABORER WAGES(per hour) 7/01/84- 7/01/85- 1/01/86- 7/01/86 6/30/85 12/31/85 6/30/86 6/30/87 Building Laborer: All Classifications... 3 14. 7S IS. 4o is. 0S 17. 25 SUPPLEMENTAL BENEFTTS:Cpar hour worked) Hea I th/Wel fare. . . . . . . . ; 2. 20 2. 20 2. 20 2. 20 Pens i on . . . . . . . . . . . . . . . 2. 05 2. OS 2. OS 2. 05 Vacati on . . . . . . . . . . . . . . 1. 00 1. 00 1. 00 1. 00 Other ................. .13 .13 .13 .13 Listed supplements apply to ALL classifications ( x )Yes ( )No. 66 WAGESCper hour) ------------------------------ 7/15/84- 1/01/85- 7/01/85- 7/01/86 12/31/84 6/30/85 6/30/86 6/30/87 LaborerCHeavy/Highway): Group 79 1: Asphalt Rakers and Formsetters. Group u 2: Asphalt Shovelers and Tampers. Group u 3: Basic Laborer, Power Tool, Trackman, Landscape, Pipelayer, Jackhammer and Concrete. Heavy/Highway Laborer: Group R 1 . . . . . . . . . . . . . 3 13. 20 13. 20 14. 15 15. 17 Group u 2 . . . . . . . . . . . . . 12. 90 12. 90 13. 83 14. 83 Group u 3 . . . . . . . . . . . . . 12. 43 12. 43 13. 03 13. 66 SUPPLEMENTAL SENEFITS:Cper hour worked) Health/Welfare........; 12 % 12 / 12 % 12 K Pension ............... 13 % 13 A 13 '/ 13 Vacati on. . . . . . . . . . . 75 1. 00 1. 00 1. 00 OtherCLegal).......... 1% 1 A 1 A 1 Listed supplements apply to ALL classifications C x )Yes C )No. 1298 LATHER WAGFSCper hour) 7/01/84- 1/01/8s- / / - 12/31/84 Lather CWood Wire & Rei hforci hg).. . 19. 99 APPRENTICES: C 1 ) year terms at the following percentage of Journeyman's wage. 1ST._ 2ND. 3R0. 40G 75/ 859, SUPPLEMENTAL 2ENEFITS:Cper hour worked) Hea I th/Wel fare. . . . . . . . 1.385 * 1.38S Pens i on. . . . . . . . 985 * . 98l Apprentice Training... .01 * .01 Vacation .............. 1.00 *apply Anhui ty. . . . . . 2. SO :Kapp I Y A Scholarship Fund...... .02 * .02 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplement: appear in second column. 8-46 [l e PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number bureau of Department of Labor 8405119 Public Work 28 - 8/01/84 SUFFOLK COUNTY Page 7 HASON/TILE/TERRAZZO WAGES(per hour) 6/01/84- - 5/31/85 Building: Bri ck I ayer. . . . . . . . . . . . ; 18. 19 APPRENTICES: C 7SO hours) terms at the following percentage of Journeyman's wage. 1ST: 2ND. 3RD. 4TH. STHCSOOHR) 6THCSOOHR) SO'//. 60'/. 70% 80`/. 90% 95% SUPPLEMENTAL BENEFITS:(per hour worked) Hea I th/Wei fare. . S 1. 80 Pens i on. 2. 64 Apprentice Training... 15 Annuity ............... 2.05 Listed supplements apply to ALL classifications C x )Yes ( )No. 8-NYDC WAGES(per hour) 7/01/84- 6/30/85 Cement Finisher....... 17.00 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. 1ST. 214D. 3RD. 4TH. STH. STH. 50% 60% 70A 80% 901. 95A SUPPLEMENTAL BENEFITS:(per hour worked) Health/Wel fare.. . s 2. 11 Pens i on. 2. 60 Apprentice Training... .O1 Vacation .............. 1.00 Annuity ............... 2.30 Listed supplements apply to ALL classifications C x )Yes C )No. 780 ------------------------------ WAGES(per hour) 7/05/84- 12/31/84 Building: Plasterer . ..•.••...• 16. 82 APPRENTICES: C ) year terms at the following percentage of Journeyman's wage. 15T. ?N0. 3RD. 4TH. STH. ETH. 7TH. 8TH. 0 0 A 00% 00% 00% 0 0 A 00/ 00'% 00'% SUPPLEMENTAL BENEFITS:Cper hour worked) Hea I th/We I fare. . S 2. 80 Pens i on. . . . . . . -. -- Apprehtice Training... .O1 Vacation..........1.83 Scholarship Fund.. 01 .... Listed supplements apply to ALL classifications C )Yes C x )No. 852 ------------------------------ WAGESCper hour) 7/15/83- 7/01/84- / 6/30/84 / - DuiIding: Mosaic 8 Terrazzo Worker.. 115.93 APPRENTICES: C ) year, terms atthe following percentage 1ST. 2ND. 3RD. 4TH. STH. 6TH. 7TH. STH. of Journeyman's wage. 00% 00'/. 00'/. 00 Y. 00% 00'/, 00A.. 00% SUPPLEMENTAL BENEFITS:Cper hour worked) !lea I th/We I fare. . . . . . . . $ 1. 17 Pens i on. 1. SO Supp. Unemp I oy. Benefit. . 4S Va,cati on. . . . . . . . . . . . * 1. 00 Listed supplements apply to ALL classifications C x )Yes C ------------------------------ )No. 8-3 e state of New York Department of Labor PREVAILING RATE SCHEDULE C * ]See NOTICE Case Number 8405119 SUFFOLK COUNTY PAGE ATTACHED Bureau of Public Work 28 8/01/84 Page 8 Mason(Cont) WAGESCper hour) 7/15/83- 7/01/84- / / - 6/30/84 Building: Mosaic and Terrazzo Helper.. 14.98 APPRENTICES: ( ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. 5TH, 00`//. 00'/. 00A 00% 001. 6TH. 7TH. 00% 00% 8TH. 00% SUPPLEMENTAL BENEFITS:CPer hour worked) Health/Welfare ........$ 1.17 Pens i on. . 1. s0 Supp. UnempI oy: Benefit: Vacation. ' .45 . 50 Listed supplements apply to ALL classifications ( x )yes ( )No. 35 WAGES(per hour) ------------------------------ 6/04/84- 12/02/84 12/03/84- 5/26/85 Building: Tile Setter. 16.78 16. 78 APPRENTICES: C N/A ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. STH. N/A N/A N/A N/A N/A 6TH. 7TH. N/A N/A 8TH. N/A SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare ........$ 2.18 2.18 Pens i on . . . . . . . . . . . . . . . 2. 25 2. 25 Vacation. . . . . . . . . . . . 1. 08s 1. 625 Listed supplements apply to ALL classifications C x )yes C ]No. 52 WAGES(per hour) 7/02/84 - 1/01/85- 12/31/85 6/30/85 Building: Tile Layer Helper.. $ 15.81 17.23 SUPPLEMENTAL BENEFITS:Cper hour worked) Hea 1 th/We I fare. . . . . . . . $ 1. 50 1. s0 Pens i on . . . . . . . . . . . . . . . 1. It 1. 42 Vacation .............. Listed supplements apply .58 to ALL classifications .58 C x ]Yes )No. 8B WAGESCper hour) -------------------------- 7/01/84- 7/01/85- -C 1/01/86- 7/01/86 Waterproofer(Mason) 6/30/85 12/31/85 6/30/a6 6/30/87 and Tuckpoi nter. S 15. 80 17. 40 18. 65 19. 90 Sanuol asti ngCMason). 14. 85 16. 45 17. 70 18. 95 Steamcleaning(Mason).. 14.20 15.80 17.05 18.30 APPRENTICES: C 1 ) year 1ST. 2ND. 3RD. terms at the following percentage of Journeyman's wage. 5 5 A Tor. asY. SUPPLEMENTAL SENEFITS:(per hour worked) Hea I th/We I fare. . . . . . . . $ 1. 75 *1. 75 1. 75 *1. 75 1. 75 *1. 75 1. 75 *1. 75 Pension . . . . . . . . . . . . . . 3.00 *1.75 3.00 *1.75 3.00 *1.75 3.00 *1.7S Benefit Fund.. 10 % * 69 10 '/. * 69 10 A * 69 10 % * 69 Training Fund. . 08 * 07 . 08 * 08 . 08 * 08 . 08 * 08 Annui ty. . . . . . . . . . . . . . . 2. 00 * SS 2. 00 * 55 2. 00 * 55 2. 00 * ss Listed supplements apply * Apprentice supplements to ALL classifications appear in second ( column. )Ves C x )No. 8-66 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor Public Work 1840S119 26 - 8/01/84 SUFFOLK COUNTY ` Page 9 11 PAINTER WAGESCper hour) 10/01/83- / / - 9/30/84 Stee 117. SS Steel: ...•.••... ' Spray.. 19. 05 Zandblasting..... 19.05 " Power Tool....... 19.05 APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1ST. 2ND. 3RD. 4TH. STH. 6TH. 7TH. STH. 40% GOA 00% 00% 00% 00% 00% 00% SUPPLEMENTAL SENEFITS:Cper hour worked) Health/Welfare........ 9 PehSI Oh. 7 '/. Apprentice Training.. .09 Vacation.. S % A h h u i t y . . . . . . . . . . . . . . . 10 % Listed supplements apply to ALL classifications (x)Yes( ------------------------------ )No. 8-806 WAGESCper hour) 7/15/83- 7/01/84- / / - 6/30/84 Brush ................. * 14.73 StructuralSteel...... 17.99 Spray.. 16.36 Sandblasting.. 16.36 Bridge ................ 17.99 APPRENTICES: ( J year terms at the following percentage 1ST. 2A0. 3RD. 4TH. STH. 6TH. 7TH. ETH. cf Journeyman's wage. 50% 001A 00'% 00% 00'% 00% 00/ 00% SUPPLEMENTAL SENEFITS:Cper hour worked) Hea l th/We l fare. . . . . . . . $ 3. 39 P e h I O h . . . 1. 00 r . Apprentice Training.. 23 Vacation. . . . . ' , . . • • 1. 10 Listed supplements apply to ALL classifications ( x )Yes C )No. 1486 PLUMBER WAGES(per hour) 7/01/84- 1/01/85 12/31/84 6/30/35 Plumber umber . . . . . . . . . . . . . . S 18. 7S 19. 50 APPRENTICES: ( 1 ) year terms at the following wage. 1ST. 2ND. 3RD. 4TH. S. 44 9. 38 12. 19 13. 13 for 7/01/84 to 12/31/84 a.78 9.75 12. 68 13.65 for 1/01/85 to 6/30/85 SUPPLEMENTAL SENEFITS:(per hour worked) *1st yr *1st yr Hea I th/We I fare. . . . . . . . S 1. 35 * . 83 1. 3S * . 83 Pens i on. . . . . . . 2. 71 *1. 74 2. 96 *1. 89 ApprenticeTraihina... .37 * 24 .37 * 24 Vacation. 1. 30 * 75 1. 30 * 75 Annul ty. .. 71 * 36 . 71 * 36 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice (1st year) supplements appear in second column. 775 11 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor 8't05119 Public Work ' 28 8/01/84 SUFFOLK COUNTY Page 10 ROOFER W^GESCperr, hour) 4/01/84- 10/01/84- / / - ' Roofer. t 9/30/84 14. 99 Waterproofer........... 14.99 APPRENTICES: C 1/2 ) year terms at the following percentage of Journeyman's wage. 1ST. 2FI0. 3RD. 4TH. STH. 6TH. GOA 65Y.. 70Y.. 75'/. 80% SOA SUPPLEMENTAL SENEFITS:Cper hour worked) Health/Welfare........S 2.13 * _ % Pension. . Apprentice Training.. 2. 24 03 * _ ` * 033 Vacation. 2. SO Anhui ty. • . . . . . • . . . . 1. 48 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear in second column. 154 SHECTMETAL WORKER WAGES(per, hour) 7/15/83- 7/01/84- / / - 6/30/84 Sheetmetal Worker.... S 19.521 APPPENTICES: C ) year terms at the following percehtage of Journeyman's wage. 1ST. 2N0. 3RD. 4TH. STH. STH. 7TH. 8TH. 49% 00% 00'/. SUPPLEMENTAL SENEFITS:Cper 00"/. hour, 00`/. 00% 00% worked) 00% Hea I th/We 1 fare. . S 1. 30 * . S18 Pension.... 10 % * .721 Bee Supp1.Unemp1oy.hfit 25 * 10 Vacation. Apprentice Training::: 21 1. 35 * 13 * 48 Scholarship Fund.. .11 * 03 Listed supplements apply to ALL classifications C )Yes C x )No. * Apprentice supplements appear, in second column. 55 STEAMFITTE2/SPP.INKLER FITTER WAGESCper hour) 7/01/84- 12/26/84- 6/2G/85- 1/01/86 12/25/84 6/25/85 12/31/85 6/24/86 Steam Fitter. . . . . . . . . . S 20. 82 21. 52 22. 22 23. 01 Spri hk 1 er Fitter. 20. 82 21. 52 22. 22 23. 02 APPRENTICES: C 1/2 ) year, 15T. 2ND. 3RD. terms 4TH. at the fol Iowihq percentage 5TH. 6TH. 7TH. of Journeyman's -'TH. wage. It 0% 45/. SO/. SS/. 60% 65/ 75% 80% SUPPLEMENTAL GENEFITS:(per hour worked) Hea l th/Wel fare. . . . . . . . $ 1. 50 * _, 1. 50 * _ % 1. 50 * _ 7. 1. 50 * _ 7.. Pens i on. . . . . . . . . 1. 18 * _ % 1. 18 * _ `/, 1. 18 * _ % 1. 18 * _ % Security Fund. . . . . . . . . Training Fund. 2. SO 07 * % 2. 50 * * 07 07 * ? % 2. 50 * ? % 07 07 * 07 2. SO 07 * * 07 Vacation. 1. 75 _ * % 1. 75 * Y. 1. 75 * Y. 1. 75 Listed supplements apply * Apprentice supplements to ALL appear classifications C in second column. )Yes C x )No. 8-638 F� t 1 t it PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of 8405119 Department of Labor Public Work 26 - 5/01/84 SUFFOLK COUNTY Page 11 WELDER Welder To be paid the rate of the mechanic performing the work. TEAMSTER Truck Oriver(Building and Heavy/Highway): GROUP 1: Chauffeur and Excavation. GROUP 2: Euclid and Turnapull type trucks. WAGESCper hour) 7/01/84- 7/01/85 - 7/01/86 6/30/85 6/30/86 6/30/87 Truck Driver CBuilding and Heavy/Highway): Excavation operations 14.72S 15. 225 1S. 72S Euclid type......... 15.125 15.625 16.125 SUPPLEMENTAL BENEFITS:(per hour worked) Health/Welfare........; 2.3S 2.65 3.00 Annuity ............... 2.1125 2.7425 3.3125 Listed supplements apply to ALL classifications C )Yes C x )No. C * )Appropriate supplemental benefits listed in second column. 4-282nsh SURVEY CREW (HIGHWAY & HEAVY) WAGCS:C0or hour) 7/15/83- 7/01/84- / / - 6/30/84 Survey Rates-Heavy/Hiway: Party Chief......... 15.99 Instrument Man...... 14.04 Rodman/Chainman..... 12.77 SUPPLEMENTAL BENEFITS: CPer hour worked) Health/Welfare ........S 90 Pension.... .... 70 Apprentice Training... OS Vacation .............. 1.00 Annuity ............... 3.00 Listed supplement; apply to ALL classifications C x )Yes C )No. 150hs WAGESCper hour) 7/01/84- 7/01/5S- 7/01/aG- G/30/8S 6/30/86 6/30/87 BUILDING OPERATING ENGINEERS: HoistCMultiple Platform) 21.60 22.60 23.60 Lead Engineer 20.20S 21.205 22.20S HoistCTandem Platform 19. 98 20.98 21.98 Tower CraneCEngineer) 19. 56 20. 56 21. S6 SideBoom TractorCUsed in tank work) 19.26S 20.26S 21. 26S Scoop, Carry -all, Scraper in tandem 19. 18 20. 18 21. 18 Boom Trucks or Cranes(used for stone setting or structural steel) 19.13 20.13 21.13 C.MI or Maxim Spreader, Concrete Spreader, Derrick, Sideboom Tractor 19.10S 20.105 21.10S Tank Work 19. 03 20. 03 21. 03 Hoist, 2 Drum, Hoist, 3 Drum 18.9a 19.913 20.98 Backhoe,Oragline, Gradall, Pile Driver, Shovel 19.00S 20.005 21. OOS Elevator, Fork Li ft, Ho st, 1 Drum 18.93 19.93 20.93 Batching Plant(oh site of ,Job), Power Winch(used for stone or, steel), Power Winch (Truck Mounted -used for stone or, steel), Pump, Concrete 18.90S 19.905 20.90S Dredge 18.88 19.88 20.13a Roller, Trench Machine 18.805 19. 805 20.30S Welding Machine, Structural Steel PREVAILING RATE SCHEDULE C * JSee NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor, 8405119 Public Work 28 8/01/84 t 11 SUFFOLK COUNTY Page 12 18. 78 19. 78 20. 78 Boom Truck, Crane, Crawler or Truck, ConveyorCMulti), Plant Engineer, Stone Spreader (Self -Propelled) 18. 755 19.75S 20. 755 Asphalt Spreader 18. 73 19. 73 20. 73 Fork LiftCWaIk Behind, Power Operated) 18.72 19.72 20.72 Compressor(Structural Steel) 18.70S 19.70S 705 Boiler, Bulldozer, CompressorCon Crane), Compressor(Pile Work), CompressorCstone setting), Concrete Breaker, Conveyor, Generator -Pile Work, Loading Machine(Front End), Maintenance Engiheer,Powerhouse, Power Winch(used for other than stone or steel), Power Winch, Truck MountedCused for other than stone or steel, Pulvi-Mixer,PumpCDble Actio Diaphragm,, PumpsCGypsum, Hydraulic, Jet, Single Action- 1 to 3, and Well Point", Welding and Burning, Welding Machine CPile 18. SSS Work) 19.55S 20. 555 Curb Machine(Asphalt or Concrete), Curing Machine, Pump(Submersible), Maintenance Man 18. 50 19. 50 20.50 Grader 18.33 15.33 20.33 Compressor, Compressor(2 or more in battery), PumpC4 inches or over), Generator, Track TamperrC2 Mulch Machine, Pin Puller, Engineers,Each), Welding Machine Portable Heaters, 18. 30S 19. 305 20. 305 Stiping Machine 18.23 19.23 20.23 BulldozerCused for excavation), Fireman, Loading Machine, Powerbroom, Vac -All 18. 18 19. 18 20. 18 Concrete Saw or Cutter, MixerCwith Skip), Mixer -C2 Small with or without Skip), PumpCUp to 3 inches),Tractor,Craterpillar or Wheel 17.80S 18.80S 19.80S Scoop(Carry-All Scraper) 18.18 19.18 20.18 ' Hydra Hammer, Ridge Cutter 17.72 18. 72 19.72 Bending Machine, Dinky Locomotive, Generat0r(Small3, Vibrator'Cl to 5), 17. SSS 18.55S 19. 555 Power Buggies 17.43 18.43 19.43 Stump Chipper and Oiler 17.20S 18. 205 19.205 Mechanical CompactorCHand Operated,, Trench Machine(Hand) 17. 18 18. 18 19. 18 SUPPLEMENTAL BENEFITS:(per hour worked) 1. 77 1. 77 1. 77 Hea I th/We I fare. S Pens i on. . 2. 7S 2. 75 2. 75 Supp. Unemp l . Benefit. . .20 .20 .20 Apprentice Training.. .25 25 .2S Annui ty. 1. 00 1. 00 1. 00 Other.. .20 20 .20 Listed supplements apply to ALL classifications C )Yes C )No. 4-138b t 11 ' PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor Public Work 8405119 28 - 8/01/84 SUFFOLK COUNTY Page 13 ' WAGESCper hour) 7/01/34- 7/01/85- 7/01/BG- G/30/8S 6/30/86 G/30/87 HEAVY / HIGHWAY OPERATING ENGINEERS: Lead Engineer 20. 83 21. 83 22. 83 Scoop(Carry-AII,Scraper in Tandem), Tower CraneCEngineer), 19.355 20. 3S5 21. 3SS Backhoe, CraneCStone Setting)„ CraheCStructural Steel), Oragline, Gradall, Pi. IQ Driver, RoadPaver, Shovel 19. 10 20. 10 21. 10 Batching PlantCon site of ,Job), CraneCon Barge), Sideboom TractorCused in tank work), 'rank Work 18. 9Ss 19. 95520. 95S Hoist(3 13rumJ, Power WinchC7ruck Mounted-used for stone or steel), Power WinchCused for stone setting and/or structural steel),Trehch Machine 18.94S 13.94S 20.94S Asphatl Spreader, Boom Truck, Boring Machihe(other than Post Holes), CMI or Maxim Spreader Crane(Crawler or Truck), Concrete Spreader, Conveyor, Multi, Plant Engineer, Sideboom Tractor,5tone Spreader(self propelled) 18. 73 19.73 Boring Machine, Post Holes 20.73 18.67 19.67 20.67 Compressor(Stone Setting),Comnressor(Structural Steel), Welding Machine(structural steel) 18.615 19.615 20. 615 Dredge 18. 563 19. 565 20.S15 .Mork Boat 18. 55s 19. SSS 20. 535 CompressorCon Crane), Compressor(PiIa Work), Generator-Pile Work, Hoist,2 Drum, Loading Machine(Froht-End), Powerhouse, Power Wihch,Truck MouhtedCused for other than stone or, steel),Power WinchCused for other, than stone or structural steel),Welding Machine Pile Work 18. 455 19.453 20. 4SS Mechanical Compactor, Machihe Drawn, Rol Ier(over 5 Ton) 18.27 19.27 20.27 13oi 1 er 18.23 19.23 20.23 IPump, Concrete 18. 19 19. 19 20. 19 Compressor(2 or more in battery 18. 15 19. 15 20. 15 Grader 18. 135 19.135 20.135 Bulldozer, Concrete Finishing Machine, ConVeyor,Curb Machine,Asphalt or Concrete, Curing Machine, Dinky Locomotive, Fireman, Fork Lift, Hoist,l Drum, LoadingMachihe, Maintenance Machine,Pulvi-Mixer, Pump(4 inches or over), PumpsCHydrauIic, ,Jet, Submersible and Well Point), Roller(S ton and under), Scoop, Carry-Ai 1, Scraper, Maintehance Man, Vac-All, Welding & Burning 17.92 18.92 13.72 Generator 17.84 18.84 19.84 Portable Heaters 18.095 19.09S 20.09s Compressor, Mulch Machine, Pin Puller, PumpCDouble Action Oiaphragm),Pump-Gypsum, PumpCSingle Action 1 to 33, Striping Machine, Welding Machine 17. 545 18.545 19.54S Powerbroom 16. 975 17.97S 18.97S Concrete Saw or Cutter, Fork Lift,Walk Behind,Power Operated, Hydra Hammer, Mixer(with Skip), Mixer(2 Small with or withour Skip), Power Buggies, Power Grinders, Concrete Breaker, Ridge Cutter 16. 83 17. 83 18. 73 VibratorCl to S) 16. 625 17.62S 18.625 Oiler, RootCutter, Stump. Chipper, Oiler, Track TamperC2 16. 52 17. 52 Engiheers,Each), Deck Hand 18.S2 Generator(SmaIII i6. 515 17. 515 18. 515 Bending Machine, Pump, CentrifugalCup to 3 inches), Trench MachineChand) 16.48 17.48 18.48 Tractor,Caterpillar or Wheel 16. 305 17.305 18.305 SUPPLEMENTAL BENEFITS:Cper hour worked) Health/Welfare........; 1.77 1.77 1.77 Pension. . 2. 75 2. 75 i Supp I . Unemp I oy. Behef i t 20 20 2. 75 20 Apprentice Training.. 25 25 : : : : : : : : : : 25 Anhui ty. 1. 00 1. 00 1. 00 Other............. . 20 .20 20 Listed supplements apply to ALL classifications C x )Yes C )No. 4-138h - 11 IPREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED n 1 11 State of New York Department of Labor Case Number 8405119 SUFFOLK COUNTY Bureau of Public Work 28 - 8/01/a4 Page 14 WAGESCper hour) EP,ECTOR / - PainterCStriping-Highway etc.): _SIGN WAGESCper hour) 7/01/84- 3/01/85- / / - 2/28/85 12. 2S 10/31/85 SUPPLE".ENTAL EENEFITS:Cper hour worked) Sign Erector. . . . . . . . . ; 15. 35 a 16. 00 Pension ............... 4 '/. APPRENTICES: C 1/2 ) year terms at the following percentage of Jourheyman•s wage. Listed supplements apply 1ST. 2K0 3R 0. STH. 6TH. 7TH. 8T H. _9TH 3.0TH _4TH. 40'/. --qS'/. 50'/. $S% 60`/. 6$'. 70'/. 75'/. a$% &5/. 7. SS SUPPLEMENTAL SENEFITS:Cper hour worked) 8.32 -T 5 12 mo. S. 54 1st Yr 8. 93 1st Yr -T 3 24 mo. Health/Welfare........; 7 % * .46 7 % * .46 Local Pension......... 8% * 2% d A * 2 A S. 53 Nati ona I Pehs i on: ' * : : : ApprentI Ca Trai hi ng. .27 .07 * .27 * .07 .30 .07 * . 30 * . 07 CstaI-t3 8. 32 SUPPLEMENTAL BENEFITS: Cper, hour worked) Vacation. 6% * 2 A 6% * 2 Annuity ............... .3S Anhui ty............... 1.43 * -. 1.S7 10yrs/3 weeeks. )No. 1049T Other ................. Emp.S.S. *EmpSS EmpSS *EmpSS Listed supplements apply to ALL classificati0h9 C x )Yes C )No. * Apprentice supplements appear in second column. 137 n 1 11 HIGHWAY STRIPER WAGESCper hour) 4/01/84- 4/01/8S- / 3/31/8S / - PainterCStriping-Highway etc.): Striping -Machine Oper.g 11.90 .. He I per. . . . . .. . .10. SO Li nermah.............. 12. 2S SUPPLE".ENTAL EENEFITS:Cper hour worked) Health/Welfare.. .S a Pension ............... 4 '/. Vacation .............. 7 . Listed supplements apply to ALL classifications ( x )yes C )No. 8-230 TREE TRIMMER wAGESCper hour) TreeTrimmer: 10/1/83- 10/01/84- 9/30/84 Trimmer - T 7 Cstart). ; 7. SS -T 6 after 6 mo. 8.32 -T 5 12 mo. S. 54 • -T 4 1a mo. 8. 93 -T 3 24 mo. 9. 70 -T 2 30 mo. 10.14 -T 1 36 mo. 11. S6 Ori ver, Groundsman-12mo. S. 53 -6m o. S. 72 CstaI-t3 8. 32 SUPPLEMENTAL BENEFITS: Cper, hour worked) Hea I th/wel fare. $ Contr. Provi de H. a W. + $10,000 Life Ins. Annuity ............... .3S Holidays .............. Vacation -after15 mo./1 Listed supplements apply C12 paid). week. -after 30 mo./2 weeks. -after to ALL classifications C x )Yes C 10yrs/3 weeeks. )No. 1049T n 1 11 1 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of ' Department of Labor Public Work 8405119 28 8/01/84 8-1536 4-138 Page 15 SUFFOLK COUNTY DRILLING WAGESCper hour) 10/17/83- 10/16/84 Core Drilling: ... Dri I ler.. * 12.4SS • Helper.. 10.795 SUPPLEMENTAL BENEFITS:(per hour worked) Health/Welfare........ 1.29 Pension. 90 Vacation.. 19 Listed supplements apply to ALL classifications C x )Yes C )No. WAGESCper hour) ------------------------------ 8/01/83- 8/01/84- 7/31/84 7/31/85 Well Griller: • Dri I I er. . . . . . . . . $ 15. 10 16. 00 •• Helper..... 13.10 SUPPLEMENTAL BENEFITS:Cper hour worked) 14. 00 Health/Welfare . . . $ 9 % 9 Y. Pens i on. . . . . . . . . . 2. 7S 2. 7S Holiday Fund.......... 46 .46 Listed supplements apply to ALL classifications C x )Yes C )No. 1 8-1536 4-138 Page 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PREVAILING RATE SCHEDULE C * )See NOTICE PAGE ATTACHED State of New York Case Number Bureau of Department of Labor Public Work 8405119 2B - 8/01/84 SUFFOLK COUNTY Page 16 MARINE CONSTRUCTION WAGESCper hour) 10/01/83- / / - 9/30/84 Hydraulic Dredge: Leverman 1S.46 Engineer 15.31 Mai nt. Engi neer 15. 10 Derrick Oper. 15.31 Chief Mate on Dredge 1s. 10 Mate 14.19 DeckHand 12.70 Oiler 13.14 Fi reman 13. 14 Shoreman 12.70 Boat Captain 14.2a ------------------------- Tug Boats: Tug Master 14. 89 Tug Captain 14.28 Tug Chief Engineer 14.53 Tug Engineer 14.2a Tug Deckhand 12. 84 ------------------------- Dipper and Clamshell Dredges: Operator 15.73 Craneman 15.31 Engineer 15. 60 Maiht. Engi neer 15. 10 Mate 14.19 Deckhand 12.94 Oiler 13.14 Boat Master 12.70 Boat Captain 14.28 ------------------------- The following SUPPEMENTAL BENEFITS apply to all to ALL classifications of the above HYDRAULIC, DIPPER, CLAMSHELL DREDGES and TUG BOATS. SUPPLEMENTAL BENEFITS:Cper hour worked.) Health/Welfare ........g 93 PPnS i On ............... .8o Vacation .............. 7 7. 25a WAGESCper hour) 10/01/83- / / - 9/30/84 Drill Boat: Engineer, 16.70 Blaster 16.87 Driller-Welder/Mechanic 16.71 Fireman 16.19 0 ler 15.92 Helper 15.92 SUPPLEMENTAL BENEFITS: Cper hour worked) Health/Welfare........S 93 Pension ............... 80 Listed supplements apply to ALL classifications C x )Yes C )No. . 25/3 OCCUPATIONS APPLICABLE TO BUILDING AND HEAVY/HIGHWAY SCHEDULES I STATE OF NEW YORK DEPARTMENT OF LABOR: REQUIREMENTS OF ARTICLE 8 (Sections 220-223) OF THE NEW YORK STATE LABOR LAW PREVAILING RATE SCHEDULE: Section 220 of the Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and to provide supplements (fringe benefits) in accordance with the prevailing practices in the locality where the work is performed. The Department of Jurisdiction awarding a public work contract must obtain a prevailing rate schedule from the Bureau of Public Work of the New York State Department of Labor listing the hourly rates for the trades and occupations of the workers to be employed on the public work project. This schedule may be obtained by completing and forwarding the Request for Wage and Supplement Information on the reverse side hereof. The prevailing rate schedule must be included ' in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the signing of the contract, the Department of Jurisdiction must advise the Bureau of Public Work on a form supplied by the Bureau as to the name of the contractor to whom the contract was awarded, the date and the amount of the contract. A "Department of Jurisdiction" includes a state department agency, board or commission; a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporations; a public benefit corporation; and a public authority awarding a public work contract. WITHHOLDING OF PAYMENTS FROM CONTRACTORS: When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Section 220-b of the Labor Law to so notify the financial officer of the Department of Jurisdiction that awarded the public work contract. Such officer must then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau of Public Work as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until a final determination of the underpayment by the Commissioner of Labor or by the Court in the event a legal proceeding for review of the Commissioner of Labor's determination is instituted. The Department of Jurisdiction shall comply with an order of the Commissioner of Labor or of the Court with respect to the release of the funds so withheld. 1 r] 9 TATE: OF NEW YORK BUREAU OF PUBLIC WORK EPARTMENT OF LABOR�n n �: STATE OFFICE BUILDING CAMPUS ALBANY, N.Y. 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION AS REQUIRED BY ARTICLE 8 OF THE LABOR LAW Submit this form for new schedules or for determination for additional occupations. tovide all information Requested Below UBMITTED BY: ❑ CONTRACTING AGENCY DATE ICHECK ONE) ❑ ARCHITECT OR ENGINEERING FIRM A. PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertaining to Contracting Agency) 1. Name and complete address(number, street, city or town, zip code) 2. ❑ N.Y. State Units ❑ 07 City ❑ 01 DOT ❑ 08 Local School Dist. ❑ 02 OGS ❑ 09 Special Local Dist. ❑ 03 DORMITORY AUTHORITY ❑ 10 Incorp. Village ❑ 04 STATE UNIVERSITY ❑ 11 Town CONSTRUCTION FUND ❑ 12 County ❑ 05 MENTAL HYGIENE ❑ 13 Other Non-N.Y. FACILITIES CORP. State (Describe) ❑ 06 OTHER N.Y. STATE UNIT ARCHITECT OR ENGINEERING FIRM C. SERVICE REQUIRED (Check appropriate box, and provide project information) (NAME, ADDRESS, AND TELEPHONE NUMBER) New Schedule of Wages and Supplements (complete items 1 and 2 only) 1. APPROXIMATE BID DATE 2. ESTIMATED COST OF PROJECT ❑ Additional Occupation and/or Redetermination OFFICE USE ONLY (complete item 3 only) 3. PRC NUMBER ISSUED PREVIOUSLY FOR THIS PROJECT "5. REPLY SHOULD BE DIRECTED TO: (Name, title, mailing address and TELEPHONE NO.) E, PROJECT PARTICULARS (Check appropriate boxes in E1 and E2 and complete E3 and E4) 1. Nature of Project 2. PRIME Contracts to be Let ❑ 1. New Building ❑ General Construction ❑ Plumbing ❑ 2. Addition to Existing Structure ❑ Heating and Ventilation ❑ Electrical ' ❑ 3. Heavy and Highway Construction (New and Repair) ❑ Other ❑ 4. New Sewer or Waterline ❑ 5. Other New Construction (Explain) NO CONTRACT (:1 6. Other Reconstruction, Maintenance, Repair or Alteration ❑ Work to be done by direct Employees ❑ 7. Demolition 3. Project TITLE and/or description of work to be performed 4. Location of Project (include contract identification number, if applicable) Route No./Street Address Village or City Town County OCCUPATIONS FOR PROJECT ❑ Construction ❑ Lineman ❑ Dredging/Diver ❑ Tunneling ❑ Drilling ❑ Other Local i Name and title of Requester Signature W-39 (e-83) SEE OTHER SIDE FOR LAMPS RELATING TO PUBLIC WORK CONTRACTS State of New York ' Bureau of Public Work Department of Labor A State Office Building Campus ' Albany, N.Y. 12240 F.C«„o. ' PW -3 (9-82) CONTRACT REQUIREMENTS R Each public work contract to which the State, a public benefit corporation, a municipal corporation or a commission is a party and which may involve the employment of laborers, workmen or mechanics, shall comply with the requirements of Article 8 (Sections 220-223) of the New York State Labor Law: ' 1. 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 the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the extraordinary emergencies set forth in the Labor Law or where a dispensation is granted by the Commissioner of Labor. (See Section 220.2) 2. Each laborer, workman or mechanic employed by the contractor or subcontractor shall be paid not less than the prevailing rate of wages at the time the work is performed, and shall be paid or provided not less than the prevailing supplements at the time the work is performed, ' as determined by the fiscal officer. If the prevailing rate of wages or the prevailing supplements change after the contract is let, each workman, laborer or mechanic shall be paid or provided not less than the new rates. (See Section 220.3) 3. The contractor and every subcontractor shall post in a prominent and accessible place at the work site a statement of the current prevailing wage rates and supplements for the various classes of mechanics, workmen or laborers. (See Section 220.3-a) 4. No employee shall be deemed to be an apprentice unless individually registered in a program registered with the New York State Department of Labor. The allowable ratio of apprentices ' to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any employee who is not registered as above, shall be paid the prevailing wage rate for the classification of work he actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates for the area of construction, prior to using any apprentices on the contract work. ( See Section 220.3) 5. (a) No contractor, subcontractor, nor any person acting on his behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates. (See Section 220-e (a) ) (b) No contractor, subcontractor, nor any person acting on his behalf shall, in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex or national origin. (See Section 220-e (b) ) NOTE: The Human Rights Law also prohibits discrimination in employment because of age, marital status or religion. (c) There may be deducted from the amount payable to the contractor under the contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract. (See Section 220-e (c) ) (d) The contract may be cancelled or terminated by the State or municipality, and all moneys due or to become due thereunder may be forfeited, for a second or any subsequent violation of the terms or condition of the anti -discrimination sections of the contract. (See Section 220 - e (d) ) PW -3 (9-82) IV. Federal Wage Rates 1 J C-] 33612 Federal Register / Vol. 48, No. 142 / Friday, July 22, 1983 / Notices DEPARTMENT OF LABOR Employment Standards Administration, Wage and Hour Division Minimum Wages for Federal and Federally Assisted Construction; General Wage Determination Dedaions General wage determination decisions of the Secretary of Labor specify, in accordance with applicable law and on the basis of information available to the Department of Labor from. its study of local wage conditions and from other sources. the basic hourly wage rates and fringe benefit payments which are determined to be prevailing for the described classes of laborers and mechanics employed on construction projects of the character and in the _ localities specified therein. The determinations in these decisions of such prevailing rates and fringe benefits have been made by authority of the Secretary of Labor pursuant to the provisions of the Davis -Bacon Act of March 3. 1931. as amended (46 Stat. 1494, as amended. 40 U.S.C. 278a) and of other Federal statutes referred to in 29 CFR 1.1 (including the statutes listed at 38 FR 308 following Secretary of Labor's Order No. 24-70) containing provisions for the payment- of wages which are dependent upon determination by the Secretary of Labor under the Davis - Bacon Act; -and pursuant to the provisions of part i of subtitle A of title 29 of Code of Federal Regulations. Procedure for Predetermination of Wage Rates (37 FR 21138) and of Secretary of Labor's Orders 12-71 and 15-71 (38 FR V35. 6736). iiia prevailing rates and fringe benefits determined jn these decisions shall. in accordance with the provisions of the foregoing statutes, constitute the minimum wages payable on Federal and federally assisted construction projects to laborers and mechanics of the specified classes engaged on contract work of the character and in the localities described therein.. Good cause is hereby found for not utilizing notice and public procedure thereon prior to the issuance of these determinations as prescribed in 5 U.S.C. 553 and not providing for delay in effective date as prescribed in that section. because the necessity to issue construction industry wage determination frequently and in large volume causes proceduresto be unpracticaland contrary to the public interest. r0: T7. IY4 General wage determination decisions are effective from their date of publication in the Federal Register without limitation as to time and are to be used in accordance with the provisions of 29 CFR Parts 1 and 5. Accordingly, the applicable decision together with any modifications issued subsequent to its publication date shall be made a part of every contract for. - performance of the described work within the geographic area indicated as required by an applicable Federal prevailing wage law and 29 CFR. Part 5. The wage rates contained therein shall be -the minimum paid under such contract by contractors and subcontractors on, the work. Modifications and Supersedeas Decisions to General Wage Determination Decisions - Modifications and. supersedeas decisions to general wage determination decisions are based upon information obtained concerning changes in prevailing hourly wage rates and fringe benefit payments since the decisions were Issued. The determinations of prevailing rates and fringe benefits made in the modifications and supergedeas decisions have been made by authority of the Secretary of Labor pursuant to the provisions of the Davis -Bacon Act of March 3.1931, as amended (48 Stat. 1494, as amended, 40 U.S.C. 278a) and of other Federal statutes referred to kn 29 CFR 1.1 (including the statutes listed at 38 FR 308 following Secretary of Labor's Order No. 24-70) containing provisions for the payment of wages which are dependent upon determination by the 'secretary of Labor unser the Uavis- Bacon Act: and pursuant to the provisions of part i of subtitle A of title 29 of Code of Federal Regulations. Procedure for Predetermination of Wage Rates (37 FR 21138) and of Secretary of Labor's orders 13-71 and 15-71(38 FR 8755, 8758). The prevailing rates and fringe benefits determined in foregoing general wage determination decisions, as hereby modified, and/or superseded shall, in accordance with the provisions of the foregoing statutes. constitute the minimum wages payable on Federal an federally assisted construct:an projects to laborers and mechanics of the specified classes engaged in rontract work of the character and in :he localities described therein. Modifications and supersedeas decisions are effective from their date of publication in the Federal Register o time and are to ' FROM: PROGRAM ASS STANC SECTION 1.4 i I be used in accordance with the provisions of 29 CFR Parts 1 and 5. Any person, organization, or governmental agency having an interest in the wages determined as prevailing is encouraged to submit wage rate information for consideration by the Department. Further information and self-explanatory forms for the purpose of'ubmitting this data may be obtained by writing to the U.S. Department of Labor, Employment Standards Administration, Wage and Hour Division, Office of Government Contract Wage Standards, Division of Government Contract Wage Determinations, Washington, D.C. 20210. The cause for not utilizing the rulemaking procedures prescribed in S U.S.C: 553 has been set forth in the original General Determination Decision. Modifications To General Wage Determination Decisions The numbers of the decisions being modified and their dates of publication in the Federal Register are listed with each State. - AAuewt ARl1-r0�e..-----.__.____ _.__ J�Iy ,s. 1963. AwiOt FL83-1041: F1.13-1042.FL63- 1047: FL83-,Ora; FL03-,049: FL83- 1050._ �r �_ _ _ _ _ _�_ June 24, 1"1 Wei& U3-2034: 0.x3-2035 _ _ _ . Apr. a. 1963. ILa3-2036. _ _. Mkx»soft Apr. 15. 1963. MNU-2064. � Nov. 2a 1962 MN63-2036: M" a 1963. MklWaxt M063-4447... _ _ _ Am M63. W.. K03-1015-19 Nov JM63-30,5: NJa3-3016.- Juno 17, 1963. No. Men= NMa3.r2_..._.._.� 03 Apr. 15, 1963. NOM Carol me NC62-1027..M..._. Apr. 20. 1962. Ohio: ONe3-2040 .___ .. _ _ - May 13, 1963. PerwwyNNt aPA62-3017..„_ . Mr. 29, 1962 wk cansim Nna3-2012...___.._.._ _ Fe& 1& 1963. Supersedes cions to renerai Nage Determination Decisions The numbers of the decisions being superseded and their dates of publication in the Federal Register are Bated with each State. Supersedeas decision numbers are in parentheses following the numbers of the decisions being superseded. AWNew ALI0-1006 (AL63-1053).... _..... _ Jinn 4 1960. N*Wftkt NEOo-4030 (NE03-4052...;`.._.. MW 1a19110. +NN Yar1C MY61 7041 (NY03.9027)._._...._ July 17. 1961.1 "_ Tort TX02-4052 0723-4053} TX70- d . 4065 M113-4054; TX70.4000 (TXs3- 4056)................. _...._._ ...._..._....... _ Jur» 16, 1971L Signed at Washington. D.C.. this iSth day of July 1983. Dorothy P. Come. Assistant Administrator, Wage and Hour Division. §KAJN0 CODE 4610-27-M STATES NPI YORK DATEI eB& MASS Li-S{ICLLK DECISION NO. MY61-1027 OATEi OA PUSLICAT SUPER$CDes OCCISOM NO. MYO1-1048 dated July 17, 1981 in 46 PR 17191 DESCRIPFIOW OF WORK& building, Residenti.ii (includes single gully hoses and apartments up to and including 4 stories), Heavy 6 H4ghwav Construction Projects • ewe 8.6" s.sr Swtr wwr ASN=OS WORKERS 16.14 7.031cormunication Systems 601LERMAKERS 19.09 12%+.0 a,J cormorcial ' DRICKLAYtRB 17.22 6.17 1 •:c-c:w.i..ncfa! devices CARPENTERS II .•' w .. Fuch Nassau County (except is,: & •, . :.0 elect - that part South pt the rical contract 9.S7 a Southern State Parkway ELEVATOR CONSTRUCTORS 14.99 2.33-b West of Seaford Creek. I +c %I *ileo, Smithtown Islip - ELEVATOR CONSTRUCTORS' lite on the East, Long' HELPERS 11.24 Island Sound on the Mort and Middle Island%RR ELEVATOR CONSTRUCTORS' track on the South HELPER (PRORATIONARY) 7.50 Carpenters, Millwrights MODERNIZATION 6 REPAIR Piledrivers, Soft Floor ELCVANR CONSTRUCTORS 11.23 IA ere, Aoostical. Ory - wall RMIZATION i REPAIR Residential (under two ELEVATORS CONSTRUCTORS' stories) 12.67 2.15 HELPERS 6.42 building 17.17 6.01 Meavy a Highway 17.65 6.01 MODERNIZATION S REPAIR Ra-ainder of Nassau Count ELEVATOR GONSTRUCTORS' building, Residential, HELPERS (PROBATIONARY) 5,615 Meavy 6 pighway 17.17 4.61 GLASIERS 16.75 Suffolk County IRONWORKERS Residential (2 stories 6 structural IS.SO under) 16.15 2.1S Ornamental Finisher 1S.S0 Building 16.15 5.44 LADORERS (BUILDING) 12.74 Meavy 6 Highway 16.20 5.44 CEMENT MASONS 14.1.5 1.71 IASORtRS (HEAVY S HIGH DIVERS i 15.69 4.715 WAVIi ELECTRICIANS Concrete L Curb form s(t- building 1S.SS 37%+.70 tars, asphalt rakers 11.39 Wiring of single or suit ' 1ple family dwellings a Asphalt workers 6 roller apartments up to and in- boys, asphalt top shovel- cluding 2 stories 12.20 341+'.70 era % smoothers asphalt Installation of televis- tampers 11.14 ion receivers, radio re- ceivers, record players. Jackhammers.* drill mai, and associated apparatus hoppermen, carpenters' and antenna and home tenders, pipe jointers i appliances and closed setters, concrete laborer circuit TV and multiple (structureal, atone outlet distribution Sys- spreading laborers, track toms. sound and Inter- men, grading a @mcavating laborers, yard laborers, 2.11+t to S.10 1.59 11,59 4.57 it i i i i Page Z puddler* am cawrets pave Spray. where the chant&gqee to the 1 went, asphalt plantAbat- smtatleg roughs., does cher A hopper Ma), all not have a labor cost 1 other unskilled laborers 10.67 .75+21' in *mesas of 1I.S0Q,000 5.00 2.72 +d Suffolk Counter 17.OS 6.04 MARBLE SETTERS POWER CGUIP&1FJtT OPERATORS Cutters a Setters 16.21 4.19+0 (WILDING CONSTRUCTION)i 'Carvers 16.16 4.19+* CLASS 1 17.000 2..C - Polishers 15.05 2.90+0 N+' Crane operators! derrkck- Class T 17.3SS 2.4C� wan IS.21 4.3Nc 1 91,• Marble Finishers 14.21 2.90+e 17.255�1 14ILLWRIGHTS 16.45 6.46 64-4 PAINTERS Class 4 1S.90S 2.::= Suffolk County& 9t-. gamic II.9S 4.41 •Zlaa* S 16.90S 2.44 - Scaffold work, rolling f%+= scaffold 10 ft. and Class 6 17.16S 2.40, over, spraying 11.40 4.41 O1+! Structural stool 6 sand- Class 7 16.6SS 2.:5= blasting 14.06 4.41 8%+f Nassau County (Inwood, Class 9 17.400 2.40-_ Lawrence. Cedarhurst, Bt-_ Wodd-or*, Hewlett, Narlett Class 9 16.905 2.40+ Day, Hewlett Neck, Newlett O%+: Park, east Rockaway, part Class 10 17.455 2 -AC - at Oceanside, part of Lyn 8%+! brook, part of Rockville Clams 11 - 17.05 2.40. Canter, Atlantic Beach, Ot+`- Long Beach. Lido games, Class 12 16.15 2.<C+ Point Lookout. Gibson a Ot+: part of Valley Stream)& Class. 11 17.71 2.40+ Painters 14.04.01+70 8t+! spray 17.OS.01+30 Class 14-A 10.21 2.40+ Fire Escapes l6.OS.01+10 aW Nassau County (Remainder Class 14-9 10.40 2.4^.� of County!& O%+: Painters 13.45 4.07 Class 14-C 19.71 2 -4: - Stool, Swi OW inq scattold, Rolling Class 14-D 20.21 2.:C+ Scaffold It ft. or over 1S.1 4.07 O%+f Sandblastiaq 17.2 4.07 Class 1S 16.85 2.:0+ rAPebxu4GeRs 11.1 37) it+! PLASTERERS 15.4 4.22 Class 16 17.21 2.50+ PIANISERS i 17.28 IW 2.4G+ Nassau County Class 17 8%+' Wilding. Hnavy i Nigh- Close 18 17.07 2.40; way Construction 16.1 4.97 6%+ Residential 10.S 1.40 Class 15 16.66 - 2.40+ Jobbing (repair of pre- seat plumbing systems Class 20 17.17 28 that does not change t ; � O%+. existing roughlag or an minor alterations job 21%- Spray. 1 d , 1 = = = = = = r = = = = = = = i M = M = DECISION 00. KV63-3027 Pace 1 DECISION 00. WY83-3017 Page 4 POWER tQUIPMENT OPERATORS saw @am (WILO[NG CONSTRUCTION) a M. • WELDERS . recsivu rats prescribed for craft to which welding is Incidental. (CONT'D) Class 21 10.95 2.40+Class !0 17.45 2.60+ Unlisted classifications needed for work not included within the scope of 01+q the classiticatlonr listed may be added atter award only as provided in It1+( Class 22 1S.53 2.40+ Class 11 15.89 2.40+ the labor standards contract clauses (29 DFR S.S (a)(1)(11)1. Class 23 10.33 t1+[ 2.40+ Claes 12 16.27 01+q 2.40+ FOOTNOTLts Class 24 1Q.67 11+t 2.40♦ ( Class 13 15.10 01+g 2.40. PAID NOLIDAYSh A - Now Year's Day# 8 - Manorial Day# C - Independence Days 01+0 81+q D - Labor Days E - Thanksgiving Oay# r - Christmas Day Class 2S ` 17.15 2.40+ _Clare 14 16.91 2.40 A. Paid Nolida ss A thio P. :resident's Day, the anniversary of ' Class 26 14.87 1.40+ CSS. �, 14.66 2,43- the employee's date of employment, and the employee's birthday. Class 27 15.11 11+1 2:;`i Class 1f 16.40 040- I;;O- All employees whose continuous service credit holes prior to April 1 CL of the current year shall be entitled to a vacation of one week, and Class 20 17.29 1.40+ Class 17 17.27 2.405 the employee whose continuous service credit started prior to October 1 y~ 01+f 81+q of the preceding year shall be eptitled to a vaa tion of two weeks. Class 29 17.70 2.40+ Class 18 14.66 2.40► Employees who on March 31 of the current year have continuous service '0 0th[ OL+q credit of sI: years or more with the Company shall be entitled to a tB Class 30 17.00 2.40+ Class 19 •16.62 2.40♦ vacation is aceordaaa,rith the tollowlnq schOdule. ( �, Claes 31 15.89 81+f 2.40+ Class 20 14.67 81+q 2.40+ 6 years but lose than 7 years 3 weeks and 1 day I 01/t 81+9 7 years but less than 1 years 3 weeks and 2 days�s Class 32 17.30 2.40+ Class al 16.44 2.40+ 0 years but less than 9 years 2 weeks and 3 days ` 814f 81+q 9 year• but leu than 10 years 2 weeks and 4 days Class 33 17.70 2.40+ Class 21 15.32 2.40+ 10 years but less than IS years 3 weeks % L' 8141 01+9 1S years but leu than 25 years 4 weeks 0. Class 34 •14.17 2.40+ Class 13 16.54 2.40+ 2S Waste and over S weeks r- 16.9f 00+9 3.40+ Class 24 17.70 01+ 2.40+ An ewplgyee shall be paid for absence due to personal illness, Co Class 3S 11+1 81+4, personal injury, or death in the immediate family at his basic POHLR ZOUIPMENT OPERATORS. Class 2S 14.6S 2.40+ rate tot a period of five (S) days in any alemder year. INEAVY 6 NIGHWAYW 17.08 2.40• ROOFERS 81+g b. Employer contributes it/da►• Class.! 11+9 Slate f Tile 11.07 ' 3.95 c. Paid Nolldaysu A through F Limooln's birthday. Itash►ngton's 17.65 1.40♦ Nalerproo[er 12.33 6.27 Birthday. Columbus Day, Armltice Day, and Friday atter Thanksglvigq N Claes 1 S%+g 2.40+ 2.4g+ 885vf METAL WOPSBRS SPRINKLER FITTERS 6 12.35 .00+1:i Day - d. Paid Nolldays# A through F, Columbus Day, Llmcoln's Birthday. 7 17.30 01+g BTBAMrITTtRS 16.07 S.7S Washtngtom's Birthday. Veteran's Day, and Election Day, provided the 14.83 3.40+ STONE DERRICKMEN 6 employee worked or shows up for pork on the schedule day before and Class 4 11+g RIGGERS 14.01 5.25 the scbeduled day atter theq holiday. Class S 16.58 2.40+ STONEMASONS 17.76 S-75 e. Paid Nolidays# Dan halt day's pay toe Labor Day D# 17.02 t1+9 2.404 TERRAZZO WORKERS TERRAZZO FINISHERS 13.21 11.07 2.02 2.71 C. Paid Eolldays# A through r# Llncolm's Birthday. Washington's Class 6 tt+q TILE SETTERS 15.20 4.315 Birthday.•Columbus Day. Election Day, and Veteran's Day. class 7 16.17 ;.40+ TILE FINISHERS 11.71 1.025 UZI MCtionDaay,and VeeLincoln's Day Birthday -Cc empploye `< 01+q f !RUCK DRIVERS uumbus works the day attar the hoiiday. Claes 1 16:10 2.404 Building Ready -mi: concrete, / Is. rot sack IS days worked with the Con r&ot year am employes Will 61+9 send. gravel, asphalt receive Ons day's vaeatiom with pay, such mum vacation Of 3 weeks POW • r+ Class 9 16.50 2.40+ t1+ 9 6 bulkcement6 u 9.37 3.064-. ` yearEmployer. Tum Buclids i Tusnapulls 9.223 3.Oi:*i contributes $4.00 per day to security rund. Neavy &KIld 6 Tutnapulls 9.325 9.94 3:06:-' 3.064•` Nigh KI a l O ( - W • I i ......-. ...r. -,tea. Page i CUI3SINCATION DESCRIPTIONS -POWER t01llPMtur Optam" DICISION NO. XT61-1027 Page 6 CLASSIFICATION Ot/CA1111OW-NMCR 2pu1PMW OPCPATORS (COM'T) W 0 Ab f1. ►mss d A ti O CI O h-► ,p. N f1. co W W C1 M co CLU 271_ Powsq beggiw WILDING CONSTRUCTIONS Class• 201 Dollar, trench machine r Class 2g1 SCOOP. carry -all. scraper in tandem Class 101 S W tractor (ed, to tank work) Clave 1s Asphalt spreader Class Ill shetdh/hs piledriver, shovel Class 2s backhoe, dragllne, 91`644111.Claes 121 Tawll, ork Bane wokPwrk Class 1s batching plant (on *its of lob), power winch (used for Class 111 Tower crane f r) stone or •test), power winch truck mounted (wed for stone or steel), Class 146 Towsi crane (ooiler)llarl pump Iconcretsl Class {s bending machine, generator (email), vibrator 41 to S1,41MY Class ISs Welding machine. structural suet locomotive Class Ss boiler, bulldozer, compressor (on cranel, Compressor (Pile HEAVY a HIGHWAY CONSTRUCTION work)., compressor (stone setting), concrete breaker. conveyor, gene- rator (pilework), loading machine (front end), Maintenance engineer, Class Is Asphalt spreader, bcon truck, boring machine (other than mechanical compactors (Machine drawn), powerhouse, power winch truck post Aolss), CM( or semis spreader. crane (crawler or truck), co (wed for other than steal or stone), pulvi-mixer, power winch (used (wed [or other than , pump (double action pump (gyp= veyor (multi). Silent engineer, concrete spreader, sideboom tractor, actiondLaphrs- I pump Ilett, pure !stings action - 1 to 11, ), pas sump, pall (hydraulic), stone spreader. (welt -propelled). cherry picker 'Class 2/ aaekhoj, crane (stone setting), crane (structural steel). mel, Cusp (well Boom Claes 6/ boon truck, crane (crawler or frock), conveyor-shultt plant k.cran and awler o wading machine pilau plant dragllne, gradall. p!ledrlvsr, road paver, shovel englnMc, stone spreader (eel[ -propelled) Class 11 batch) lent (oft site of rgal. derrick, n9 p job). crane fon ba Class 71 Compressor, compressor (2 or ware in batteryy), generator, mulch machine, pin puller portable heaters, pump ({ lack of over), alde>oom tractor (wed in tank work). tank work Class 41 MDalnq Ychinett Ychanlcal compactors (hand operated), (ceattifngal, U lnchas)i tragi tamper, wading machine pump to 7 trench meChln�(baad) Class So Crane and boon truck !setting structura4 or stone Class Ss boiler Class Is boring machine (post holes) Class go bulldozer (use tot excavation), firemen. loading machine, Class 7s. bulldgser, concrete finishing machine, conveyor, curb pw+arboas, scoop (carry -all scraper) vao-all Class 10s CHI or maxim spreader, concrete spreader, derrick, sidsboom mschlne. (asphalt or ooscretal, curing Machine, dinky locomotive. tractor firemen, forklift. •hoist (I drum), loading machine, maintenance Class 111 Compressor (structural steel) na vagie,, poli!-dlsar,.purp (4 in. or over ), pump (hydraulic), Class 12i Concrete saw os cutter, miner (with skip). Mixer 42 swell, pump (let), pump (submersible). pump (well point), roller (S tons and over scoop (carry -all, scraper). maintenance man, (tower crane). with or without skip), pump (up to 1 inches), tractor caterpillar or vao-all, welding s burning wheat Class Its Crane with clam shell bucket Class SI Compregaot (on area*),. generator (pile work), welding Class 1{s Crane, crawler or trucks machine (pile work), power wi o (wed toe other than stone or a. boom lengths of 100 (including jib) but leas than structural steel) et house, loading machine (tront and). Oon- for is*, remsoc (p/l't workpw orother p ) power winch (truck mounted, used b. boon lengths of 150' (including jib) but lees than stony or steel), hoist (2 drum) Class g1 Compressor (2 or more in battery) 2so, Boom lengths of 250' (lucluading jib) but less than 101 Compressor (stone setting), compressor (strecturaL ;� . neClass stool), welding machilstructural stool) d. boon lengths of 150' Class Ill Compressor, mulch mmc)hlne. Pin puller, pump (double Class ISs Curb Machine (asphalt or concrete). curing machine, pump action diaphssgm), pulp lgypswV . pop (single action 1 to 1). lawbstriping , tower crane maintenance Mao each me, welding machine Class Its machine, with bucket capacity of 10 yards or Loading Class 1I6Dole)l Dredge r Class 171 elevator, forklift, hoist ()drum) Class 1Ss Forklift (walk -behind, power operated) over Class Its Concrete breaker, concrete saw or cutter, forklift Class 19i Grader ` (walk-behlnd, poser operated), hydra -hater, mixer With skip), Class 26s Hoist (2 and drum) mixer 12 small wth or without skip), almost 42 bag or over with Class 211 moist (multiple platform) or without skip), power bgggtss. power grinders, ridge cutter_ Class 22s Mechanical compactors (hand operated), trench machin (handl Class 1{1 Dredge Class 1Sa Generator (small) Class 21s Host tandem platform Class 161 Grader Class 24s Hydra -hawser, ridge cutter Class 2Ss Loading machine (with capacity of 10 yds. or over) Claes 261 Oiler, stump chipper W 0 Ab f1. ►mss d A ti O CI O h-► ,p. N f1. co W W C1 M co Doc igloo 90. MIJ-1027 F•1•;7 sop[R6[Ost DWI[IOM GLASSIMICAVIOM.D&SC[IrrIOM[-rOM[t 901 MI OMA•lOq (COM•T) ITAT[r Tran coon, [S. Orate.lee OMCls10M M0.1 TS61160S3 DAT[e oats et psblloatlan aeptrNd•e 0eelslom Me. Teo: -ICs:. 1•ted October :/. 1102 Is 47 rs mOIL0IM0 OOMOTRUCTIOMh 6!211. USCiti"loM Or MOR[s h• 'Area Coverts by Yactass Zones* Cramb 17r moist (3 drus), power winch (ttsck mounted, wad tot .tone or steel), Power wind% (.sad tot stoae setting a etruc Ural steal), trench wchina Class lh Mechanic Class 118 Mechanical compactors (Machine d1tawn), roller favor S tow) Class 208 Oiler, root.cutter, stomp dipper, tower •cr•nefoiler, trach tamper)• (2 snginescs, each) e Class 218 portable heaters Class 228• power boom Class 218 pump (CCaCrete) Class 218 [coop (Carry -all, scraper in Landes), tower areae (edgiwarl -Class 258/ Trastor (Caterpillar me wbeel)' 1 \ I Air T601 Man Asphalt 44aterasm Asphalt Raker A•pbslt shoveler sateblmg plant ualen•m DattOrboard Setter Carpenter .Carpeater Melpac C6"10t: rinishet (FaviAMl Camelotriatsher 1e106r � (FwtM1 Concrete rimisher (structural Concrete Finisher Melpec (attoetdtsel CoRerete Rubber !ltltrlel•n [1tCttlil•n M }per rots 0•tlder (structures) corm Ma Me Relpst (Struetutes fern Liner Itevief a Cucb) feta setter (paving a Curb) rots setter [elpec (rAvtng a Cutbl' term setter (stcdatarael term ,stat Salpet (St9detmg4 Laboret. Coombs - LaW t, Utility Mae MaAholo Wilder. k ick Mtehanie • I Meeheate Melpet Otltr servieeaae WOW (ittucttrea) riledrlvecmeM Hpalarer plpal•yer melpet pnesmatle NOrtatNM teedteum Retmtecetm� Mesa! tbet6r Itetmteceiny steel !attar (S Ubetateal SOME 1 SOUJ 2 SOW 1 ZOOM 6 Iowa S O..M O.J. 60a. b.M 6.64 M...1r #--I► m --IF M..ar MwAr R.... R-..$ - i. 5.70 5.10 S. 5.60 - 4.80 6.6S 6.1s 6.10 6.70 - - - , 7.70 - - - 6.20 $.SO 7.10 6.20 S.SS 6.2s S.2S S.SO 5.10 6.70 S.OS 7.75 •7.25 7.50 7.Of 6.25 6.50 5.60 - 6.00 I 7.10 7.25 S.16 5.60 6.26 5.66 6.00 5.00 4.00 S.OS 4.50 7.75 11.50 11.10 lO.SS 5.7S 0.20 , LOS 6.75 7.70 561S 6.00 5.35 - MS 6.60 $.so 7675- , - + 5.20 7.OS 7.1S 6.2S - 6.05 - - i.eo 6.75 7.SS 7.30 6.4s 5.111 6.25 1.55 6.2s S.So 6.7S 6:1S .6.10 6.65 6.00 6.10 CIS 5.56 s.SS 6.00 6.50 1.75 6.60 1.66 7.20 6.4 1.4 6.SS 6.60 - S.2S 6.0 S.10 S.6S S.05 5.64 6.6S 6.60 8.0s 5.10, 5.65 I 6.00 - 1 1 4.4 - - < S.3S - - - - 6.6S t.fo 7.10 5.70 Sao 6.75 6600 6.7S 6.20 - f.so 6.65 - 6.60 0.20 6.2S i NOOUIutto. P. i . ' _ r ; 1 t •N1/irtuna/ r. • � \ , . a.r ACls 0 Mi,M' r14 v. �! @no 1 Iway s/CI/I0M 00, PA/1 •.Demi say ".1". mi•1mi r• Am":-71i[7T10f-AMwt 1f,. •""' I'bulk k mil► I _ 1!931 •'' /rot, Riawda Mw Toga. rA02-1017 O•M,r. tlrlmiomid Coamitlw; Adamis.Nsk•y/rid[oN;Cas- l1a•r Tesk _ , K27 - Jaly 23. , ►ami,Celmmibla,ttimib•slaad. T:7"i['IIIo/ -hard as, 031 1 00"bi•.41malap,L•elu.N . ami, /•ttelk OeeMlis. ; Lamieaet69ft ecmi,Laifll, tickawapa, N eMne �e LTw 'Teek -Mbers, metallic . , .fl.b . Mra, O GWriaeCommittee 9 . ' Terrasso Necker• Nelpef.64 2.71 wmberlad,,enV.Plka,/d talile e!1k111.Nydr/ili•, ADO." forming Iron Workers 19.93 1.87 dACs. 1 'h "' 1�itallio Lather• a N1r�" ': ' lh soloo.emitwmid .aTork I iQOI3lmrr 01611Al011/ _ troclw Iron Npik•ra 19.93 4." MWWB Committee. reauTllamiia Terraiso a Momala /OTtsM. 01 rimilabec• 13.11 i.11 ptters- • setter.`. 13.93 4.19« nAMCs. o:°OP l 116.2 23. t ' C Ci�e rs 14.40 4.19.0 ♦ a CRAI1Q. .' "Mo 14.111 2.011" I'O------tRs. strop 2 23.9 • 70 -i1T "I 63mr/ C"N Operatont ` /tsietMca3rOrpa�agtal. • Ocbap I 15.0 • Cattec• a settee Ua)Y 1. N Derrlcksmis 13.91 1.34+10 Nlatore} 1 ' OiO1► 4 14.3 • ii spar, rlamid.fiaevilmi. . i3 Gchsi 11.1! 1. }♦tl w�b1• ndak.:, CrI�� a +� i is s loliabore 11.11! 2.111 H (relperel 1 .01 3.004 6aweaater. t6 !' osa,t y 11.4 n Crar opetalont , . MMRAR00 NON�R/ 1 .l3: 21}3 Nomitati,Yor rlaad.'. OFe+p 7-A 16.7 • I►asr}a\.�e is.fi L 31d{ Musa ma t10/AIc id '11 2.71 juala 'ba.�Qt�•T/•t./tll 1�. t6 �.7is Gem* t-/ 16.9 • Ale riaisbaze . l a20, .0.313, a T G ped �. 13.91 t.1l4Y 31.� /srsep/_ S: iI1,�s!leRs ls.2r i.33s ltts_rN1aNR�/ _ liil! 3`17 lll� rlr:s/RRt 11.94 ,211 , o6c Row _ 1a• il.• 3. 19831 .ler. 7 '�. tt•ew/N w•kt.tae I Z• 'no Lail 'i ins sLL!+1•rOts Meavy a 1. , :1; RRclnarl Ia. lwsi•�3esY. M ►1.,. a"' '' • ` ce t ril 1 tfl6�RT a•uami DRICUATOsI NAa•L[ 1371114• 1+ !h) �_ i 17aia1 • ripi. 4. a''mi Area • IiLli 11.t1 N -x"/ NA 2 ."i NOD MM! soak 1 �. , X9011 3.03 11599 t mia t7 _ _ D111M/lA1119 31110l0L:`•:. II f M W. 17a71 Atlaatigl /mrllwtoi► Cisdami� f 1 '' ` °'jY ; _ / >4s/tR, ItttlOLi/RR, •., :. /#MISS Cape Mayr tlnbeslamid. �Ol 11d [atbeeti 1 Ra /AN1VOtit, NORrOt;. , f ! o� 1: , ' " :A1 . 7 Atq t0rp0t>j , ;i 0♦a•T♦1 r•bbr♦ {I• ♦ I•i ci Mercer, NQosiOmtkf gopa// 1 aer roles hemi Norkac•, .\ 10•Si . 4.1� \ , . Its IWs. ' ' ti ',/ Drywall Taper• 11.7• 3.91 fp 04 "Ida Coartlea, N•i1 MwM, « � �_. 1 �f i. �•� : L ...+. , 1 •tTiel Imlebd L7.11 l,ij Jeray .. � • N0i1 ! ►1;�1' % \! A/Ci. / 1 .. i t a00rta•, to �' iRRi1i iBlttpt 1 . ; ";t ,peter. a /•cur/ 13�f / 11H 1 iloo f'I'Rlapi.it l� �an1 0•tgn.t•r• !iso s.N •d Ca� term i ! ."a 31.4 1.�}♦• ,l t RRI/1114 (MmiaigAet ' , item ea4 Tu• Wets, ISM 4.04 m siliNis 11. �!). 2. 4i [ oa:l t bMtOtlk M+ai j aTalrRw t1114a..- Mod. aced 7-6-93.4 ?1 .. r Ary - �0 os•.a op•=awrsl f . 1kso0t. work•.. t Cr . 12 ftt•d 7-1•. Derrlokmiemi 11.91`' /+.�Mi l+tspllc Ana p.�2 .; i3 3. 16.1X737! clod. b' ' 1311. tWt tY, 4w t.Wtto' . , ►, bated t -32 -41#•10 -i[ -336I a NatOla"rfalakars 1,♦ �ya� + i" ,a' litt�i t i1 �: '; • INIIt11Of. Nod. !!.dated' 7-29-93 48 (M1pen1 13.11 2:i� 1 t 4•.77 2.lI, 94S 6 and Md.* IS data t 1 ` i lR muso mama/ 1 ' 1F,97. 31 2 t l l 1 !� 1' r y � ( �� . Arai i . ,. } i'' TRRRA220 a 110/11I0 t 1 N 3,46 R-]ii72. "N � .hNI/"1111! • 11.10• ! 71 1 'j � i. • t •,�1 I ' tmielMOL 1930 eopgt •0 4u 1313 NOT101s 13.20 1 �js c { k� �; ,'� • 4� L \ Oommit(N Nor "Cool�.� .lZLt IRN1sptRs' 1 .ff1A: 11.11. "3j1<% jyw' i'M1rl ti X 1• .�. �4 ` Cr _ji f • 1 .i a t. I �� • • , ;: � ' :'(dR �.:..• did './L . .. ' '' ' '. ` _ .1 .. •, ,� , I 1, '' 1 ,•.aid../. .,r ♦N •f i �. I , M M s M M s� M M M M a 1 _ , Mo...iCY••i...:. na•ttlC�taa�• ..,• pct t •o • 1 Tl r s .trt..t•.. its... . . 11. 4� it .Nat t a - • Mo N n lsa• I a.1l1. goals r.r , _10j w� w •trfurl.r� Rr Mwistrr�lUgh~W�• 1 � �� w / >rb •arty ff. , W f � tt�s� brit«, "gillMouse [f�cwise, 0 [0 •nwtr:.~i� twin • /.u.as Mwtr, •t r" onto.t.�1y 1.a w =11 WIN tater OMrt1«.GRM S fOM.pMMr• M.M- � , w �..w "Nea r. tete ysgir 1•.1• t. ay 11.1"Lw Y*•rq • esu- 1tM4/M1r. w11' l/wt/w r1Ar�•r. 11r«J 15.24 1.61 Cr1/r jUseffr, it.•1 l.tM /a•Cltl• 1.••110•Y•r .•.M ..1a rd we" "a", abs" MrM 24 rr• 1J ' 1N • ' Opsrf«r�tfwd.ayr l�.N l.t•t aN 1 ••li � Mt• �l. .Yr1pM.N�11M• • . •rrr.wr it.N , • 1.tN !•ti . ODwlrt. ` �y .rM � • " • . ' !i•fsaw O�erwrr N�.N N�f • m w'�r ■ �1-1rSt •, ���. ,Mlll- ( �. ��a W4140 a -M 4A,r Ir�+t 1.� ►� C' ry'�► alt la. ttdlMUr t .. Ohm SA �I f . • ' ` I q.� Y�MI uM...w 1 ` I..1r i • i 1'; M� We11"r olyd•a •l. ,r M..aw.M pwldlttaN tMt r. Mat.w pwa.• , ; • . ` i. _. ., 1 • , ,hf Orris. r�A�ir t 1L4 1.1• o'bi1MN ` 1 ' 'i'': •.! . tMkla•r•d.. saw t r+.. 11.11 !.M aio 1-4 Au 1u •IIIM MNt N.M �• 1. .; , � - If � •,1 � f � �� rwl wY. • :.. •1 , '• .1; . 1 . .. r iV !' i MIN Id rl�L/r.Ye so WtM� "1 as rmatl�. •, • � 1 +%� !' . y . �- `� . . / .. � . tri 1�.etL�,�..M..ae�iw r�.. i A lt.r irc 1 _ , r ri rs rr � � � r r ri■► r r■► ■r �r �r �r s r� � C7 t- ....aa. - Peer a. a. -I Attkta. Socber....wrlakt a" Fellow Nsdial" Cwsstles. MlMees4 Chooses Asbestos wesberas Area 3 ElestWitisses 'Ares t Area 4s E tot u lc a l Iss t a t l a t l ees war $73.000.00 Electrical Is tatlatlese asset $73.0440.00 Ares 6s Eloettleal Ipa4llatieas aver $73.000.00 ktectrk*l Isatallatlesa asses $73.000.00 Ares 9s ruesices lse wtlattepe ever $73.�M .00 11.c trk s:Ins to t le dews reser $7!.000.00 Ates of Ebrtrkla w Cable splkers 3rweskane spa I as" 3 Letbecol Drywall Nasseres ACAs I 1116 setsaras Ates 3 Task Driven. Area 11 r MOOlrAchnows P. 7 13.73 97JSa 17.76 11.26 13.22 97.14 16.46 16.43 11.7! Ti'l .1.37 u.5s. 1.37 AMU 1.37 13.n+ I.57 13.ss+ 1.31 13.57A 1.57 29.61 29.61 3.63 3.66 3.11 Choose (CestV)a I aa.e.b I Leberer*s Are* 108 Croup l $11.73 11.33 creep ! 11.S0 1.35 Croup 3 11.43 1.35 Creq 6 Ilse 1.35 C.." 311.06 1.35 dre6 w 12.43 1.35 hell► 7 11.10 1.33 Dewar 9"Ars.at Orsratens Cl*e. v 19.0 3.11 Cless 3 IS.7� 3.43 Class 3 97.13 3.11 Uses is 97.36 3.11 CIMS 5 97.00 2.43 Class 6 16.43 2.43 Class i 45 14." 2.663 Cless 9 13.64 2.63 1 slop a. NTS -302>b - AMU - J*ly 12. U L Suffolk Ceawttei.l Tock N.sasw County (Reminder of County) sw,ldlex. Rest&gat,al. psavy i slower t11FUS ELECTRICIANS suild,ait Met% of •laft* or wult- iple faaily oew111w8• L spartw.wt.'up to and lwcluding 2.t-, nof.. lastallatlecel.at•low recelvec4. radio recai- •eco, record receivers. read player• sed aa$m lacedseparates and @a- gate and bane appliawr0 sad closed circuit TV and wsslttpIs **tied dls- tri 11,21 systems. sound and lAtec.ossmi- eaties system and ter mrclal slaetromchas- cial devices'" arpll- 0oces *her* seek Is mt pact of an electrical costr*ct MWATOR CONMUCTORS ILRVATOIL gOSSTWCTORs 1Lt.PEsa 9UvATOR CONMUCTORS 10YERS (Probationary) WOERNIZATION 4 REPAIR [uVATOR COMMUCTORS MODERNIZATION 4 REPAIR E11:VATOR COUSTSUFIOR KELM MODIFICATIONS 1P.8 17.14 8.51 21.06 .04+ 37% 1{.19 6.S7 17.66 6.76 20.81 6.015 19.61 70+. 55.3; 13.30 1 342 1 11.07S a 16.60 3.61 b+e 16.10 3.61 b4 9.40 Ie... IOOERMIZATION 4 REPAIR ELEVATOR CONSTRUCTORS NELPEP (Pre►atimary) 1.40 GLAZIERS 18.55 6.10 IROMMKERS structural 16.00 13.00 Otassental 16.58 9.30 WORM Suildis8 14.75 3.36 Newry 6 1117 Concrete • .w" b tots setters. asphalt rakers 12.47 .73+13% N A.pahit packets 4 Pelle boyo. asphalt top shoo ; *led 6 $smothers. t asphalt tsepers. Jack - Messer., i drill wan. i bopperma. tarpaatera' te%does. pipeJolmrs 4 w •atter/. concrete lab -1 orors (structures). •tows spt.adlag labor- 1 ors. ttackeen 8901/10S A sscavattwg laborers. yard laborers po"lets M concrete pay.went. 1. asphalt plant (hatch* 6 }a rates), ell oche uask 1101 laborers 11.68 .76+1:: ' +4 MILWRIWTS 11.79 7.K PAIWEAS Nassau County (Inwood. Lawrence. Codarhwat. woodneve. Newletc. Use - Messy. cast Seek - way. tort *f Rockville Center. Atlantic Seacki Long leach. We bead. Point Lookout. Gibson. I and prt'of Valley Stream Painters 15.16 .01+30: Scoy 18.41 J01+3C- ri90 Escapee 17.33 .41+30: Nassau County (Remlaer of County) 6 Suffolk Cc Pstaters 4 Drywall I Flelebor• 19.96 5.28 arrarrtag= scaffold or Tot lot scaffold ever 18 It. 18.61 $.28 I I w� is W on a ti O0 a► m x O r+ 7. IL 0j N O rt A n d m r m m� M % m m m m r m�m w 4s ter► moft m m -• l 1'� . a { "" ow sea ,IylO/I . - . ON 1 t . K �' . �"4!Iw►1y' _ :,.r .2A• • lf,• 1x411 r� i1•� ,•�� kt�. .i.:'.i' ••1•.;�... .•!. - ��' r r / i0 K01 • ; '•. I 1: i' +„ 0N. • 0 ! - . • as 11•it11 01�• o f •1. 0 6r.V :yT•.. s ► �� J 1d 68to mos1o0 OO" flea. ty/fi • t w "Yw ►/f /.�N: '1.Y_9 ♦• 1" O f NA1.OA/0�• 1 ; ' • Zp0 iy3r 1. i` .. wr ..w +�,.� .� j • `.N��1�� � r ° i it 1/ •i.pgO1 • I±�tt : �w .irsM6+�I I ia/ro+: 1 1:•••.)r •t�• •�,1���, ,+�s; * 1'` 1; q6 M fau) 111+41i 1 _` 1 i '4 yl ,.V :!!!IR t! 1}� �yf rl •;;� t , O.•Ni0•. i r p' ^ ��/l.4i 1l •'� yt'' i�' ':7 .i 0�•M/0A`pil11 IoN Oi1•a••• tfO M�••ls.a . j' . t Mr, •_ N' . tl C' •' 'N r Ma�11 • N rail-, i f:+Ofll !14 wr at•SNr .f i` �••r L tA1 sla•. Ml ! l- 1'r .� h�•fp r c 1*.�!:: : ` r •� g1,r0. x40 1611!<vt .'.- .: 4 �► f rr«p6t. � t 1 tY•t w Oa1,h!111 wN alp - '•- a.. •., a � ia•wR��tR��1��•! .� • wt? j%i ';. I[.K bl)�`�1, ilvh� i�t �ll••i«• •Mlth pt Ylala.l ia• NWo 04 ;� ( .• 'f L• 1 •*i •4Ni.�" f rit !-,"Q. t ,�,-• -y. l s• 144 ilp• IIf81o0/M iolfl�.'�. IN14RN .� a , ;,•'�+.. r 1 1. Ipo%ok a•6 all OtpO rat 18#41 1{•,i/f ' kfr,�.;.ljr. f:., 66th . .. t19•i •E: •i;:4 i"41tier to li.v sprt et�y , - .., r.�r 'r i1' }i1N A ,� s •. � .' .. •ft?Lit1t•) • ♦ � a' ._. . r'f � ' + N - • 1' . ,Ipii•al t' ...' ; • , .Z lull''" .;. ti r. ii 27 k . '.if VO •.6�• 1 �'•it�}�+"►�fV:.. '1�`:. 1... wi. {�' • ���. y ili.coptasiloti..: 1 uaf� ,l .' =t;dut�i{V,c: �{'y�•r._1.� , 6.11.. .> • .�'�� 1!5����lt�•R16Ry,� ,. :�. j •.:5, r ..lea. .l! .... .R:�•"T'��. .ate- � 1' � .. ,. • 1 !•' �'' " . � It ti •�� Jra. 4rpiaa� �M ��a�� •�,.>• ' � (((YYYeee �; y r.w,a .0 �yi,:�..::n1'� : ; .,� ;� �,:�,�•' `, some lel AtblgaWf 1;.11 1,x'1 r.: , 1. 1 ,' f ! -• , f fr J r }q �e s� .111CN?!M: *•�'. . 11f�11? r 1'r' `1 ^I f""Ealr'6�e"s°!r'' ` .' ! t �.M .moi{;�.. `i•;�i' } ja ;: cnlkq ;: 1 '�,/•1.. 40.13• 6.0•+ � 1 r pt w ": li r.`s;,tte�•,.��i � � ; a • , ) • r . i , I.a � . t. .I `1 •Ira �' qAi• ..1, �' . "?• �' •.1.. t .1 '� �' y _• ..M•1:•►Ill•' •• ...:•" �t+1.: 1+. { ff '' .Il ; �•-�7 -pal.►`. .t � ' r •''.' :al'•r. � � ,� -, �f_ .gla.:••I� 1'1.9 • .. 1 - , _ :�• `` •1.. il� Woll .l?' ' 'i-�." fir a.. -r . 1 .. - r (tt :. >•.y .• •. r'; 't. i,� .. � ... � ••Rf;r )R: 1.1 � :...J., •i :i. '1� •r),j."•s♦ 0•'...,.'s' av-•► .:f. �al( '� t: I1 ... 1 V' ' ..y..w !••}'` ' ''�•.�', Y H•' •,�,1• J{R+Y:.•il'� w[: , » �� , ,"wti =' r 1 1 i w3i• _.:. F 1 .. .•'. �. '•',1' Ir�l:A►►T�if.`.+171 •. ,:a1G11�►V•1.1.�! �a t - - . '4 .z pa WC �V • ya CIO OM •ILIO DO Ill - Mw�: • ! . J lrlw powoom" olpdw �a. ♦ M' "tallow r0 • • • ""' >W�.: tft�� sir 1M•1 F .: ... : 1'.1 D•11sI011 no'-- ft.1 iililti t6/f+n •.sll�►als•ipsls�pl •141 44346 -.%4133.. . 1sLafw, .1 1,fOtall..' CMMfb 4f• IMP.. ': b . I .. � /: �f1"1 !{,)� t�1•i9Ui', ' 1.. 1f.1) ha. s Ifoetl erat oowEfia. �oY O..yN{s• 3W. O1•Maa•to•. •>lr+es• motimeow- 0" W; Nim , �. • fowl !lioMt O�sO' Nf.1t .6.11 tTi � o•IYIWt.►� �.1+ c i . •er., • , • .. f , � . 1 ,'♦; ; f►tyTpli s t�� / ,. r A... _pan. ' . ta•1�1. ,. . an Nth+. ' i . .. • . ,...• /.. ;.. • ,C3•s• i :: ;�• �• :::. . , _ 1 , dr "�ri�/� ,it..N • Il•1!�yrrMff•. + bMrrwcas, Iwob.r.. 11w1a1,'h�tA� walawr. pilK" l= •. Mh•rt •fM poet W1% "• 1:�• 1. ; _ �I ; tfW!�ihN•:'' ''' ;' yry i,ta��i,� .. 1/.N, ..t.�';�..�'r' 1% r ... ! :•. ;•r.: ;} •t=. ��, '' �. r , . 16.)1 r. : lf! / ; f•f. Wt Mtp' 0 rroafvil,s o•Ilgst st.nl4.pooch. tP.+ N /olss yeol}oli►. 111,lfs/Ota, « . 11�f1 ps�• ter., q •� 11144iM[4t «a - 36. , yy �• : {.111 l�MriF leM► • . 'r. f .: 1' ,tt.a illlwi ►i pt 1nu • pe�M11Ni• •ail � luua�strht• '� r;i.It 'ti.>> 1.011 'v�:+Y"An �. I � �+)Neff►/•♦ ' , ,,?� :' !.�� �.. •1 , t . m -• l 1'� . a { "" ow sea ,IylO/I . - . ON 1 t . K �' . �"4!Iw►1y' _ :,.r .2A• • lf,• 1x411 r� i1•� ,•�� kt�. .i.:'.i' ••1•.;�... .•!. - ��' r r / i0 K01 • ; '•. I 1: i' +„ 0N. • 0 ! - . • as 11•it11 01�• o f •1. 0 6r.V :yT•.. s ► �� J 1d 68to mos1o0 OO" flea. ty/fi • t w "Yw ►/f /.�N: '1.Y_9 ♦• 1" O f NA1.OA/0�• 1 ; ' • Zp0 iy3r 1. i` .. wr ..w +�,.� .� j • `.N��1�� � r ° i it 1/ •i.pgO1 • I±�tt : �w .irsM6+�I I ia/ro+: 1 1:•••.)r •t�• •�,1���, ,+�s; * 1'` 1; q6 M fau) 111+41i 1 _` 1 i '4 yl ,.V :!!!IR t! 1}� �yf rl •;;� t , O.•Ni0•. i r p' ^ ��/l.4i 1l •'� yt'' i�' ':7 .i 0�•M/0A`pil11 IoN Oi1•a••• tfO M�••ls.a . j' . t Mr, •_ N' . tl C' •' 'N r Ma�11 • N rail-, i f:+Ofll !14 wr at•SNr .f i` �••r L tA1 sla•. Ml ! l- 1'r .� h�•fp r c 1*.�!:: : ` r •� g1,r0. x40 1611!<vt .'.- .: 4 �► f rr«p6t. � t 1 tY•t w Oa1,h!111 wN alp - '•- a.. •., a � ia•wR��tR��1��•! .� • wt? j%i ';. I[.K bl)�`�1, ilvh� i�t �ll••i«• •Mlth pt Ylala.l ia• NWo 04 ;� ( .• 'f L• 1 •*i •4Ni.�" f rit !-,"Q. t ,�,-• -y. l s• 144 ilp• IIf81o0/M iolfl�.'�. IN14RN .� a , ;,•'�+.. r 1 1. Ipo%ok a•6 all OtpO rat 18#41 1{•,i/f ' kfr,�.;.ljr. f:., 66th . .. t19•i •E: •i;:4 i"41tier to li.v sprt et�y , - .., r.�r 'r i1' }i1N A ,� s •. � .' .. •ft?Lit1t•) • ♦ � a' ._. . r'f � ' + N - • 1' . ,Ipii•al t' ...' ; • , .Z lull''" .;. ti r. ii 27 k . '.if VO •.6�• 1 �'•it�}�+"►�fV:.. '1�`:. 1... wi. {�' • ���. y ili.coptasiloti..: 1 uaf� ,l .' =t;dut�i{V,c: �{'y�•r._1.� , 6.11.. .> • .�'�� 1!5����lt�•R16Ry,� ,. :�. j •.:5, r ..lea. .l! .... .R:�•"T'��. .ate- � 1' � .. ,. • 1 !•' �'' " . � It ti •�� Jra. 4rpiaa� �M ��a�� •�,.>• ' � (((YYYeee �; y r.w,a .0 �yi,:�..::n1'� : ; .,� ;� �,:�,�•' `, some lel AtblgaWf 1;.11 1,x'1 r.: , 1. 1 ,' f ! -• , f fr J r }q �e s� .111CN?!M: *•�'. . 11f�11? r 1'r' `1 ^I f""Ealr'6�e"s°!r'' ` .' ! t �.M .moi{;�.. `i•;�i' } ja ;: cnlkq ;: 1 '�,/•1.. 40.13• 6.0•+ � 1 r pt w ": li r.`s;,tte�•,.��i � � ; a • , ) • r . i , I.a � . t. .I `1 •Ira �' qAi• ..1, �' . "?• �' •.1.. t .1 '� �' y _• ..M•1:•►Ill•' •• ...:•" �t+1.: 1+. { ff '' .Il ; �•-�7 -pal.►`. .t � ' r •''.' :al'•r. � � ,� -, �f_ .gla.:••I� 1'1.9 • .. 1 - , _ :�• `` •1.. il� Woll .l?' ' 'i-�." fir a.. -r . 1 .. - r (tt :. >•.y .• •. r'; 't. i,� .. � ... � ••Rf;r )R: 1.1 � :...J., •i :i. '1� •r),j."•s♦ 0•'...,.'s' av-•► .:f. �al( '� t: I1 ... 1 V' ' ..y..w !••}'` ' ''�•.�', Y H•' •,�,1• J{R+Y:.•il'� w[: , » �� , ,"wti =' r 1 1 i w3i• _.:. F 1 .. .•'. �. '•',1' Ir�l:A►►T�if.`.+171 •. ,:a1G11�►V•1.1.�! �a t - - . '4 .z pa WC �V (2) Property Damage Liability Insurance will have limits of 500 000 (per occurrence). I SC -106 d. Builders' Risk Insurance: (1) The Contractor shall carry Builders' disk Insurance. e. Job Office Insurance: (1) Job Office Insurance for fire and theft will have the limit of $5,000 (per occurrence). 1.11 Work by Others: Private utilities, or other parties may be expecte to a working wfithin the Contract area during this Contract. It shall be the responsibility of the Contractor to coordi- nate his work under this Contract with the work being done by others in order that the construction shall proceed in an efficient and logical manner. The Contractor shall have no claim or claims whatever against the Town, the Engineer, or otherpparties due to delays or other reasons caused by the work by others or his failure to coordinate such work. 1..12 Schedule o Dr s : d e f wring SHEET NO. DESCRIPTION aI Subsurface Disposal System Community 2 Subsurface Disposal System Community 3 Subsurface Disposal System Cinema 4 Subsurface Disposal System Cottages S Sanitary Sewage Pump Station 6,7 Force Main Plan/Profile 8 Miscellaneous Details - 9 Stone Removal Area �1. 10 Stone Removal Area, Cross -Sections 1.13 Contractor's Work and Storaixe Area: The Contractor shall contact the Town to determine if an 7r specific locations will be designated their to using any area or gain approval prior for storage of equipment, materials and trailers during the period of this Contract, The Contractor shall confine his work/storage area to the Units as designated or approved and shall be responsible for the security of the work/storage area. Upon completion of the Contract, -the Contractor shall remove all equipment and materials, except as'otherwise spec- ified, and restore the site to its original condition as ap- proved by the Engineer and at no cost to the Town. I SC -106 1. Construct Community Subsurface Disposal SysItel. 2. Construct and test pumping station. 3. Connect existing sewage collection system to pump station. 4. Construct cinema subsurface disposal system. S. Construct cottages subsurface disposal system. 1.18 Availability of Site/Easements: Certain parcels of land/ease- mento within t e contract area are being or are to be acquired by the Town and until so acquired, the Contractor shall not enter upon or work in or on said parcels of land/easements until authorized to do so by the Town. Before commencing work ' under this Contract, the Contractor shall ascertain from the Town the location of said parcels of land/easements and the status of such acquisition. 1 The Contractor's proposed construction schedule shall be so arranged that the failure of the Town to acquire parcels/ easements shall in no way delay the start of construction under this Contract. As the construction proceeds, if the work need be suspended 1 or delayed by,reason of the aforesaid, or by any act or omission of the Town, or because the Town does not own or has not ob- tained possession of, or has not the right to enter uppon land upon which the work is tq be performed hereunder, orlecause of any act or omission of any employee or agent of the Town or of any other Contractor performing work for the Town and by reason of the foregoing.the Contractor is not able to complete the work under this Contract within the time specified, and he is not at fault, an extension of time for completion will be granted by the Town upon proper application for such extension by the Contractor to the Town in accordance with the provisions relating thereto contained in this Contract. None of the fore— going shall constitute a breach of the Contract on the part of the Town. No right to charges or claims for damages, or ad- ditional compensation, shall inure to or be made by the Contractor against the Town or any other contractor for any delays or hindrances for any cause whatever, during the progress of the work or any portion thereof embraced in this Contract such delays or hindrances being compensated for by an extension of time as above provided. 1.19 Disposal Area: The Contractor is required to obtain a disposal area for all material unless otherwise specified or auth�r- ized, at no cost to the Town. Selected materials shall be sent to the Town's bulky waste site. Disposal of material/equipment must be coordinated with the Owner. 1.20 Removal and Disposal of Structures Found on the Work: All salvagable equipment and materials as determined by the Owner shall be carefully dismantled, removed from the station by the Contractor and transferred to locations identified by the Town of Southold. A minimum of two (2) weeks notice must be given to the Town prior to dismantiling any equipment, SC -108 I i ! } facilities or materials shall be properly disposedjb� the Contractor at no cost to the Town. 1.22 Dust Control: During the progress of the work, the Contractor shall conduct his operations and maintain the area of his activities so as to minimize the creation and dispersion of dust. If the Engineer decides that it is necessary to use water or calcium chloride for more effective dust control, the Contractor shall furnish and spread the material, as directed, and without additional compensation. 1.24 Protection of Existing Utilities: Before starting any excavation for drainage, the Contractor shall submit to the Engineer for his information plans or details showing the proposed method the Contractor will use to support and project all existing utilities during construction. The furnishing of such plans and details shall not serve to relieve the Contractor of any responsibilities. There will be no extra payment for submitting plans or details for supporting and protecting all existing utilities during construction, and all cost thereof shall be included in the cost per linear foot of pipe. 1.25 Protection of Roadway During Hauling: The Contractor shall provide for containment of excavated material in the trucks during hauling operations. The material may be very difficult to contain due to wetness. 1.26 Protection of Excavated Opening: The Contractor's attention is brought to the following requirements: 1. During construction the Contractor shall be responsible for providing equipment, devices and signs to prevent accidents due to open excavations. The Contractor shall comply with all Local, State and Federal Regulations during excavation. 1.27 Test Pits: Test pits have been taken along the site of the work for design purposes. Test pits are included herein to assist the Contractor in his evaluation of subsurface conditions. The Owner does not guarantee that subsurface conditions other than those disclosed by the test pits will not be encountered or that sub- surface conditions will not vary form those indicated by the test pits. Test pit locations are siiown on the drawings and test pits are included in these specifications. 1 1 1 SC -109 1.28 Authority and Duties of Inspectors: Inspectors employed by the Owner or the Engineer shall be authorized to inspect all work done and material furnished. Such inspection may extend to all or any part of the work, and to the preparation or manufacture of materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner or performing the work, the Inspector shall have the authority to reject materialor suspend the work until the question at issue can be referred to and decided by the Engineer. The Inspector 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 not to issue instructions contrary to the Plans and Specifications. The Inspector shall in no case act as a foreman or perform other duties for the Contractor, or interfere with the management of the work by the latter. Any advise which the Inpsector may give the Contractor shall in no circumstances 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. 1.29 Lump Sum Bid: The lump sum bid for the project shall include costs of all materials, labor, devices, appliances, permits, energy, water, manuals, plans, shop drawings, start up, and operation and other services specified herein and shown on the contract drawings. C n 1 1 ISC -110 1.30 Project Sign: The general contractors shall provide and erect a sign at the project site identifying the project, the name of the owner, the type of project, the name of the contractor and the name of the engineer. The sign shall be made of 3/4 inch plywood, and shall show such information as the engineer may require and be maintained in good condition for the duration of the project. The contractor shall obtain from the owner the name, number and dollar amounts to be included in the sign for this particular project. The contractor shall maintain the sign throughout the duration of the contract. C n 1 1 ISC -110 S(:-111 1 1.31 Temporary Buildings: The Contractor shall provide a suit- 1 able field oftice, or offices, adjacent to the work for use of engineers and inspectors. Field office shall be a suitable building or room equipped with locks, telephone; lights, desk or table of use of " engineers and inspectors, storage lockers for their working clothes and field equipment, and heat during cold weather. In cases where the size of the Contract does not warrant separate offices, engineers and inspectors may share the same office, but not the same lockers or desk, as the super- visory men of the Contractor's force. If the work contemplated by the Contract is of short dura- tion, or if other conditions are such that it is not exped- ient to provide a field office or all of the facilities described just above, the Engineer may waive part of all of the requirements for a field office. The Contractor shall protect this office against theft throughout twenty-four (24) hours of the day and night and shall be responsible for any loss of any Town or Engineer's property and the personal property of the employees housed therein due to either fire, theft or other causes. Upon release, the Contractor shall remove all such temporary structures and facilities from the site, same to become his property, and leave the site of work in the condition required by the Contract. The cost of providing, equipping, maintaining or removing th_e field office will have teen included in prices bid for the work. S(:-111 1 r i 1 1 1 1 1 1 1 1 A 1 1 TECHNICAL SPECIFICATIONS DIVISION 1 - SITEWORK 1.1 General 1-1 1.2 Clearing and Grubbing 1-1 1.3 Excavation 1-2 1.4 Sheeting, Shoring & Bracing 1-3 1.5 Temporary Drains, Pumping & Dewatering 1-3 1.6 Fill & Backfill 1-4 1.7 Grading 1-6 1.8 Pavement 1-6 1.9 Fencing 1-8 1.10 Landscaping, Loaming, Seeding and Fertilization 1-10 1.11 Maintenance and protection of traffic 1-11 1.12 Luminaire 1-12 Appendix #1 Noise and dust control Disposal of excavated material Dewatering DIVISION 2 - CONCRETE 2.1 Reinforced - Cast in Place Concrete 2-1 2.2 Precast concrete 2-3 2.3 Miscellaneous metals 2-3 DIVISION 3 - PIPE 3.1 Ductile Iron Force Main 3-1 3.2 Polyvinylchloride Sanitary Sewer Pipe 3-2 DIVISION 4 - SUBMERSIBLE PUMPING STATION 4.1 General 4-1 4.2 Prefabricated Wet Well and Valve Pit 4-1 4.3 Pumps 4-2 4.4 Pump Motors 4-3 4.5 Pump Removal System 4-4 4.6 Wet Well Access 4-4 4.7 Controls 4-4 4.8 Operational Test 4-8 4.9 Installation and operating instructions 4-8 4.10 Guarantees 4-8 4.11 Interior Piping 4-9 4.12 Valves & Gates 4-10 4.13 Gauges 4-10 4.14 Tripod and Hoist 4-11 4.15 Finishes 4-11 4.16 Miscellaneous Equipment 4-13 DIVISION 4 - GENERATOR 5.1 Diesel Fueled Standby Generator Set 5-1 5.2 Automatic Transfer Switch 5-8 DIVISION 1: SITEWORK Fishers Island Sewer District waterways from damage. Any damage to permanent work or existing property resulting from the failure of the Contractor to provide an ade- quate dewatering system shall be repaired by the Contractor at his own expense. All bypass pumping, temporary drains and dewatering shall be part of the lump sum cost of the pump station. 1.6 FILL and BACKFILL Foundation fill material shall be gravel or crushed stone as indicated on the drawings and as specified herein. Backfill adjacent to the station shall be sand or sand gravel. Fill and backfill shall be placed and compacted to conform to the lines, elevations and cross- sections indicated on the drawings or as otherwise required to complete the work satisfactorily. Fill and backfill shall not be placed on a surface covered with water. No fill or backfill material shall be placed on a surface of frozen material nor shall snow, ice or frozen earth be incorporated in the fill or backfill. Fill or backfill material shall not be placed on material which in the opinion of the Engineer has been affected by frost or moisture. Such material shall be recompacted prior to placement of other material on its surface. No backfill material shall be placed adjacent to concrete that is less than 7 days old. Backfilling shall be performed after the permanent work in the excavation had been inspected and approved and after all forms have been removed and the area cleaned of trash and debris. Gravel fill and backfill materials shall be placed in horizontal layers not exceeding 8 inches in loose thickness, except for the initial layer of gravel fill to be constructed on the subfoundation which shall be placed in a 12 inch compacted layer. After spreading and prior to compaction, all stones larger than 4 inches shall be removed from the gravel fill material placed below concrete slabs and stones larger than 6 inches shall be removed from the gravel backfill placed above concrete slabs. All fill and backfill material shall be compacted to at least 95 percent of maximum dry density as determined by AASHO Test Designation T-180-57, Method D except in the area of the proposed leaching fields where such fill and backfill shall be compacted to not less than 80 percent nor greater than 90 percent of maximum dry density by the above test. Material shall be moistened or aerated as necessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. Compaction shall be obtained by the use of approved power hand tampers or vibratory compactors. Compaction by settling with water will not be permitted. The backfill compaction shall be carefully controlled. The Contractor shall obtain the services of a qualified soils testing laboratory and obtain approval of the Owner. The soils testing shall be continuous during backfill operations. Compaction certifications shall be forwarded to the Engineer. All costs shall be part of the lump -sum bid_. Compaction tests are not to exceed 20. Materials: (1) Suitable material from excavation shall be granular materials, free from rocks over 6 inches in their largest dimension and free from any deleterious material which can adversely affect the load carrying capacity of the finished trench. Suitable materials shall be only that which is approved by the Engineer. 1 1-4 1 1 1 DIVISION 1: SITEWORK Fishers Island Sewer District Grounding System: The Contractor shall furnish and install a grounding system which will be used for system neutral, equipment grounding as shown on the drawings and as specified herein. Lighting System: The Contractor shall furnish and install a complete lighting system consisting of insulated wiring in heavy well - rigid conduits, outlet boxes, fittings, supports, switches, receptacles, etc. as shown, specified or required for a complete and satisfactory operating system. Lighting Fixtures and Lamps: The Contractor shall furnish and install all lighting fixtures and lamps as shown and scheduled on the drawings. Each fixture shall be a completely finished unit with all components mounting and hanging devices necessary for the proper installation and operation in its designated location, completely wired and ready for connection to the circuit wiring. Make all final control circuit connections in accordance with the elementary diagrams supplied by the equipment manufacturer. Dual flood lights shall be furnished, mounted on a 12 foot high spun aluminium light standard. The standard shall be mounted on a 4 foot deep concrete pin. McGraw 175 W metal halide fixtures shall be provided. 1 1 1 Curing: Begin initial curing as soon as free water has disappeared from exposed surfaces. Where possible, keep continuously moist for not less than 72 hours. Continue curing by use of moisture -retaining cover or membrane -forming curing compound. Cure formed surfaces by moist curing until forms are removed. Provide protections as required to prevent damage to exposed concrete surfaces. 2.2 PRECAST CONCRETE Precast modules shall be reinforced concrete with a minimum 28 -day DIVISION 2: STRUCTURAL Fishers Island Sewer District Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement and curing. In cold weather comply with ACI 306. In hot weather comply with ACI 305. Concrete Finishes: Exposed -to -view Surfaces: Provide a smooth finish for exposed concrete surfaces and surfaces that are to be covered with a coating or covering material applied directly to concrete. Remove fins and projections, patch defective areas with cement grout, and rub smooth. Slab Trowel Finish: Apply trowel finish to monolithic slab surfaces that are exposed -to -view or are to be covered with resilient flooring, paint or other thin film coating. Consolidate concrete surfaces by finish troweling, free of trowel marks, uniform in texture and appearance. Curing: Begin initial curing as soon as free water has disappeared from exposed surfaces. Where possible, keep continuously moist for not less than 72 hours. Continue curing by use of moisture -retaining cover or membrane -forming curing compound. Cure formed surfaces by moist curing until forms are removed. Provide protections as required to prevent damage to exposed concrete surfaces. 2.2 PRECAST CONCRETE Precast modules shall be reinforced concrete with a minimum 28 -day compressive strength of 5000 psi except for leaching chambers and dry wells which shall have a minimum 28 -day compressive strength of 4000 psi. Reinforcing steel shall meet the requirements of ASTM designation A-615, 1" minimum cover and shall be certified Grade 60. All units shall be design loading AASHO HS20-44. The manufacturer shall have the necessary equipment to perform compressive strength tests of concrete cylinders as required by the Engineer. The test certification shall be forwarded to the Engineer. The modules shall have monolithically poured base and top section and shall be the same size, shape, and configuration as shown in the plans. If an alternate shape is proposed, it must have a floor area, wall and floor thickness, equal to or greater than that specified. The manufacturer shall submit to the Engineer detailed calculations as prepared by a registered professional engineer to verify that the unit has been designed to withstand the burial depth indicated on the plans. Calculations to be sealed with P.E. Seal. Final precast concrete shop drawings to be sealed with P.E. seal, prior to being submitted for Egnineer's review. 2.3 MISCELLANEOUS METALS Miscellaneous metals necessary to complete project are included in this division; specifically but not limited to gratings, platforms, 2-3 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.1 GENERAL Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. 1 1 4-1 It is the intention of these specifications that the pump station including the valve pit, wet well and all equipment therein and connected to be provided as a package by a single manufacturer such as Boydco, Inc., Carlgen, Inc., TLB Inc., or an approved equal. exterior of the entire pump station shall be given two (2) coats of The valve pit and wet well shall be a preassembled, pretested factor - built station with appurtentant equipment. The station shall be provided by a manufacturer with five years of verifiable experience in the pro- duction of preassembled concrete pump stations. In addition, the manufac- turer shall have the plant and facilities deemed by the Engineer and Owner as capable of meeting these specifications. The principle items of the pumping unit shall include two submersible centrifugal sewage pumps and motors; guide rails, wet well access, dis- charge seal and elbow, and all hardware; motor control center with thermal magnetic circuit breakers, magnetic motor starters, and automatic liquid level control system to make a complete working system. Submersible pumps and motors shall be designed specifically for raw sewage use, including both dry, partially submerged and fully submerged operation. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. 4.2 PREFABRICATED WET WELL AND VALVE PIT Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. 1 1 4-1 The precast wet well and valve pit shall be subject to the require- ments of Division 2.2 Precast concrete modules.The interior walls of the valve pit shall be treated with a cementatious coating followed by two (2) coats of Koppers Glamorglaze 200, Oyster White or equal. The below grade exterior of the entire pump station shall be given two (2) coats of Koppers Bitumastic No. 300 M or equal. Exterior concrete above grade shall be given two (2) coats of Koppers Glamorglaze, Oyster White or equal. The various modules be for in shall marked proper alignment the manufacturer's facility. The joints between the modules shall be sealed for maximum water -tightness with a field -formed butyl rubber system as set forth in the specifications. Rubber "0" rings or grout will be acceptable for the wet well only. The Contractor shall be responsible for assuring at the time of acceptance of the precast units that they are suitable for construction of water tight valve pit and wet well. All openings in the structure to be cast during the fabrication of the units. Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. 1 1 4-1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District Specifications for the components of this system shall be as follows: P P Y (a) Butyl Rubber Sealant - Shall meet Federal Spec. SS -S-00210 1 4-2 Min. Max. Butyl Rubber % by Weight 50 70 Inert Mineral Filler % by Weight 30 50 Free Carbon % by Weight 15 Volatile Matter % by Weight 2 (Loss after 5 hrs. at 325 degrees F) Sp. Gr. at 77 degrees f 1.20 1.35 Ductility at 77 degrees F 5.0 -- Softening Point degrees F 320 Penetration at 77 degrees F 50 120 Sag or flow Resistance None None Aluminum channels and angles and plates, for steps, brackets, and weir plates to be anodized 6063-T6. Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. 4.3 PUMPS The pump must have the necessary characteristics and be properly selected to deliver 180 GPM against a total dymanic discharge head of 40 feet at a maximum pump speed of 1750 rpm. Minimum shut off head shall be 55 feet. Minimum efficiency at duty point shall be 55%. The pump/motor unit must be non -overloading across the complete head/capacity range of 1 the pump. Construction: Castings shall conform to ASTM A-48 Class 30 iron with tensil strength of 30,000 psi and capable of withstanding hydrostatic test pressure 1 1/2 times maximum working pressure. All assembly points shall be of machine register fit to assure proper alignment. All exposed fasteners and lock washers shall be of 316 stainless steel. 1. Casing: Casing shall be close -grained cast iron of sufficient strength, weight and thickness to insure long life, accurate alignment, and reliable operation. Volute shall have smooth fluid passages large enough at all points to pass any size solid which can pass through the impeller and provide smooth unobstructed flow. A large clean-out opening with removable cover, having its interior surface matching the volute contour, shall be located on the casing. Discharge connections shall be ANSI 125 -pound flat face flanges. 2. Impeller: Impeller shall be single -suction enclosed cast in one piece. Impeller shall be particularly designed with smooth water passages to prevent clogging by stringy or fibrous materials, and shall be capable of passing solids having a maximum sphere size of 3". Impeller shall be dynamically and hydraulically balanced. Impeller shall be keyed and se- cured to the shaft by a stainless steel cap -screw and 1 4-2 1 4-3 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District washer, and shall be readily removable without the use of special tools. The impeller shall be of the non -clog type. 1 Impeller shall be of ductile or gray cast iron. 3. Shaft Seals: The pump shaft shall be sealed against leakage by a double mechanical seal of tungsten -titanium carbide. The mechanical seal shall be lubricated with oil from an oil filled reservoir between pump and motor; the oil serving as both lubricating and a cooling media. The seal system shall not rely on the pumped media for lubrication. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. The oil chamber shall contain a seal failure warning sensor for detecting the presence of moisture. If water enters the oil chamber the sensor shall energize an alarm circuit and shut down the motor. The alarm shall have a manual reset only. 4.4 PUMP MOTOR Each pump shall be provided with a squirrel cage induction motor designed in accordance with NEMA and AIEE standards suitable for operation in Class 1, Group D hazardous locations. The submersible pump motor shall be 4.5 HP, three phase with motor and pump furnished as an integral unit. Motor shall be of air filled type with Class B insulation system and Class F materials rated for continuous ' duty in 40 degree C liquids. Motor frame and end shields shall be or corrosion -resistant cast iron with stainless steel hardware and shaft. "0" All static seals for moisture exclusion shall be of ring type. Motor bearings shall be prelubricated at the factory and have a minimum B- 10 life of 15,000 hours. The motor shall be rated thermally to Nema MG1-12.42 and thermally protected by means of a thermostatic switch in stator windings. The oil 1 filled seal chamber shall contain a moisture sensing probe through which signs of impending seal failure may be signalled to the motor control center. Motor shall have an internal pressure capability of 200 PSI. Electrical leads shall be primarily sealed with a molded neoprene compression grommet and a secondary moisture seal shall be provided by cast epoxy material, encapsulating splice connectors in the motor end bell. Pump motor power cords shall be designed for flexibility and seviceability under conditions of extra hard usage and shall meet the requirements of the Mine Safety and Health Administration for trailing cables. Ground fault interuption protection shall be used to deenergize the circuit in the event of any failure in the electrical integrity of the cable. Power cord terminal fittings shall be corrosion resistant and constructed in such a manner to prevent the entry of moisture into the cable, shall be provided with strain relief appurtenances and shall be designed to facilitate field connecting. 1 4-3 DIVISION 4; SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.5 PUMP REMOVAL SYSTEM A mercury float switch type liquid level control system shall continuously monitor wet well liquid level and control operation of the pumps according to level variations. The system shall actuate pump motors on an alternating "lead" - "lag" basis, with idependently adjustable lead pump and lag pump start levels. One pump motor shall be actuated when wet _well liquid rises to preset "lead pump start" level, and shall be shut down when wet well liquid has been pumped down to the pre-set "stop" level. If, after the lead pump motor has been actuated, wet well liquid continues to rise and reaches the pre-set "lag pump start" level, second pump motor shall be actuated and both pump motors shall continue to operate in parallel until wet well 1 4-4 Each pump shall be furnished with a discharge connection system which will permit removal and installation of pump without the necessity of an operator entering the wet well. The submersible pumps shall be readily 1 removeable without dewatering the wet well or disconnecting any piping in the wet well. A minimum 1/4" diameter stainless steel braided wire lift cable shall be permanently attached to the pump. Provision shall be made for attaching upper end of this cable to the wet well access frame. All bolts, machine screws, nuts, washers, and lockwashers for complete assembly of access cover, guide rails, and discharge elbow shall be furnished by manufacturer in 316 stainless steel. 4.6 WET WELL ACCESS The wet well access shall be fabricated from welded aluminum sections. A hinged aluminum door shall be provided for each pump. Hinged door shall be fabricated from 1/4" thick aluminum with non-skid diamond tread on upper surface. All hardware on access assembly shall be stainless steel with flush upper surface without protrusions. Door shall be fitted with a recessed latch requiring a special square tool for access. 4.7 CONTROLS Electrical power to be furnished to the site will be three phase,60 Hertz, 240 volts. The control circuitry shall be designed to operate on 115+/- 10% volts, 60 Hertz, single phase current, and control two (2) pumps 1 driven by 4.5 H.P. motors at maximum speed of 1750 RPM. The control panel shall consist of circuit breaker and magnetic starter for each pump motor actuated by a liquid level control system with all components mounted in one common enclosure. The control assembly shall provide means to operate each pump manually or automatically. When operated in the automatic mode, the control assembly shall provide means to automatically alternate the position to the "lead" and "lag" pumps after each pumping cycle. The complete control assembly shall be mounted in one electrical enclosure which is large enough to contain all control components. OPERATION A mercury float switch type liquid level control system shall continuously monitor wet well liquid level and control operation of the pumps according to level variations. The system shall actuate pump motors on an alternating "lead" - "lag" basis, with idependently adjustable lead pump and lag pump start levels. One pump motor shall be actuated when wet _well liquid rises to preset "lead pump start" level, and shall be shut down when wet well liquid has been pumped down to the pre-set "stop" level. If, after the lead pump motor has been actuated, wet well liquid continues to rise and reaches the pre-set "lag pump start" level, second pump motor shall be actuated and both pump motors shall continue to operate in parallel until wet well 1 4-4 4-5 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District liquid falls to pre-set "stop" level for the lag pump. The lead pumpshall continue to operate until the wet well level falls to the preset "stop" level for the lead pump. "Lag" pump operation shall be independent of "lead" pump operation. Curcuitry which provides "lag" pump operation contingent on proper "lead" pump circuit operation shall not be accepted. Two mercury float switches shall be provided for backup for the high and low water level alarm conditions. PANEL ENCLOSURE The complete control assembly shall be contained in one weatherproof enclosure fabricated of steel having a minimum thickness of not less than All seams shall be made with continuous welds, free of burrs, and free of open voids to prevent leakage. The enclosure shall be constructed in conformance with applicable sections of the National Electrical Manufac- turer's Association (NEMA). Enclosure construction to be Nema 3R and Nema 12 per Nema Standards ICS -1970, Para. ICS1-110.12 and ICS1-110.21. The enclosure shall be weatherproof, rain tight, dustproof, and oil tight. The enclosure shall be equipped with a removable inner swing panel fabricated of steel having a minimum thickness of .078 (14 gauge), mounted on a continuous (piano -type) vertical steel hinge. The inner swing panel shall be of adequate size to completely cover all wiring and components mounted on the back panel and shall make provisions for the mounting of all basic and optional controls and instruments. The inner swing panel shall have a minimum horizontal swing of 90 degree and shall be held in the closed position with straight slot screws. The door shall be mounted on a continuous (piano -type), vertical, stainless steel hinge, sealed around its entire perimeter to be completely weatherproof, and held in the closed position with a three (3) point latching mechanism equipped with a watertight key lock. The door shall have a minimum horizontal swing of 165 degrees. The enclosure shall be furnished with a removable back panel fabricated of steel having a miminum thickness of .106 inches (12 gauge), ' secured to the enclosure on collar studs. The back panel shall be of adequate size to accommodate all control components. The enclosure shall be furnished with baked -on white enamel finish on all surfaces, and shall be equipped with flanges to facilitate mounting. There shall be no holes in the enclosure for mounting the enclosure -or mounting controls within the enclosure. COMPONENTS All motor branch circuit breakers, motor starters and control relays shall be securely fastened to the removable back panel with screws and lock washers. Back panel shall be tapped to accept all mounting screws. Self - tapping screws shall not be used to mount any component. 4-5 t C] u 1 1 h, L7 P 1 r DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District exterior of the inner swing panel with interlocks which permit the swing panel to be opened only when the circuit breakers are in the "OFF" position. An open frame, across -the -line NEMA rated, magnetic motor starter as manufactured by Allen Bradley or approved equal, shall be furnished for each pump motor. All motor starters shall be equipped to provide under - voltage release and overload protection on all three phases. Motor starter contacts shall be easily replacable without removing the motor starter from its mounted position. Overload relays shall be manual reset and shall not provide means for converting to automatic reset. Pump alternator relay shall be of electrical/mechanical industrial design, as manufactured by Furnas Electric, or approved equal. MOTOR HIGH TEMPERATURE SHUTDOWN The control shall be equipped with high temperature shutdown for each motor and shall utilize the temperature switches embedded in the motor windings. In a high motor temperature condition, the switch shall open, de -energize the motor starter and stop the pump motor. The high motor temperature shutdown device shall be automatic reset. SEAL FAILURE SHUTDOWN The control panel shall be equipped with a moisture detector control for each pump which senses moisture in the oil cavity should the lower seal fail. Sensor probes located in the oil cavity shall detect the influx of moisture and disrupt the motor starter circuit of the particular pump involved. Should this condition occur, the pump motor shall remain inoperative until the problem is corrected and the control circuit has been manually reset. ALARM SYSTEM An alarm system shall be installed to indicate the following alarm conditions: pump seal leakage, wet well high water level and low water level, loss of electrical power, motor high temperature shut down and generator malfunction. These conditions shall be transmitted via leased telephone line which will be installed by the Fisher's Island Utility Company. An emergency dial system shall be installed which will dial a minimum of three successive numbers in the event of no response. The high and low water level alarms shall be provided by independently adjustable mercury float switches. In the event an alarm condition occurs, a signal relay shall be activated which shall activate the telemetry system, an indicator visible on top of the control panel and an alarm horn. It shall maintain the alarm until manually reset. RUN LIGHTS The motor control center shall have a pilot light for each pump motor which shall illuminate when the motor is running. 4-6 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District I ELAPSED TIME METERS Elapsed time meters shall be mounted in the motor control center and wired to each pump motor in hours and tenths of hours. Elapsed time meter shall be 6 -digit non-resettable. MOTOR OVERLOAD RESET PUSHBUTTON 1 4-7 An overload reset pushbutton shall be mounted through the door of the motor control center and permit resetting of the motor overload relays without opening the control pan door. PUMP SEQUENCE SELECTOR SWITCH A 3 -position toggle switch shall be provided which shall override the automatic alternator and provide manual selction of either pump No. 1 or No. 2 as the lead pump. DUPLEX RECEPTACLE The pump control panel shall be equipped with a duplex grounding receptacles (220 Volt and 115 Volt, A.C.). The receptacle circuit shall be protected by a 15 ampere thermal magnetic circuit breaker. ALARM HORN ' Lift station manufacturer shall furnish a 115 Volt, A.C., single projector, vibrating type horn with weatherproof housing. ALARM LIGHT Lift station manufacturer shall furnish 115 Volt, A.C. 100 -watt, vapor -tight alarm light with red globe, guard and mounting hardware. The contractor shall mount, wire and run conduit to the light as shown on the plans. AUXILIARY CIRCUIT BREAKER The panel shall be equipped with one thermal/magnetic, 20 ampere, manually operated normal duty, air circuit breakers, Series HQCL as manufactured by Westinghouse or approved equal, with an asymmetrical interruping rating of 10,000 amperes at 120/240 volts, A.C. AUXILIARY DISTRIBUTION PANEL The auxiliary distribution panel shall have the following branch circuit breakers: 1-15A., 1 pole, for area luminaire 1-15A., 1 pole, water jacket heater 1-15A., 2 pole, duplex receptacle 1-15A., 2 pole, pump controls 1-15A., 1 pole, fuel oil pump 1-15A., 1 pole, battery charger 1 4-7 4.9 INSTALLATION AND OPERATING INSTRUCTIONS Installation of pumping unit and related appurtenances shall be done in accordance with written instructions provided by the manufacturer. The Contractor shall furnish three (3) complete sets of installation, - instruction and maintenance manuals for the pumping station and all appurt- enant and related equipment supplied under these specifications. The manuals shall be bound and complete and specific for every piece of equip- ment furnished under this section of the specifications. General inform- ation brochures will not be acceptable. Spare Parts: The Contractors attention is directed to Section * which lists the spare parts which are to be provided as part of this Contract. 4-8 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District AUXILIARY POWER TRANSFORMERS The lift station shall be equipped with a 3 KVA stepdown transformer to supply 220 & 115 Volt, A.C., single phase for control and auxiliary circuits. The transformer shall be mounted inside the pump control panel. The primary side of the transformer shall be protected by a thermal magnetic circuit breaker mounted in the pump control panel. A mechanical disconnect mechanism shall be installed on the circuit breaker to provide a means of disconnecting power to the transformer. Operator handle for the disconnect mechanism shall be located on the exterior of the pump control panel inner door, with interlocks which permit the door to be opened when the circuit breaker is in the 'OFF" position. WIRING The lift station shall be completely wired in accordance with applicable wiring standards set forth by the National Electric Code (NEC). All wiring in the lift station shall be color coded and numbered. All components shall be electrically grounded to a common ground lug mounted on the control panel sub plate. Upon installation of lift station, and before connection of any power feeder lines, contractor shall extend grounding wire from lug to external ground in accordance with local electrical code. 4.8 OPERATIONAL TEST The pumps, motors and controls shall be given an operational test in accordance with the standards of the Hydraulic Institute. Recordings of the test shall substantiate the operation of the equipment at the design head, capacity, speed and horsepower as herein specified. Tests shall consist of checking the unit at its rated speed, head, capacity, efficiency and brake horsepower, and at such conditions of head and capacity to properly establish the performance curve. Flow measurements shall be made with magnetic flow meter. Proof of meter accuracy shall be provided by discharging into a calibrated tank traceable to the Bureau of Standards. Certified copies of test reports, and operating curves shall be submitted. The Standards of the Hydraulic Institute shall govern all procedures and calculations for these tests. Five sets of certified pump curves shall be furnished to the Engineer. 4.9 INSTALLATION AND OPERATING INSTRUCTIONS Installation of pumping unit and related appurtenances shall be done in accordance with written instructions provided by the manufacturer. The Contractor shall furnish three (3) complete sets of installation, - instruction and maintenance manuals for the pumping station and all appurt- enant and related equipment supplied under these specifications. The manuals shall be bound and complete and specific for every piece of equip- ment furnished under this section of the specifications. General inform- ation brochures will not be acceptable. Spare Parts: The Contractors attention is directed to Section * which lists the spare parts which are to be provided as part of this Contract. 4-8 1 4-9 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.10 GUARANTEES The manufacturer shall guarantee the pump station and components for eighteen months after written final acceptance. The Contractor shall furnish the services of a qualified representa- tive from the company manufacturing the pump station, assist the contractor to install, adjust, test and start the operation of the pump station in Conformance with the Contract Documents; this representative shall further guarantee the operation of the pump station, and shall include service for eighteen months after acceptance by the Owners, the above service shall be available twenty-four (24) hours a day, seven (7) days a week for the above eighteen (18) month period. The above service contract shall be included in the price bid for the pump station. 4.11 INTERIOR PIPING Ductile Iron Pipe: Ductile iron pipe (DIP) shall be Class 50 (unless otherwise noted ) cement lined pipe with a rated working pressure of 350 psi and shall conform to ANSI Specification A21.51. The cement lining shall be standard thickness and shall be in accordance with ANSI Specification A21.4. The interior seal coat shall be of asphaltic material. Cast iron pipe fittings shall conform to ANSI A21.10 and have a rated working pressure of 250 psi. Drilling a facing and f f flanges shall be in accordance with the g o g requirements under USAS Specification B16.1, 125 lb. flanges. Style 38 Dresser Couplings and Style 128 Dresser Flange Adaptors shall be used where indicated on the Contract Drawings. Ductile iron pipe and cast iron fittings shall have standard flanged joints. All pipe supports and appurtenances shall be primed and painted Iwith Koppers Glamortex #501 enamel paint #306 Light Grey. Piping Supports: Contractor shall furnish and install all supports necessary to hold piping appurtenances in a firm substantial manner at lines and grades indicated on drawings or as directed, without strain upon piping or connected equipment. Piping within valve pit shall be supported from floor by approved saddle stands or suitable concrete piers, as indicated or approved. Where indicated on drawings or where necessary, suitable bridle rods and rod collars or hooks or lugs cast on pipe shall be used to prevent joints from pulling apart. Bridle rods shall be of not less than 1/2" stock. The entire assembly of interior piping shall be tested after adequately supporting it as per the Contract Drawings. For test Contractor shall, by pumping, raise water pressure to a minimum of 100 pounds per square inch . 1 4-9 1 4-10 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District If Contractor cannot achieve specified pressure and maintain it for a period of one hour, section under test shall be considered as having failed to pass test. If in judgment of Engineer, it is impractical to follow foregoing procedure exactly for any reason, required modifications in procedure shall be made; but in any event, Contractor shall be responsible for ultimate tightness of line within above requirements. A 1/2" IPS tap in the discharge pipes shall be supplied for gauges. 4.12 VALVES AND GATES: All furnished valves under these specifications shall be product of a manufacturer who has had long experience in design of valves and whose products have proven reliable in service in similar installation over reasonable period of years. 1. Plug Valves: Valves shall be of the non -lubricated, eccentric type with resilient faced plugs, flanged, or mechanical joint ends as shown on the plans. Port areas shall be at least 80% of full pipe area. Bodies shall be semi -steel with raised seats. Seats shall have a welded -in overlay of not less than 90% pure nickel on all surfaces contacting the ' plug face. Valves shall have stainless steel permanently lubricated upper and lower plug stem bushings. Valves shall be of the bolted bonnet design. Flange valves shall be faced and drilled to ASA 125# standard and shall have face to face dimensions of standard gate valves. Valves and actuators shall have seals on all shafts, and gaskets on valve and actuator covers, to prevent the entry of water. Actuator mounting brackets for submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. Valves and actuators shall be as manufactured by DeZurik Corporation or approved equal. ' 2. Check Valves: Check valves shall be constructed with heavy cast iron body and bronze renewable seat ring, a non -corrosive shaft for attachment of weight and lever, and complete non -corrosive cushion chamber. They shall have adjustable oil cushions to provide controlled closing. The valve disc shall be of cast iron and shall be suspended from a non- corrosive shaft which will pass through a stuffing box and be connected to the cushion chamber on the outside of the valve. The check valve shall prevent the return of water through the valve when the inlet pressure decreases below the delivery pressure. The valve must be tight seating, and must operate without hammer or shock. The externally mounted cushion chamber shall have a piston, which will permit the valve to be operated without any hammering action. The cushion- ing shall be by oil, and the cushion chamber shall be so arranged that the closing speed will be adjustable to meet the service requirements. 1 4-10 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District The check valves shall be Golden -Anderson Valve Specialty Company Fig. No. 25 D%H or approved equal. 4.13 GAUGES Gages, equal to Ashcroft model 1010 with 4 1/2" dial face reading from 0 to 30 psi for the discharge, shall be furnished for each raw sewage pump. Gages shall be supplied with diaphram seal units equal to Helicoid No. 2518. Discharge piping shall be tapped with 1/2" tap, and gage shall be supplied with 1/2" gate valves. Gages shall be supplied with pressure snubbers and tee handle cocks suitable and be attractively labeled. 4.14 TRIPOD AND HOIST A portable tripod and hand hoist shall be provided. The tripod shall be aluminum, have a capacity of 3,000 lbs, and be capable of adjustment from 5 feet to 9 feet of height. The tripod shall be furnished with rubber base pads, and a lashing kit. The hoist shall be a B.E. Wallace Products Inc., Box 70, Exton, PA. 19341 or equivalant. The hand hoist shall be a 1 ton chain CM Satellite, B.E. Wallace Products Inc. or equivelant. The hook to hook distance shall be 14" or less. 4.15 FINISHES 1. General: The Contractor shall examine the specifications and drawings for the various trades, thoroughly familiarize himself with all of the provisions in connection with painting and finishing and shall under- stand that all materials and equipment throughout the work which obviously requires painter's finish, and which are left unfinished by others, shall be painted to completion by the Contractor as a part of the work. The paint suppliers recommendation for preparation and priming shall be utilized. The Engineer shall approve the preparation prior to painting. 2. Work included: All labor, materials, and equipment, whether of a permanent or temporary nature, and all operations necessary and required in connection with painting and finishing of all surfaces and items as indi- ' cated on the drawings, specified herein or evidently required to complete the work. 1 3. Work not included: (i) Finished Items: Mechanical equipment including the pump station controls and other items prefinished in the shop by the fabricators will not require a field finish, unless otherwise specified herein. (ii) Galvanized ferrous metals, copper, stainless steel, tile, glass, plastics and aluminum surfaces generally are not to be painted. 4. Materials: (i) General: Materials are designated herein by reference to products of the Koppers Co. Inc., to establish the type and quality required. Such designations are not restricted except as to type and quality. Similar and equal products as manufactured by DuPont, Pratt and Lambert, Touraine or other manufacturer approved by the Engineer will be 4-11 4-12 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District given consideration as a substitute. If the Conractor wishes to use materials of one of the other named or approved manufacturers, he shall make his request for such substitutions in writing to the Engineer and receive the written approval of the Engineer. Substitutions will be considered only if a product -for -product listing in at least as much details as the listing below is submitted. The Engineer reserves the right to request and receive detailed technical literature of each proposed substitution before approving any alternatives. When a material ofa different generic type is proposed, the Contractor shall also state his reasons for offering such material. (ii) Guarantee of Products Procedures: It will be the Contractor's obligation to guarantee his workmanship and to obtain from the manu- facturers, guarantees of the products. Such guarantees shall state the products used will adhere to the surface without peeling and cracking, scaling, alligatoring, blistering, or fading for a period of at least one year from the date of acceptance of the painting work. Upon witten notice of paint failure by any of the above, or similar reasons, the Contractor shall remove any loose or scaling paint, and repaint the surface without additional cost to the Owner. Should the Contractor have any reservation that the product specified will not perform as intended, he shall so notify the Engineer and shall not proceed with the work until agreement is reached on mutually acceptable products. (iii) Samples: Samples of each type and color of finish shall be made on the types of surface as specified to receive the finish coat. The finished work shall closely match the color and quality of the approved 1 samples. The samples shall be approved by the Engineer prior to use. 5. Isolation of Aluminium: Where the aluminum is to be used in con- junction with masonry, treated wood, or more noble metals, direct contact between the two materials shall be prevented by painting the contact surfaces with bituminous paint, unless otherwise noted. 6. Color Code: Piping and equipment exposed to view, both interior and exterior, shall be color coded. Engineer shall establish such codes prior to starting painting work. In general, color codes shall be as suggested in "Guides for Sewage Works Design" published by the N.E. Interstate W.P.C.C. The following Legend shall be use: #306 Light Grey Motors, piping, valves, pumps, supports, and appurtenant facilities i #321 High Gloss Black Stenciled identification letters and arrows #311 White Ceilings and Valve pit walls #365 Vista Green Exterior Surface and Compressed Air Line The function of all piping shall be stenciled in Black Enamel 1" high letters, and the direction of flow indicated by stenciled black arrows. 7. Painting: The facilities and components of the pump station shall be painted with the following paints and to the thickness recommended by the paint producer; such as Koppers Inc. or equal, and approved by the Engineer. 4-12 1 1 1 1 1 1 1 1 1 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District Interior concrete and ceilings Epoxy Glamorglaze Piping, valves, pumps, manlift and related components Glamorglaze Exterior - above grade Glamorglaze Wet -well Vats to high water level Bitumastic 300-M 4.16 MISCELLANEOUS EQUIPMENT Spare parts, tools, materials and lubricants: The Contractor shall provide all spare tools for the pumps and other equipment as specified herein. The Contractor shall furnish the following spares in addition to those specified elsewhere herein. For EACH Pump: (2 pumps total) 1 set mechanical seals 1 set "0" rings and gaskets 1 set bearings 1 impeller screw, key & gasket 1 box of Control power fuses of each size furnished 1 set of starter contacts for each NEMA size installed 1 starter coil for each NEMA size installed 1 box of pilot lights of each type Shop Manuals Generator: 1 replacement air filter 1 replacement fuel filter 1 replacement oil filter 1 replacement cooling system filter 4-13 17 L fl 1 r� DIVISION 5: GENERATOR Fishers Island Sewer District 5.1 DIESEL FUELED STANDBY GENERATOR SET INDEX Paragraph Section 1. Intent Rating Bidder Supplied Information 2. Engine Type Cooling System Exhaust System Fuel System Engine Lubrication System Engine Governing System Starting System Battery Charging Heaters, Cold Weather 3. Generator Construction Generating Rating. Generator Voltage Regulator Generator Control Panel Testing Warranty, 0 & M Manuals Unit Sound Enclosures Automatic Transfer Switch I. GENERAL PROVISIONS AND REQUIREMENTS 1. Intent It is the intent of these specifications to furnish and install 30 KW diesel generator set of the best industry standards of construction and design. Each generator shall be a new, factory assembled, and a fully tested set of certified output. Approved manufactures are Katolight Corporation, Alturdyne, ONAN, Power Systems, or a fully approved equal. The engine generator set will be supplied with all the necessary accessories and controls to meet the intent of these specifications and to ' provide a complete engine generator system. Any major exception to this specification will be sufficient cause for rejection. (a) The generator set shall be mounted on spring—flex isolators. Rating The engine generator set will be operated outdoors at altitude not exceeding 500 feet above sea level. The maximum outside ambient sill be 100 degrees F. The engine generator set will start, accelerate to governed ' speed and voltage, and accept full load in 107seconds or less. The rating of the set will be based on operation with all 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. 5-1 DIVISION 5: GENERATOR Fishers Island Sewer District ' a The generator set shall deliver its rating continuously f ( ) g g inuous y or the duration of any normal power failure. ' (b) The set rating shall be 30 KW continuous and 37.5 RVA @ 80% powerfactor. 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. Engine manufacturer and model 2. Number of cylinders/in line or vee 3. Bore and stroke/piston speed @ rated rpm ' 4. Displacement in cubic inches 5. Brake Mean Effective Pressure (BMEP) @ rated load 6. Generator design capacity in KW, RVA and P.F. 7. NEMA MG 1-22.240 temperature rise and rating 8. Number and type of generator bearings 9. Type of generator exciter ' II. ENGINE REQUIREMENTS 1. Engine Type ' (a) The engine will be diesel four cycle, six cylinder configuration. Two cycle engines are not acceptable alternate on this job. ' (b) The certified power of the engine will provide a minimum of 58 HP at 85 degrees F ambient temperature, 500 feet elevation, and rated speed of 1800 RPM. (c) The engine will be capable of rated and satisfactory performance on standard diesel fuels. ' Cooling System: (a) A unit mounted radiator shall be furnished complete with 1 blower (pusher) cooling fan and duct flange. (b) The cooling system will be.supplied with corrosion inhibitor and/or ethylene glycol base antifreeze to comet the specified minimum ' ambient temperature. 5-2 1 F 1 DIVISION 5: GENERATOR Fishers Island Sewer District 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 transmission of vibration and allow for expansion. Long radius, low restriction fittings will be used throughout, and pipe size will be sufficiently large to handle the engine exhaust flow at full load without causing back pressure in excess of that allowed by the engine manufacturer. Silencer to be roof mounted on the generator enclosure. Fuel System: (a) The 500 gallon underground fibreglass fuel storage tank, fittings, gauges, and piping shall be installed as shown on contract drawings and in accordance with NFPA and any applicable local codes. (b) A service (day tank) will be provided with the generator set and shall be of 8 gallon capacity and manufactured in accordance with NFPA construction. The tank will be mounted in accordance with the generator set manufacturer's recommendations, with NP threaded fittings for: engine supply and return vent, transfer pump inlets and overflow, drain and level control. A dual fuel oil transfer pump system will be supplied suitable for the specified fuel. The pumps shall be of the positive displacement type, with an adjustable built in relief valve and mechanical seals. Motors shall be 120/240 VAC, 1 phase, 1750 RPM totally enclosed induction type. They shall be capable of maximum 15 feet suction lift with a minimum capacity of 0.25 GPM. A foot valve and strainr will be installed in the main fuel tank, on the transfer pump section lines to maintain a prime for the fuel transfer pump. (c) 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. (d) Flexible fuel connectors will be supplied to isolate vibration at the engine. (e) 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 furnished 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 circulation in the eventof a failure of the filtering system. Engine Governing System: (a) The engine generator set will be provided with a hydraulic 5-3 I �I r� DIVISION 5: GENERATOR Fishers Island Sewer District type governor of the constant speed type. The governor shall be capable of maintaining a steady state band width of not more than ±.25%, at any constant load, from no load to full load. The governor will maintain governed speed at 60 Hertz at any load, from no load to full load. Starting System: (a) The engine will be equipped with a heavy duty electric, DC starting motor, positive engagement type, of sufficient capacity to crank the engine at starting speed for 1 full minute without overheating. (b) 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, instantaenous 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: 1. Engine Control Switch (a) Four position switch will include a manual start push button to allow operation completely by-passing the engine control. 2. A cyclic, adjustable overall cranking cycle of 60 to 120 seconds with crank and reset periods adjustable from 10 to 30 seconds. 3. Engine safety shutdown controls to shut the engine down in the event of: (a) High jacket water temperature ' (b) Low lubricating oil pressure (c) Overcrank (failure to start) (d) Overspeed (c) Annunciator lights shall be provided for: ' • Selector not auto * Low fuel level # Overcrank * Overspeed * Low Oil Pressure * High Engine Temperature # Provide contacts and relay for single remote alarm ' (d) Generator Set Starting Battery: ' 1. A lead -acid, heavy duty battery system will be furnished of sufficient capacity to provide three fullcycle starts. 2. An acid resistant type battery rack will be furnished with ' proper cable. 3. Battery cables will be provided. ' Battery Charging: ' (a) An automatic, two rate, .5 to 12 amp solid state, battery charger will be supplied with fused input and ouput in a NEMA 1 enclosure 5-4 1 i 1 DIVISION 5: GENERATOR Fishers Island Sewer District for wall mounting. The charger will be SCR controlled and solid state to eliminate mechanical contact problems. The charger control printed circuit board will be easily replaceable and will contain both high and low adjustable charge rate potentiometers, ammeter and a charger status (power) light. KThe charger design will be adequate to allow a charge rate of 20 ampere for intermittent 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: (a) A jacket water heater will be provided which will be thermostatically controlled and adjustable, to maintqin 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. Heater must be U. L. listed. ' (b) A lubricating oil heater, thermostatically controlled will be provided, adjustable from 70 degrees to 125 degrees F. The heater will be of steel sheath construction and a watt density of 20 or less, for compatability with lubricating oil. Power for the lubricating oil heater will also be 120 VAC. Heater must be U. L. listed. I III. NEMA A.C. GENERATOR Generator Construction ' (a) The power generator will be of the salient pole synchronous type. The generator will be equipped wtih amortissiur windings for future paralleling option. The generator will be of single bearing flange 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 brushless type. Insulation class will be in accord with the most recent NEMA -MG -1-22.40 requirements for the generator. The generator will be provided with a power terminal cabinet of adequate size for connection of load conductors. IGenerating Rating: The A.C. generator will be rated at 30 Kw 37.5 KVA 240 Volts 3 phase Delta .8 power factor 60 Hertz 1800 RPM for continuous and 37.5 KW maximum. Temperature rise at 30 KW shall not exceed 80 degrees C over - 40 degrees C. Generator Voltage Regulator: ' An automatic voltage regulator will be supplied to match the generator and 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 orless 2%. A voltage adjust potentiometer will be supplied which ill provide an adjustment range of more or less 5% of output voltage. The regulator response to a full load application shall be a maximum of 2 1 5-5 r r DIVISION 5: GENERATOR Fishers Island Sewer District seconds to a steady state band of more or less .25%. Generator Control Panel: A NEMA 1 generator control panel will be supplied to monitor the generator output. The generator control panel will be a unit mounted type completely wired and set on vibration isolators. The panel will include the following: a. Voltmeter b. Ammeter c. Combination volt/ammeter selector switch 4 position d. Frequency meter e. Running time meter f. Panel light and 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/control switch as specified in section 2.3c visual alarms j. Auxiliary contacts for remote alarm k. Duplex receptacle Testing: (a) Factory Testing 1. The generator set will be tested at 30 KW for two hours at .8 power factor. The test will be certified by the manufacturer. 2. The generator set will also be tested at a maximum rated load of 37.5 KW for two hours and recorded as part of the test. 1 5-6 3. All unit mounted accessories will be tested with the set, i.e.: annunciator panel, engine control, safety devices, etc. 4. All data will be included in the test, i.e. ambient ' temperature, jacket water temperature, lube oil pressure, battery charging, vbration, generator voltage, current KW, KVA, power factor, exciter voltage and field current per NEMA and IEEE test standards. b. Field Testing: 1. 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 @ 30/37.5 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. 1 5-6 1 1 i 1 1 1 1 1 1 1 i 1 1 1 1 1 1 DIVISION 5: GENERATOR Fishers Island Sewer District Warranty, Operating and Maintenance Manual: (a) The manufacturer will furnish six 6) copies of the warranty, the operating ionstructions manuals, and parts list of the equipment furnished. Operators manuals will include suggested periodic manintenance for the equipment furnished. (b) The warranty will be standard one year type for standby service in which 200 hours operation might be expected. (c) The manufacturer shall provide supervision to assist with proper installation for a period of three (3) workingdays ie.: 1st day: Unloading and site meetings 2nd day: Installation and prep meetings, and 3rd day: Four (4) hour acceptance test and review operation with the owner. Enclosure: (a) The engine -generator shall be enclosed in a steel weather - protective housing for outdoor use. Enclosure shall be lined with 1" thick sound abatement material which is fireproof. The housing shall have removable side louvered doors, locking kit, piano hinged doors, bird screening and rodent proofing. 5-7 t r, 11 1 DIVISION 5: GENERATOR 5.2 AUTOMATIC TRANSFER SWITCH Rating: Fishers Island Sewer District A. The automatic transfer switch rating shall be as shown on the drawings. The complete switch assembly shall be listed under UL -1008 for use on emergency systems. Construction and Performance: B. The transfer switch shall be double throw, actuated by a single electrical operator, momentarily energized; and connected to the transfer mechanism by a simple overcenter type linkage with a total transfer time not to exceed one half second. The transfer switch shall be capable of transferring successfully in either direction with 70% of rated voltage applied to the switch terminals. C. The normal and emergency contacts shall be positively interlocked mechanically and electrically to prevent simultaneous closing. Main contacts shall be mechanicaly locked in position in both the normal and emergency positions without the use of hooks, latches, magnets, or springs; and shall be silver -tungsten alloy. Separate arcing contacts, with magnetic blowouts, shall be provided on all transfer switches. Interlocked molded case circuit breakers or contractors are not acceptable. D. The transfer switch shall be equipped with a safe manual operator designed to prevent injury to operating personnel. The manual operator shall provide the same contact -to -contact transfer speed as the electrical operator to prevent a flashover from switching the main contacts slowly. E. The Automatic Transfer Switch shall be enclosed in a NEMA 3R cabinet. F. Sequence of Operation: 5-8 Engine starting contacts shall be provided to start the generating plant should the voltage of the normal source drop below 80% on any phase after a non-adjustable time delay of 3 seconds to allow for momentary dips. The transfer switch shall transfer to emergency when 90% of rated voltage ' and frequency has been reached. After restoration of normal power on all phases to 90% of rated voltage, an adjustable time delay period of 0-30 minutes shall delay retransfer to allow stabilization of normal power. If the emergency power source should fail during this time delay period, the ' switch shall automatically return to the normal source. After retransfer to normal, the engine -generator shall be allowed to operate for 5 minutes to allow engine cool down. A test switch shall be included to simulate normal ' power failure and pilot lights shall be mounted on the cabinet door to indicate the switch position. Two form "C" auxiliary contacts rated 10 amperes shall be provided to operate an at adjustable time of .5 to 5 t seconds prior to transfer. These contacts shall maintain this state thru the transfer period and from an adjustable time of .5 to 5 seconds after transfer. Two auxiliary contacts rated 25 amp, 120 volts, shall be mounted on the main shaft; one normal, the other closed on emergency. In addition, one set of relay contacts shall be provided to open upon 5-8 IDIVISION 5: GENERATOR Fishers Island Sewer District 1 loss of the normal power supply. All relays, timers, control wiring and accessories shall be front accessible. All control wire terminations are to be identified by tubular sleeve -type markers. F. Approval (4) When conducting temperature rise tests to Paragraph 17.3 of UL -1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. n 1 1 5-9 (1) As a precondition for approval, the manufacturer of the automatic transfer switches shall verify that his switches are listed by Underwriters Laboratories, Inc., Standard UL -1008 with withstand and cloe- in values at and/or fuse least equal to the interrupting rating of the circuit breaker that is specified to protect the circuit. (2) The automatic transfer switch shall have a 14,000 (RMS amps ' symmetrical) withstand capability. (3) During the Withstand Tests there shall be no contact welding or damage. The tests shall be performed on identical samples without the use of current limiting fuses. Oscillograph traces across the main contact shall verify that contact separation has not occurred. Test procedures shall be in accordance with L-1008 and testing shall be certified by ' Underwriters Laboratories or any nationally recognized independent testing laboratory. (4) When conducting temperature rise tests to Paragraph 17.3 of UL -1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. n 1 1 5-9 VI. UTILITY REQUIREMENTS 1 VI UTILITY REQUIREMENTS I I1. The utility company will extend their primary electrical lines to a service pole on the public street adjacent to the access road to the pump station. 2. The utility company will furnish and install transformers on the service pole with a secondary voltage of 240 volt, 3 phase 3 wire, delta. 3. The utility company shall furnish and install the revenue meter. 4. The telephone cable for alarms from the pump control panel to the service pole shall be direct buried in the same trench as the electrical service cable. The telephone cable shall be furnished and installed by the Fishers Island Utility Company, Telephone Division. 5. All grounding to be in accordance with the National Electrical i Code. ■ 6. The utility shall make up the connections of the service feeder cable to the transformers on the service pole. 7. Allowance for utility charges shall be included in the Contractors bid price. Allowance for electrical power shall be $4,000.00. 1 8. The Contractor shall file an application for electrical power immediately after obtaining the contract. 9. The Owner shall make direct contact with an independent alarm answering service for the alarms of this station. The alarms will go through the control room of the telephone division of the switchboard. 10. The Contractor, on behalf of the Owner, will furnish and install a service feeder consisting of 3/C #1/0 stranded copper cable, direct buried, from the service pole to the revenue meter socket through at the pump station. 11. The Contractor shall furnish and install an outdoor socket meter through rated 100 amp, three phase, three wire, seven terminal, with an underwriter's laboratory label as approved by the Utility Company. 12. A copy of the Fishers Island -Electrical Corporation electrical schematic diagrams is enclosed. i FISHERS ISLAND ELECTRIC CORP. FISHERS ISLAND, NEW YORK 06390 t Phone 788-7251 PROPOSAL SUBMITTED TO PHONE DATE STREET JOB NAME z_'7`�/[�c �G� %%ervr Co,r•,,�r� tii7J ��GU� /� r k., Y. STATE and ZIP CODE JOB LOCATION /ZX &&I& G- C'oxj De o GG 1KCJ.No .?o CHITE T DATE OF PLANS JOB PHONE ��'. /o./L7AF�i/G ��� �,ZS/ C Ile f op0gr hereby to furnish material and labor — complete in accordance with specifications below, �lsK. LI E �� Yyff�G4/.fid t! m�f'� cs dollars (sem 777.53 tT'►� t� Payment to be made as follows All material is guaranteed to be as specified All work to be completed in a workmanlike manner according to standard practices Any alteration or deviation from specifications be- Authorized low involving extra costs will be executed only upon written orders, and will become an Signature eaIra charge over and above the estimate All agreements Contingent upon strikes, acct- %ni , or delays beyond our control. Owner to Carry fire, tornado and Other necessary insurance. Our workers are fully covered by Workmen 3 Compensation Insurancewithdrawn by us if not ecce - days. We hereby submit specifications and estimates for I-- t ' 4 CO (/ y1 v ioAV4 /�KvN � u�w/� 3. �tl?SL iJi2tKlf9CiJ ?c`� . ezr"2_ (SOIL Sri 0;y . 2S' Pmt£ 1.4uo CO.U.V1 _4 tsa s areae m 3 u (ft Amp %4o. V 4 3b-1 0 0 un Rmc• � Ft IW1t4t?�D GVJ matin Z,i' C 1O. H. w ► ACV— VII. MONITORING WELL REQUIREMENTS 1 1 1 1 1 1 1 GENERAL COUNTY OF SUFFOLK DEPARTMENT OF ENVIRONMENTAL CONTROL John 14. Flynn, P.E., Commissioner Engineering Division General Design PTemorandum - No. 4 Monitoring ?•Jell - Revision No. 2 September, 1975 It is the requirement of the Suffolk County Department of Environmental Control that a minimum of one monitoring well as hereinafter specified, and as shown on the drawings, be provided and maintained on all wastewater treatment projects requiring departmental approval. The following specifications are con- sidered adequate for most geohydrologic conditions encountered in Suffolk County; however, the department retains the right to modify these requirements at a specific locale to account for local variations of geologic and/or hydrologic conditions. PURPOSE OF THE WELL The purpose of the well or wells will be to monitor the level and characteristics of the groundwater at the site in order to determine water quality. NOTIFICATIONS To allow adequate time for actual well location selection as well as the scheduling of inspection personnel, the woll drilling contractor shall notify the Suffolk County Department of [� I Monitoring Well - Revision No. 2 Page 2 Environmental Control in writing of his intention to commence construction of the observation well at least 14 days prior to the actual commencement date. Unless specifically approved in writing to the contrary, all work and testing must be performed under the supervision of a representative of the Suffolk County Department of Environmental Control. LOCATION In general, monitoring wells are to be installed adjacent to and downgradient of the leaching field of wastewater disposal projects. The final location of the well or wells shall be determined by the Suffolk County Department of Environmental Control prior to drilling. The well screen shall be installed with its top slot at a depth below mean groundwater surface as determined by the Suffolk County Department of Environmental Control and as shown on Figure 1. ACCESS Graded and/or paved access to the well shall be provided by the owner to allow for future sampling of the well by the Suffolk County Department of Environmental Control. MATERIALS All materials, including; but not limited to, piping, fittings, caps, screens, and plates shall be suitable for water well construction. 1. Piping - Pipe for casings and sumps shall be threaded Grade A steel line pipe conforming to American Petroleum Institute 1 1 r t 1 1 Monitoring Well - Revision No. 2 Page 3 Specification 5L. When a 4 -inch diameter well is installed, all piping shall be 4 -inch diameter with a minimum wall thickness of 0.237 inches and a minimum internal diameter of 4.026 inches. 2. Screens - Well screens shall be new, first quality, of the wire -wound, continuous -slot type and shall be fabricated of AISI Type 304 stainless steel. Each screen shall have a minimum I.D. of 4 inches and a minimum length of 5 feet. Screens for 4 -inch wells shall be fitted with stainless steel threaded end fittings suitable for use with API line pipe. It is estimated that screen slot size required for use will range between 10 and 25 (0.010 inches to 0.025 inches); however, the actual screen slot size shall be determined by the well driller after the well cuttings have been carefully analyzed for formation grain size and gradation. Screen length and slot size shall be chosen to provide sand- and silt -free water at a minimum sustained pumping rate of 10 gallons per minute and, in general, shall be' -selected to retain 40 to 50 percent of the material in which the screen is placed. Artificial gravel packing may be necessary when the slot size found necessary for use in the natural material is less than #10 and/or a -sustained yield of 10 gallons per minute cannot be attained. Screens for monitoring wells shall be as manufactured by the Johnson Division of the Universal Oil Products Company, the Cook Well Strainer Company, or approved -equal. I I Monitoring Well - Revision No. 2 Page ASSMBLY The monitoring well shall be fabricated as shown on Figure 1. When a 4 -inch well is installed, the screen will be secured to the casing and sump with threaded end fittings. If a 6 -inch or larger well is installed, a telescoping 4 -inch minimum I.D. screen and sump will be permitted. In all installations, the contractor will loner a 10 foot by 3 -inch nominal diameter API line pipe (3.500 inches O.D.) into the completed well. This is to ensure that the entire length of the well to the bottom of the sump shall permit without difficulty the passage of a 4 -inch submersible pump. The bottom of the sump shall be sealed with a 1/4 -inch steel plate continuously welded to the casing, or by a threaded plug or cap. The installation shall not be approved until the test pipe enters the sump easily and to the satisfaction of the Suffolk County Department of Environmental Control. INSTALLATION AND TESTING jThe contractor shall provide all equipment and experienced personnel necessary to install, test, and place the monitoring well in satisfactory operating condition at no cost to the. county. Equipment shall be in good operating condition; and the contractor shall provide all materials, tools, drilling equipment, test equipment, accessories, water, fuel, power, and 1 Monitoring !dell - Revision No. 2 Page 5 any and all other items and services necessary for the satis- factory completion of the work. 1. Shop Drawings - Prior to the construction of the monitoring well, five (5) copies of shop drawings detailing the proposed well together with the proposed method for well construction and development shall be submitted to the Suffolk County Department of Environmental Control for approval. No well shall be installed until shop drawings have been submitted to and approved by the Suffolk County Department of Environmental I Control. 2. Drilling Procedures - All wells covered herein shall be drilled by means approved by the Suffolk County Department of Environmental Control. The department retains the right to reject any and all methods and procedures it deems unacceptable. During drilling, no material other than water shall be introduced into the hole without prior knowledge and written tconsent of the Suffolk County Department of Environmental Control. After the hole has been drilled below the water table and prior to setting the well screen the contractor shall notify P g , Y the Suffolk County Department of Environmental Control. A representative of the department will then visit the well site to verify the depth to the water table and to'd"etermine the maexact depth at which the screen shall be set. This will be done only after it has been determined that the static water level in the drill hole has stabilized. However, in no case will this period be less than 24 hours after notification by the 1 1 r F] P, monitoring Well - Revision No. 2 Page contractor. Within five (5) working days after determining the depth to the water table, the Suffolk County Department of Environmental Control will notify the contractor in writing of the exact depth at which to set the well screen. The contractor shall be responsible for keeping accurate and detailed logs of soil conditions throughout the depth of the well, depth to groundwater, and depth to well termination. He shall submit a well completion report and five (5) copies of a detailed and accurate "as built" well drawing. Bailer samples of geologic formations penetrated shall be collected only when clay, clayey sand, or very fine grained sand is encountered. The samples shall then be collected at 5 -foot intervals and placed in suitable containers. Each con- tainer shall be labeled with the well number and the depth from which the sample was obtained. The owner or his representative shall be responsible for determining the elevation of the top of the casing above sea level. All elevations shall be referenced to the U.S. Coast and Geodetic Survey datum Sandy Hook. Driller's logs and bailer samples shall become the property of the Suffolk County Department of Environmental Control. 3. Well Development - The contractor shall develop the well by pumping, bailing, surging, or any other method approved by the Suffolk County Department of Environmental Control until the well yields clear and sand- and silt -free formation water. Clear water shall be taken as that having a turbidity of less t Monitoring Well - Revision No. 2 Page 7 than 10 2 per milligrams liter as SiO (Hellig e Tdrbidimeter g p or equivalent). During and after development, the sump will be cleaned with a bailer or sand pump to remove any particles brought through the screen by development. No chemicals shall be used for development without prior approval by the Suffolk County Department of Environmental Control. t4. Well Testing - On Monday, Tuesday, or Wednesday follow- ing completion of the well, the contractor shall pump the well at a minimum rate of 10 gallons per minute for at least four t hours. At the end of this period, a sample will be collected by representatives of the Suffolk County Department of 1 Environmental Control. No testing is to be performed unless witnessed by a repre- sentative of the Suffolk County Department Environmental of - Control. The contractor shall have the responsibility of notifying the Suffolk County Department of Environmental Control at least 24 hours prior to the actual testing to -insure that a department representative is present. If for any reason the testing appointment is then cancelled by the contractor, he shall have the responsibility of notifying the Suffolk County Department of Environmental Control of the cancellation before- hand and of arranging for a new testing appointment. t 1 1 fl 1 t Monitoring dell - Revision No. 2 Page 5. Completion of Well Installation - Upon completion of work, the casing shall be terminated at a height of about 2 feet above final grade. It shall be equipped with a screw -on type cap or suitable equivalent which will prevent the entry of water into the threads. The threads shall be well greased. A 1/4 -inch diameter breather hole will be drilled through the side of the casing about 3 inches below the bottom of the cap. A hasp and padlock, welded chain with padlock, or other suitable locking device shall be attached to the cap and casing to secure the well against vandalism. At least one key to the lock must be furnished to the Suffolk County Department of Environmental Control. However, no locking device is required when the well is located inside of a fenced enclosure with locked gate. In this case, the Suffolk County Department of Environmental Control must be furnished with a key to the gate. The exposed portion of the well casing and to a depth of about 12 inches below grade shall be painted with rustoleum or other suitable rust -resisting protective coating. If a well is located in a paved parking lot or landscaped area, the owner may terminate the yell casing in a manhole below grade, protected by a lockable -type iron manhole cover. For this type of installation, the Suffolk County Department of Environmental Control must be furnished with a manhole cover key (see Figure 2). ACCEPTANCE No monitoring well shall be accepted or approved by the Suffolk County Department of Environmental Control until the CAV WELL CA51Nra CR COVPUNG 2-A90VE FINISHED C+R o -DE {II - �4 .V CN7 HOLE I � � ---,ASP PADLOCK OR FOVwnLENT LGCK\wG 6E`JICE kODvv�..EN t4E\.L NGT A FENCED UCKEU=NC_OSVRE I FINI5HED.cG'kACE (SEE FIG. 2 FOR ALT. TYPE TN5TALLA7\ON) it Ical. J STEEL CASING, M\N\MVM I. D- MEAN WATER TA9LE — 5.5. THREADED END FITT\NGS ROD. ON 4WELLS, M _-1� (TEI-E5COPED SCREEN E SUMP ON 6° CR LARGER WELLS i j r ---S. S. w RE-WOVN0 wEtl 5C R E E N,'MI NI M V 11 D. a" LENGTH 5� Irl / NCT Tp SCgL€_ ,IC --o BE CETERHINED 6Y DEC .� THSi£ADED END--�- LEAD PACKER i _DRIVE d PLA!V I S "� N. 4/f = �. WELL 4 STEEL pLArG LEKGTH 5' ��ELD ALL POUND LENGTH NCT Tp SCgL€_ ,IC --o BE CETERHINED 6Y DEC FIGURE 1 MINIMUM ACCEPTABLE DIMENSIONS FOR GROUNDWATER MONITORING WELLS AT WASTEWATER TREATMENT PLANTS County of Suffolk Department of Environmental Control —6~ CAS%NG ::7 LEAD PACKER 5W£DCk,°D _DRIVE SHOE PLA!V K 5EC�10!, -- NOMINAL. G" OR "� N. 4/f = �. WELL SCREEN, LEKGTH 5' -- Sump LENGTH 5' TELESCCPED SCREEN A55EMOLY FIGURE 1 MINIMUM ACCEPTABLE DIMENSIONS FOR GROUNDWATER MONITORING WELLS AT WASTEWATER TREATMENT PLANTS County of Suffolk Department of Environmental Control 1 1 1 F� I SICE VIEW FENTA!41CAD WORMSCRE`.\' LOCKINGI ULVICE - CAI`IPOEI-L r 3044 MEAVy C'JTY R£CTANG'.JLAR C. I.M.H. :RAME t: COVER KIN. CLEAR OPEN%NGt Z4"X 30y Y _I .00KING DEVICE r -COVER MINIMVIA 30 TW �s END LONG DIMEW. � - �.=_ F t L.L.j � 3p��c1IN r--1 \ V n p TOP OP CASING , "_-�.iD 4 4 4 BELOW,4 V - -- v 4� '� CoeR O 6X CCNC. BLOCK FOOTING MItiI S I N1Z o f i u J U' cc1 - j m Q of _ I c I � c MIN UNDISTURBED ` FORMATtON , NOT TO SCALE N � U MINIMUM DIMENSIONS FOR MANHOLE (OPTIONAL FOR PARKING AND LANDSCAPED AREAS) County of Suffolk Department of Environmental Control 1 1 1 1 1 1 1 1 1 i i VIII. DEWATERING PERMIT -1 I LJ NEW Y(IRK STATE DEPARTMENT Of ENVIRONMENTAL CONSIRVATInN PERMIT UNDER THE ENVIRONMENTAL CONSERVATION LAW ARTICLE IS, TITLE 1S (WATER SUPPLY) PERMIT ISSUED TO KSA No. W-3378 DEC No. 10-84-1020 Filed Date August 10, 1984 Town of Southold - Fishers Island Sewer District ADDRESS Of PERMITTEE c/o A. R. Lombardi Associates, Inc., 25 Terrace Drive, Vernon, CT 06066 1 t)( ATION OF PROJECT Western end of Fishers Island I)LS( RIPTIUN OF PROJECT ----__------- -- - _ To install and operate a temporary dewatering system during the construction of a new pump i station and installation of 7200' of sewer line. The system will consist of 4 inch diameter wellpoints connected by common header to a pump having a capacity of 200 gallons a minute. The maximum drawdown will be 9 feet. The pumping will be intermittent over a period of 60 days The daily pumping rate is estimated at 100,000 gallons. All water will be discharged into an ,existing storm drain. ( ()MML'NIIY NAME (City, Town, Village) Fishers Island ( OU, NIY Suffolk TOWN Southold FIA COMMUNITY NO. I DAM NO. PERMIT ISSUE DATE GENERAL CONDITIONS XV 4. The Department reserves the right to reconsider this permit at any r ure time and after due notice and hearing at that time to continue, rescind or modify this permit in such a manner as may be found to be just and equitable. 5. Granting of this permit does not relieve the applicant of the respons- ibility of obtaining any other permission, consent or approval which may 2. The Department reserves the right to rescind this permit or to take be required. whatever action it may deem suitable and proper if the works authorized 6. As a condition of the issuance of this permit, the applicant has to be constructed herein are not initiated by September 30, : 1985accepted expressly, by the execution of the application, the full legal responsibility for all damages, direct or indirect, of whatever nature, and •by whomever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and description resulting from the said project. 7. By acceptance of this permit the permittee agrees that the permit Is C i contingent upon strict compliance with the special conditions following. s. NOTg: only those special conditions following which have been marked Q apply. SPECIAL CONDITIONS ' J 8. All land within._ feet of any well shall be protected and controlled in order to prevent pollution of the ground or groundwater by direct ownership of the land or by the acquisition of protective ease- ments or other appropriate measures. I , U 9. This area shall further be protected from pollution by surface waters originating outside thereof by the construction of suitable- diver- sion ditches or embankments and the development of the water sources Shall be so carried out that there shall be no opportunity for pollution entering the water sources. [_1 10. The physical pumping facilities and controls shall be protected against dam.ge or tampering either by a fence of other suitable enclosure ur by their manner of construction and installation. 11. Before any water from the well(s) may be used for any purpose, a ter prolonged pumping test(s), the applicant shall have caused a sample of the water from each to be collected and analyzed, shall have submitted the results of such analyses to the Department and shall have been advised by the Department either that the water is of a satisfactory sahi- tary quality, or that certain specified treatment or purification thereof is necessary. In this last case such water shall be used only after full com- pliance with all cf the requirements of the Department. E] 12-. Nothing contained in this permit and approval shall be held to authorize the applicant to supply, sell or distribute water from this source of supply for any purpose unless all such water shall first have been treated and purified by disinfection (and filtration) in a manner satisfac- tory to the Department. (SEE REVERSE SIDE) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL CONDITIONS, Continued ❑ 13. The Department reserves the right to require the taking of further sanitary precautions or the further treatment or purification of the water from this source should conditions in the future indicate a need for such action. [_� 14. Granting of this permit by the Department is made subject to the granting of any approval by the (Delaware) (Susquehanna) River Basin Commission, which may be required under the provisions of the (Delaware) (Susquehanna) River Basin compact. ❑ 15. Individual meters shall be provided to measure all water supplied lo,each individual customer receiving service from this system. Master meters shall be installed on all sources of supply to measure all water pumped to the system. [_J 16. A minimum water pressure of 20 pounds per square inch shall be provided to customers at all times. An auxiliary source of power shall be provided to assure continued operation of the water supply during periods of electrical power failure. ❑ 17. An alarm system shall be provided with automatic signaling apparatus which will report when primary source equipment malfunctions, Plans for this alum system shall be submitted to and approved by the Public Service Commission prior to placing the water supply system in service. ❑ 18- Nothing contained herein shall be held to authorize the permittee to distribute water to any other district or service area which has not already been approved by the Department or its predecessors without hav- ing received a further permit from the Department. ❑ 19• Since the area to be served by the facilities permitted herein lies Within the 100 year flood plain and since the permittee has agreed to participate In the Federal Flood Insurance Program, all construction related to this permit and all new construction in the area to be served must comply with all construction standards which may be developed in implementing the program. NOTE: The following additional conditions are applicable to this permit: ❑ 20. In the event that any of the wells should fail or the comtuned yield of the wells should fall below gallons per minute, the Permit. tee shall installan additionalwell ortake such other appropriate measurt as may be directed by the Department. Such additional well, however. shall require an additional permit, for which a regular applic anon shall hi made. [J 21. The water supply facilities shall he installed prior tri thr• ti„iv ,, N purchaser of a residence shall reasonably require a connection iu tl,. system. This obligation shall be included as a covenant .n the need i n veying each lot to the purchaser and such covenant shall further ohhg,tr, the Permittee to provide a connection to the water system when reas,n,ih:, required by each purchaser. ❑ 22. Provisions shall be made to provide an adequate supply of w,rt,.r to those residents whose private well water systems are diminished or rendered non-productive by the use of the wells developed by the Permit- tee. IN 23. Provisions shall be made to minimize erosion during the construe - tion of the project and to prevent increased sedimentation in any w,iter body on or adjacent to the project. 124. Water used for disinfecting mains, if discharged to area stre.ims, must have a chlorine residual not exceeding0.05 mg/latpoint ofd ischaro-, ❑25 Upcon completion of the construction authorized by this Per iii, xi mencement of the taking of supplies of water from the source(s) w, author ivd - ,., fisting facilities indicated in this application as unnecessary to the future n(x+r,uui^ w in, system shall be permanently disconnected therefrom, the piping plugged ino .w, -dr, so disconnected capped and sealed, Al in manner satisfactory to the New `,-k �i.in Department of Health. The facilities thus abandoned shall not again be u,ed air Iwl ho water supply purposes without a further Permit from the Department of Emrronment,r Conservation. 26. The dewatering operations as proposed shall be carried out by well drillers duly regis- tered in accordance with Section 15-1525 of the Environmental Conservation Law. Before beginning any dewatering, the Applicant must notify,the Department of the proposed date of commencement and of the name of the registereO,well driller engaged for the operation. This notification shall include details of the d@wa�tering system to be installed such as the size, number and spacing of well points, pumplc�pacity, pumping rate, expected volume of water to be withdrawn and amount of water table drawdown, and -discharge points. Approval of such details are required before any dewatering may commence. 27. No alteration to tidal or freshwater wetlands shall occur. Also no discharge shall occur which will in any way result in sedimentation or 4eposition on tidal or freshwater wet- lands or otherwise indirectly effect them adversely,.', � ( 28. Whenever necessary, due to local conditions, the Department shall require the Applicant or contractor to provide physical, chemical and biological analysis as prescribed by the Department from the dewatering systems, waterways, streams and ponds which will be used as discharge sources for the dewatering systems. 29. Applicant and the contractor must obtain clearance from the Department before discharging any water into waterways, streams or ponds. Further, all precautions must be taken to avoid any adverse effect that could damage the stream or stream bed or cause flooding to the surrounding area. Water levels and water quality of ponds, lakes or streams shall be maintained within reasonable limits of initial conditions. 30. The entire dewatering operation in each instance ,and the apparatus connected therewith n SEE #JT�ED SHEET FOR CONTINUATION. `PERMIT ADMINISTRATOR r 1Jani�lt �l ADDRESSBldg. 409 SUNY --Room 219, Stony Brook, NY 11794 10-84-1020 -3378 Town of Southold - Fishers Island Sewer District 30. must at all reasonable hours be open to inS,puction and test b�., duly accredited representatives of this Department 31. Whenever necessary, due to local conditions, the Department shall require the installation of observation wells to be used for monitoring purposes and shall establish any limitation as may he needed in each instance. The right is reserved to require the Applicant to install tight steel sheeting around the perimeter of the dewatering area and, if necessary, the right to immediately cease the dewatering operation without further hearing. IX. BEACH STONE REMOVAL PERMIT an FAA PERMIT 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 i 1 1 1 1 New York State Department of Environmental Conservation Building 40, State University of New York Stony Brook, NY 11794 (516) 751-7900 December 27, 1984 Town of Southold c/o Fishers IslandiElerry District Attn: Plobert P. Knauff, F.I.F.D. Fishers Island, NY 06390 RE: 10-84-0922 Dear Sir: Henry G Williams Commissioner In conformance with the requirements of the State Uni crm Procedures Act (Article 70, ECL) and its implementing P.e(;uiat:or.s (6NYCRR Part 621) we are enclosing your permit. Please r+'ar _1 conditions carefully. If you are unable to comply with anyc:.:i- tions, please contact the Regional Regulatory At -'fairs Office, ':':' Department of Environmental Conservation, State C;niversit c` York at Stony Brook, Building 40, Stony Brco•r:, ?,Y 11794. Also enclosed is a permit sicn which you are to cons F-ic,.;c ;s:,_� post at the project site, protected from the ,vcathcr. Ver�, t r u ovrs, Charles T. Hamilton Alternate Re rior:a1 `Pere_t CTH/rb ' INSDEC, 7egional Permit administrator Bld q . 41, SIT 7--Roon 219 Stony gook, 17 11794 U: Permit Vo. Issued to (Agent) Dear Sir: Pursuant to General Condition Fumber 1 of the above referenced permit you are hereby =notified that the authorized activity shall commence on Thi.a notice is to be sent at least two days in advance of commencement of the project. The permit sign will be posted at the site and copy of permit will be available at site for inspection. Submitted by Failure to notify or post sign trill leave (••mer and/or contractor subject to applicable penalties for non-compliance frith permit conditions. --------------------------------------------------------------------------------- ' ITSDEC, .egional Pernit Administrator Mg. 41, SU;'Y--Room 219 Stony 'gook, ET 11794 RE: Permit Vo. Issued to (Agent) Dear Sir: Pursuant' -to Ceneral Condition .'umber 1 of the above referenced pewit you are hereby notified that the authorized activity eras completed on 1 Subnitted by (This notice is to be sent to above address promptly upon completion of pro .Act). ^allure to notify gill leave o -mer and/or contractor subject to applicable penalties for non-compliance iiith permit conditions. r r r r r rr rr rr rr it r� irr it rri irr irr it iiir it New York State Department of Environmental Conservation Ad& NOTICE Am Show IMW The Department of Environmental Conservation (DEC) has issued permit(s) pursuant to the Environmental Conservation Law for work being conducted on this site. For further informa- tion regarding the nature and extent of work approved and any Departmental conditions on it, contact the Regional Permit Administrator listed below. Please refer to the permit number shown when contacting the DEC. Permit No., 10-84-0922 Expiration Date 12/31/86 Altenlate Regional Permit Administrator 9520 1 (11/82) NOTE: This notice is not a permit 1 1 1 1 1 1 1 i i 1 1 1 1 t 1 1 Ilonitorin�; dell - Revision No. 2 Page 9 owner furnishes the elevation of the top of the casing, and all other provisions contained herein have been completed to the satisfaction of the Suffolk County Department of Environmental Control. Acceptance of the well will be announced in writing to the owner. AHS/ j b Attachments i t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT PERMIT NO. 10-84-0922 UNDER THE ENVIRONMENTAL CONSERVATION LAW 8 ARTICLE 15, (Protection of Water) ARTICLE 25, (Tidal Wetlands) ARTICLE 24, (Freshwater Wetlands) ARTICLE 36, (Construction in Flood Hazard Areas) PERMIT ISSUED TO Town of Southold c/o Fishers Island Ferry District ADDRESS OF PERMIT —p-• Knauff -�'-!.F.D. Fishers Island, NY 06390 LOCATION OF PROJECT (Section of stream, tidal wetland, dam, building) Out west end of Fishers Island along beach of Fishers Island Ferry District Long Island Sound DESCRIPTION OF PROJECT Remove 1200 yds. of stone from beach area by excavating no greater than 1' below existing -grade -ate-559'- area south of South Beach f northern runway of airport and 300' area, 400' north of western terminus of northern ranway as per supy!'ed , 1984. COMMUNITY NAME (City, Town, Village) TOWN Fishers Island _ Southold COUNTY FIA COMMUNITY NO. DAM NO. PERMIT EXPIRATION DATE Suffolk 12/31/86 GENERAL CONDITIONS 1. The permittee shall file in the office of the appropriate Regional Permit Administrator, a notice of intention to commence work at least 48 hours in advance of the time of commencement and shall also notify him promptly in .writing of the completion of the work. 2. The permitted work shall be subject to inspection by an authorized representative of the Department of Environmental Conservation who may order the work suspended if the public interest so requires. 3. As a condition of the issuance of this permit, the applicant has ac- cepted expressly, by the execution of the application, the full legal respon- sibility for all damages, direct or indirect, of whatever nature, and by whom- ever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and description resulting from the said project. 4. Any material dredged in the prosecution of the work herein permitted shall be removed evenly, without leaving large refuse piles, ridges across the bed of the waterway or flood plain or deep holes that may have a tendency to cause injury to navigable channels or to the banks of the waterway. 5. Any material to be deposited or dumped under this permit, either in the waterway or on shore above high-water mark, shall be deposited or dumped at the locality shown on the drawing hereto attached, and, if so prescribed thereon, within or behind a good and substantial bulkhead or bulkheads, such as will prevent escape of the material into the waterway. 6. There shall be no unreasonable interference with navigation by the work herein authorized. 7. That if future operations by the State of New York require an alteration in the position of the structure or work herein. authorized, or if, in the opinion of the Department of Environmental Conservation it shall cause unreasonable obstruction to the free navigation of said waters or flood flows or endanger the health, safety or welfare of.the people of the State, or loss or destruction of the natural resources of the State, the owner may be ordered by the Depart- ment to remove or alter the structural work, obstructions, or hazards caused thereby without expense to the State; and if, upon the expiration or revocation of this permit, the structure, fill, excavation, or other modification of the watercourse hereby authorized shall not be completed, the owners shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill and restore to its former condition the navigable and flood capacity of the watercourse. No claim shall be made against the State of New York on account of any such removal or alteration. 95-204 (9/75) 8. That the State of New York shall in no case be liable for any damagt or injury to the structure or work herein authorized which may be caused by o result from future operations undertaken by the State for the conservation o improvement of navigation, or for other purposes, and no claim or right t, compensation shall accrue from any such damage. 9. That if the display of lights and signals on any work hereby authorize is not otherwise provided for by law, such lights and signals as may be pre scribed by the L.,ited States Coast Guard shall be installed and maintaine, by and at the expense of the owner. 10. All work carried out under this permit shall be performed in actor dance with established engineering practice and in a workmanlike manner. 11. If granted under Articles 24 or 25, the Department reserves the righ to reconsider this approval at any time and after due notice and hearing t, continue, rescind or modify this permit in such a manner as may be found t be just and equitable. If upon the expiration or revocation of this permit, tht modification of the wetland hereby authorized has not been completed, tht applicant shall, without expense to the State, and to such extent and in suct time and manner as the Department of Environmental Conservation may require remove all or any portion of the uncompleted structure or fill and restore the site to its former condition. No claim shall be made against the State of Nev York on account of any such removal or alteration. 12. This permit shall not be construed as conveying to the applicant an right to trespass upon the lands or interfere with the riparian rights of other to perform the permitted work or as authorizing the impairment of any rights title or interest in real or personal property held or vested in a person not party to the permit. 13. The permittee is responsible for obtaining any other permits, ap provals, lands, easements and rights-of-way which may be required for thi project. 14. If granted under Article 36, this permit is granted solely on the basi of the requirements of Article 36 of the Environmental Conservation Law an, Part 500 of 6 NYCRR (Construction in Flood Plain Areas having Special Floo Hazards - Building Permits) and in no way signifies that the project will b free from flooding. 15. By acceptance of this permit the permittee agrees that the permi is contingent upon strict compliance with the special conditions on th reverse side. (SEE REVERSE SIDE) The follovinj candittuns OrPly tO nil perrits A. If any of the permit conditions or= "ncloar Ow 1,roLML SOW C-'!nrt the Division of 1Wfulatory Affairs at Ou sjlrun WC!wke v-r,o 506w. -:St P! his_Ee_r,_jL or approval a dry' conditions shall be availatle Lr F yrnjw.iE bj-t� work is in progress. The permit sign enclosed uith the j,rnit Pr a co:; of n -pro`: lkawr shall be protected from tLe ventwer and WOULd & a cons licopus IrCIL! n uork site until ccopletion of autLori;.1 worL. D. At least 45 hours prior LO corueucu:wnt of the pro�ecL, the ptr;ittaw Ml Complete ana return the top portion of GO LrClosed ruawipL, Wo. ccrWyjr- that he is fully a"arc of and undersunds "N rrovlsl-n� "no crA-Z as this perNic. Vithin one ueek of crrplecion of thu prniLOUV !%r' LQ bottom portion of that form shall also he cump:utud :an,.: :Ltnrnud. For projects involvia6 activities LG bu accu,711jh& ov,_r a :wriD. ", mor - than one year, tht peruittee shall- nctify it, 2n;IoAal. Permit Admi"iqtuntOr in writing at least 43 hours to Lne curTancement of rtsEAprinn of t,O ca.&I year. If project dosiln modificaticas uku place ofier perril; insihnCe, in neIM&MC Shall SLbMit tha approptian, plan Vmcs 1"r apprcval . tN Regional Permit Administrator prior Co undart—ing nP! nuch moll C—Li"n— The perniLtee is advised that subMant ill MOMQLLIVAY fuOuir, ion of a nwi apylication for pvrmiL. All necessary precautions shall be taken LO rruclrde ('or:AmlnatO. "I !1V wetlands Gr waters ay by suspendedsolids, scdWOM, WIS, Mvwnts' lubricants, epoxv coacinr, paints, concrpLw, VOCKLO or in Whur environLcmally dcleUrious materials ass-ciste! CLP ti,,: XvAct L ,,ny failure LO comply preMsely wQQ M V the rer_.n !P? C,QLC1WW Of thi- permit, unless authorized in writinv. nha!l Va t'- -.atoll as a vju!"K n the Qvironwental Conservation Lov. I. the permittee is advised to obtain any permits or nPprovOK Ont r:, required from the U.S. Npartmem of Wy Cort'_' N Z. n_ncors %ork District, 26 FederO Plaza, Veu York Zf WON, (:ttwnt&" QcVulaLcr- Functions Branch), Frith tc commurciap worL authrr;ved kcrciv. J. The gr3nting of this per: does nct relieve the pernittee of Cn rcyponna-0- ility of obtainin, a ryint, eascncnt, or nthcr vurossary apiruvAt irom'00- Division of Land Ltilization, Mice of OunyrAl Survicss. in -03 ""Q. Empire State Plaza, Albany, YV 1201, "hich may ue rcqni-L. . nr nhy encroachment upon Kate-uwned lauls under watur. Alternate 7,yLu"al joroit AMINWradeer ;fS Acpartment of Luviro"mcnral 7 -ns.. Stonv brook, VY 5754 (010) 751-717!� Lon: i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL CONDITIONS SPECIAL CONDITIONS A THROUGH J ATTACHED. PERMIT ISSUE DATE PERMIT ADMINISTRATOR terMte) ADDRESS 12/27/84 Charles T. Hamilton g. 4 0 , Stiny, StonyBrook,NY 11794 1 US DqX nTwV Eastern Region Federal Budding ( of law) Ghon John F Kennedy International AupW F*" Anion NOV 14 1984 Jamaica' NewYork 11430 Admirdihollon i RECrIP1Mr. Robert P. Knauff L VED Manager/ Secretary Fisher Island Ferry District 40V 1 ;984 P. 0. Box H Fishers Island, New York 06390 A. R. Lombardi Associates, ha+. ' Dear Mr. Knauff: Reference your letter of October 11, 1984, requesting our approval to use airport land to construct and maintain the Community and Cinema Systems of the Wastewater Treatment Facility as shown on drawings prepared by AR Lombardi Associates dated January 10, 1984. ' From the information presented, we concur that this construction will not impact airport operations nor future airport development. ' Relying on the information furnished in your letter, we find this proposal for a non -aeronautical use of airport lands to be unobjectionable. ' We recommend that during the constuction phase of this proposal, YOU issue a NOTAM indicating when, what equipment would be used, and how it would be marked relative to aircraft movements. Please furnish us a copy of any lease/right of way agreement with the Fishers Island Sewer District involving this land. Sincerely, John E. Glynn ' Airport Engineer 11 OPI CONTRACT DOCUMENTS FOR THE WASTEWATER TREATMENT FACILITY FISHERS ISLAND SEWER DISTRICT C-36-1149 TOWN OF SOUTHOLD NEW YORK JAN. 1984 HENRY SOUTHER ENGINEERING INC. A DIVISION OF A.R. LOMBARDI ASSOCIATES INC. COINTr.ACT DOCUTMENTS FOR 17ASTEWATET'. TREAT?1EiIT FACILITY MAY 19 8 4 REVISION JULY, 1984 FOR THE 1 FISIHER ' S ISIXTD SEWER DISTARICT C-36-1149 Engineer: lenry Souther Engineering Inc., a Division of A.R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut .��OF NEW)_ 5 05g16� �FESSIO�`�P\. 1 1 1 1 1 1 1 1 1 1 1 1 0 1 1 1 1 TABLE OF CONTENTS Subj ect Pages Invitation for Bids I-1/2 Instructions to Bidders IB -100/106-2 Bid Proposal IB -107/109 Non -Collusion Affidavit of Prime Bidder IB -110 Non -Collusion Affidavit of Subcontractor IB -111 Bid Bond IB -112/113 Certificate as to Corporate Principal IB -114 Statement of Bidder's Qualifications IB -114/116 Agreement IB -117/119 Performance Bond IB -120/122 Labor and Material Payment Bond IB -123/125 Certification of Nonsegregated Facilities IB -126 Certification by Bidder Regarding E.E.O. IB -127 Notice to Labor Unions or Other Organizations of Workers Nondiscrimination in EmploymentIB-128 Performance Bond Information Form IB -129 Certification of Bond and Insurance Coverage IB -130 Labor Standards Provisions IB -131/134 General Conditions GC -100/150 Supplementary General Conditions SCG -0/14 Special Conditions SC -100/111 Technical Specifications TS -1-1/5-9 ATTACHMENTS I. Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects Construction Contracts II. State and Federal Funding III. Sample Showing Information Required for a Contract Modification Under Construction Grant Program IV. Affirmative Action Requirements Equal Employment Opportunity V. Minority Business Enterprise/Woman Business Enterprise Requirements i TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 - FISHERS ISLAND WASTEWATER COLLECTION AND TREATMENT FACILITIES Sealed Bids for Fishers Island Wastwater Collection and Treatment Facilities C-36-1149-03, Fishers Island Sewer District, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until _1:00 p.m. Eastern Standard Time, April 15, 1985. Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. L 1 F. W. Dodge Company 305 Bic Drive Milford, Ct 06460 1 F. W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. L 1 Any unsuccessful Bidder, upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non -bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids ' or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has determined that Grantees and their Contractors shall obtain a minimum goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. rBids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS ACCOMPANIED BY THE REQUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be held at The Fishers Island Ferry District Office on Fishers Island 1:00 p.m., April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right,to waive any informalities or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold I-2 1a INSTRUCTIONS TO BIDDERS 1. BIDDING DOCUMENTS A complete set of forms consisting of Bid Proposal, Non -Collusion Affidavit of Prime Bidder, Non -Collusion Affidavit of Subcontractor, Bid Bond, Certi- ficate as to Corporate Principal, and Statement of Bidder's Qualifications is contained in these Contract Documents, for use as reference by Bidders. These particular forms are not to be filled out or detached from the Contract Documents. Two sets of these forms, i4entical to those in the Contract Documents, will be provided to each potential Bidder when he ob- tains Contract Documents. Each Bidder shall fill out and submit only one set of these forms. He may use the second set for record purposes. 2. INTERPRETATIONS OR ADDENDA No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Every request for such an interpre- tation shall be made in writing to the Town. Any inquiry received seven or more days prior to the date fixed for opening of Bids will be given consid- eration. Every interpretation made to a Bidder will be in the form of an Addendum to the Contract Documents and, when issued, will be on file in the Office of the Supervisor at least five days before Bids are opened. In addition, all Addenda will be mailed to each person holding Con- tract Documents, but it shall be the Bidder's responsibility to make inquiry as to the Addenda issued. All such Addenda shall become part of the Fontract and all Bidders shall be bound by such Addenda, whether or not received by the Bidders. f 3. EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS AND SITE OF WORK The Bidder is required to examine carefully the site of the work, and the proposal form, plans, special provisions, specifications and contract form for the work contemplated; and it will be assumed that he has judged for and • satisfied himself as to the conditions to be encountered, as to the charac- ter, quality and quantities of the work to be performed, materials to be fur- nished, and as to the requirements of the above documents and, in particular, but not limited to, what is required under each contract item, or under the general cost of the work, or another item, in the absence of certain contract items. An- subsurface information furnished is'based on the interpretation by the Tow►, of investigations made only at the specific locations indicated, -and no assurance is given that these conditions are necessarily typical of other lo- cations or that they have remained unchanged since the field data was ob- tained. No assurance is given that the presence or absence of water i.: sub- surface explorations at the time of these explorations will be represe.1tatives of actual conditions at the time of construction. The Contracts- sha!1 be solely. responsible for all assumptions, deductions, or conclusions he R -,y - make or derive from his examination of any furnished subsurface information. a- 100 4. ALTERNATIVE OR SUPPLEMENTAL BIDS No Alternative or Supplemental Bids will be considered unless such Bids are specifically requested in these Instructions to Bidders and shown on the Bid Proposal Form. 5. BIDS Bid Bond shall be secured by a Guaranty or a Surety Company listed in the a. All Bids must be submitted on forms supplied by the Town and shall be subject to all requirements of the Contract Documents, including the - Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Forms by the Bidder. b. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Af- _ fidavit(s), Certification(s) Regarding Equal Employment Opportunity and the Statement of Bidder's Qualifications (if requested), shall be en- I_ closed in envelopes (outer and inner, both of which shall be sealed and - clearly labeled with the words "Bid Documents", project number, name of Bidder, and date and time of Bid Opening in order to guard against pre- mature opening of the Bid. c. The Town may consider as irregular any Bid on which there is an altera- tion of or departure from the Bid Forms hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded on the basis of the low- est responsible Bid and the selected Alternative or Supplemental Bid items, if any. The Contract will require the completion of the work ac- cording to the Contract Documents. The Town reserves the right to reject ' the Bid of any Bidder it considers not responsible. 6. BID GUARANTY a. The Bid must be accompanied by a Bid Guaranty which shall be five percent (5%) of the amount of the total bid. At the option of the Bidder, the guaranty may be a certified check, negotiable U.S. Government Bonds (at par value), or a Bid Bond in the fore attached, provided such guaranty is accompanied by a Certificate of Surety evidencing sufficient bonding ca- pacity and is licensed to do business in the State of New York. The Bid Bond shall be secured by a Guaranty or a Surety Company listed in the latest issue of the U.S. Treasury Circular 570. The amount of such Bid Bond shall be within the maximum amount specified for such Company in said Circular 570. No Bid will be considered unless it is accompanied by the required Guaranty. Certified check must be made payable as stated in the Invitation for Bids. Cash deposits will not be accepted. The Bid Guaranty shall ensure the -execution of the Agreement and the furnishing of the Surety Bond or Bonds by the successful Bidder, all as required by _ the Contract Documents. b. Revised Bids submitted before the opening of Bids, whether forwarded by I_ mail or telegram, if representing an -increase In excess of two percent - IB -101 i (2%) of the original Bid, must have the Bid Guaranty adjusted according- ly; otherwise, the Bid will not be considered. c. Certified checks, Bid Bonds, and negotiable U.S. Government Bonds of un- successful Bidders will be returned in accordance with the Contract Doc- uments. 7. COLLUSIVE AGREEMENTS a. Each Bidder submitting a Bid to the Town for the work contemplated by the Documents on which bidding is based shall execute and attach there- to the Non -Collusion Affidavit(s) on the form(s) herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any Bid submitted. b. Before executing any subcontract, the successful Bidder shall submit the name of any proposed subcontractor for prior approval, and an affidavit in the form provided herein. 8. STATEMENT OF BIDDER'S QUALIFICATIONS a. Each Bidder shall, upon request of the Town, submit on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in the type of work embraced in the Contract, and his organization and equipment ( available for the work contemplated; and other pertinent information so contained on said form and, when specifically requested, the Town shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shalt furnish the Town all such information apd data for this purpose as it may request. The right is reserved to reject any did where an investigation of the available evidence or information does not satis- fy the Town that the Bidder is qualified to carry out properly the terms of the Contract. b. The Town also reserves the right to consider as not responsible any Bid- der who does not habitually perform with his own forces at least fifty percent (SO%) of the dollar value of the work involved in this Contract. c. At the option of the Town, a pre -award conference may be scheduled, pro- vided one (1) week's advance notice of the time and place of the same shall be given to the contractor. In the event of such a conference, the Town may,. in its notice to.the contractor, require the submission of j the Progress Schedule mentioned in the General Conditions. In the event such a schedule is required, the contractor will submit - the Progress Schedule to the Engineer at least three (3) full working days before the date of the conferdnce. 9. COMPETENCY OF BIDDERS . The Town reserves the right to select Bidders and may refuse to issue a pro- posal form to any individual, partnership, firm. or corporation based upon, 113-102 a.unit price for each of the items in the propo each Bidder shall inc iu pro -rata share of overhead an -pro itf so that the sun of the C products obta multiplyin%_the-66antity shown for each item by the IB -10 3 but not limited to, one or more of the following facts: a. For having defaulted on previous contracts. b. For having failed to complete contracts within the time required without acceptable reasons. c. For having performed similar work in an unsatisfactory manner. id. For having failed to prosecute work continuously, diligently, and coop- eratively in an orderly sequence. e. For failing to file with the Town a statement of Bidder's Qualifications, if required, on the form furnished by the Town, fully outlining the capi- tal equipment, work on hand, and experience of the Bidder. f. when, in the Town's judgment, the sworn statement indicates that the Bid- der does not have the required experience in the class of work to be bid on, fails to have the proper labor and equipment to prosecute the work within the time allowed, or fails to have sufficient capital and quick assets to finance the work. 10. DISQUALIFICATION OF BIDDERS More than one proposal for the same project from an individual, a firm or partnership, a corporation, or an association under the same or different names will not be considered. Reasonable ground for believing that any Bid- der is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such Bidder is interested. Any or all proposals will be rejected if there is reason to believe that coi- ' lusion exists among. the Bidders, and no participants in such collusion will be considered in future proposals for the sane work. Proposals in which the prices obviously are unbalanced may be rejected. Unbalanced prices shall be interpreted to mean that the unit price for any item is such that it is un- reasonable for that particular item when considered by itself and not con- sidered in -connection with the bid submitted on any other item or items. No Contract will be awarded except to competent Bidders capable of performing the class of work contemplated. 11. FAMILIARITY WITH LAWS, ETC. The Bidder is assumed to have made himself familiar with all Federal and State laws and local bylaws, ordinances, and regulations which in any manner affect those engaged or employed in the work, or materials or equipment used In or. upon the work, or affect the conduct. of the work; and no pleas of mis- understanding will be considered on account of his ignorance thereof. 12. UNIT PRICES a.unit price for each of the items in the propo each Bidder shall inc iu pro -rata share of overhead an -pro itf so that the sun of the C products obta multiplyin%_the-66antity shown for each item by the IB -10 3 16. WITHDRAWAL OF BIDS s Bids may be withdrawn on written or -telegraphic request dispatched by the Bidder in time for delivery in the normal course of business to the time I- fixed for opening, provided that written confirnmation of any telegraphic withdrawal over the signature of the Bidder is placed In the mail and post - IB -104 it Price Bid represents the Total Bid. The quantities shown in th Bi roposal are approximate estimated quantities only and are gi n only a a basis of calculation upon which the Award of the Co act is to be ma The Town does not assume any responsibility t these quantities 11 remain unchanged in the actual constru on, and the contractor sha not plead misunderstanding or decep on because of any variation between timated and final quantities he Unit Price Bid shall also include an llowance for increased rices due to changed mar- ket conditions during th period of the Co ract. Any Bid not.conform- I ing to these requirements be rejec . The special attention of all Bidders is called to these pro 'sio , for should conditions make it necessary to revise the quantiti no limit will be fixed for such in- creased or decreased quantiti nor tra compensation allowed, except for work not covered in t Drawings an&, Speci f icat ions as provided for in the Section: CHANG IN THE WORK under�eneral Conditions. b. All unit price will include the cost of per ming any incidental work not spe ically covered by the unit descripti but necessary and/ or conven' nt for the completion of the unit price wor i.e. Any excava- tion w,'r i include any necessary pumping and/or sheeting/shoring unless there are separate contract unit prices for pumping and/or sheeting/shor- ing). 13. CORRECTIONS Erasures or other changes in the Bid must be initialed by the Bidder. 14. TIME FOR RECEIVING BIDS Bids received prior to the advertised hour of opening will be securely kept sealed. The officer whose duty it is to open them will decide when the spe- cified time has arrived, and no Bid received thereafter will be considered, except that when a Bid arrives by mail after the time fixed for opening, but before the reading of all other Bids is completed, and it is shown to the satisfaction of the Town that the non arrival time was due solely to delay in the mails for which the Bidder was not responsible, will such Bid be re- ceived and considered. 15. OPENING OF BIDS At the time and place fixed for the opening of Bids, the Town will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and 1 other persons properly interested may be present, In.person or by representa- tive. 16. WITHDRAWAL OF BIDS s Bids may be withdrawn on written or -telegraphic request dispatched by the Bidder in time for delivery in the normal course of business to the time I- fixed for opening, provided that written confirnmation of any telegraphic withdrawal over the signature of the Bidder is placed In the mail and post - IB -104 f marked prior to the time set for Bid opening. The Bid Guaranty of any Bid- der withdrawing his Bid in accordance with the foregoing conditions will be returned promptly. 17. AWARD OF CONTRACT/REJECTION OF BIDS a. If the Contract is awarded, it will be awarded to the responsible Bidder submitting the lowest Bid complying with the conditions of the Invitation for Bids and the Instructions to Bidders. The Bidder to whom the award is made will be notified at the earliest possible date. The Town, how- ever, reserves the right to reject any and all Bids any to waive any in- formality in Bids received whenever such rejection or waiver is in its interest. b. The Town also reserves the right to consider as not responsible any Bid- der who does not habitually perform with his own forces at least fifty percent (50%) of the dollar value of the work involved in this Contract. 18. EXECUTION OF AGREEMENT/PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the Town, an Agreement in the form included in the Con- tract Documents i'n such number of copies as the Town may require. b. Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Bidder shall, within the period specified in Paragraph a. above, furnish a Performance Bond in a penal sum of not less than one hundred percent (100%) and a Labor and Material Payment Bond in • a penal sung of not less than one hundred percent (100X) of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms, or corporations to wham the Con- tractor may become legally indebted for labor, materials, tools, equip- ment, or services of any nature, including utility and transportation services employed or used by his in performing the work. Such bonds shall be in the same form as that included in the Contract Documents and shalt bear the same date as, or a date subsequent to, that of the Agree- ment. The current power of attorney for the person who signs for any Surety Company shall be attached to such bonds. These bonds shall be signed by a Guaranty or Surety Company licensed to sign surety bonds in the State of New York listed in the latest issue of the U.S. Treasury Circular 570, and the penal sum shall be within the maximum specified for such Company in said Circular S70. c.Only if required by local or State law, the contractor��shali submit a Contract Bond' in i leu of the "Performance. Bond' and Labor and Material Payment Bond". Said Contract Bond,gif required, shall be in :the form con- tatned herein. . d. Notwithstanding the foregoing, all bonds required by law shall be in ac- cordance with the form and substance so required by law. IB -105 fl e. The failure of the successful Bidder to execute such Agreement and to supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Town may grant based upon reasons determined sufficient by the Town, shall constitute a default, and the Town may either award the Contract to the next lowest Bidder or readvertise for Bids. In the event of such default, the Bidder shall be obligated to the Town in the amount of the Bid Guaranty as liquidated damages for such default. 19. RETURN OF PROPOSAL GUARANTY All proposal guaranties will be returned within five (5) working days follow- ing the award of the Contract. When the award is deferred for a period of time longer than ten (10) calendar days after the opening of the proposals, all guaranties except those of the three lowest responsible bidders will be returned. Should no award be made within forty-five (45) calendar days after the opening of proposals, all proposals may be rejected and the proposal guar- anties returned, except that with the approval of the Bidder and the Surety, the Town may extend the time for the award and may retain the proposal and proposal guaranty of the lowest responsible Bidder for as long a time as may be agreed upon by the Town, Bidder, and Surety. 20. WAGES AND SALARIES a. Attention of Bidders is particularly called to the requirements concern- ing the payment of not less than the prevailing wage and salary rates specified in the Contract Documents and the conditions of employment with respect to certain categories and classifications of employees. See the General Conditions. • b. The rates of pay set forth under the General Conditions are the minimum to be paid during the life of the Contract. It is, therefore, the re- sponsibility of Bidders to inform themselves as to local labor conditions, such as the length of the work day and work week, overtime compensation, health and welfare contributions, labor supply and prospective changes or adjustments of rates. 21. EQUAL EMPLOYMENT OPPORTUNITY a. Attention of Bidders is particularly called to the requirements for en- suring that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. b. Each Bidder submitting a Bid to the Town shall execute and attach thereto the Certification(s) Regarding Equal Employment Opportunity. Although the Bidder is not required to attach such Certification by proposed sub- contractors to his Bid, the Bidderals hereby advised of this requirwant so that appropriate action can he taken to prevent subsequent delay in subcontract awards. -c. Affirmative Action Requirements for the project are contained in Attachment IV. I{3- l:Ub-1 i 1 1 i L i PJ 1 L� 1 22. TAX EXEMPTIONS Under Chapter 513 of the Laws of New York, 1974 all materials and supplies sold to a Contractor and which are to become an integral, component part of a structure, building or real property owned by an exempt organization such as the Fishers Island Sewer District are exempt from the payment of New York State sales or compensatory use taxes. Therefore, the Contractor should not include any amount in its bid price to cover New York State sales tax for the above items. 23. USEPA's MASTER LIST OF DEBARMENTS Award of contract or subcontracts are specifically for- bidden to any firm or individual listed on USEPA's Master List of debarments/suspensions, and voluntary exclusions. The Contractor, if intending to award subcon- tracts should contact the Grantee who will in turn contact the appropriate NYSDEC Project Section Chief or Project Engineer to determine if an individual or firm is currently listed. 24. MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE The Contractor is advised thatthe project is subject to the New York State Department of Environmental Conservation Standard. MBE/WBE Conditions for Construction Contracts. The approved MBE goal for this project is 2%. The standard conditions for this construction contract are contained in Attachment V. IB - 106 - 2- BID PROPOSAL/LUMP SUM BID PROJECT NO. T0: Town of Southold Fishers Island Sewer District 53095 Main Road Southold, NY 11971 IGentlemen: 1. 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 Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel. labor, ma- terials, 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 unit and lump sum prices. (The price is to be written in both words and fi res. In case of discrepancy, those shown in words will govern rThe Lump Sum Base Bid by me (us) includes all work indicated on -the drawings and/or described in the specifications. LUMP SUM BID OF: DOLLARS (WRITTEN) and CENTS. $ C SIGNED DATE Iia -107 r� Z. In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agrees1to execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him for signature. 3. Security in the sum of Dollars ($ ) in the form of is submitted herewith in accordance with the Instructions to Bidders. 4. Attached hereto is: a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. b. The Bidder is prepared ro :ubmic a financial and experience statement upon request. CERTIFICATION Of NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further chat he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drink- ing fountains, recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, color, religion or national origin, be- cause of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods), 'he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding S10,000 which are not exempt from the provisions of the Equal Qpportu^ity claust and that he will retain such certifi- cations in his files. NOTE: The penalty for miaki^. F.a;n offers is prescribed in 18 U.S.C. Paragraph 1001. Date: Official Address: Addendum 1 I 2 3 4 By: t Title: RECEIPT OF ADDENDA Signature Firm's Treasury Number: All principals' Social Security Numbers and full home address: Principal's Name and Number: Principal's Full Address: 1 1 IB -109 Date NON -COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF ) SS. COUNTY OF ) being first 1 duly sworn, deposes and says that: 1. He is of the Bidder that has Submitted the attached Bid; for FISHERS_ ISLAND. WASTEWATER TRFATMFwr FArTI TTTFS, C-36-1149. _ 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly - with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of , 19 Notary Public My Commission Expires IB -110 iNON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1 a t STATE OF ) SS. COUNTY OF ) .t being first duly sworn, deposes and says that: 1. He is of hereinafter referred to as the "Subcontractor"; 2. He is fully informed respecting the preparation and contents of the Subcon- tractor's Proposal submitted by the Subcontractor to the Contractor for certain work in the construction of FISHERS ISLAND WASTEWATER TREATMENT FACTT,ITIFS C-36-114 3. Such Subcontractor's Proposal is genuine and is not a collusive or sham pro- posal; 4. Neither the Subcontractor nor any of its officers, partners, owners, agents, , representatives, employees or.parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly.or indirect- ly, with any other Bidder, firm or person to submit a collusive or sham Pro- posal in connection with such Contract or to refrain from submitting a Pro- posal in connection with such Contract, or has in any manner, directly or in- directly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcontractor's Proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor's Proposal, or to secure through collusion, conspiracy, conni- vance or unlawful agreement any advantage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the Subcontractor's Proposal are fair and prop- er and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of 19 Notary Public my Commission Expires 810 BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned as Principal, and as Surety, are held and firmly bound unto the Town of Southold hereinafter called the "Town", in the penal sum of Dollars, ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and as- signs, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the Accompanying Bid, dated , 19 , for the Construction of FISHERS ISLA" WASTEWATpp T1.IEA7,4FMT FArTJ.TTTF -36-1149 NOW THEREFORE, If the Principal shall not withdraw said Bid within the period spe- cified therein after the opening of the same, or within any extended time period agreed to by the Principal, Surety and Town, or, if no period be specified, within forty-five (45) days after the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Town in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper ful- fillment of such Contract; then the above obligation shall be null and void and of no effect, otherwise to remain in full force or virtue. Failure to comply with the aforementioned condition shall result in the forfeiture of this Bid Bond as liquidated damages. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this day of , 19 , the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. I No extension of time or other modification of this Bid Bond shall be valid unless agreed to in writing by the parties to this Bond. t IB- 112 IN PRESENCE OF: (SEAL) Individual Principal I Attest: Attest: Business Address (SEAL) Business Address By: Corporate Principal. Business Address Affix By: Corporate Seal Corporate Surety Business Address Affix By: Corporate Seat Countersigned By: *Attorney-in-fact. State of *Power -of -Attorney for person signing for Surety Company must be attached to Bond. IB -113 CERTIFICATE AS TO CORPORATE PRINCIPAL 1, certify that I am the .t Secretary of the Corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal was then of said Corpration; that 1 know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said Corpora- tion by authority of this governing body. (Corporate) (Seal I (Title) IB- 114 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the Town.) All questions must be answered and the.data given must be clear and comprehensive. This arate statement must be notarized. If necessary, questions may be answered on sep- attached sheets. The Bidder may submit any additional information he de- sires. 1. Name of Bidder. 2. Permanent main office address. 1 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? ' 6. Contracts on hand: (Schedule these, showing amount of each contract and the- heappropriate appropriateanticipated dates of completion.) 7. General character of 'work performed.by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why' 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company., stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this Contract. 12. List your experience in work similar to this project. 13. List the background and experience of the principal members of your organi- zation, including officers. 14. List the work to be performed by Subcontractors and summarize the dollar value of each Subcontract. 15. Credit available: S 16. Give bank reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Town? 18. The undersigned hereby authorizes and requests any person. firm or corpora- tion to furnish any information requested by the Town in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of 19 ISTATE OF COUNTY OF that he is Name of Organization and that the answers to the foregoing questions and all statements therein con- tained are true and correct. Subscribed and sworn to before me this day of , 19 My Commission Expires SS. By: Title: Name of Bidder being duly sworn deposes and says of IB- 116 19 Notary Public 1 11 AGREEMENT FISHERS ISLANTD WASTEWATER TREAT21EITT FACILITIES C-36-1149 THIS AGREEMENT, made this day of-' 19 by and between (a Corporation organized and existing under the laws of the State of )* (a Partnership consisting of )* (an individual trading as )* hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Town". WITNESSETH, That the Contractor and the Town, for the considerations stated here- in, mutually agree as follows: Article 1. Statement of Work: The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment and services, including utility and transportation services and perform and com- plete all work and required supplemental work for the completion of the Project in strict accordance with the 'hereinafter referenced Contract Documents, including all Addenda thereto, numbered all as prepared by the Town of Southold and in these Contract Documents, referred to as the "Engineer", "Owner", "Town", or 'District". Article 2. The Contract Price: The Town will pay the Contractor for the performance of the Contract in current funds, for the total unit price bid. *Strike out.the two terms not applicable. IB- 117 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Article 3. Contract Documents: The Contract Documents shall consist of the following including their attachments and exhibits): a. This Agreement b. Addenda C. Invitation for Bids d. Instructions to Bidders e. Signed copy of Bid, with all at- tachments required for the bidding i. Drawings (as listed in Schedule f. Special Conditions of Drawings) g. General Conditions j. Payment and Performance Bonds h. Technical Specifications k. Certificates of Insurance 1. Exhibits not included as part of the documents listed above This Agreement, together with other Documents enumerated in this Article 3, which said other Documents are as fully a part of the Contract as if hereto attached or herein repeated, forms the Contract between the parties hereto. IN WITNESS WHEREOF, The parties hereto have caused this AGREEMENT td be executed in six (6) original copies on the day and year first above written. ATTEST: By. Title: By: Title: Contractor Street City, State, Zip Code TO ,JN OF SOUTHOLD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CERTIFICATIONS: Icertify that I am the of the Corporation 1 named as Contractor herein; that who signed this Agreement on behalf of the Con- tractor, was then of the said. Corporation; that said Agreement was duly signed for and in behalf of said Corpo- ration by authority of its governing body, and is within the scope of its corpo- rate powers. IB -119 Corporate SEAL PERFORMANCE BOND FISHERS ISLAND WASTEWATER TREATMENT FACILITIES C-36-1149 KNOW ALL MEN BY THESE PRESENTS, chat as Principal, hereinafter called Contractor, .f and , as Surety, hereinafter called Surety, are held and firmly bound unto the Town of Southold as Obligee, hereinafter called Town, in the amount of Dollars ($ ), for payment whereof Principal and Surety bind themselves, [heir heirs, executors, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents_ WHEREAS, Contractor has by written agreement dated 19_ entered into a Contract with the Town for the Construction of Fishers Island Wastewater Treatment Facilir ss which Contract is by re erence e a part ereo and �s hereinafter referre to as the Contract. NOW, THEREFORE, The condition of this obligation is such that, if Contractor shall promptly and faithfully perform said Contract, including such remedial work as may be required under the guaranty during the period of guaranty and shall certify in writing that all wages paid under said Contract to any mechanic, laborer or work- man were equal to the rates or wages customary or then prevailing for the same trade or occupation in New York , then this obligation shall be null and void, otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Town. Whenever Contractor shall be, and declared by the Town to be in default under the Contract, the Town having performed the Town's obligations thereunder, the Surety may promptly remedy the default or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, by another Contractor acceptable to the Town, said other Contractor to ' act as an agent for the Surety, or 2. Obtain a Bid or Bids for submission to the Town for completing the Con- tract in accordance with its terms and conditions, and upon determina- tion by the Town and Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and Town-, and make available as work progresses (even though there should be a default or a succession of de- faults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the bal- ance of the contract price, but not exceeding, including, other costs and damages for which the Surety may be liable hereunder, the amount set ' IB -120 1 1 1 1 1 1 1 1 1 1 1 1 forth in the first paragraph hereof. The terms "balance of the contract price", as used in this paragraph, shall mean the total amount payable by the Town to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the Tarn to the Contractor. Unless otherwise required by law, any suit'under this Bond must be instituted be- fore the expiration of one (1) year from ttre date on which the guaranty period under the Contract expires. .1 . No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Town named herein or the heirs, executors, administra- tors and successors of the Town. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this day of , 19 , the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. IN PRESENCE OF: Attest: (SEAL) Individual Principal , Business Address By: By: IB -121 Business Address Corporate Principa Business Address (SEAL) Affix Corporate Seal 1 1 1 1 1 1 1 1 1 Attest: Corporate Surety Business Address Affix By: Corporate Seal Countersigned: By: *Attorney -in -Fact, State of =Power-of-Attorney for person signing for Surety Company must be attached to Bond. IB- 122 BOND NO. LABOR AND MATERIAI, PAYMENT BOND NOTE: This Bond is issued simultaneously with another Bond in favor of the Town ' conditioned for the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS, That as Principal (hereinafter called Principal), and as Surety (hereinafter called Surety), are held and firmly bound unto the Town of ' Southold as Obligee (hereinafter called Town) for the use and benefit of claim- ants as hereinbelow defined; in the amount of Dollars ($ ), for the payment whereof Principal and Surety, bind themselves, their heirs, executors, administrators, successors, and assigns, ' jointly and severally, firmly by these presents. WHEREAS. Principal has by written agreement dated , entered into a Contract with the Town for the Construction of the Fishers Island Was p .Wgtp .r Treatment FacilltieswYMM Contract is by reference made a part hereot,and is ereThai•ter—refi"err as the Contract. NOW, THEREFORE, The condition of this obligation is such that, if the said Principal shall promptly pay for all materials furnished and labor supplied or performed in the prosecution of the work included in and under the aforesaid Contract, whether or not the material or labor enters into and becomes a component part of the real asset, then obligation shall be null and void; otherwise it shall remain and be in full force and effect. PROVIDED, That any alterations which may be made in the terms of the Contract or in the work to be done under it, or the giving by the Obligee of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Obligee or the Principal to the other shall not in any way release the Principal and the Surety or either or any of them, their heirs, executors, administrators. successors or assigns from their liability hereunder, notice to the Surety of any such alterations, extension, or forbearance being hereby waived. Any party, whether a subcontractor or otherwise, who furnished materials ' or supplies or performs labor or services in the prosecution of the work under said Contract, and who is not paid therefor, may bring a suit on this Bond in th.. ' IB- 123 1 1 1 1 1 1 1 1 1 1 1 1 1 1 name of the person suing, prosecute the same to a final judgment, and have execu- tion thereon for such sum as may be justly due. IN WITNESS WHEREOF, The above -bounded parties have executed this instru- ment under their several seals this day of 0 ly the name and corporate seal of each corporate party being hereto of ixed and these presents signed by its undersigned represeAtative, pursuant to authority of its governing body. f IN PRESENCE OF: Attest: Individual Principal By By: IB -124 (SEAL) Business Address Business Address Corporate Principal Business Address (SEAL) Affix Corporate Seal 1 1 1. 1 1 Attest: Corporate Surety f Business Address Affix By: Corporate Seal Countersigned: By: *Attorney -in -Fact, State of *Pow'er-of-Attorney for person signing for Surety Company must be attached to Bond. IB -125 U.S. ENVIRONMENTAL PROTECTION AGENCY CERTIFICATION OF NONSEGREGATED FACILITIES ' Applicable to federally assisted construction contracts and related subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the Equal Opportunity clause. 1 1 1 1 1 1 i 1 i 1 1 1 1 1 1 1 The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facili- ties at any of his establishments, and that he does not permit his em- ployees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise.The federally assisted construction contractor agrees that (except where he has obtained identical certif- ications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the provisions of the Equal Op- portunity clause, and that he will retain such certifications in his files. Signature Date Name and Title of Signer (Please Type) The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (EPA, Region II, 2/24/75) 1B-126 OQIQ— 39 U.S. ENVIRONMENTAL PROTECTION AGENCY CERTIFICATION BY BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Bidder Project Number ' INSTRUCTIONS This certification is required pursuant to Executive Order 11246, Part II, Section 203 (b), (30 F.R. 12319-25). Each bidder is required to state in his bid whether he has participated in any previous con- tract or subcontract subject to the equal opportunity clause; and, if so, whether he has filed all compliance reports due under. applicable ' filing requirements. CONTRACTOR'S CERTIFICATION Contractor's Name: ' Address: 1 NAME AND TITLE OF SIGNER - PLEASE TYPE By: Date: (SIGNATURE) IB -127 (EPA, REGION II, 2/24/75) 00040 1. Bidder has participated in a previous contract or subcontract sub- ject to the Equal Opportunity Clause. YES NO 2. Compliance reports were required to be filed in connection with such contract or subcontract. YES NO If YES, state what reports were filed and with what agency. 3. Bidder has filed all compliance reports due under applicable ' instructions, including SF -100. YES NO 4. If answer to Item 3 is "NO", please explain in detail on reverse side of this certification. ' Certification - The information above is true and complete to the best of ray knowledge and belief. A willfully false statement is punishable by law. (U.S. Code, Title 18, Section 1001). 1 NAME AND TITLE OF SIGNER - PLEASE TYPE By: Date: (SIGNATURE) IB -127 (EPA, REGION II, 2/24/75) 00040 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS ' NONDISCRIMINATION IN EMPLOYMENT ' To: (Name of union or organization ot workers) The undersigned currently holds contract (s) with '(Name of Applicant) involving funds or credit of the U.S. Government or (a) subcontract (s) with a prime contractor holding such contract (s). You are advised that under the provisions of the above contract (s) or subcontract (s) and in accordance with Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: ' FIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING ' EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract (s) or subcontract (s) and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous ' places available to employees or applicants for employment. (Contractor or Subcontractor) ' (DATE) 1 IB -128 00.0,341 IB -129 00'042 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION ' DIVISION OF PURE WATERS Amount of Bond: $ BUREAU OF SEWAGE PROGRAMS Duration of Bond, From: To: Performance Bond Information Form Project C -36 - Construction Contract Number: Name of Contract: Name of Contractor: Address: Bonding Company or Person Issuing Security Bond: Address: r IB -129 00'042 Bonding Company Agent: Address: Amount of Bond: $ Duration of Bond, From: To: Bond: Identification Number of IB -129 00'042 ' SUGGESTED FORMAT CERTIFICATION OF BOND AND INSURANCE COVERAGE 000.344 IB -130 Name of Applicant: Project No.: Contract No.: ' CONTRACTOR: Contract Cost: $ ---------------------I-----------------I----------I----------I-------- I COMPANY & I I EXPIRATION DATE ITEM I POLICY NUMBER I AMOUNT I ORIGINAL I RENEWAL ' --------------------- I-- ----------I----------I----------I-------- Performance Bond I I I I 1 ---------------------I-----------------I----------I----------I-------- Labor & Material I I I I Bond I I I I ---------------------I-----------------I----------I----------I-------- Bodily Injury I I I I Public Liability I I I I ---------------------I-----------------I----------I----------I-------- Property Damage I I I I Liability I I I I ---------------------I-----------------I----------I----------I-------- Auto Public I I I I Liability I I I I ---------------------I-----------------I----------I----------I-------- Auto Property I I I I Damage Liability I I I . I ---------------------I-----------------I----------I----------I-------- Fire & Extended I I I I Coverage I I I I (Builder's Risk) I I I I - --------------I-----------------I----------I-----------I-------- workmen's I I N/A I I Compensation I I I I ---------------------I-----------------I----------I----------I-------- Owner's Protective I I I I Liability I I I I ---- --------I-----------------I----------I----------I-------- I certify that the above coverage in the amounts indicated is car- ried on the project. These policies will be kept in force for the duration of the construction of the project and will be renewed when necessary. These documents will be available for inspection by the U.S. En- vironmental Protection Agency personnel during the life of the project. By Date: ' (Name) (Title) 000.344 IB -130 1 1 P Ll 1 1 1 1 L �1 U.S. ENVIRONMENTAL PROTECTION AGENCY LABOR STANDARDS PROVISIONS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS DAVIS-BACON ACT (10 U.S.C. 276a-i76a-7) (a) .all mechanics and laborers. including apprentices and trainees. employed or working directly upon the site of the work shall be paid unconditionally and not less often than once a week. and without subsequent deduction or rebate on any ac- count (except such payroll deductions as are permitted by the Copeland Regulations (29 CFR Part 3)). the full amounts due at time of payment computed at wage rates not less than the aggre- gate of the basic hourly rates and the rates of payments. contri- butions. or costs for any fringe benefits contained in the wage determination decision of the Secretary of Labor which is at- tached hereto and made a part hereof. regardless of any contrac- tual relationship which may be alleged to exist between the Con- tractor or subcontractor and such laborers and mechanics. A copy of such wage determination decision shall be kept posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. (b) The Contractor may discharge his obligation under this clause to workers in any classification for which the wage deter- mination decision contains: 11) Only a basic hourly rate of pay, by making payment at not less than such basic hourly rate. except as otherwise provid- ed in the Copeland Regulations 129 CFR Part 3): or (2) Both a basic hourly rate of pay and fringe benefits pay- ments. by making payment in cash. by irrevocably making con- tributions pursuant to a fund. plan. or program for. and/or by assuming an enforceable commitment to bear the cost of. bona" fide fringe benefits contemplated by the Davis -Bacon Act. or by any combination thereof. Contributions made. or costs assumed. on other than a weekly basis shall be considered as having been constructively made or assumed during a weekly period to the extent that they apply to such period. Where a fringe benefit is_ expressed in a wage determination in any manner other than as an hourly rate and the Contractor pays a cash equivalent or pro- vides an alternative fringe benefit. he shall furnish information with his payrolls showing how he determined that the cost in- curred to make the cash payment or to provide the alternative fringe benefit is equal to the cost of the wage determination fringe benefit. In any case where the Contractor provides a fringe benefit different from any contained in the wage determi- nation. he shall similarly show how he arrived at the hourly rate shown therefor. In the event of disagreement between or among the interested parties as to an equivalent of any fringe benefit. the Contracting Officer shall submit the question. together with his recommendation. to the Secretary of Labor for final determi- nation. (c) The assumption of an enforceable commitment to bear the cost of fringe benefits. or the provision of any fringe benefits not expressly listed in section I (b)(2) of the Davis -Bacon Act or in the wage determination decision forming a pan of the contract. may be considered as payment of wages only with the approval of the Secretary of Labor pursuant to a written request by the Contractor. The Secretary of Labor may require the Contractor to set aside assets. in a separate account. to meet his obligations under any unfunded plan or program. (d) The Contracting Officer shall require that any class of la- borers or mechanics. including apprentices and trainees. which is not listed in the wage determination decision and which is to be employed under the contract shall be classified or reclassified conformably to the wage determination decision. and shall re- port the action taken to the Secretary of Labor. If the interested parties cannot agree on the proper classification or reclassiftca- EPA farm 5720-4 (5-73) IB -131 tion of a particular class of laborers or mechanics to be used. th Contracting Officer shall submit the question. together with h recommendation. to the Secretary of Labor for final determine tion. Apprentices and trainees may be added'under this claus only where they are employed pursuant to in apprenticeship c trainee program meeting the requirements of the Apprentice and Trainees clause below. (e) In the event it is found by the Contracting Officer that an laborer or mechanic. including apprentices and trainees. err ployed by the Contractor or any subcontractor directly on tt site of the work covered by this contract has been or is beir paid at a rate of wages less than the rate of wages required t paragraph (a) of this clause. the Contracting Officer may (1) E written notice to the Prime Contractor terminate his right to pr( ceed with the work. or such part of the work as to which thea has been a failure to pay said required wages. and (2) prosecu the work to completion by contract or otherwise. whereupc such Contractor and his sureties shall be liable to the Gover- ment for any excess costs occasioned the Government thereby. (f) Paragraphs (a) through (e) of the clause shall apply to th contract to the extent that it is (1) a prime contract subject to t( Davis -Bacon Act. or (2) a subcontract also subject to the Davi Bacon Act under such prime contract. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT—OVERTIME COMPENSATION (40 U.S.C. 3_7-333) (a) The Contractor shall not require or permit any laborer mechanic. including apprentices. trainees. watchmen. a guards. in any workweek in which he is employed on any wo under this contract to work in excess of R hours in any calene day or in excess of 40 hours in such workweek or work subject the provisions of the Contract Work Hours and Safety Standar Act unless such laborer or mechanic. including apprentict trainees. watchmen. and guards. receives compensation at a rt not less than one and one-half times his basic rate of pay for such hours worked in excess of S hours in any calendar day or excess of 30 hours in such workweek. whichever is the great, number of overtime hours. The "basic rate of pay." as used . this clause. shall be the amount paid per hour. exclusive of it Contractor's contribution or cost for fringe benefits. and an cash payment made in lieu of providing fringe benefits. or tt basic hourly rate contained in the wage determination. whiche er is greater. (b) In the event of any violation of the provisions of parattra (a). the Contractor shall he liable to any affected employee f any amounts due. and to the United States for liquidated da ages. Such liquidated damages shall be computed with respect each individual laborer or mechanic. including an apprentic trainee. watchman. or. guard. employed in violation of the pro, cions of paragraph (a) in the sum of SIO for each calendar day which such employee was required or permitted to be employ on such work in excess of S hours or in excess of the standa workweek of 40 hours without payment of the overtime wag required by paragraph la). APPRENTICES AND TRAINEES (a) Apprentices shall be permitted to work as +uch only wh, they are registered. individually. under a bona fide apprentic ship program registered with a State apprenticeship agent which is recognized by the Bureau of .Apprenticeship and Trai PAGE I OF A PAG 1 1 t 1 1 1 a 1 1� 1 1 ing, U.S. Department of Labor: or if no such recognized agency exists in a State. under a program registered with the aforesaid Bureau of Apprenticeship and Training. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate who is not a trainee as defined in paragraph (b) of this clause, and who is not registered as above, shall be paid the wage rate determined by the Secre- tary of Labor for the classification of work he actually per- formed. The Contractor shall furnish to the Contracting Officer written evidence of the registration of his program and appren- tices, as well as of the appropriate ratios allowed and the wage rates required to be paid thereunder for the area of construction. prior to using any apprentices in the contract work. The term ..apprentice" means (1) a person employed and individually reg- istered in a bona fide apprenticeship program registered with the U.S. Department of Labor. Bureau of Apprenticeship and Train- ing, or with a State apprenticeship agency recognized by the Bureau or (2) a person in his first 90 days of probationary em- ployment as an apprentice in such an apprenticeship program. who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training, or a State Apprenticeship Council (where appropriate) to be eligible for probationary employment as an apprentice. (b) Trainees shall be permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Labor. Manpower Administration. Bu- reau of Apprenticeship and Training. The term "trainee" means a person receiving on-the-job training in a construction occupa- tion under a program which is approved (but not necessarily sponsored) by the U.S. Department of Labor. Manpower Ad- ministration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. (c) In connection with contracts in excess of 510.000. the Cdh- tractor agrees as follows: (I) The Contractor shall make a diligent effort to hire for performance of work under this contract a number of appren- tices or trainees. or bah. in each occupation, which bears to the average number of the journeymen in that occupation to be em- ployed in the performance of the contract the applicable ratio as let forth in paragraph (d) of this clause. (2) The Contractor shall insure that 25 percent of such ap- prentices or trainees in each occupation are in their first year of training. where feasible. Feasibility here involves a considera- tion of (i) the availability of training opportunities for first year apprentices. (ii) the hazardous nature of the work for beginning workers. and (iii) excessive unemployment of apprentices in their second and subsequent years of training. (3) The Contractor shall. during the performance of the contract. to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the require- ments of paragraphs (c) (1) and (c)(2) of this clause. (4) The Contractor shall maintain records of employment on this contracxby.trade of the number of apprentices and train- ees. apprentices and trainees in first year of training. and of jour- neymen. and the wages paid and hours of work of such appren- tices. trainees. and journeymen. In addition, the Contractor who claims compliance based on the criterion set forth in paragraph (c) (6) 60 of this clause shall maintain such records of employ- ment on all his construction work in the same labor market area. both public and private. during the performance of this contract. In each of the above cases the Contractor shall make such records available for inspection upon request of the Department of Labor or the Contracting Officer. (5) The Contractor shall supply one copy of each of the written notices required in accordance with paragraph (c)(6)(iii) of this clause at the request of the Contracting Officer. The Con- tractor also agrees to suooly at 3 -month intervals during the per - EPA Pere 5720-4 (5-73) IB -132 formance of the contract and after completion of contract p formance a statement describing steps taken toward makini, diligent effort and containing a breakdown by craft. of ho, worked and wages paid for first year apprentices and traine other apprentices and trainees. and journeymen. One copy of statement will be sent to the Contracting Officer and one copy the Secretary of Labor. (6) The Contractor will be deemed to have made a " dilige effort" as required by paragraph (c( ( I) if during the p formance of this contract. he accomplishes at least one of following three objectives: (i) The Contractor employs under t contract a number of apprentices and trainees by craft. at le equal to the ratios established in accordance with paragraph of this clause. or 00 the Contractor employs. on all his constr tion work. both public and private, in the same labor mar area. an average number of apprentices and trainees by crat least equal to the ratios established in accordance with paragr. (d) of this clause. or (iii) the Contractor (A) if covered b - collective bargaining agreement. before commencement of : work on the project. has given written notice to all joint apps ticeship committees. the local U.S. Employment Security Otfi local chapter of the Urban League. Workers Defense League. other local organizations concerned with minority employme and the Bureau of Apprenticeship and Training Representati U.S. Department of Labor. for the locality of the work: (B) if covered by a collective bargaining agreement. has given writ notice to all of the groups stated above. except joint apprenti ship committees. and will in addition notify all non -joint appr ticeship sponsors in the labor market area: (C) has employed qualified applicants referred to him through normal chanr (such as the Employment Service. the Joint Apprentices Committees. and where applicable. minority organizations : apprentice outreach programs who have been delegated t function) at least up to the number of such apprentices and trz ees required by paragraph (d) of this clause: (D) notice. as ferred to herein. will include at least the Contractor's name address. the agency designation. the contract number. job address. value of the contract. expected starting and complex dates. the estimated average number of employees in each oc pation to be employed over the duration of the contract wo and a statement of his willingness to employ a number of aper tices and trainees at least equal to the ratios established in cordance with paragraph (d) of this clause. (d) The Secretary of Labor has determined that the applicar ratios of apprentices and trainees to journeymen in any occup tion for the purpose of this clause shall be as follows: (1) In a: occupation the applicable ratio of apprentices and trainees journeymen shall be equal to the predominant ratio for the occ pation in the area. where the construction is being undertake set forth in collective bargaining agreements. or other empl( ment agreements. and available through the Bureau of Appr ticeship and Training Representative. U.S. Department of I bar. for the applicable area. (2) for any occupation for which ratio is found. the ratio of apprentices and trainees to jourm men shall be determined by the Contractor in accordance w the recommendations set forth in the Standards of the Natio Joint Apprentice Committee for the occupation. which are on at offices of the U.S. Department of Labor's Bureau of Appre ticeship and Training: and (3) for any occupation for which such recommendations are found. the ratio of apprentices a trainees to journeymen shall be at least one apprentice or train for every five journeymen. PAYROLLS AND BASIC RECORDS (a) The Contractor shall maintain payrolls and basic recor relating thereto during the course of the work and shall preser them for a period of 3 years thereafter for all laborers and rr chanics. including apprentices. trainees. watchmen. and quart PAG! 2 OR ♦ PAGE 1� 1 F1 t 1 a 1 1 1 �%orking at the site of the work. Such records shall contain the mune .and address of each such employee. his correct classifica- non. rate of pay (including rates of contributions for. or costs .assumed to provide. fringe benefits). daily and weekly number of hours worked. deductions made and actual wages paid. Whenev- er the Contractor has obtained approval from the Secretary of I.ahor as provided in paragraph Ic) of the clause entitled "Davis - Bacon Act." he shall maintain records which show the commit- ment. its approval. written communication of the plan or pro- gram to the lahurers or mechanics affected. and the costs antici- pated or incurred under the plan or program. ih) The Contractor shall submit weekly a copy of all payrolls to the Contracting Officer. The Prime Contractor shall be respon- .ible for the submission of copies of payrolls of all subcontrac- tors. The copy shall he accompanied by a statement signed by the Contractor indicating that the payrolls are correct and com- plete. that the wage rates contained therein are not less than those determined by the Secretary of Labor. and that the classi- fications set forth for each laborer or mechanic. including ap- prentices and trainees. conform with the work he performed. Submission of the '-Weekly Statement of Compliance" required under this contract and.the Copeland Regulations of the Secre- tary of Labor 129 CFR Part 3) shall satisfy the requirement for submission of the above statement. The Contractor shall submit also a copy of any approval by the Secretary of Labor with re- spect to fringe benefits which is required by paragraph (c) of the clause entitled "Davis -Bacon Act." Ic) The Contractor shall make the records required under this clause available for inspection by authorized representatives of the Contracting Officer and the Department of Labor. and shall permit such representatives to interview employees during work- ine hours on the joh. COMPLIANCE WITH COPELAND REGULATIONS The Contractor shall comply with the Copeland Regulations of the Secretary of Labor (29 CFR Part 3) which are incorporated herein by reference. WITHOLDING OF FUNDS (a) The Contracting Officer may withhold or cause to he with- held from the Prime Contractor so much of the accrued pay- ments or advances as may be considered necessary (1) to pay laborers and mechanics. including apprentices. trainees. watch- men. and guards. employed by the Contractor or any subcon- tractor on the work the full amount of wages required by the con- tract. and (2) to satisfy any liability of any Contractor for liqui- dated damages under paragraph (b) of the clause entitled "Con- tract Work Hours and Safety Standards Act—Overtime Com- pensation." (h) If any Contractor fails to pay any laborer. mechanic. ap- prentice. trainees. watchman. or guard. employed or working on the site of the work. all or part of the wages required by the con- tract. the Contracting Officer may. after written notice to the Prime Contractor. take such action as may be necessary to cause suspension of any further payments or advances until such viola- . nuns have ceased. SUBCONTRACTS The Contractor agrees to insert the clauses hereof entitled "Davis -Bacon act." "Contract Work Hours and Safety Stand- ards >ct—Overtime Compensation." "Apprentices and Train- ee,." "Payrolls and Basic Records." "Compliance with Cope- land Regulations." "Withholding of Funds." "Subcontracts." and "Contract Termination—Debarment" in all subcontracts. The term "Contractor" as used in such clauses in anv subcon- tract shall be deemed to refer to the subcontractor except in the phrase 'Prime Contractor." EPA Rena 5720_4 (573) IB -133 CONTRACT TERMINATION—OEBARMENT A breach of the clauses hereof entitled "Davis -Bacon Ac "Contract Work Hours and Safety Standards Act—Overtc Compensation." "Apprentices and Trainees." "Payrolls a Basic Records." "Compliance with the Copeland Regulations "Withholding of Funds." and "Subcontracts" may be grour for termination of the contract. and for debarment as provided 29 CFR 5.6. NONDISCRIMINATION PROVISIONS During the performance of this contract. the contractor agre as follows: ( I) The contractor will not discriminate against any empla ee or applicant for employment because of race. color. religit sex. or national origin. The contractor will take affirmative act to ensure that applicants are employed. and that employees treated during employment without regard to their race. col religion. sex. or national origin. Such action shall include. not be limited to the following: Employment. upgrading. der tion, or transfer: recruitment or recruitment advertising: lay or termination: rates of pay or other forms of compensation: selection for training. including apprenticeship. The contras agrees to post in conspicuous places. available to employees r :applicants for employment. notices to be provided setting fo the provisions of this nondiscrimination clause. (2) The contractor will. in all solications or advertiseme for employees placed by or on behalf of the contractor. state t all qualified applicants will receive consideration for emph ment without regard to race. color. religion. sex. or national gin. (3) The contractor will send to each labor union or rep sentative of workers with which he has a collective bargain :agreement or other contract or understanding. a notice to provided advising the said labor union or workers' represer tives of the contractor's commitments under this section. shall post copies of the notice in conspicuous places available employees and applicants for employment. (4) The contractor will comply with all provisions of Exe rive Order 11246 of September 24. 1%5. and of the rules. regi. tions. and relevant orders of. the Secretary of Labor. (5) The contractor will furnish all information and rept required by Executive Order 11246 of September 24. 1965. a by rules. regulations. and orders of the Secretary of Labor. pursuant thereto. and will permit access to his books. recon and accounts by the administering agency and the Secretary labor for purposes of investigation to ascertain compliance w such rules. regulations. and orders. (h) In the event of the contractor's noncompliance with nondiscrimination clauses of this contract or with any of the s rules. regulations. or orders. this contract may be canceled. urinated. or suspended in whole or in part and the contractor n he declared ineligible for further Government contracts or fec ally assisted construction contracts in accordance with pro Jures authorized in Executive Order 11246 of September 1965. and such other sanctions may be imposed and remec invoked as provided in Executive Order .1.1246 of September 1965. or by rule. regulation. or order of the Secretary of Lab or as otherwise provided by law. (7) The contractor will include the portion of the center immediately preceding paragraph (1) and the provisions of pa graphs ( I ) through (7) in every subcontract or purchase on unless exempted by rules. regulations. or orders of the Secrets of Labor issued pursuant to section 204 of Executive Orc 11246 of September 24. 1%5. so that such provisions will binding upon each subcontractor or vendor. The contractor u take such action with respect to any subcontract or purcha order as the administering agency may direct as a means of forcing such provisions. including sanctions for noncompliant PAGE 3 OP 4 PAGE 1 1 1 1 1 1 l 1 1 1 1 1 1 1 1 Provided. however. That in the event a contractor becomes in- volved in. or is threatened with. litigation with a subcontractor or vendor as a result of such direction by the administering agency. the contractor may request the United States to enter into such litigation to protect the interests of the United States. CONTRACT WORK HOURS AND SAFETY STANOARDS ACT —SAFETY ANO HEALTH (40 U.S.C. 327.333) (a) The contractor shall not require any laborer or mechanic employed in the performance of the contract to work in sur - 1! PA Porn 5720-4 (5-77) IB -134 roundings or under working conditions which are unsanitary hazardous. or dangerous to his health or safety. as determines under construction safety and health standards promulgated oy regulations of the Secretary of Labor. (b( The contractor shall comply with the Department of Labor Safety and Health Regulations for Construction promulgateL under section 107 of the Contract Work Hours and Safety Stand ards Act (40 U.S.C. 327 et seq.(. PAGE < OF l PAGE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS NOTE: The headings of the articles herein are intended for the convenience of refer- ence only and shall not be considered as having any bearing on their interpretation. 1.0 GENERAL CONDITIONS 1.1 Introduction 1.2 Definitions 1.3 Superintendence by Contractor 1.4 Subcontracts 1.5 Other Contracts 1.6 Fitting and Coordination of Work 1.7 Mutual Responsibility of Contractor 1.8 Layout of Work _ 1.9 Progress Schedule 1.10 Payments to Contractor 1.11 ChLnges in the Work , 1.12 Changes in Subsurface Conditions 1.13 Claims for Extra Cost 1.14 Termination; Delays and Extension*; and Liquidated Damages r1.15 Assignment or Novation 1.16• Engineer's Authority Contract 1.17. Specifications and Drawings 1.18 Shop Drawings 1.19 Requests for Supplementary Information 1.20 Materials and Workmanship L GC -100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.21 Samples, Certificates and Tests 1.22 Permits and Codes 1.23 Care of Work 1.24 Accident Prevention 1.25 Sanitary Regulations 1.26 Use of Premises 1.27 Removal of Debris, Cleaning, Etc. 1.28 Inspection/Acceptance of the Work 1.29 Review by Town 1.30 Final Inspection 1.31 Deductions for Uncorrected Work 1.32 Insurance 1.33 Patents 1.34 Warranty of Title 1.35 General Guaranty 1.36 Arbitration and Litigation 1.37 Risk of Loss `• 1.38 Required Provisions Deemed Inserted 1.39 Corrections 1.40 Safety Provisions 1.41 Night Work, Sundays and Holidays 1.42 Obstructions Encountered GC -101 1.43 Existing Utilities, Structures and Fixtures 1.44 Control of Existing Flows Flood Flows 1.45 Sewage, Surface, Groundwater and 1.46 Connecting to Existing Work 1.47 Existing Improvements 1.48 Access to Site 1.49 Weather Conditions/Work in Freezing Weather 1.50 Intoxicating Liquors 1.51 Indemnity Clause Provisions 1.52 Non -Federal Labor-Standards 1.53 Maintenance 1.54 Construction Safety and Health Standards 1.55 "Or equal" clause d 1.56 Chancres in Work 1.57 Payments to Contractor 1.58 TMMC Access to Site GC-102 GENERAL CONDITIONS 1. 1 C r,TP T AND ?T T 'T'1'T 0. .AC COt RAC DOCCIP�.. , S . The Plans, Specifications and Addenda shall form part of this Contract and the provisions thereof shall be as bind- ing upon the parties hereto as if they were herein fully I set forth. The table of contents, titles, headings, run- ning headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer. 1.2 Definitions: The following words, terms, phrases, initials and abbrevia- tions, where used in this volume and in the other related contract documents (drawing, Information for Bidders, Proposal, Contract Agreement and Special Provisions, etc.) shall, insofar as the text admits and subject to the clear intent of the particular use, be read and held to have the meanings indicated by the following definitipns and directions: ADDENDA A supplement to the Information for Bidders, P oposal or Special Provisions, issued by the Engineer to pro- spective bidders to amend original bidding information. AS DIRECTED Read as if fall test were "...as dir cted by �phe engi- AS ORDERED neer....." or ".....as ordered by -the Engineer...... . AS INDICATED Read as though full text were ".....as indicated by con- tract documents...." and/or ".....as shown by drawings and/or described to Specifications, Special Provisions or other contract document.....". AS NEEDED Read as if full text were ".....as needed (or required) AS REQUIRED for the fulfillment of the intent of the drawings, Spe- cifications, project, etc....." or ".....as needed (or required) to complete or execute the proposed work in good order.....". ASTM When followed by a number or numbers, refers to pub- lt.shed specifications of the American Society for Test- ing Materials and to the particular specification indi- cated by the accompanying numbers or designation. In certain cases, the published specification of a given number refers in part to some other specification in the same series, by number, and such second reference shall _ be understood as included within the original reference GC -103 GC- 104 contained herein. BIDDER The person, persons, firm or corporation, or the combi- nation of them, who made or contemplates making a pro- posal to the Town to furnish materials or equipment, or perform the work contemplated by the proposed or exist- ing Contract in question, and more specifically to the particular Bidder whose proposal has been accepted. BIDDERS The collective group of bidders or prospective bidders for a given contract. CONSTRUCTION In broad use, this will include all of the furnishing OF THE WORK and delivery of materials, equipment, etc., and/or build- ing of sewers, structures and appurtenances to be fur- nished, delivered, performed or built by the Contractor under the Contract, or certain narrower uses will refer only to the building of physical things such as sewers, drains, structures and their appurtenances. CONTRACT The undertaking or agreement between the Town and the Contractor to furnish and deliver certain materials, perform certain services and build certain sewers or structures and, more specifically where the context re- quires, the document described herein as the "CONTRACT AGREEMENT". tCONTRACT The document signed by representatives of'the Town and AGREEMENT the Contractor as written evidence of the fact that a contract has been entered into by them and setting down in written form certain of the terms and conditions thereof, being one portion of the whole group of docu- ments comprising the description and written statement of the whole contractual undertaking. CONTRACT The group of documents describing the terms and condi- DOCUMENTS tions of the contractual undertaking and including the drawings named in the leformttom for Bidders illustrat- ing the work contemplated by the Contract, standard practices of the Town, and such other drawings as may be made part of the Contract, together with the Information for Bidders on which the Proposal was based and addenda thereto, if any, issued to prospective bidders, the Pro- posal made by the Contractor to the Board of Contract and Supply which forms the price basis of the Contract, and Special Provisions prepared for and descriptive of the work contemplated herein and furnished to bidders, the Contract Agreement, Specifications, Surety Bond, and other documents, if any, made part of the Contract. But, in general, more correspondence or conversation between agents of the Town and the Contractor will not be consid- ered to be "contract documents" as that term is used herein. GC- 104 CC -105 CONTRACTOR The person, persons, corporation, party or parties con- tracting with the Town of- Southold as party of the second part to the Contract to furnish or deliver mate- rials, construct certain work or perform certain ser- vices as contemplated by the Contract, or any of them, including his, her, their or its employees, agents, ser- vants, heirs, successors and assigns, together with any any all subcontractors employed by said principal Con- tractor, suppliers of materials and their agents when on or near the site or sites of the work for purposes aris- ing out of or in connection with any incident of the Contract. For convenience, the Contractor, as above, will be re- ferred to by the third person singular pronouns, (he, his, or him) irrespective of the sex, or plural or cor- porate nature of the Contractor. DIRECTED See "As Directed". SEVER The Town of Southold party of the first part to the DISTRICT Contract, acting by its Sewer District and the latter acting, as the particular instance may require by corpo- rate act or vote of the Sewer District being a Sewer District of the Town of Southold , by the Chairman of 'the District, by the Town Supervisor or by other proper officers or agents, each limited according to the duties and powers assigned to him. DRAWINGS The plans or drawings described in the Information for Bidders and made part of the contract documents as Il- lustrating the proposed work or Project and the require- ments of the Town with respect to.the Contract, together with such supplemental or additional drawings by the En- gineer as may be needed from time to time to illustrate particular requirements Is more detail. "Drawings" may also be referred to as "plans" or similar works. Draw- ings will consist of two general groups: (a) drawings prepared for and illustrating the particular project, and (b) drawings prepared to illustrate the customary practices and requirements of the Town, typical details of conventional structures or portions of the work, etc. In general, where not otherwise indicated or required by the text, the work "drawings" will usually refer to and only include those described in the Information for Bid- ders. Drawings prepared for or submitted by the Contrac- tor, or by suppliers of equipment or materials, will be so described when such drawings are meant. - The word "plan" or "plans" may be read as synonymous with the work "drawing" or "drawings" where the context so requires. CC -105 1 1 1 C r f I "- ENGINEER The Engineer of the Tarn, acting according to the duties assigned to him by the Director of Public Works of the Town, and also the representatives of said Engineer, when acting within and limited by the particular duties and powers assigned to each. See also "Manager" and "Inspec- tor". See text of Contract Agreement with respect to functions of the Engineer with respect to performance of Contract. HE, HIS, HIM These pronouns may be used with reference to the Contrac- tor or any person or party acting under or for the Con- tractor, irrespective of the sex, plurality, or corporate character of the Contractor, where the context indicates that the Contractor is referred to. Elsewhere these pro- nouns will be used in the usual manner. INDICATED See definition phrase "As Indicated" previously described. INFORMATION One of the contract documents prepared by the Engineer FOR and issued to prospective bidders, giving thew informa- BIDOERS tion relative to the proposed contract sed work contem- plated therein, and giving directions for Preparing and submitting proposals for the worliq being attached to and Issued with the Proposal form. Where the context admits, the Information for Bidders will also include any and aft addenda issued by the En- gineer to prospective bidders, to writing, between the preparation of the original text of the Information for Bidders and the time for receiving and opening proposals, if such addenda are intended to amend or amplify the original Information for Bidders. But more oral state- ments by Town officers and employees, or correspondence not intended to be addressed to all prospective bidders as "addenda" and not intended to amend the original In- formation for Bidders will not be considered as part of the information for Bidders. INSPECTOR A person assigned by the Engineer to ex- amine and test materials and work proposed to be furnished under the Contract, to observe the construction of the pro- ject, or any part thereof, to assist the Contractor in the Interpretation of drawings, specifications and other con - GC -106 r I tract documents, to snake measurements for and to keep records for the Engineer, and to report to the Engineer on the performance of the Contractor relative to the work, all as and only as instructed by the Engineer. iNo inspector shall be deemed authorized to receive or accept notices required to be given to the Engineer or the Town, nor to waive any requirement of any contract document, nor to modify or alter or amend any order of the Engineer. Inspectors shall not be expected to act as assistants to, or foremen, clerks, or the like, for the Contractor and his staff. If any inspector at any time does per- form any duty of or for the Contractor, it must be agreed that such act by the inspector is a voluntary act, with- out compensation and without liability. 1 GC- 107 I77 L� MAINTENANCE The period or periods during which the Contractor is re - PERIOD quired to maintain and correct defects in the work or any part thereof. As applied to any specific portion of the work, the "maintenance period" may be understood to include the whole period between the time of construction of that part of the work, or the delivery of that part of the materials, and the final end of the final maintenance period, including the period between the time when any particular portion of the work or materials is completed and the expiration of one year next following final com- pletion of all construction or delivery of work and ma- terials. NEEDED/ The phrases ".....as needed....." and/or ".....as neces- NECESSARY sary..... " will in general wean as needed or as reason- ably necessary and convenient for the full performance of the work, etc., in accordance with the requirements of the Contract and related plans, Specifications, Spe- cial Provisions, etc., and/or as required by law or or- dinance, or by the conditions of a permit issLld by a proper public body or officer. ORDERED See "As Ordered". r 1 GC- 107 I77 L� PERFORMANCE BOND A surety bond furnished by the Contractor to secure ful- fillment of the contract on his part. Also called "surety bond" and surety thereon the "surety". PLANS Sometimes used in lieu of "drawings" or "contract draw- ings", which see. PROJECT The public improvement of which the work or material to be built or furnished under the Contract is an essential part. May also be used as synonym for '4/ork" in text of contract documents. PROPOSAL The proposal or bid submitted by the bidder, who may have subsequently became the Contractor, to the Board of Con- tract and Supply. Inhere used relative to incidents occur- ring before the award of any contract thereon, the word "Proposal" will refer to the proposal form as submitted by the particular bidder in question. Where used rela- tive to any incident arising or likely to arise after the award of the contract, the word "Proposal" will refer to the specific proposal or bid submitted by the bidder who has then become the Contractor, and upon which proposal the award of the contract was made by the Board of Con- tract and Supply. If a proposal has been amended by agreement between the Town and the bidder, the word "Pro- posal" shall apply to the proposal as amended. If any bid price was omitted and a price sypplied therein by the Board of Contract and Supply, the Engineer, or other Town agent as provided in the Information for Bidders, the word ' "Proposal" shall wean the original proposal amended by the insertion of that omitted price or prices, or item or items. REQUIRED See "As Required". RIGHT -OF -WAS(/ Line or strip of land along which, the Town owns the right RIGHTS-OF-WAY to construct, maintain, etc., sear and rights possessed by the Town. in case of saver or structure to be located In a public street, rights Brill visually be limited to lines of the public highway and to such portion thereof as Town or Street or Highway authorities my limit same. Where located through private land, rights-of-way will many times comprise two strips, superimposed one on the other, a permanent easement possessed by the Town within which it may build, maintain, operate, repair, etc. the sewer, and a wider strip acquired for and limited to use for construction purposes (i.e. operation of construction forces and equipment, temporary storage of supplies, spoil banks, etc.) and only during the period of actual construc- tion of the sewer or structure at .that point. All rights- of-way limited by rights possessed by Town therein. RIGHT -OF- Passageway or right to pass which may be used for getting ACCESS OR ACCESS to and from work, or sewer right-of-way proper. Sometimes access right-of-way and access driveways may be used only DRIVEWAY in common with others. All rights -of -access limited by GC -10 4 rights possessed by the Town herein. SERVICES All that is usually comprehended in the term, so far as such meanings apply, and in particular to the assumption of liabilities on the part of the Contractor, furnishing insurance and other securities, keeping of records, fur- nishing supplemental drawings, tests, schedules, data, barricades, signs and other duties described in the Con- tract and Specifications. For certain purposes, sewers may be further classified and described as "sanitary sewers", "storm drains", etc. i Sewers and sewer pipe may be further described by size or- sizes, the stated size being the internal diameter unless otherwise indicated. U SPECIAL Written or printed text or texts prepared and issued to PROVISIONS bidders to describe or explain particular phases, fea- tures, or requirements for a particular contract or pro- ject, being, in general, supplemental specifications and the standard forms or texts uswliy used by the Town for the Information for Bidders or Contract Agreement. Note that "Special Provisions" will, in general, take prece- dence over the standard texts with respect to the Con- tract or work for which they were prepared and issued by the Town. THE WORK/ Collective term used to include the sewers and/or other WORK structures constructed or to be constructed by the Con- tractor under the Contract; the materials to be furnished If the Contract contemplates the furnishing and delivery of materials or equipment other than those entering into construction; and, where the context admits, will also Include physical services or work performed or to be per- formed by the Contractor. Other items are defined in the text where used. 1.3 Sueerintendence by Contractor a. Except where the Contractor is an individual and gives his personal GC -109 SEWER/SEWERS The sewer, drain, or other structures which it is con- templated that the Contractor will build under the Con- tract, and all the appurtenances thereto. These Speci- fications are prepared primarily to describe the con- struction of sewers as that term is commonly understood; hence, the word "sewers" is used herein to describe that which is to be built. For certain purposes, sewers may be further classified and described as "sanitary sewers", "storm drains", etc. i Sewers and sewer pipe may be further described by size or- sizes, the stated size being the internal diameter unless otherwise indicated. U SPECIAL Written or printed text or texts prepared and issued to PROVISIONS bidders to describe or explain particular phases, fea- tures, or requirements for a particular contract or pro- ject, being, in general, supplemental specifications and the standard forms or texts uswliy used by the Town for the Information for Bidders or Contract Agreement. Note that "Special Provisions" will, in general, take prece- dence over the standard texts with respect to the Con- tract or work for which they were prepared and issued by the Town. THE WORK/ Collective term used to include the sewers and/or other WORK structures constructed or to be constructed by the Con- tractor under the Contract; the materials to be furnished If the Contract contemplates the furnishing and delivery of materials or equipment other than those entering into construction; and, where the context admits, will also Include physical services or work performed or to be per- formed by the Contractor. Other items are defined in the text where used. 1.3 Sueerintendence by Contractor a. Except where the Contractor is an individual and gives his personal GC -109 1 1 superintendence to the work, the Contractor shall provide a compete - tent superintendent satisfactory to the Town and the Engineer for the work at all times during working hours with full authority to act for him. The Contractor shall also provide an adequate staff for the proper coordination and expediting of his work. Should, in the opin- ion of the Engineer, any language barrier exist between the Superin- tendent and the Engineer, the Contractor will employ a qualified in- terpreter. b. The Contractor shall lay out his own work, including all survey.re- quired, and he shall be responsible for all work executed by him.under the Contract. He shall verify all figures and elevations before pro- ceeding with the work and will be held responsible for any error re- sulting from his failure to do so. 1 1.4 Subcontracts a. The Contractor shall not execute an agreement with any Subcontractor or permit any Subcontractor to perform any work included in this Con- tract until he has submitted a Non -Collusive Affidavit from the Sub- contractor on the form shown in the "Invitation for Bids, Instructions and Forms" and has received written approval of such Subcontractor from the Town. Unless specifically permitted otherwise, the Contractor shall perform with his own organization and with the assistance of work- men under his immediate superintendence work amounting to not less than 50 per cent of the original total Contract value for the project, ex- clusive of specialty items not commonly found in contracts for similar work or which require highly specialized knowledge, craftsmanship or equipment not ordinarily available in the organization of contractors performing work of the character embraced in this Contract. Specialty items, if any, shall be specified elsewhere. b. The Contractor shall not execute an agreement with any Subcontractor or permit any Subcontractor to perform any work included in this Con- tract uniil he has submitted a "Certification by Proposed Subcontrac- tor Regarding Equal Employment Opportunity" to the form shown in the "Invitation for Bids, Instructtons and forms". c. No proposed Subcontractor shall be disapproved by the Town except for cause. d. The Contractor shall be as fully responsible to the Town for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by therm, as he is for the acts and omissions of persons directly employed by his. e. The Contractor shall cause appropriate provision to be inserted in all subcontracts relative to the work to require compliance by each Subcon- tractor with the applicable provisions of the Contract for the work em- braced in this Contract. f. Nothing contained in the Contract shall create any contractual relation 1 between any Subcontractor and the Town. GC- 110 1.5 Other Contracts: The Town reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly con- nect and/or coordinate his work with theirs. The Town may award, or may have awarded, other contracts for additional work and the Contractor shall cooperate fully with such other contractors by scheduling his own work with that to be performed under other contracts as may be directed by the Town. The Contractor shall not permit or commit any act which will interfere with the performance of work by any other Con- tractor as scheduled. Wherever work being done by the Town or municipal forces or other contrac- tors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Town to se- cure the completion of the various portions of the work in general harmony. 1.6 Fitting and Coordination of Work: The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, subcontractors or mate- rialmen engaged upon this Contract. He shall be prepared to guarantee to each of his subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. The Con- tractor shall, at his own expense, effect all cutting, fitting, or patch- ing of his work required to make the same conform to the Contract Drawings and Specifications and, except with the consent of the Town, not to cut or otherwise alter the work of any other contractor. 1.7 Mutual Responsibility of Contractor: If, through acts or neglect an the part of the Contractor, any other contractor or subcontractor small suffer loss or damage an the work, the Contractor shall settle with such other contractor or subcontractor by agreement or arbitration, if such other contractor or subcontractor will so settle. -if such other contractor or subcontractor shall assert any claim against the Town an account of any damage alleged to have been so sustained, the Town will notify the Contractor, who shall defend at his am expense any suit based upon such clato and. Is any lodgement or claims against the Town, shall pay or satisfy such judgment or claim and pay all costs and expenses in connection therewith and will in all other respects, including, but not limited to attorney's fees and court costs, hold harm- less the,Town and Engineer. Except as otherwise specifically stated in the Contract Documents, the Con- tractor shall provide and pay for all materials, labor, tools, equipment, water, light, heat, power, transportation, superintendence, toMorary con- struction of every nature, charges, levies, fees or other expenses and -all other services and facilities of every nature whatsoever necessary for the performance of the Contract' and to complete this Contract in every respect within the specified time. 1.8 Layout of Work: The Engineer will be responsible for establishing control points. The principal lines and grades for the sewer and ' other major portions of the work will be staked out on the site by the Con- ' GC -111 The Contractor shall lay out his work from the control points set by the Engineer and shall be responsible for any mistakes he may make and for any damage or expense resulting therefrom. The Contractor shall employ competent personnel and all work shall be sub- ject to the approval of the Engineer. He shall provide adequate men, tools, and materials for transferring lines and grades and similar data as needed, and for constructing the work in conformity thereto. He shall furnish transits, grade poles, plumbs, string and other usual facilities, all satis- factory to the Engineer. He shall assist the Engineer and the inspector in 1 checking the accuracy of his work in ascertaining that all parts of the work are properly built to the proper lines and grades, aq in obtaining measure- ments of work and materials as needed. tractor. The Contractor shall clear the site, survey sight lines, and shall provide necessary materials, ordinary tools, unskilled labor and other assistance as may be required. The Contractor shall keep the En- gineer informed a reasonable time In advance of the times and places where he intends to work. The Contractor shall protect the points and marks set by the Engineer by such means as may be necessary in order to insure that they will not be disturbed and that they can be found and used when needed. No special compensation shall be paid to the Contractor for any reasonable delay, expense or loss which he may suffer or have suffered, or for work performed by him incidental to or occasioned by the setting of lines and grade, or by inspection of any part of the work or material, but such cost, ' expense or loss shall have been included in the prices named in the Propo- sa 1. The Contractor shall lay out his work from the control points set by the Engineer and shall be responsible for any mistakes he may make and for any damage or expense resulting therefrom. The Contractor shall employ competent personnel and all work shall be sub- ject to the approval of the Engineer. He shall provide adequate men, tools, and materials for transferring lines and grades and similar data as needed, and for constructing the work in conformity thereto. He shall furnish transits, grade poles, plumbs, string and other usual facilities, all satis- factory to the Engineer. He shall assist the Engineer and the inspector in 1 checking the accuracy of his work in ascertaining that all parts of the work are properly built to the proper lines and grades, aq in obtaining measure- ments of work and materials as needed. (1) From intersection to intersection along a street or from station to station along the project. rGC- 112 1.9 Progress Schedule: The Contractor shall (unless a Pre -Award Schedule has been submitted and approved) submit within seven (7) calendar days after execution -of the Agreement, a carefully prepared real- oplet- istic Progress Schedule showing the proposed dates of starting and complet- ing of each and every item of work on each and every section of work in ac- ing cordance with these Specifications and the SPECIAL CONDITIONS (PROGRESS SCHEDULE) if applicable to this specific Contract. The Progress Schedule shall include as a minimum: a. The project name and number. b. The contract time, contract beginning date, ending date and periods of shutdown, if any. ' c. A listing of all items of work with the estimated contract cost and periods of activity noted for each segment of the work. d. The total estimated contract cost for each segment of the work. e. The schedule will generally be set up along the following guidelines unless otherwise stated in the SPECIAL CONDITIONS under "PROGRESS SCHEDULE": (1) From intersection to intersection along a street or from station to station along the project. rGC- 112 GC -113 The initial requisition will not be approved for payment until said sched- ule is submitted. Said schedule will be revised or updated monthly. The Progress Schedule shall show the plan of construction and the proposed method of carrying out this work, including a full statement of the equip- ment to be used. If the SPECIAL CONDITIONS include a "SEQUENCE Of OPERA- TIONS" and/or "WORK BY OTHERS", all operations referred to therein, to- gether with any and all other operations critical to the timing of this project, shall be included in proper sequence in the Progress Schedule. 1.10 Payments to Contractor: ' a. Methods for Measurement and Estimating: At appropriate points in this text, specifications are given with respect to measuring or estimating certain quantities and the sums due the Contractor for the same. Ex- cept as otherwise provided, the Engineer shall determine the appropriate method for measuring and computing each quantity, and for estimating the sums due the Contractor for the various items of work and material, us- ing such methods, tools, and degrees of precision as are suitable for the particular measurement, item, or computation. The Contractor, when so requested by the Engineer, shall assist the Engineer in measuring or determining quantities, either by the help of his unskilled laborers on the site, by furnishing copies of invoices, or by other means. b. Prices Include: The prices stated in the Proposal include full compen- sation for furnishing all the labor, equipment and material needed for, and for performing all the work contemplated by the Contract. c. Partial Payments: (1) The Contractor shall prepare his requisition for partial payment as of the last day of the month and submit it, with the required ' number of copies, to the Engineer for his approval. The amount of the payment due the Contractor shall be.determined by adding .the total value of work completed to date and deducting (1) ten percent (103) of the total amount, which will be retained until the Contract is ninety-five percent (953) complete, or until it is reduced by the Town, and (2) the amount of all previous pay- ments. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit prices contained in the Agreement. (2) Monthly or partial payments made by the Town to the Contractor are monies advanced for the purpose of assisting the Contractor, ' and he shall be responsible for the care and protection of all materials and work upon which payments have been made. Such pay- ments shall not constitute a waiver of the right of the Town to require the fulfillment of all terms of the Contract and the de- livery of all improvements embraced in this.Contract complete and satisfactory to the Town in.all details. (3) When fifty percent (503) of the required work as determined by value has been completed, the Contractor may request in writing ' a reduction in the retained amount from ten percent (103) to five GC -113 L� 1 1 1 1 1 1 [I percent (5%). The Engineer may certify for payment such portion of the retained monies provided that the Contractor presents to the Engineer the written consent of the surety. d. Final Payment: (1) After final inspection and acceptance by the Town of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully mea- sured or computed quantity of each item or work at the applicable unit prices stipulated in the Agreement. The total amount of the final payment due the Contractor under this Contract shall be the amount computed as described above less all previous payments. Final payment to the Contractor shall be made subject to his fur- nishing the Town with a release in satisfactory form of all claims against the Town arising under and by virtue of his Contract other than such claims, if any, as may be specifically expected by the Contractor from the operation of the release as provided elsewhere herein. At the time of Final Payment, the retainage will be re- duced to two percent (2%) which will be held by the Town for one year (maintenance period) after completion and acceptance of the work. (2) The Town, before paying the final estimate, will require the Con- tractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied mate- rials, equipment (installed on the Project) and services to the Contractor, if the Town deems the same necessary in order to pro- tect its interest. The Town may, however, if it deems such action advisable, make payment in part or in full to the Contractor with- out requiring the furnishing of such releases or receipts, and any payments so made shall nowise impair the obligations of any surety or sureties furnished under this Contract. (3) Withholding of any amount due the Town shall be deducted from the final payment due the Contractor. e. Withholding Payments: The Town may withhold from any payment other- wise due the Contractor so much as may be necessary to protect the Town and, if it so elects, may also withhold any amounts due from the Contractor to any subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be con- strued solely for the benefit of the Town and will not require the Town to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any monies for their protection unless the Town elects to do so. The failure or refusal of the Tann to withhold any monies from the Contractor shall nowise impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. f. Payments Subject to Submission of Certificates: Each payment to the Contractor by the Town shall be made subject to submission by the Con- tractor of all written certifications required of him and his subcon- tractors. GC- 114 GC- 115 t 1.11 Changes in the Work: ' a. The Town may make changes in the work required to be performed by the Contractor under the Contract by making additions thereto, or by omit- ting work therefrom, without invalidating the Contract. b. Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no change in ' the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the Con- tract, unless in pursuance of a written order from the Town authoriz- ' ing the Contractor to proceed with the change. No claim for an adjust- ment of the Contract price will be valid unless so ordered. c. The Contractor agrees to perform any of the aforementioned changed work, along with all other required work found under the Contract, without delay and in accordance with good construction practices. d. These changes outlined above may be made without relieving or releas- ing the Contractor from any of his obligations under the Contract pro- visions, and without affecting the validity of the guaranty bonds, and ' without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Con- tract unless it is provided otherwise. e. If the changed work is more costly to the Contractor than the original contract work, an adjustment of the Contract payment provisions will be made to compensate the Contractor for such additional cost. If such change is less costly to the Contractor than the original work, an adjustment of the Contract payment provisions will be made to credit the Tam with such decreased cost. All adjustments to the Contract pay- ment provisions will be made in accordance with Paragraphs g. and h. below. ` `. f. If applicable unit prices are contained in the Agreement (established as a result of either a Unit Price Sid or a Supplemental Schedule of Unit Prices), the Town may order the Contractor to proceed with de- sired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices ' specified in the Contract. g. If applicable unit prices are not contained in the Agreement, the Town shall, before ordering the Contractor to proceed with desired changes, request an itemized proposal from himi covering the work involved in the change, after which the procedure shall be as follows: ' (1) If the change in the work involves additional work, the procedure shall be as follows: ' (a) If the proposal is acceptable, the Town will prepare the Change Order in accordance therewith for acceptance by the Contractor; or GC- 115 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 (b) If the proposal is not acceptable and prompt agreement be- tween the two parties cannot be reached, the Town may order the Contractor to proceed with the work on a Cost -Plus - Limited Basis. (2) If the change in the work requires a reduction in the work in- volved, the procedure shall be as follows: (a) If the proposal is acceptable, the Town will prepare the Change Order in accordance therewith for acceptance by the Contractor; or (b) If the proposal is not acceptable and prompt agreement be- tween the two parties cannot be reached, the Engineer shall fix the cost value of the credit. The Town may then order the Contractor to proceed with the work. Should the Con- tractor disagree with the cost value of the credit as fixed by the Engineer, he may appeal the same in accordance with the procedures outlined herein. h. Each Change Order shall include in its final form: (1) A detailed description of the change in the work. (2) The Contractor's proposal (if any) or a confirmed copy thereof. (3) A definite statement as to the resulting change in the Contract price and/or time. (4) The statement that all work involved in the change shall be per- formed in accordance,with Contract requirements except as modified by the Change Order. 1. The Contractor shall not take advantage of any ,obvious error in the specifications or any such error in the drawings or other Contract Documents. Any obvious error or discrepancy to or between any of the Contract Documents will be immedlately reported to the Engineer, who shall make such corrections and interpretations as may be deemed neces- sary for the completion of the work in a satisfactory and acceptable manner. 1.12 Changes in'Subsurface Conditions: The data shown on the plans is not a part of the Contract, but is for infor- mation only. The Engineer and the Town will in no way certify to or guar- antee the accuracy or completeness of any subsurface information. Each bidder shall be responsible for obtaining such additional data or in- formation as he deems necessary for the preparation of his bid to complete the work required. The Contractor shall have no claim if actual subsurface conditions are different from those represented by the test pits. GC- 7_16 1.13 Claims for Extra Cost: a. All claims between the parties, including all claims for additional time arising out of or in any way related to this Contract and/or the ' performance of the same or its interpretation, shall within ten (10) days of the event or action giving rise to the claim be presented to the Town. All papers pertaining to claims shall be filed in quadru- plicate. Such notice need not detail the amount of the claim, but shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In the meantime, the Contractor shall proceed with the work as directed. Any claim not presented within the time limit specified in this para- graph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt by the Town of notice thereof. The Contractor shall in no case allow any claim or dispute to delay the work. ' b. As soon as practicable after the final submission of all information, the Town shall make a determination of any claim. Said decision of the Town shall be a condition precedent to any further action on the ' claim. However, upon certification in writing by the claimant that the claim has been submitted in its final form, the Town shall be obliged to render a decision on said claim within sixty (60) days of the date of said certification. Should the Town fail to render its decision within the aforementioned sixty (60) day,,period, its decision will not be a condition precedent to any further action an the part of the claimant. c. There shall be no added compensation paid for delay to the Contractor unless the Town causes said delay bya material breach of this Con- tract, and compliance with the foregoing notice provisions shall be a condition precedent to the prosecution of any tach claim. in any claim for delay, except for "Excusable Delays and Extensions of Time" as de- fined in the GENERAL CONDITIONS SECTION "TERMINATION"; "DELAYS AND EX- TENSIONS"; "LiQUIDATEO DAMAGES". Wwrets It is alleged that the Con- tractor's equipment was caused to remofn Mie. only Dene -half of the prevailing rental rates for use of said equipment will be considered as damages for idled equipment in order to allow for the absence of fair wear and tear, which is allowed for in prevailing rental rates for .equipment usage. ' d. Claims for additional compensation for extra work due to alleged errors in ground elevations, contour lines, or bench marks will not be consid- ered unless accompanied by certified survey data. made prior to the time ' the original ground was disturbed, clearly showing that errors exist which resulted, or would resplt, in handling more material or perform- ing more work than would be reasonably estimated from the Drawings and ' maps issued. e. If, on the basis of the available evidence, the Town determines that an adjustment of the Contract Price and/or Time is justifiable. the procedure shall be as provided in Sections "CHANGES IN THE YORIC' or 1 1-1 GC- 117 "TERMINATIONS; DELAYS AND EXTENSIONS; LIQUIDATED DAMAGES" of the ' GENERAL CONDITIONS. f. In the event of an unfavorable decision by the Town, the Contractor shall have the right to contest said decision as provided for under ' the provisions of this Contract. 1.14 Termination; Delays and Extensions; and Liquidated Damages: ' a. Termination of Contract: For its own convenience, the Town may, at any time prior to the issuance of a Notice to Proceed, void the Con- tract by giving unequivocal and unconditional written notice of such avoidance to the Contractor, and in the event of such avoidance, the Town will not be liable to the Contractor for any claims or losses, including anticipated loss of profit and monies expended in anticipa- tion of performance under the Contract. At any time subsequent to the Notice to Proceed, the Town may, at its own convenience, terminate the Contract by giving unequivocal and un- conditional written notice of such termination to the Contractor. In the event of such termination by the Town, the Town shall be responsible to the Contractor for the following monies only, which monies shall be subject to legitimate charges of the Town against the Contractor: ' (1) All reasonable costs incurred by the Contractor in performance of or in anticipation of performance of the Contract, provided the Contractor shall take all reasonable steps to mitigate such dam- ages including the return and/or resale of materials ordered; and ' (2) A mark-up of 102 for profit and 10% for overhead on the reason- able cost of the work completed and in place, in accordance with the Contract Drawings and Specifications, to the date of termina- tion. The Contractor shall rema-in responsible for the work com- pleted, In accordance with the Contract prwisions. Should any work under this Contract be subject to, or terminated by the action of any third party, governmental unit or court due to any eco- logical or other reason, the rights of the Contractor to recover of the Town shall be determined as set forth above. The Town may give notice in writing to the Contractor and his Surety of any material breach of the Contract by the Contractor to include, but not be limited to, any of the following: ' (1) Failure to begin the work under the Contract within the time specified. (2) Failure to perform.the work with sufficient workmen, equipment, or materials to insure the prompt completion of the work., ' (3) Unsuitable performance of the work or failure to perform anew such work as shall be rejected as defective and unsuitable. ' GC -118 1 ' b. Excusable Delays and Extensions of Time: The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due: (1) To any acts of the Government. including controls or requisition- ing of materials, equipment, tools, or by labor by reason of war, ' National Defense, or any other national emergency. (2) To any acts of the Town, its Engineer or Agents; or injunction or ' litigation against said Town. (3) To causes not reasonably foreseeable by the parties to this Con- tract at the time of the execution of the Contract which are be- ' GC -119 (4) Neglecting or refusing to remove material rejected as defective and unsuitable. ' (S) Discontinuing the suitable prosecution of the work for a period of 72 hours, excluding Sundays and holidays, without written au- thorization of the Engineer. (6) Failure to commence discontinued work within 48 hours after no- tice to resume (excluding Sundays and holidays). (7) Becoming insolvent or declared bankrupt, or commits any act of bankruptcy or insolvency. (8) Allowing any final judgment to stand against him unsatisfied for a period of ten (10) calendar days. ' (9) Making any assignment for the benefit of creditors. (10) Violating any covenants contained in the Contract Documents. ' The Contractor or Surety, within a period of ten (10) calendar days after such notice, shall take all practical action to correct said material breach. Should said action fail to meet with the approval of the Town, the Town may, at its discretion, order the Surety to com- plete the work or, without violating the Contract, take the prosecution of the work out of the hands of said Contractor or Surety. ' The Town may appropriate or use any or all materials and equipment on the ground as may be suitable and acceptable and may enter into an agreement, either by negotiation or public letting, for the completion of said Contract according to the terms and provisions thereof, or use such other methods or comoinations thereof, as in its opinion shall be required or desirable for the completion of said Contract in an accept- able manner. All costs and charges incurred by,the Town, together with the cost of completing the work under Contract, sfoll be deducted from any montes due or which may become due said Contractor. In use such expense shall exceed the sun which would have been payable under the Contract, then the Contractor and tfw! Suety shell be liable and shall pay to 'the Town the amount of said excess. ' b. Excusable Delays and Extensions of Time: The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due: (1) To any acts of the Government. including controls or requisition- ing of materials, equipment, tools, or by labor by reason of war, ' National Defense, or any other national emergency. (2) To any acts of the Town, its Engineer or Agents; or injunction or ' litigation against said Town. (3) To causes not reasonably foreseeable by the parties to this Con- tract at the time of the execution of the Contract which are be- ' GC -119 yond the control and without the fault or negligence of the Con- tractor, including, but not restricted to, acts of God or the public enemy, acts of another Contractor In the performance of some other contract with the Tarn, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions. (4) To any delay of any subcontractor occasioned by any of the causes specified in subparagraphs (1), (2) and (3) of this Paragraph "b". Provided, however, that the Contractor promptly notifies the Town with- in ten (10) days in writing of the cause of the delay. Upon receipt of such notification, the Town shall ascertain the facts and the cause and extent of delay. If, upon the basis of the facts and the terms of this Contract the delay is properly excusable, the Town shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. No claim for damages or any claim other than for an extension of time as herein provided shall be made or asserted against the Town by rea- son of any delay. c. Liquidated Damages for Delay: If the work is not completed within the time stipulated in Section: TIME FOR COMPLETION/NOTICE TO PROCEED un- der SPECIAL CONDITIONS, including any extensions of time for excusable delays as herein provided, the Contractor shall pfy to the Town as fixed, agreed, and liquidated damages (it being impossible to deter- mine the actual damages occasioned by the delay) for each calendar day of delay until the work is completed, the amount as set forth in Sec- tion: LIQUIDATED DAMAGES under SPECIAL CONDITIONS and the Contractor and his sureties shall be,liable to the Town for the amount thereof. 1.15 Assignment or Novation: The Contractor shill not assign or transfer, _T whether by an assignment or novation. any of its rights, duties, benefits. obligations, liabilities or responsibilities un- der this Contract without the written conswt of the Town; provided, how- ever, that assignments to banks, trust companies. or otW financial in- stitutions nay be made without the consent of the Town. No assignment or ' novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor per- formed, services rendered and materials, tools and equipment supplied for the performance of the work under this Contract in favor of all persons, firms or corporations rendering such labor or services or -supplying such materials, tools or equipment. 1.16 EnS sneer's Authority: All work shall be subject to the review of the -En- gineer. He shall decide all questions as to inter- pretation of the plans, specifications, and questions of mutual rights be- tween contractors. He shall decide on an acceptable rate of progress, on the manner of performance, and on the acceptable fulfillment of the Con- tract. The Engineer shall have the right to determine the points at which the Contractor may begin work and the order in which the work shall be pro- GC- 120 ' of the Town and within secured to the best interest h the intent of the terms of the Contract. The determination or decision of the Engineer shall be a ' condition precedent to the right of the Contractor to receive any money or payment for work under this Contract affected in any manner or to any ex- tent by such question. 1.17 Specifications and Contract Drawings: Anything mentioned in the Specifica- tions and not shown on the Contract Drawings, or shown on the Contract Drawings and not mentioned in the Speci- fications, shall be of like effect as if shown on or mentioned in both. In case of any discrepancy in the Contract Drawings or Specifications, the matter shall be immediately submitted to the Engineer without whose deci- sion said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. 1 1.18 Shop Drawings: a. All required shop drawings, machinery details, layout drawings, work- ing drawings, material and equipment descriptions, etc. shall be sub- mitted to the Engineer in six (6) copies for review, sufficiently in advance of requirements to afford ample time for checking, including time for correcting, resubmitting and rechecking, if necessary. Four (4) weeks should be allowed for checking from the date of receipt by the Engineer's Chief of Construction. The Contractor, with the ap- proval of the Engineer, may submit manufacturer's literature as a sub- stitute for, or supplement to, the shop drawings,,etc. The minimum size for any submission shall be 8}" x 11" and the maximus size shall be the size of the Contract Drawings. All shop drawings, etc. and/or printed matter submitted shall be property identified by project and specific a lication with reference to Contract Drawi number and sMi ication items. b. No construction, purchase, delivery, installation or wort shall be done or wade on any part or feature of this Contract which is dependent upon shop drawing review, until such review has been received from the Engi- neer. If the Contractor proceeds withatIL reyiwod shed drawings, it shall IM at his own risk. No claim iy Contractor leer extension of the Contract time will be granted by reason of his failure in this re- spect. c. Shop.drawings, etc. or printed matter shall give all dimensions, sizes, etc. to enable the Engineer to determine suitability of the construction, installation, material or layout for the purposes intended. Where needed for clarity, the drawings shall include outline, sectional views and de- tailed working dimensions and designations of the kind of material, machine work, finish, etc. required. The drawings to be submitted shall be coordinated.by the Contractor with any other drawings previously re- viewed, with the design and function of any equipment or structure and the Contract Drawings. d. Any shop drawings, etc. submitted without the Contractor's stamp of ap- roval will not be considered and will be returned to the Contractor or proper resubmission. By approving and submitting shop drawings, GC- 121 etc., the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, mate- rials, catalog numbers and similar data, or will do so, and that he. has checked and coordinated each shop drawing, etc. with the require- ments of the work and of the Contract Documents. e. If any drawings show variations from the requirements of the Contract because of standard shop practice and/or other reasons, the Contractor shall make specific mention of such variation in his letter of trans- mittal in order that, if acceptable, suitable action may be taken for proper adjustment of the contract price and/or time; otherwise, the Contractor -will not be relieved of the responsibility for executing the work in accordance with the Contract even though the drawings have been reviewed. f. After review, the submittals will be stamped "No Exceptions Taken", "Make Corrections Noted", "Amend and Resubmit", or "Rejected --See Re- marks". Three (3) prints of "No Exceptions Taken" or "Make Corrections Noted" drawings will be returned to the Contractor for his use and dis- tribution to his suppliers and/or subcontractors. In the case of those stamped "Amend and Resubmit" or "Rejected --See Remarks", two (2) prints will be returned to the Contractor, who shall make all indicated cor- rections and resubmit six (6) prints. g. In any submission which is noted as "No Exceptions Taken" or "Make Corrections Noted", the review shall not extend to details or dimen- sions and shall not relieve the Contractor from his responsibility for compliance with the Contract Drawings and Specifications. h. When the Contractor proposes a revision to a previously submitted shop drawing, etc., six (6) copies shall be resubmitted for reviser. This resubmittal shall clearly,indicate, in a revision block, the date, description and location of the revlston. The letter of transmittal shall state the reasons for the revision. 1. The Contractor shall furnish as ■ ay copies of the submittals as is necessary for the proper coordination of the work, and shall maintain a complete set of the reviewed swbmisstomsa at the site of the work at all thies. j. Upon the final acceptance of the project, the Contractor shall, on re- quest, furnish the Town with a complete set of shop drawing tracings or reproducible cloth reproductions of the shop drawing tracings. It. There will be no direct payment made for any of the above submittals or reproducible drawings, if required, but the cost thereof shall be considered as included in the general cost of the work. 1.19 Requests for Supplementary Information: It shall be.the responsibility of the Contractor to make timely re- quests of the Town for any additional information not already in his pos- session which should be furnished by the Town under the terms of this Con- tract, and which he wlII require in the planning and execution of the work. Such requests may be submitted from time to -time as the need is approached. GC- 122 1 1 but each shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and list the various Items and latest date by which each will be required by the Contractor. The first list shall be submitted within two (2) weeks after Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assis- tance and information the Engineer may require in responding to these re- quests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provisions of this Section. 1.20 Materials and Workmanship: a. Unless otherwise specifically provided for in the Specifications, all workmanship, equipment, materials and articles incorporated in the work shall be new and the best grade of the respective kinds for the purpose. Where equipment, materials, articles or workmanship are referred to in the Specifications as "equal to" any particular standard, the Engineer shall decide the question of equality. b. All work performed and all materials furnished shall be in conformity with the lines, grades, cross-sections, dimensions and material require- ments, including tolerances shown on the Contract Drawings or indicated in the Specifications. c. The Contractor shall furnish to the Town for approval the manufacturer's detail specifications for all machinery, mechanical, and other special equipment which he contemplates installing, toget'her with full Informa- tion as to type, performance characteristics, and all other pertinent information as required, and shall likewise submit for approval as re- quired full information concerning all other materials or articles which he proposes to incorporate in the work. d. Machinery, mechanical and other equipment, materials or articles in- stalled -or used without such prior approval shall be at the risk of subsequent rejection. e. Materials specified by reference to the Arber or symbol of a specific standard such as an ASTM Standard, a fedirat Spectfieatlon or other similar standard shall comply with requirements in the latest revision thereof and any amendment or supplement thereto in effect on the date of the Invitation for Bids, except as limited to type, class or grade, or modified in such reference. The standards referred to, except as modified in the Technical Specifications, shall have full force and effect as though printed therein. f. The Contractor shall employ only competent and skillful men to do the work and whenever the Town shall notify the Contractor in writing that any man on the work is, in its opinion, incompetent or -disorderly, the Contractor shall forthwith remove such person and shall not again em- ploy him on any part of the work without the written consent of the Town. 1 GC- 123 g. The Town may stop any work or any part of the work under the Contract 1 if the methods or conditions are such that unsatisfactory work might result. if improper materials or workmanship are being used, or unsafe conditions exist. h. In the event the materials furnished or the work performed deviates from the requirements of the Contract Drawings and Specifications, but, in the opinion of the Town, constitutes substantial performance, the Town may accept the same. Should the deviation in question result in a savings to the Contractor, the Town will be entitled to a credit in the full amount of said savings. Should the deviation in question re- sult in an additional cost to the Contractor, the Town will not be liable to the Contractor for such additional cost. If the materials, or the finished product in which the materials are used, or the work performed are not in conformity with the Contract Drawings and Specifications and have resulted in an inferior or un- satisfactory product, the work and materials shall be removed and re- placed or otherwise corrected by and at the expense of the Contractor. 1.21 Samples, Certificates and Tests: a. The Contractor shall submit all samples, materials, certified test re- ports, materials certificates, certificates of compliance, affidavits, etc. as called for in the Contract Documents or required by the Engi- neer promptly after award of the Contract and acceptance of the Con- tractor's bonds. No such materials and/or equipment, etc. shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples/certificates/tests/etc. have been ap- proved in writing by the Engineer. Any delay in the work caused by late or improper submission of the above for approval shall not be considered just cause for,an extension of the Contract time. b. Samples: Unless otherwise specified, the Caibyctot shall furnish the required samples without charge, and shill provide every facility for the securing of material samples. He sball Provide means and assist In the verification of all scales �1�eai��,,� devices which he operates. samples to be submitte� tAeT3the Engineer or a laboratory approved by the Town unless otherwtse specified. All mate- rials being used shall be subject to resampltng and testing at any time during their preparation and/or use. All samples submitted by the Contractor shall be properly identified to include, but not be limited to, the project mime, project number, Item number and description of material, name of the producer, place of origin, and other detailed information which will assist the Engi- neer passing upon the acceptability of the sample. Certified test re- ports, materials certificates and/or certificatils of compliance re- quired to be submitted with the samples, or if permitted in lieu of samples, shall conform to the requirements stated hereafter. c. Certified Test Report: A certified test report shall be a document containing a list of the dimensional, chemical. metallurgical, elec- trical and physical results obtained from an actual test of the mate - IGC- 124 r 1 0 1] d. Materials. Certificate: A materials certificate shall be a document certifying that the materials. components and equipment furnished con- form to all requirements of the Contract Drawings and Specifications. The document shall also include the following information: (1) Project to which the material is consigned. (2) Mame of contractor to whom material is supplled. (3) Item number and description of material. (4) Quantity and material represented by the certificate. (5) Means of identifytng the consignment such as label, marking, lot numbers, -etc. (6) 'Date and method of shipment. The materials certificate shall be signed by an authorized and respon- sible agent for the organization supplying the material, and it shall be notarized. e.. Certificate of Compliance: A certificate of compliance shall be a document certifying that the materials, components and equipment cov- ered by the previously submitted certified test report and materials certificate have been installed In the work and that they conform to all the requirements of the Contract Drawings and Specifications. The following information shall also be required on the document: GC -125 rials involved, and shall certify that the materials meet the require- 1 ments of the Contract Drawings and Specifications, and shall also in- clude the following information: 1 (1) Item number and description of material. (2) Date of manufacture. (3) Date of testing. (4) Name of organization to whom the material is consigned. (5) Quantity of material represented such as batch, lot, group, etc. (6) Means of identifying the consignment such as label, marking, lot number, etc. (7) Date and method of shipment. (8) Name of organization performing tests. The certified test report shall be signed by an authorized and respon- sible agent for the organization manufacturing the material, and it shall be notarized. 1 0 1] d. Materials. Certificate: A materials certificate shall be a document certifying that the materials. components and equipment furnished con- form to all requirements of the Contract Drawings and Specifications. The document shall also include the following information: (1) Project to which the material is consigned. (2) Mame of contractor to whom material is supplled. (3) Item number and description of material. (4) Quantity and material represented by the certificate. (5) Means of identifytng the consignment such as label, marking, lot numbers, -etc. (6) 'Date and method of shipment. The materials certificate shall be signed by an authorized and respon- sible agent for the organization supplying the material, and it shall be notarized. e.. Certificate of Compliance: A certificate of compliance shall be a document certifying that the materials, components and equipment cov- ered by the previously submitted certified test report and materials certificate have been installed In the work and that they conform to all the requirements of the Contract Drawings and Specifications. The following information shall also be required on the document: GC -125 GC- 126 (1) Project number. description (2) item number and of material. (3) Quantity represented by the certificate. (4) Name of manufacturer. The certificate of compliance shall be signed by an authorized and re- sponsible agent for the prime Contractor, and shall be notarized. f. Tests: Tests as required by the Specifications will be made in accor- dance with the latest revision to the standard method of American As- sociation of State Highway Officials or the American Society for Test- ing and Materials in effect at the time of bidding, unless otherwise specified on the Contract Drawings or Special Conditions. Representa- tive preliminary samples of the material proposed for use shall be submitted, without charge, by the Contractor or producer for examina- tion and tested in accordance with specified methods. All materials being used are subject to test or rejection at any time during their preparation and use. Materials will be rejected by the Engineer whenever, in his judgment, they fail to meet the requirements of the Specifications. The Town reserves.the right to retest all materials which have been tested and accepted at the source of supply after,,the same have been delivered, and to reject all materials which, when retested, do not meet the requirements of the Specifications. be g. Approval/Acceptance: Approval of any materials shall general only and shall not constitute i waiver of the Town's right to demand full compliance with Contract requirements. After actual deltvertes, the Engineer will have such check tests meds as he Jeees necessary in each instance,and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated to tM work, the 1"Ineer will have a the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equit- able. The Engineer may accept a material or combination of materials and, therefore, waive noncomplying test results, provided that all of the following conditions are met: (1) Results of prior and subsequent series of tests of the material or materials from the same source or sources are found satisfac- tory. (2) The incidence and degree of nonconformance with the Specification requirements are, in the Engineer's judgment, within reasonable and practical limits. GC- 126 (3) The Contractor has diligently exercised material controls consis- tent with good practices in the Engineer's judgement. (M) No adverse effect on the value or serviceability of the completed .. work could result. The Engineer may, at his discretion, waive testing of extremely minor quantities of material when such material is obtained from sources that are prevalently on test. h. Costs: Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows: (1) The Contractor shall furnish without extra cost, including pack- ing and delivery charges, all samples required for testing pur- poses, except those samples taken on the project by the Engineer and the Town shall pay all other testing costs of said samples. (2) The Contractor shall assume all costs of retesting materials which fail to meet Contract requirements. (3) The Contractor shall assume all costs of testing materials offered in substitution for those found deficient or for those specified. 1.22 Permits and Codes: a. The Contractor shall give all notices required by, and shall observe and comply with all Federal and State laws, and Local bi-laws, ordi- nances and regulations in any manner affecting the conduct of the work, and all such orders or decrees as way extst at present and those which may be enacted later, of bodies or trtbunals hiving any jurisdiction or authority over the work. The Contractor shall indemnify and save harmless the Town and Engtneer and all of. its efftcers, agents and ser- vants against any claim or ltabtlity artstrg ft+om or lased an'the via- lation of any such law, bylaw, ordinance, regvletton, order or decree, whether by himself or his enmplayees. All construction, work and/or utility installations shall comply wtth all applicable ordinances and/ or codes, includtng any and atl wrtttea_ Mipftm t6orate. Before commencing any work, the Contractor shall examine the Contract Drawings and Specifications for coWltance wtth applicable ordinances, codes, etc. and shall immediately report any discrepancy to the Town. Where the requirements of the Contract Drawings and Specifications fail to comply with such applicable ordinances, codes, etc., the Town will adjust the Contract by Change Order to conform to such ordinances, codes, etc. (unless waivers in writing covering the differences have been granted by the governing.body or department) and make the appro- priate adjustment in the Contract Price or stipulated unit prices. Should the Contractor fail to observe the foregoing provisions and pro- ceed with the construction or work and/or install any utility at vari- ance with any applicable ordinance, code, etc., including any written waivers (notwithstanding the fact that such installation is in compli- ance with the Contract Drawings and Specifications), the Contractor IGC- 127 1.23 Care of Mork: a. The Contractor shall be responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the Town. shall remove such work without cost to the Town, but a Change Order will be issued to cover only the excess cost the Contractor would have been entitled to receive if the change had been made before the Con- tractor commenced work on the items involved. the ground and, when directed, shall be placed in weatherproof build- b. Unless otherwise specified, the Contractor shall, at his own expense, secure and pay to the appropriate department of the Local/State/Fede- ral Government the fees or charges for all permits including, but not limited to, those required for street pavements, sidewalks, sheds, re- moval of abandoned water taps, sealing of house connection drains, pavement cuts, buildings, electrical, plumbing, water, gas, and sewer permits, etc. required by the regulatory body or any of its agencies'. c. The Contractor shall comply with applicable Local/State/Federal laws, ordinances, codes, etc. governing the disposal of surplus excavation, materials, debris and rubbish on or off the Project Area and commit no trespass on any public or private property in any operation due to or connected with the work under this Contract. 1.23 Care of Mork: a. The Contractor shall be responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the Town. IGC- 128 Materials shall be stored so as to insure the preservation of their quality and fitness for the work and shall be located so as to facili- tate prompt inspection. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces and not on the ground and, when directed, shall be placed in weatherproof build- ings. Stored materials, even though approved before storage, shall be in- spected prior to their use in the work and shall meet the requirements of the specifications at the time 1t is proposed to use them. b. The Contractor shall, at his sole expense and without any additional cost to the Town, provide watchmen and/or other security measures as may be reasonably required to properly protect and care for materials and work completed, and to otherwise prevent property damage and/or personal injury. c. In an emergency affecting the safety of life or property, including adjoining property, the Contractor, without special instructions or authorization from the Town, is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise act if instructed to do so by the Town. Any compensa- tion claimed by the Contractor on account of such_emergency work will be determined by the Town as provided herein. d. The Contractor shall avoid damage as a result of his operations to ex- fisting sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or rw wved), adjoining property, etc., and he IGC- 128 shall, at his own expense, completely repair any damage thereto caused by his operations. e. The Contractor shall shore up, brace, underpin, secure, and protect as may be necessary, all foundations and other parts of existing struc- tures adjacent to, adjoining, and in the vicinity of the site which may be in any way affected by the excavations or other operations con- nected with the construction of this Contract. The Contractor shall be responsible for the giving of any and all required notices to any adjoining or adjacent property owner or other party before the com- mencement of any work. The Contractor shall indemnify and save harm- less the Town and the Engineer from any damages on account of settle- ments or the loss of lateral support of adjoining property and -from all loss or expense and all damages for which the Town and the Engi- neer may become liable in consequence of such injury or damage to the work or adjoining and adjacent structures and/or their premises. 1.24 Accident Prevention: a. The Contractor shall exercise proper precautions and safety measures at all times for the protection of persons and/or property and shall be responsible for all injuries and/or damages to all persons and/or property, either on or off the site, which occur as a result of his prosecution of the work under this Contract. The safety provisions of all applicable Local/State/Federal laws and building and construc- tion codes shall be observed and the Contractor shall take or cause to be taken such additional safety and health measures as the Town may determine to be reasonably necessary. Machinery, equipment and trucks shall be properly guarded, and opera- tional hazards shall be eliminated in accordance with the provisions and intent of the latest revised edition of the "Manual of Accident Prevention in Construction", published br the Associated General Con- tractors of Merica, to the extent that soch provision are not in contravention of applicable law. A copy of thts manual shall be avatlable for reference at all times to the Contractor's field office. The Contractor's attention is also tailed; tqw the Section: SAFETY PRO- ViSIONS of the GENERAL CONDITIONS. b. The ContractoS shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss -'of time from work arising out of and in the course of employment on the work under this Contract in accordance with the requirements of the applicable Local/State/Federal regulations. The Contractor shall promptly furnish the Town with reports concerning these matters. c. The Contractor shall indemnify and save harmless the Town and the Engi- neer from any and all claims for damages resulting from personal injury, death and/or property damage suffered.or alleged -to have been -suffered by any person as a result of any work conducted under this Contract. See also the Section: INDEMNITY CLAUSE of the GENERAL CONDITIONS. 1.26 Sanitary Regulations: Sanitary facllities consisting of a portable chemi- cal -type privy properly secluded from public obser- IGC- 129 vation, shall be provided wherever and whenever needed for those employed an the work. Such facilities shall be made available when the first em- ployees arrive on the site of the work. It shall be maintained at inter- vals of not less than seven (7) days. He shall rigorously prohibit the committing of nuisances on the site of the work, on the lands of the Town or on adjacent property. Any employee found violating any provisions of this section shall be discharged and not again employed on the work with- out written consent of the Engineer. The Contractor shall clean up the premises when and where privies are removed. The Town and the Engineer shall have the right to inspect such facilities at all times to determine whether or not they are being properly and ade- quately maintained. A safe supply of drinking water for the use of all persons on the work shall be provided and maintained by the Contractor. Requirements of the State and Local Health Officers with respect to sanitary facilities, drinking water, etc. shall be complied with. Accommodations where the Contractor's employees may wash up, change clothes, find shelter from the weather, etc. shall be provided in those cases where and as such accommo- dations are needed. 1.26 Use of Premises: a. The Contractor shall confine his equipment, storage of materials, and construction operations to the Contract Limits as shown on the Draw- ings, and as,prescribed by ordinances or permits, pr as may be desired by the Town, and shall not unreasonably encumber the site or public rights of way with his materials and construction equipment. b. The Contractor shall comply with all instructions of the Town, Engi- neer and the ordinances, codes, etc. of the Local/State/fakral Govern- ment regarding signs, advertising, treffic, fires, explosives, danger signals, barricades, etc. 1.27 Removal of debris, Cleaning, Etc: The Contractor shall, weekly or as di- rected dwring the Progress of the work, reoove and legally dispose of a l l sm V Um owAr itei aiatertal and debris, and keep the Project Area and public rights of wy reasonably clear. Upon completion of the work, he shall remove all temporary construction facili- ties, debris and unused materials provided for the work and put the whole site of the work and public rights of way in a neat and clean condition. Trash burning on the site of the work will be subject to prior approval of the Town and existing Local/State/Federal regulations. The cost of all required clean-up shall be included in the various prices bid under this Contract. , 1.28 Inspection/Acceptance of the Work: a. Ail materials and workmanship shall be subject to inspection, exami- nation or test by the Town and the Engineer to determine the accept- ability of the work at any and all times during manufacture or con- struction and at any and all places where such manufacture or construc- GC- 130 y - 1 1 Il, i 1 1 r L_ 1 i tion is carried on, and the Contractor shall provide proper facilities for such access and inspection. The Town or the Engineer shall have the right to reject defective material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the Pro- ject Area and replaced with material of specified quality without charge therefor. If the Contractor fails to proceed at once with the correc- tion of rejected workmanship or defective material, the Town may, by contract or otherwise, have the defects remedied or rejected materials removed from the Project Area and charge the cost of the same against any monies which are due or may become due the Contractor, without pre- judice to any rights or remedies of the Town. b. The Contractor shall furnish promptly all materials reasonably neces- sary for any tests which may be required. (See Section: SAMPLES, CERTIFICATES AND TESTS under the GENERAL CONDITIONS.) All tests by the Torn or the Engineer will be performed in such manner as not to delay the work unnecessarily and shall be made as required by the Spe- cifications. c. If the Specifications, the Town's Engineer's instructions, laws, ordi- nances, or any public authority require any work to be specifically tested or approved, the Contractor shall give the Engineer timely no- tice of its readiness for inspection, and if the inspection is by an authority other than the Engineer (such as a testing organization designated by the Torn), of the date fixed for such inspection. If any work should be covered up without approval ori consent of the Engi- neer, it must, if required by the Engineer, be uncovered for examina- tion and properly restored at the Contractor's expense. The Contractor shall notify the Engineer sufficiently in advance of backfilling or concealing,any facilities to permit proper inspection. If any facilities are concealed without approval or consent of the Engineer or the Town, the Contractor shell uneo~ for inspection and recover such facilities all at his awn expense when so requested by the Town or the Engineer. Should ,it be consideree necessary of viirfsable by the VVIneer, at any time before final acceptance of the entire work, to wake an examina- tion of work already completed by uncovering the sme, the Contractor shall, on request, promptly furnish all necessary facilities, labor and ipaterial. If such work is found to be defective due to the fault of the Contractor or his subcontractors, he shall defray all the ex- penses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, payment under the provisions of the GENERAL CONDITIONS. CHANCES iN THE WORK, shall be allowed the Contractor and he shall, in addition. if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. d. Inspection of materials and appurtenances to be incorporated In the improvements embraced in this Contract may be made at the place of production, manufacture, or shipment whenever the quantity justifies GC- 131 a. Workmen's Compensation: The Contractor shall carry, or require that there be carried, Workmen's Compensation Insurance and Employer's Lia- bility insurance for all him employees and those of his subcontractors engaged in work on the site in accordance with State or Territorial Workmen's Compensation Laws. . b. Manufacturers' and Contractors' Liability: The Contractor shall carry, or require that there be carried. Manufacturers' and Contractors' Lia- bility insurance with limits as specified in the "SCHEDULE OF INSURANCE" under "INSURANCE" of the Special Conditions for: GC- 132 it, and such Inspection and acceptance, unless otherwise stated In the Specifications, shall be final except as regards (1) latent defects, ' (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud, or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sen- tence, the inspection of materials as a whole or in part will be made at the Project Site. e. Neither inspection, testing, approval nor acceptance of the work in whole or in part by the Town or its agents shall relieve the Contrac- tor or his sureties of the full responsibility for materials furnished or work performed not in strict accordance with the Contract. 1.29 Review by Town: The Town, its authorized representatives, and agents shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, em- ployment conditions, material invoices, and other relevant data and records pertaining to this Contract; provided, however, that all instruction to the Contractor are only by the Town through its authorized representatives or agents. 1.30 Final Inspection: When the improvements embraced in this Contract are sub- stantially completed, the Contractor shall notify the Town in writing that the work will be ready for final inspection on a defi- nite date which shall be stated in the notice. The notice will be given at least ten (10) days prior to the date stated for final inspection, and bear the signed concurrence of the representative of the T!rn having charge of inspection. If the Town determines that the status othe improvements is as represented, it will make the arrangements necessary to have final in- spection commenced on the date stated in the notice, or as soon thereafter as is practicable. The inspection party may also Include the representa- tive of the Federal Agency and representatives of each department of the Local Government having charge of improvements of lib character when such 1 i,� is re a er o be ed 1 iovernmen acce t- l � ie as n enmce pes�io � . C . JVWes sc I : s �h �raMiffs-, i. 1 3 OeductPOns for Uncorrected Work: 1f the Tarn deems it not tent to end require the Contractor to correct work not done in accordance with the Contract Ilocrments, so apttable deduc- tion from the Contract Price will be made by agreement between the Con- tractor and the Town and subject to settlement in case of dispute, as 1 herein provided. 1.32 Insurance: a. Workmen's Compensation: The Contractor shall carry, or require that there be carried, Workmen's Compensation Insurance and Employer's Lia- bility insurance for all him employees and those of his subcontractors engaged in work on the site in accordance with State or Territorial Workmen's Compensation Laws. . b. Manufacturers' and Contractors' Liability: The Contractor shall carry, or require that there be carried. Manufacturers' and Contractors' Lia- bility insurance with limits as specified in the "SCHEDULE OF INSURANCE" under "INSURANCE" of the Special Conditions for: GC- 132 1 (1) Personal Injury: This shall protect the Contractor and his sub- contractors and their heirs and assigns against all claims for Injury to, or death of one or more than one person, because of accidents which may occur as a result of operations under this Contract; such insurance shall cover the use of all equipment in- cluding, but not limited to, excavation machinery, trenching machines, cranes, hoists, rollers, concrete mixers, motor ve- hicles, and other equipment as may be specified elsewhere which may be used in the construction of the improvements embraced in this Contract. This Personal Injury Liability Insurance will be carried from commencement of work to final acceptance of the work under this Contract and will be extended to include insurance for completed operations. The completed operations portion of the Personal Injury Liability Insurance shall be extended for the en- tire period of the guaranty unless otherwise specified. This in- surance shall cover owned, hired, and non -owned equipment. (2) Property Damage: This shall protect the Contractor and his sub- contractors and their heirs and assigns from all claims for prop- erty damage which might arise from operations under this Contract. Property Damage Liability shall be extended to include insurance for completed operations. The completed operations portion of the Property Damage Liability Insurance shall be extended for the entire period of the guaranty unless otherwise specified. (3) Manufacturers' and Contractors' Liability shpll not exclude lia- bility for personal injury or damages to property as a result of blasting, explosion, collapse of buildings or structures, and damage to underground installations. c. Automotive Liability: The Contractor shall carry, or regrirs that there be carried, Automotive Liability Imurance for personal injury and property damage with the limits as specifled- in the "SCHEDULE OF INSURANCE" under "INSURANCE" of the Special Conditions to protect the Contractor and his subcontractors and their heirs and assigns from all claims for any personal injury or pr*WIW damage cams" by an occur- rence, 4wW arising out of the ownershtp, matetenance or use, Including loading and unloading, of any vehicles during the operations under this Contract. This coverage shall include coverage for owned, hired and non -.owned vehicles. d. Towns' Protective Liability: The Contractor shall carry, or require that there be carried, Towns' Protective Liability insurance for and In the name of the Town, the Engineer and any others as may bs ss cT- ed in the Special Conditions under 'INSURANCE" to protect them and their heirs and assigns from ail claims for personal injury and prop - arty damage arising from the Contractor's or his subcontractor's operations under this Contract with 'like coverage and requirements for the Contractor's "Manufacturers' and Contractors' Liability" Insurance as specified herein and with the limits as specified in the "SCHEDULE OF INSURANCE" under "INSURANCE" of the Special Conditions. GC -133 J IGC- 134 The Contractor and his Insurer shall waive governmental immunity as a defense and shall not use the defense of governmental immunity in the adjustment of claims or in the defense of any suit, action or claim brought against the Town. e. Builder's Risk Insurance: If required by "INSURANCE" of the Special Conditions, the Contractor shall carry Builder's Risk Insurance (Fire and Extended Coverage, including "Special Extended Coverage" ---also known as All -Risk Builder's Risk Coverage), on a 100% completed value ' basis of the insurable portions of the project for and in the name of the Town and the Engineer unless otherwise speci ied. The Contractor and subcontractors and other interests shall be named only under the Loss Payable Clause as their interests may appear. The Reporting Form type of Builder's Risk Insurance will NOT be acceptable. The maximum acceptable deductible shall be $1,000. f. Job Office Insurance: The Contractor, when required by the Special Conditions to provide job offices for the use of the Town and Engi- neers, shall carry insurance for and in the name of the Tam and the Engineer or accept full responsibility in writing for loss or damage to the contents to cover office records, supplies, instruments, equip_ ment and personal property of the Town and Engineers using the field office. If insured, the limit shall be as specified in the "SCHEDULE OF INSURANCE" under "INSURANCE" of the Special Conditions. g. Other Insurance: (1) Blasting: When explosives are to be used in"the prosecution of the work, the required insurance shall also contain provisions for protection against damage claims due to such use of explosives. (2) The Contractor shall tarry, or require that there be carried, any other insurance as required in the Special Canditions under "IN- SURANCE". `• h. Endorsements: (1) Each Contractor's pol tcy shat t fhietada *'Contractual NMI) HARM- LESS' endorsement and coverage as follows: 1 "The Contractor (and his subcontractors) shall. during the per- formance of this work, take necessary precauttons and place proper guards for the prevention of accidents; shall keep up all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety and Health Act and all other Federal. State and Local Regulations tncluding any and all amendments, revisions, and additions therato; and shall Indem- ndexnify nifyand save harmless the Town. the Engineers. and their employees, officers and agents from any and "all claims,, suits, actions. fines, fees, damages and costs to whick they may be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-compliance, unsktilfullness. willfulness. negli- gence or carelessness in the performance of the work, or in guard - Ing or protecting the some. or from any improper methods. materials. IGC- 134 1 Implements or appliances used in performance of the work, or by or on account of any direct or indirect act or omission of the Contractor (or his subcontractors) or his employees or agents, and whether or not active or concurrent negligent act or omission by the employees, officers, or agents of the Town or the Engineer may have directly or indirectly caused or contributed thereto." (2) Manufacturers' and Contractors' Liability shall further include an endorsement stating: subcontractors before their work commences. Each subcontractor must be GC- 135 "This policy shall cover owned, hired and non -owned equipment." Coverage for completed operations for both personal injury and property damage extended for the period of guaranty shall be cov- ered under this policy. Manufacturers' and Contractors' Liability coverage includes liability for personal injury or damages as a result of blasting, explosion, collapse of buildings or structures, and damage to underground installations." (3) Automotive Liability Insurance shall include an endorsement as follows: "This hired -owned policy shall cover owned, and non vehicles." (4) Town's Protective Liability shall include an endorsement as follows: "The Contractor and the Insurance Company waive governmental im- munity as a defense and will not use the defense of governmental immunity in the adjustment of claims or the defense of any suit, action or claim brought against the Tam." (5) ALL POLICIES shall include: (a) endorsement of the work descrip- tion, contract name, number and location; *(b) an endorsement that the Insurance Company will give at least thirty (30) days written notice to the Town and the Engineer Prior to any modtftcation or cancellation of any such policy; (c) am andorsement that the Con- tractor will be responsible for the payment of ail premiums and/ 1 or charges. i. Proof of Insurance: Before commencing any work under this Contract, she Contractor shall submit copies of the Certtf tcate/Certif icates of Insurance or binders to the Town, the Engtneer and any others as may be specified in the Special Conditions under "INSURANCE", evidencing that all insurance as required herein is in force. The policies shall be identified by title, policy number, effective date, expiration date, coverages and limits of liability. Required or ierbatum! Quotes of en- dorsements as required above or by the Spectal Conditions, and any non- standard exclusion endorsements for any required policies shall be at- tached to or be a part o the Certificate/Certificates of Insurance. The Contractor must either include coverage for his subcontractors in his policy or submit similar Certificates of insurance from each of his subcontractors before their work commences. Each subcontractor must be GC- 135 covered by insurance of the same character and in the same amounts as the Contractor unless the Contractor and the Engineer agree that a re- duced coverage is adequate because of the nature of the particular work. During the course of construction under this Contract, whenever there Is a lapse in the insurance requirements as stated herein through can- cellation, expiration, failure to renew, or any other cause, the Town ' shall order the cessation of all construction activities until such time as the insurance requirements are complied with. The Contractor shall have no claim or claims whatever against the Town, the Engineer or other parties due to any delays caused thereby, nor shall it extend the completion time of the Contract. j. Approval/Disapproval of Insurance: Upon receipt of the Certificates) of Insurance or binders, the Town will, in writing, identify the poli- cies and indicate its approval or disapproval. New policies from other companies shall be provided in place of those disapproved. Such in- surance shall only be carried with financially responsible insurance companies, licensed in the State and approved by the Town. All poli- cies shall be kept in force until the Contractor's work Is accepted by the Town (unless otherwise specified). Insurance policies (covering all operations under this Contract or, if so noted, for extended oper- ations) which expire before the Contractor's work is accepted by the Town (or where noted for extended operations, through the period of guaranty) shall be renewed and evidence of same submitted to the Town for its approval. 1.33 Patents: The Contractor shall hold and save the Town, its officers and employees harmless from liability of any nature or kind, includ - ing, but not limited to, court costs and attorney's fees, for or on account of any patented or unpatented invention, process, article or appliance man- ufactured or used in the performance of the Contract, including its use by the Town, unless otherwise specifically stiwiated to the Technical Speci- fications. f 1.34 W rranty_ of Title: No material, suipplies or equipment incorporated or to be incorporated in the Wri shall be prrchosed subject to any chattel mortgage or under a aonditteW We K oto agreement by 1 which an Interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials. supplies and equipment installed or incorporated in the work and. upon completion of all work. shall deliver the same together with all improve- ments and appurtenances constructed or placed thereon by him to the Town free from any claims, liens or charges. Neither the Contractor nor any person. firm or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improve- ment or appurtenance thereon. Nothing contained in this paragraph, how -- ever, shall defeat or impair the right of person furnishing materials or labor to recover under any law -permitting such persogs to look to funds due the Contractor in the hands of the Town. The provisions of this para- graph shall be inserted in all subcontracts and material contracts and no- tice of its provisions shall be given to all persons furnishing materials ' for the work when no formal contract is entered into for such materials. GC- 136 1.35 General Guaranty: Neither the final certificate of payment, nor any pro- vision in the Contract, nor partial or entire use of the improvements embraced in this Contract by the Town or the public shall constitute an acceptance of work not done In accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of twelve (12) months from the date of final acceptance of the work. The Town will give notice of defective materials and work with reasonable promptness. 1.36 Arbitration and Litigation: Any controversy or claim arising out of, or relating to this Contract, or the breach there- of, shall at the option of the Town be settled by arbitration in accordance ' with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrator(s) may be entered in any Court having jurisdiction thereof. The Town shall exercise its option to arbitrate con- current with the rendering of its final decision on the class. Should it fail to render a final decision within the prescribed time or fail to ex- ercise its option, the claim will be determined in accordance with the Rules of the American Arbitration Association as hereinbefore stated. . 1.37 Risk of Loss: The Town assumes no responsibility for the condition of ex- isting buildings and structures and other property on the Project Area, nor for.their continuance in the condition existing at the time of issuance of the Invitation for Bids or thereafter. No adjustment of Contract Price or allowance for any change in condJtions `ehich may oc- cur after the Invitation for Bids has been issued will be made except as provided for herein. 1.38 Required Provisions Deemed Inserted: Each and every provision of law and clause required by law to be inserted In this Contract shall be deemed to be inserted herein, and the Ccatract shall be read and enforced as though it Mere facluded hereTn 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 forth- with be physically amended to make such insertion or correction. 1.39 Corrections: The Engineer shall have the right to correct any errors or omissions in the Contract, Speciftcations or Contract Draw- ings when such corrections are necessary for the proper expresston of their intent. Such corrections shall take effect from the time that the Engineer gives notice thereof, and any alterations in the work rendered necessary thereby shall be made as corrected. Any conflict between the approved Contract Drawings and Specifications,. or any•disagreement in mieasurements upon the Contract Drawings, must be submitted to the Engineer.before construction of the work. ' 1.60 Safety Provisions: The safety provisions of applicable laws, building and construction codes, and the safety codes approved by the State Labor Commissioner shall be observed. GC- 137 I The provisions of the Federal Occupational Safety and Health Administra- tion's "Occupational Safety and Health Standards" and "Safety and Health Regulations for Construction" shall be observed. Should at any time during the work under this Contract any Local/State/ Federal safety inspector visit the site for the purpose of a safety in- spection, the Contractor shall immediately notify the Engineer's repre- sentative on the job site. The Contractor shall employ watchmen on the work as necessary and shall erect and maintain such strong and suitable barriers and such lights as•' will effectually prevent the happening of any accident to health, limb or property. Lights shall be maintained between the hours of sunset and sun- rise, and during periods of low visibility. If, at any time in the opinion of the Engineer, the work is not properly lighted, barricaded, and in all respects safe, both in respect to public travel or adjacent property, public or private, and if under such circum- stances the Contractor does not or cannot immediately put the same into proper and approved condition, or if the Contractor or his representative is not upon the ground so that he can be immediately notified of the in- sufficiency of safety precautions, then the Engineer may put the work into such a condition that it shall be, in his opinion, in all respects safe and the Contractor shall pay all expenses of such labor and materials that may have been used for this purpose by him or by the Engineer. Such action of the Engineer, or his failure to take such action, shall in no way re- lieve the Contractor of the entire responsibility for,any cost, loss, or damage by any party sustained on account of the insufficiency of the safety precautions taken by him or by the Engineer acting under authority of this section. 1.41 Night Work, Sundays and Holidays: Night work or work on Sundays or legal holidays will not be permttted except for emiergencles or as specified e1soohere. I'• i1.42 obstructions Encountered: In addition to sharing time construction under this Contract, the drarrhgs slaw certain infor- met ion ob tal ned by the Tarn regarding ea+dtt frons wj - tetaris wb ieh exist at the site of the work, both at and below the surface of the ground. The Tarn and the Engineer expressly disclaim any responsibility for the accu- racy or completeness of the information given on the drawings with regard to the ekisting conditions and features and the Contractor will not be en- titled to any extra compensation on account of .inaccuracy or lncompleteness of such Information except as provided under the Sections CHANGE IN SUBSUR- FACE CONDITIONS and EXISTING UTILITIES, STRUCTURES AND FIXTURES of the GENERAL CONDITIONS. It is specifically called to the Contractor's atten- tion that all services, laterals, etc. are not shown o6 the Contract DraM- Ings and it shall be his responsibility to locate and protect the sante. The information which is shown is only for the conventence of the Contrac- tor, who must verify this information to his awn satisfaction. The giving of this information upon the Contract Drawings will not relieve the Con- tractor of his obligations to support and protect all existing utilities, structures, and fixtures which may be encountered ming the construction of the work, except as provided in the Section EXISTING UTILITIES, STRUC- GC -138 ry IJ TURES AND FIXTURES of the GENERAL CONDITIONS, and to make good all damages done to such existing utilities, structures, and fixtures as provided with- in the Specifications. 1.43 Existing Utilities, Structures and Fixtures: It will be the Contractor's duty to notify all utility companies, all pipeline owners or other parties affected, and to have all necessary adjustments of the public or private utility fixtures, pipelines, and other appurtenances within or adjacent to the limits of construction made as soon as practicable when such changes are required by the Town. The Contractor shall schedule his operations in such a manner as to mini- mize interferences with the operation of the forces of utility companies or municipalities in effecting the installation of new facilities as shown on the plans or relocation of their existing facilities. The Contractor ' shall consider in his bid all permanent and temporary utility appurtenances in their present or relocated positions and installation of new facilities as required for the project, and no additional compensation will be made for delays, inconvenience, or damages sustained by him due to interference from the above -noted utility appurtenances or the operation of installing or moving them. Where the Engineer determines that the relocation or adjustment of poles and overhead plant of public or private utilities is dependent upon the performance of certain contract requirements, the Contractor shall perform these operations within a reasonable length of time. Temporary and permanent changes required by the Town in water lines, gas lines, sewer lines, wire lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the proposed construction work are to be made by others at no expense to the Contractor, except as otherwise provided for in the Special Provisions or as noted an the pians. When the Contractor is required by the Town to relocate the utility instal- lations, such work will be paid for as extra work unless specific bid items for such work appear in the Contract. The Contractor wtll be required, at his awn expense, to do everything necessary to support, protect, and sus- tain all sewer, water, gas or service ptpes, electric light, power poles, telephone or telegraph poles, manholes, valve boxes, conduits, and any and all utilities, structures, or fixtures laid across or along the site of the work. The Engineer, as well as the company or the corporation owning said utilities, structures or fixtures, mast be notified of the same by the Con- tractor before any such utilities, structures or fixtures are removed or relocated. In case any of the said uttiitles, structures or fixtures are damaged by the Contractor, they shall be repaired by the Contractor at his awn expense, or by the authorities having control of the same, and the ex- pense of said repairs shall be deducted from the manias due or to become due the Contractor under this Contract. In the event of interruption to water or utility services as a result of accidental breakage, or as a result of being exposed or unsupported, the Contractor shall promptly notify the proper authority. He shall cooperate with the said authority in the restoration of service as promptly as pos- 1 GC -139 Bible. In no case shall interruption to water service be allowed to exist ' outside of working hours. Fire hydrants shall be kept accessible to the Fire Department at all times, and no materials shall be kept or stockpiled within twenty-five (25) feet of any fire hydrant. Should it become necessary for the Contractor to remove or relocate any utilities, structures or other fixtures due to a grade and alignment con- flict which would require the proposed utility, structure or fixture (not trench excavation, sheeting or other construction features) to occupy the sante space as the existing pipe, pole, conduit and/or other fixture, such removal or relocation will be paid for in accordance with the provisions for CHANGES IN THE WORK of the GENERAL CONDITIONS. Should said utilities, structures or other fixtures be removed or relocated by the Town or the respective utility companies at no cost to the Contractor, no payment will be made therefor. Prior to any removal or relocation of existing facilities, structures or fixtures, the Contractor shall notify the Engineer of the location and the ' circumstances and shall cease work (which might prove detrimental to the utility, structure or fixture encountered), if necessary, until satisfactory arrangements have been made with the owners of the same to properly care for then. Should it be necessary to cease work and a delay is caused thereby, the Contractor shall have no claim for damages or any claim other than for an extension of time. See GENERAL CONDITIONS ---CLAIMS FOR EXTRA COST. If the Contractor desires temporary changes of lou tion for his convenience for any reason whatsoever, of water lines, gas lines, sewer lines. wire ' lines, service connections, water and gas meter boxes, valve boxes, light standards, cableways, signals and any other utilities, structures or fix- tures, he shall satisfy the Engineer and the Town that the proposed reloca- tion does not interfere with his or other Contractor's operations or the requirements of the Contract Drawings. and does note -cause an obstruction or a hazard So traff 1c. The Contractor *1611 wake his am request to the utility companies, pipe owners, or other parties affected for such reloca- tion work. Such relocation work for the convenience of the Contractor shalt be wide solely at the Contractor's expensq.. The Contractor shall not remove or relocate any utility, structure of fix- ture without the written approval of the owner of that utility, structure, or fixtwre unless otherwise shown on the Contract Drawings, Specifications, or ordered by the Engineer. 1. Control of Existing Flows: During the construction of al.l proposed work. the Contractor shall take every precaution and do the necessary work to maintain .the flow of store drainage. sanitary sew- age and natural flows through the working.aress. The Contractor is solely responsible for providing his flaw control system and there shall be no separate payment for the required work. The Contractor shall be responsible for any flooding or sanitary backup on his work and to -the property owners affected by such flooding or backup. The Contractor shall make such pro- visions as may be required by the local, State or Federal health officers ' or any other public bodies with jurisdiction over the flaw of storm drainage, sanitary seepage and natural flows. ' GC -140 J In the event the Contractor uses water from natural water sources for his operations, intake method shall be such as to create no harmful effects; and where water is taken from a stream, reasonable flow downstream from the intake shall maintained. 1.45 Sewage, Surface, Groundwater and Flood Flows: The Contractor shall fur- nish all the necessary equipment, shall take all necessary precautions, and shall assume the en- tire cost of handling any sewage, seepage, storm, groundwater, surface and flood flows which may be encountered at any time during the construction of the work. The manner of providing for these flows shall meet the ap- proval of the Engineer and the entire cost of said work shall be included In the unit or lump sun prices bid for the various items of the work to be done under this Contract. The Contractor shall employ such feasible and practical methods in his op- erations as will prevent pollution, sedimentation, or the introduction of ' impurities or other objectionable materials that may become suspended or dissolved in waters reaching streams, ponds, lakes, water supplies or other water bodies. Vater shall not be disposed of by discharging it into any street gutter, drainage channel, existing drainage system, natural stream, waterway, lake, pond or bog, etc. without the prior approval of the Authority having juris- diction thereof. Should such approval be obtained, the Contractor shall ensure that no solids, debris, suspended soil particles, impurities or pollutants are allowed to enter the drainage system. MThe Contractor shall be fully responsible for any damages to these systems resulting from his disposal methods and any necessary measures (such as, but limited to, cleanup) required to return the system to preconstruction conditlons. In addition to the above, disposal on private property shall be only with the prior written permission of the property. owner. Any wester used for any purpose by the Contractor shall not be discharged In such a way as to create pollution, sedimentation, or other adverse ef- facts upons the aforementioned stress or waters. 1.46 Connecting to Existing Ybrk: The Canted a sAt1f rsow* such existing masas is necessary in older to make hecary, COnCrete, equipment and piping work y proper connections to the exists at the locations shown. Also, he shall make the necessary pipe line, roadway and other connections at the several points in order that on com- pletion of this Contract, water, sewage, or storm wester, as the case may be, will flow through the several pipe lines and structures. Unless other- wise specified herein, no extra payment will be +sada for this work, but the ' entire cost of the same shall be included in the unit or lump stn prices bid for the various items of the work to be done under this Contract. 1.47 Existing Improvements: The Contractor shall conduct his work so. as to minimize damage to existing improvements, except where specifically stated otherwise in the Specifications or Drawings. It will be the responsibility of the Contractor to restore, as nearly as ' practical to their original conditions, all improvements on public or pri- vate property damaged by his operations. GC- 141 i JL The utility mains, ducts, poles and services in the construction area, ' where shown on the Contract Drawings, are at the approximate locations furnished by various utilities concerned. These locations are subject to possible errors in the source of the information; also, errors in transcription. The Contractor shall snake certain of the exact location of mains, ducts, poles and services prior to excavation or construction near the same. The various utility companies have been made aware of the pending con- struction and are generally familiar with the locations of conflicts in the case of the proposed construction. The various utility companies will make all adjustments to their own lines except where otherwise shown on the Contract Drawings or specified. The Contractor shall give ample notice to the various utilities so that existing lines can be marked in the field and adjustments made. The Contractor shall cooperate fully with ' the various utilities and shall plan his work so that least interference is caused for all parties concerned. No additional payments shall be made to the Contractor for delays caused by utility interference due to negli- gence on the part of the Contractor. The Contractor shall support all utility lines uncovered during excavation. 1.48 Access to Site: The Contractor shall make every effort to minimize damage to all access routes, and he shall be required to restore them to their original condition. The Contractor shall acquire all neces- sary permits for working in, on, or from public streets or rights-of-way ' and for securing additional access rights thereto. All costs of the removal and restoration to original condition of walls, fences, structures, utility lines, poles, guy wires or anchors, and other improvements required for passage of the Contractor's equipment shall be borne by the Contractor: The Contractor shall notify the proper authori- ties of the Local Government and all utilities of any tntended modifica- tion or disruption to their property prior to the start of construction and shill cooperate with them in the schedull g and -performance of his operation. - If the Contractor, by direct negotiation and bargain wtth any land owner, lessee or tenant, has secured for himself MW r W to we more space or greater privileges than the space provided br the Tomcat for purposes incl- ' dental to the performance of the Contract, he shell, upon request of the Engineer, furnish -to the Engineer proper evidence that such additional rights have been properly secured and assurance that no damage to or claim upon the Town will arise therefrom. The Town shall not be liable in any ' way for any expense incurred by the Contractor in securing any such right to use additional property. The Contractor shall be responsiblA.for and reimburse the Town and others for any and all losses, damage or expense which the Town or those others may suffer, either directly or indirectly or through any claims of any per- son or party, for any trespass outside the spaces and rights-of-way pro- vided by the Town to the Contractor or any violation or disregard of the terms and conditions established for the use or occupancy of those rights or for negligence in the exercise of those rights. IGC- 142 1 1 ' The Town may retain or deduct from any sum or sums due or to become due to the Contractor such amount or amounts as may be proper to ensure the Town against loss or expense by reason of the failure of the Contractor to ob- serve the limits and conditions of the rights-of-way, rights -of -access, etc. provided by the Town. 1.49 Weather Conditions/Work in Freezing Weather: In the event of temporary ' suspension of work, or dur- ing inclement weather, or whenever the Engineer shall direct, the Contrac- tor 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 materials shall have been dam- aged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his and their work, such materials shall be removed and replaced at the expense of the Contractor. Unless written permission is given, work liable to be affected by frost or freezing shall be suspended during freezing weather. When work proceeds under such a condition, the Contractor shall provide approved facilities for heating the materials and for protecting the finished work. 1.50 Intoxicating Liquors: The Contractor shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the work specified in this Contract or upon any of the grounds occu- pied by him or by his employees. 1.51 Indemnity Clause: The Contractor and his subcontractprs shall, during the performance of this work, take necessary precautions ' and place proper guards for the prevention of accidents; shall keep up all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety and Health Act of 1970 and all other Local, ' State and Federal Regulations, including any and all amendments. revisions and additions thereto; and shall indemnify and save heraless the Torn and the Engineers and their employees. officers mad ageMs from any and all claims, suits. actions. fines. fees, damages. and costs to which they may ' be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-c=piiancp.. r � - 1.52 Non -Federal Labor -Standards Provisionsi_ a. General Provisions: The following Non -Federal Labor -Standards Provi- sions, including the following provisions concerning maximum hours of work, minimum rates of pay. and overtime compensation with respect to the categories and classifications of employees hereinafter mentioned are included in this Contract pursuant to the requirements of applic- able State or local laws. but the incluslon of such provisions shall not be construed to relieve the Contractor or any subcontractor from the pertinent requirements of any applicable Federal Labor -Standards Provisions. The limitations, if any, in these NQP-Federal Labor - Standards Provisions upon the hours per day, per week or per month which employees engaged on the work covered by this Contract may be required or permitted to work thereon shall not be exceeded. b. Other Stipulations: The execution of the Contract by the Bidder binds GC- 143 Y ' him to all applicable State Labor Laws and Regulations. All such regu- lations and laws shall be binding to the same extent as if they were copied at length herein. c. Schedule of Salaries and Wages: EXHIBIT 1.53 Maintenance:- a. aintenance:a. Except as may have been provided otherwise for a particular job, the Contractor shall keep and maintain the whole of the work constructed by him in good order and repair for a period of not less than one year from the date of completion of the construction of the entire work. Parts of the work may have been virtually completed prior to the conn pletion of the whole work, and have been maintained by the Contractor pending completion of the whole, but such maintenance of any part first built shall not diminish the duty of the Contractor to maintain the whole for one year following completion of the whole. In the event that the surfaces or premises which were disturbed by the Contractor or the construction is not in good order at the and of that period of one year, he shall continue to maintain them or it until such time as they all have been put into and are in good order. The Contractor ' shall repair promptly all failures'in the construction and operation of the work which may occur or became evident before the expiration of said maintenance period, and all defects of sewers, drains, pipes, conduits, curbs, walks, street or road surfaces, land surfaces, turf- ing, embankments covering the sewer, or of any structures on the line of the work or adjacent thereto, occurring before the expiration of such maintenance period and caused or affected by any work or opera- tion incidental to the Contract. The Contractor shalt save the Town of Southold and the State of ' rlew York harmless from.all cost and expense arising dtrectly or indirectly from any failure or defect or from the fatture of the Con- tractor to rectify the same, or any act or mission of do Contractor incidental thereto during the maintenances period descrTited to the pre- ceding section. He shall provide adequate insurance to secure such risks, and satisfactory certificates that such tnsurence has been pro - v i ded. ib. Immediately following rainstorms. Hinter thaws, and similar occurrences which may giv6 rise to settlement of fills, earth movements, etc., and .at other times as needed during the time the Contractor is liable for the maintenance and repair of the work, the Contractor shill inspect the premises and work and ascertain what, if any, repairs are needed, and what fills have settled or similar incidents occurred which need attention. While the Engineer or City, Town or State highway agents may, from time to time, notify. the Contractor that such incidents have occurred or that conditions exist needing their attention. such notice by the Engineer and others will have. been given jn the interest of the City, Town, State or other party,. and no obligation shall rest upon the Engineer, City, Town, or State agent under this Contract to give such notice. Failure an the part of the Engineer or other public officer or other party to notify the Contractor of any incident or circumstance needing repair, refilling, or similar service under the maintenance pro- GC- 144 ro-GC-144 visions of the Contract shall in no way relieve the Contractor of any part of his duties under the maintenance provisions of the Contract and Specifications. ' c. The Engineer may, from time to time during the construction and/or prior to the end of the maintenance period, notify the Contractor that repairs are needed, defects exist which should be corrected, fills have settled, and that roadways, walks, etc. are unsafe or inadequately pro- tected by barricades, lights or other means. Upon receipt of such no- tice from the Engineer, the Contractor shall immediately proceed to make the repairs, correct the defect, refill the settlements, or make safe the road, walk or whatever needs attention, if such work is within the obligations of the Contractor under this Contract. ' d. If, after the Engineer has given notice to the Contractor to make any repairs, correct any defects, fill any settlement, render a road or walk safe, etc., the Contractor shall fail to do so within a reason- able time thereafter, the Town may cause such repairs to be made, de- fects corrected, fills made, roads and walks made safe, etc., by such persons or means as it may elect, and the Contractor shall reimburse the Town for any expense incurred by it in performing such work or ' services. The Town may deduct from any sum or sums due or to became due to the Contractor such sum or sums as may be proper to reimburse the Torn for such expense or expenses, or may collect the costs of such ' work by other means. e. If, in the opinion of the Engineer, at any time wile the Contractor ' is responsible for the work or maintenance thereof, an emergency exists because there are not adequate barricades, lights, signs, etc. to warn - and protect the public and/or persons or property to the vicinity of the work, or that the work under construction, or other adjacent streets, grounds or structures are iR acute danger of damage or Injury by reason of inadequate shoring, sheettu9, brat hag, dratnage, protec- tion or other proper precautions which it is tke duty of the Contractor ' to prow rde or to have provided; or that a street, road, walk or other premises are unsafe by reason of any settlement of any filling placed by the Contractor, or any defect to the wank at mrface over bockfi1led trenches. or is unreasonably obstructed, tis &Vtmer my direct the Contractor or the Contractor's representative to remedy the difficulty immediately; to furnish and erect the needed barricades, lights or sighs; to furnish and set adequate sheeting, shoring and bracing; to provide adequate pumps and drainage facilities;.to fill settlements; to smooth roads, streets, walks or grouncs; or to perform similar ur- gently needed services. If the Contractor or his representative 1s not present or is not im- mediately available or able tp receive such orders or to perform emer- gency services needed, or fails to'act following such notice, the .En- gineer, acting for the Town, may, by such persons and means as he deems proper and as are available, take such measures as may reasonably be needed to protect the public, the work, and adjacent persons and prop- erty from acute danger of immediate loss, injury or damage. The Con- tractor shall reimburse the Town for the expense of any and all such emergency protective measures, and the Town may deduct from any sum or GC- 145 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 sums as may be sufficient to reimburse the Town for its expense for such emergency work. f. Giving notice, or failure to give notice, or acting as authorized in the preceding section, or failure to so act on the part of the Engi- neer, or any question as to the adequacy of the notice by the Engi- neer, or of his acts or those of the Town as provided in those sec- tions, shall not in any way relieve the Contractor from any part of his responsibility or liability for performing any and all of the acts and assuming any and all of the risks, duties and liabilities which the Contractor is obligated to perform or assume. GC- 146 F1 NEW YORK REQUIRED CONTRACT PROVISION ' ION AND HEALTH 1.54 CONSTRUCT SAFETY STANDARDS ' It is a condition of this contract, and shall be made a condition of each subcontract entered intopursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed in per- ' formance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under con- struction safety and health standards CTitle 29, Code of Federal Regulations, Part 1518 published in the Federal Register on April 17, 1971) promulgated b the United States Labor 107 Secretary of in accordance with Section ' of the Contract Mork Hours and Safety Standards Act, (83 Stat. 96). 1.55 "OR EQUAL" CLAUSE: ' Whenever a material or article required is specified or shown on the Drawings by using the name of the proprie- tary product, or of a particular manufacturer or vendor, any` ' material or article which will perform adequately the duties imposed by the general design may be considered equal and satisfactory, providing the material or article so proposed is of equal substance and function, in the Owner`s opinion. ' It shall not be purchased or installed without the Owner's written approval, and in all cases new material shall be ' used in the project. If two or more brands, makes of material, devices, or equipment are shown or specified, each should be regarded as the aqual of the other. Any other brand, make of mater- Owner ial. device or equipment which in the opinion of the or his authorised agent is the reco ized equal of that specified, considering quality, worship and economy of operation, and is suitablt for the purpose intended, may be accepted. Reference.is made herein to the major equip- ment the Contractor proposes to install in the work. 1 ' GC_ 147 Changes or credits for the work covered by the approved change shall be determined by methods outlined in attach- ments I, II and III.herein. 1 _ 1 GC -148 1.56 CHANGES IN WORK ' No changes in the work covered by the approved Contract Documents shall be made without having prior or written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by the following: The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work, (4) Power and consumable supplies for the operation of power equipment. The cost shall not exceed the following: (1) Contractor's overhead percentage (10%) (2) Contractor's profit percentage (10%) (3) If the work is done by a subcontractor, -Subcontractor's overhead percentage (5%) -Subcontractor's profit percentage (10%) -Contractor's combined overhead and profit percentage (10%) For changes orders over $100,000, the percentages for overhead and profit subject to negotiation. Overhead and profit cannot be applied to a roll taxes such as unemployment insurance, FICA, workmen's compensa- tion, personal liability and property damage. The specifications should provide for change orders to be issued for overruns which change a single quantity by 15% or $25,000 or greater, or which cumulatively change the contract cost by both 15% and $25,000 or greater. Change orders not required for simple item transfers. Change orders are to be provided for overruns and under - runs which change the quantities by 15% or $25,000 or ' greater; or which cumulatively changes the contract by both 15% and $25,000 or greater. Changes or credits for the work covered by the approved change shall be determined by methods outlined in attach- ments I, II and III.herein. 1 _ 1 GC -148 ' 1.57 FAYMZNT! TO CONTRACTOR (5% Retainage) L77 GC- 149 a. Monthly estimates will be furnished to the Engineer for verification and approval of the amount of work done to the first of the month and the amount earned by the Contractor. An amount of 99% of the estimated amount due, less any payments made and/or any other monies to be held will be paid on or about the fif- teenth of the month. The balance will be retained by the Owner until final completion of the work. and it is hereby understood and agreed that said estimates are approximate only and subject to adjustment on final estimate and that they shall be made only when the work progresses in accordance with the provisions of this Contract. final payment will not be made untilfinal completion and acceptance by the Owner of all work covered by the Contract. b. In preparing estimates, the material delivered on the site and preparatory work may be takers into consider- ation. c. All materials and work covered by partial payments 1 shall thereupon become the sole property of the Owner. but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all of the terms of the Contract. d. Owner's Right to Withhold Certain Amounts and :oke Application Thereof: The Contractor agrees that be will indemnify and saw the Owner harmless tam all claims growing out of the lawful demands of subcontractors, laborers, workmmen, mechanics, material, sen and furnishers of machinery and parts, thereof, equipment, power tools, and all supplies, including commissary incurred in any furtherance of the performance of this contract. 1 The Contractor shall, at the Owner's request, fur- nish satisfactory evid*nce that all obligations of the nature herein designated have beta paid, disc"ed, as waived. It the Contractor fails to do so, than the Owner mars atter Laving served wr4tten notice oa tho said Contractor, either"pa uaid ills of which the Owner has Written notice, dinprect, or withhold Cava the Contractor's unpaid cwVensatios a ma of honey deemed reasonably avificieut to pay any L77 GC- 149 G 1 r II J 1 The authorized representatives and agents of the Owner and State of New York Dept. of Environmental Conserv ion shall be permitted to inspect all work, materials, payro� s, records of personnel, invoices of materials, and other relevant data and records. Representatives of the Owner and of the State shall have access to the work whenever it is in preparation or progress and the Contractor shall provide facilities for such access and inspection. GC- 150 and all such lawful claims until satisfactory evi- dence is furnAhed that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of ' this contract, but in no event shall the provisions of this sentence be construed to impose any obliga- tions upon the Owner. Any payment so made by the Owner shall be considered as a payment made under the Contract by the Owner to the Contractor and the Owner shall not be liable for any such payment made in good faith. 1.58 NYSDEC ACCESS TO SITE G 1 r II J 1 The authorized representatives and agents of the Owner and State of New York Dept. of Environmental Conserv ion shall be permitted to inspect all work, materials, payro� s, records of personnel, invoices of materials, and other relevant data and records. Representatives of the Owner and of the State shall have access to the work whenever it is in preparation or progress and the Contractor shall provide facilities for such access and inspection. GC- 150 SUPPLEMENTARY GENERAL CONDITIONS I Page I. S.G.C. For Work Eligible For EPA Assistance SGC -1 II. S.G.C. For New York State Provisions SGC -11 III. State Wage Rates IV. Federal Wage Rates Certain Federal Government requirements and standards as set forth in these documents and any modifications thereto in the Supplementary General Conditions, shall be applicable to the work of this Contract, when all or part of the work is eligible for Federal Participation in the payment of its costs. n i 1 1 r u 1 The Contractor shall also obey in full all State and local regulations which by law are applicable to the work of this contract, including any which pertain to Minimum Wage Rates, Labor Requirements, Anti Kickback Requirements and Non -Discrimination in Employment. All such laws, applicable to the work of this Contract, shall be deemed inserted herein and any ommission and/or waiving of any contract requirements, does not relieve the Contractor from obeying all requirements of the Contract or applicable laws or regulations. SGC -0 The above statement does not relieve the Contractor from obeying in full any and all Federal regulations which by law are applicable to the work of this contract irrespective of its eligibility for Federal financing and some of which may be included or referred to in the above described requirements. n i 1 1 r u 1 The Contractor shall also obey in full all State and local regulations which by law are applicable to the work of this contract, including any which pertain to Minimum Wage Rates, Labor Requirements, Anti Kickback Requirements and Non -Discrimination in Employment. All such laws, applicable to the work of this Contract, shall be deemed inserted herein and any ommission and/or waiving of any contract requirements, does not relieve the Contractor from obeying all requirements of the Contract or applicable laws or regulations. SGC -0 J I. Supplementary General Conditions For Work Eligible For EPA Assistance 40 CFR 33 Subpart F - MODEL CLAUSES (FOR CONSTRUCTION CONTRACTS) 1. Supersession The recipient and the contractor agree that this and other appropriate clauses in 40 CFR 33.1030 apply to that work eligible for EPA assistance to be performed under this agreement and that these clauses supersede any conflicting provisions of this 1 agreement. 2. Privity of Agreement This agreement is expected to be funded in part with funds from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, agencies, or employees, is or will be, a party to this agreement or any lower tier agreement. This agreement is subject to regulations contained in 40 CFR Part 33 in effect on the date of the assistance award for this project. 3. Changes (a) The recipient may, at any time, without notice to any surety, by written order designated or indicated to be a change order, make any change in the work within the general scope of the agreement, including but not limited to changes: (1) In the specifications (including drawings and designs); (2) In the time, method or manner of performance of the work; (3) In the recipient-furnished facilities, equipment, materials, services or site; or (4) Directing acceleration in the performance of the work. (b) A change order shall also be any other written order (including direction, instruction, interpretation or determination) from the recipient, which causes any change, provided the contractor gives the recipient written notice stating the date, circumstances, and source of the order and that the contractor regards the order as a change order. (c) Except as provided in this clause, no order, statement or conduct of the recipient shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order, the recipient shall make an equitable adjustment and modify the agreement in writing. Except for claims based on defective specifications, no claim for any change under paragraph (b) above shall be allowed for any costs incurred more than 20 days before the contractor gives writtem notice as required in paragraph (b). In the case of defective specifications for which the recipient is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. SCG -1- _ J J (e) If the contractor intends to assert a claim for an equitable adjustment under this clause, he must, within 30 days after receipt of a written change order under paragraph (a) of this change clause or the furnishing of a written notice under paragraph (b) of this clause, submit to the recipient a written statement setting forth the general nature and monetary extent of such claim. The recipient may extend the 30 -day period. The contractor may include the statement of claim in the notice under paragraph (b) of this change clause. (f) No claim by the Contractor for an equitable adjustment shall be allowed if made after final payment under this agreement. 4. Differing Site Conditions (a) The contractor shall promptly, and before such conditions are disturbed, notify the recipient in writing of: (1) Subsurface or latent physical conditions at the site differing materially from those indicated in this agreement, or (2) Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in this agreement. (b) The recipient shall promptly investigate the conditions. If it finds that conditions materially differ and will cause an increase or decrease in the contractor's cost or the time required to perform any part of the work under this agreement, whether or not changed as a result of such conditions, the recipient shall make an equitable adjustment and modify the agreement in writing. (c) No claim of the contractor under this clause shall be allowed unless the contractor has given the notice required in paragraph (a) of this clause. However, the recipient may extend the time prescribed in paragraph (a). (d) No claim by the contractor for an equitable adjustment shall be allowed if asserted after final payment under this agreement. 5. Suspension of Work (a) The recipient may order the contractor in writing to suspend, delay or interrupt all or any part of the work for such period of time as the recipient may determine to be appropriate for the convenience of the recipient. (b) If the performance of all or any part of the work is suspended, delayed or interrupted for an unreasonable period of time by an act of the recipient in administration of this agreement, or by the recipient's failure to act within the time specified in this agreement (or if no time is specified, within a reasonable time), the recipient shall make an adjustment for any increase in the cost of performance of this agreement (excluding profit) 1 necessarily caused by such unreasonable suspension, delay, or interruption and modify the contract in writing. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent (1) that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the contractor, or (2) for which an equitable adjustment is provided for or excluded under any other provision of this agreement. SGC- 2 J �I (c) No claim under this clause shall be allowed (1) for any costs incurred more than 20 days before the contractor notified the recipient in writing of the act or failure to act involved (this requirement does not apply to a claim resulting from a suspension order), and (2) unless the amount claimed is asserted in writing as soon as practicable after the termination of such suspension, delay, or interruption, but not later than the date of final payment under the agreement. 6. Termination (a) This agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given (1) not less than ten (10) calendar days' written notice (delivered by certified mail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with the terminating party prior to termination. (b) This agreement may be terminated in whole or in part in writing by the recipient for its convenience, provided that the contractor is given (1) not less than ten (10) calendar days' written notice (delivered by certified mail, return receipt requested) of intent to terminate and (2) an opportunity for consultation with the terminating party prior to termination. (c) If termination for default is effected by the recipient, an equitable adjustment in the price provided for in this agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted'to cover any additional costs to the recipient because of the contractor's default. If termination for default is effected by the contractor, or if termination for convenience is effected by the recipient, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to the contractor for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments which had become firm prior to the termination. (d) Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise), and (2) deliver or otherwise make available to the recipient all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by the contractor in performing this agreement, whether completed or in process. (e) Upon termination under paragraphs (a) or (b) above, the recipient may take over the work and may award another party an agreement to complete the work under this agreement. (f) - If, after termination for failure of the contractor to fulfill contractual obligations, it is. determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed. to have been for. the convenience of the recipient. In such event, adjustment of the agreement price shall be made as provided in paragraph (c) of this clause. 11 SGC -3- 1 n 7. Remedies Unless otherwise provided in this agreement, all claims, counter -claims, disputes, and other matters in question between the recipient and the contractor arising out of, or relating to, this agreement or the breach of it will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the recipient is located. 8. Price Reduction for Defective Cost or Pricing Data Note.—The following clause applies to (1) any agreement negotiated between the recipient and its contractor in excess of $100,000; (2) negotiated agreement amendments or change orders in excess of $100,000 affecting the price of a formally advertised, competitively awarded, fixed price agreement; or (3) any lower tier agreement or purchase order in excess of $100,000 under an agreement other than a formally advertised, competitively awarded, fixed price agreement. This clause does not apply to agreements awarded on the basis of effective price competition. (a) The contractor and subcontractor, where appropriate, assure that the cost and pricing data submitted for evaluation with respect to negotiation of prices for negotiated agreements, lower tier agreements, and change orders is based on current, accurate, and complete data supported by their books and records. If the recipient or EPA determines that any price (including profit) negotiated in connection with this agreement, lower tier agreement, or amendment thereunder was increased by any significant sums because the data provided was incomplete, inaccurate, or not current at the time of submission, then such price or cost or profit shall be reduced accordingly and the recipient shall modify the agreement in writing to reflect such action. (b) Failure to agree on a reduction shall be subject to the remedies clause of this agreement. NOTE: - Since the agreement is subject to reduction under this clause by reason of defective cost or pricing data submitted in connection with lower tier agreements, the contractor may wish to include a clause in each lower tier agreement requiring the lower tier subcontractor to appropriately indemnify the contractor. It is also expected that any lower tier subcontractor subject to such indemnification will generally require substantially similar indemnification for defective cost or pricing data submitted by lower tier contractors. 9. Audit; Access to Records (a) The . contractor shall maintain books, records, documents, and other evidence directly pertinent to performance on EPA funded work under this agreement in accordance with generally accepted accounting principles and practices consistently applied, and 40 CFR Part 30 in effect on the date of execution of this agreement. The contractor shall also maintain the financial information and data used in the preparation or support of the cost submission required under 40.CFR 33.290 for'any negotiated agreement or change order and a copy of the cost summary submitted to the recipient. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, the recipient, and the State of New York or any of their authorized representatives shall have access to all such books, records, documents, and other evidence for the purpose of inspection, audit and copying during normal business hours. The contractor will provide proper facilities for such access and inspection. SGC-4- u 1 (b) If this is a formally advertised, competitively awarded, fixed price agreement, the contractor agrees to make paragraphs (a) through (g) of this clause applicable to all negotiated change orders and agreement amendments affecting the agreement price. In the case of all other types of prime agreements, the contractor agrees to make paragraphs (a) through (g) applicable to all agreements he awards in excess of $10,000, at any tier, and to make paragraphs (a) through (g) of this clause applicable to all change orders directly related to project performance. (c) Audits conducted under this provision shall be in accordance with generally accepted auditing standards and with established procedures and guidelines of the reviewing or audit agency(ies). (d) The contractor agrees to disclose all information and reports resulting from access to records under paragraphs (a) and (b) of this clause to any of the agencies referred to in paragraph (a). (e) Records under paragraphs (a) and (b) above shall be maintained by the contractor during performance on EPA assisted work under this agreement and for the time periods specified in 40 CFR Part 30. In addition, those records which relate to any controversy arising under an EPA assistance agreement, litigation, the settlement of claims arising out of such performance or to costs or items to which an audit exception has been taken shall be maintained by the contractor for the time periods specified in 40 CFR Part 30. (f) Access to records is not limited to the required retention periods. The authorized representatives designated in paragraph (a) of this clause shall have access to records at any reasonable time for as long as the records are maintained. (g) This right of access clause applies to financial records pertaining to all agreements (except formally advertised, competitively awarded, fixed price agreements) and all agreement change orders regardless of the type of agreement, and all agreement - amendments regardless of the type of agreement. In addition this right of access applies to all records pertaining to all agreements, agreement change orders and agreement amendments: (1) To the extent the records pertain directly to agreement performance; (2) If there is any indication that fraud, gross abuse or corrupt practices may be involved; or (3) If the agreement is terminated for default or for convenience. 10. Covenant Against Contingent Fees The contractor assures that no person or selling agency has been employed or retained to solicit or secure this agreement upon an agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bona fide employees or bona fide established commercial or selling agencies maintained by the contractor for the purpose of securing business. For breach or violation of this assurance the recipient. shall have the right to annul this agreement without liability or, at its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee. SGG5- 11. Gratuities (a) If the recipient finds after a notice and hearing that the contractor or any of the contractor's agents or representatives offered or gave gratuities (in the form of enter- tainment, gifts, or otherwise), to any official, employee or agent of the recipient, the State, or EPA in an attempt to secure an agreement or favorable treatment in awarding, amending, or making any determinations related to the performance of this agreement, the recipient may, by written notice to the contractor, terminate this agreement. The recipient may also pursue other rights and remedies that the law or this agreement provides. However, the existence of the facts on which the recipient bases such findings shall be in issue and may be reviewed in proceedings under the Remedies clause of this agreement. (b) In the event this agreement is terminated as provided in paragraph (a), the recipient may pursue the same remedies against the contractor as it could pursue in the event of a breach of the agreement by the contractor, and as a penalty, in addition to any other damages to which it may be entitled by law, be entitled to exemplary damages in an amount (as determined by the recipient) which shall be not less than three nor more than ten times the costs the contractor incurs in providing any such gratuities to any such officer or employee. ■ s 12. Buy American In accordance with section 215 of the Clean Water Act (33 USC 1251 et. seq.) and implementing EPA regulations, the contractor agrees that preference will be given to domestic construction material by the contractor, subcontractors, materialmen and suppliers in the performance of this agreement. 13. Responsibility of the Contractor (1) The contractor agrees to perform all work under this agreement in ac- cordance with this agreement's designs, drawings, and specifications. (2) The contractor guarantees for a period of at least one (1) year from the date of substantial completion of the work that the completed work is free from all defects due to faulty materials, equipment or workmanship and that he shall promptly make whatever adjustments or corrections which may be necessary to cure any defects, including repairs of any damage to other parts of the system resulting from such defects. The owner shall promptly give notice to the contractor of observed defects. In the event that the contractor fails to make adjustments, repairs, corrections or other work made necessary by such defects, the owner may do so and charge the contractor the cost incurred. The performance bond shall remain in full force and effect through the guarantee period. (3) The contractor's obligations under this clause are in addition to the con- tractor's other express or implied assurances under this agreement or State law and in no way diminish any other rights that the. owner may have against the contractor for faulty materials, equipment or work. 1 SGC -6- I 14. Final Payment Upon satisfactory completion of the work performed under this agreement, as a condition before final payment under this agreement or as a termination settlement under this agreement the contractor shall execute and deliver to the owner a release of all claims against the owner arising under, or by virtue of, this agreement, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this agreement, by State law or otherwise expressly agreed to by the parties to this agreement, final payment under this agreement or settlement upon termination of this agreement shall not constitute a waiver of the owner's claims against the contractor or his sureties under this agreement or applicable performance and payment bonds. 15. Violating Facilities For agreements in excess of $100,000, the Contractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and EPA regulations (40 CFR Part 15) which prohibit the use under nonexempt Federal contracts, grants, or loans of facilities included on the EPA List of Violating Facilities. 16. Enemy Efficiency 1 The Contractor shall comply with mandatory standards and- policies on energy efficiency contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163). i17. Subagreements Awarded by a Contractor The Contractor must comply with the following provisions in its award of subagreements. (a) 40 CFR Part 32 (Debarment and Suspension Under EPA Assistance Programs); (b) The limitations on subagreement award in § 33.220 (a)(1) through (a)(5); (c) The profit requirements in § 33.235; (d) The requirements for small, minority, women's and labor surplus area businesses in § 33.240; (e) The specification requirements of § 33.255; (f) The requirements of Subpart C of 40 CFR Part 33, if appropriate; (g) The Federal cost principles in § 33.275; - (h) The prohibited types of subagreements in § 33.285, (i) The cost and price considerations in § 33.290, and (j) The applicable subagreement provisions in Subpart F of 40 CFR Part 33. SGC -7- I L� (a) The award official shall not accept a protest appeal until the protester has exhausted all administrative remedies at the recipient level. (b) A protest appeal is limited to the following: (1) Issues arising under the procurement provisions of this Part, or (2) Alleged violations of State or local law or ordinances where the award official determines that there is an overriding Federal requirement. (c) A recipient of a lower tier agreement (subcontract) may only file a protest appeal for issues which relate to the award of an agreement by a contractor (see § 33.295 ("Subagreements-awarded by a contractor"). § 33.1125 Filing requirements. (a) Protest appeals must be filed with the Assistant General Counsel for Grants for Headquarters awarded assistance agreements and with the Office of Regional Counsel for regionally awarded assistance agreements. SGC -8- Subpart G - Protests § 33.1105 Applicability and scope of this subpart. This subpart sets forth EPA's administrative process for the rapid resolution of protest appeals filed with the award official. 9 33.1110 Recipient protest procedures. (a) Recipients must establish their own procedures for prompt consideration of initial protests concerning their solicitations or contract awards. A "protest" is a written complaint concerning the recipient's solicitation or award of an agreement. It must be filed with the recipient by a party with a direct financial interest adversely affected by a recipient's procurement action (see 1 33.1130 "Review of protest appeal"). (b) The recipient should review each protest received to determine whether it is appropriate to defer the protested procurement action. (c) If the recipient does not defer the procurement action, it assumes the risk that the award official may disallow the cost of the protested procurement action if the protest appeal is upheld. § 33.1115 Protest appeaL (a) A party with a financial interest which is adversely affected by the recipient's decision on the initial protest may file a "protest appeal" with the award official (b) A "protest appeal" is a written complaint filed with the award official regarding the recipient's determination of a protest. 933.1120 Limitations on protest appeaLs. (a) The award official shall not accept a protest appeal until the protester has exhausted all administrative remedies at the recipient level. (b) A protest appeal is limited to the following: (1) Issues arising under the procurement provisions of this Part, or (2) Alleged violations of State or local law or ordinances where the award official determines that there is an overriding Federal requirement. (c) A recipient of a lower tier agreement (subcontract) may only file a protest appeal for issues which relate to the award of an agreement by a contractor (see § 33.295 ("Subagreements-awarded by a contractor"). § 33.1125 Filing requirements. (a) Protest appeals must be filed with the Assistant General Counsel for Grants for Headquarters awarded assistance agreements and with the Office of Regional Counsel for regionally awarded assistance agreements. SGC -8- 1� § 33.1130 Review of protest appeal (a) If the recipient does not receive the initial protest before bid opening or the (b) A protest appeal must: any protest appeal based upon alleged improprieties in the solicitation which (1) Be written; were clearly apparent before bid opening or before the deadline for receipt of (2) Include a copy of the recipient's determination of the protest; which were incorporated in a new solicitation must have been received by the (3) State the basis for the recipient by the closing date for receipt of proposals for the new solicitation. appeal; and dismiss as untimely a protest appeal if the adversely affected party did not file (4) Request a determination under this subpart. the initial protest with the recipient within seven calendar days of the date the (c) Upon filing a protest appeal with the Regional Counsel or Assistant General § 33.1140 Deferral of procurement action Counsel for Grants, as appropriate, the party filing the protest appeal must - When the award official receives a protest appeal and the recipient has not deferred concurrently transmit a copy of all protest documents and any attachments to all that the recipient defer the protested procurement action until the award official other parties with a direct financial interest which may be adversely affected by notifies the recipient of the formal or informal resolution of the appeal. The request the determination of the protest appeal. (d) The award official will only consider written protest appeals received by the SGC -9- appropriate Counsel's office within seven calendar days after the adversely affected party receives the recipient's determination of protest. However, the adversely affected party can meet the seven-day notice requirement by telegraphing the Counsel within the seven -calendar -day period of its intent to file a protest appeal, provided the adversely affected party submits a complete protest appeal within seven calendar days of the date it sends the telegram. If the seventh day falls on a Saturday, Sunday or holiday, the next working day shall be the last day to submit a protest appeal. 1 (e) Any party which submits a document to the award official during the course of a protest appeal must simultaneously furnish all other affected parties with a copy of the document. 1� § 33.1130 Review of protest appeal (a) If the recipient does not receive the initial protest before bid opening or the closing date for receipt of proposals, the award official may dismiss as untimely any protest appeal based upon alleged improprieties in the solicitation which were clearly apparent before bid opening or before the deadline for receipt of initial proposals. In negotiated procurements, protests of alleged improprieties which were incorporated in a new solicitation must have been received by the recipient by the closing date for receipt of proposals for the new solicitation. (b) In cases not involving improprieties in the solicitation, the award official may dismiss as untimely a protest appeal if the adversely affected party did not file the initial protest with the recipient within seven calendar days of the date the basis for the protest was known or should have been known, whichever is earlier. § 33.1140 Deferral of procurement action When the award official receives a protest appeal and the recipient has not deferred the procurement action under § 33.1110(b), the award official must promptly request that the recipient defer the protested procurement action until the award official notifies the recipient of the formal or informal resolution of the appeal. The request shall be limited to the award of the agreement or subitem which is the basis of the protest appeal. SGC -9- 1� J P� § 33.1145 Award official's review. (a) The award official may establish rules of procedures or deadlines for the submission of materials or the arrangement of protest appeal conferences. (b) The award official may summarily dismiss an appeal without proceedings under this subpart if: SGC-lo- (1) The protest appeal is not reviewable, see § 33.1130, or addresses issues other than those allowed under § 33.1120(b); (2) The protester substantially fails to comply with the procedural requirements of this subpart; or (3) The protester does 'not agree to the recipient's request for a reasonable extension of the bid and bond period. (c) The award official may summarily deny a protest appeal without proceedings under this subpart if, after considering the facts in a light most favorable to the protester, the award official believes that the protest lacks merit. (d) The award official will give both the recipient and the protester, as well as any other party with a financial interest which may be adversely affected by the determination of protest, an opportunity to present arguments in support of their views in writing or at a conference. (e) After the announced date for receipt of written arguments, the record shall be closed. (f) The award official shall review the record considered by the recipient and any other documents or arguments presented by the parties to determine whether the recipient has complied with the procurement requirements of this part and has a rational basis for its determination of protest. (g) The award official's determination shall constitute final EPA action from which there shall be no further administrative appeal. No party may appeal an award official's determination of appeal to the EPA Board of Assistance Appeals. (h) Nothing in this subpart precludes the award official from reviewing the recipient's procurement action (See § 33.115.) (i) Noncompliance with the award official's determination of protest shall be cause for an action against the recipient under 40 CFR Part 30 or 32. (j) If. an appeal involves legal issues not explicitly addressed by this part, the award official shall resolve the issue by referring to other protest determinations under this section and decisions of the Comptroller General of the United States or of the Federal courts addressing Federal requirements comparable to procurement requirements of this part. SGC-lo- II. Supplementary General Conditions For New York State Provisions INEW YORK STATE CONTRACT PROVISIONS The parties to the attached contract further agree to be bound by the following, which are hereby made a part of said contract: 1. The contractor agrees to attend a prework conference, arranged by the municipality, which includes a representative of the New York State Department of Environmental Conservation (NYSDEC), the Municipality, any required federal agency and the consulting engineer. 2. The Contractor will prepare a work progress schedule prior to the start of the contract to indicate the proposed construction schedule. The schedule will be updated monthly thereafter to show actual construction progress. 3. The contractor and its subcontractor(s) must secure and deliver to the Municipality, free of charge, a policy of insurance issued by an insurance company authorized to do business in New York State, naming the Municipality as insured. Such policy shall provide coverage for "builder's risk completed value" with "builder's risk special extended coverage" endorsement, public liability and any other insurance coverage required by Federal and State law, rules and regulations, with limits of liability as required by the Commissioner of NYSDEC. 4. The contractor must provide specific performance and payment bonds in amounts not less than the contract price; these bonds shall remain in effect for one year beyond the date of final inspection and acceptance by the Municipality of any work under such contract. 1 5. The construction contractor and its subcontractor(s) shall use U.S. Department of Labor standard payroll Form No. WH347 or such form as may be required or approved by the Commissioner of NYSDEC. 6. Inasmuch as the municipality is required to have the sewage treatment plant operator on site during the final fifty percent (50%) of construction, the contractor agrees to allow the operator access to work areas at all times and to cooperate with him in the execution of his duties. 7. Attached hereto is a copy of Appendix A to the contract between the State of New York and _ _ (grantee). To the extent that clauses therein which bind (grantee) are related to the manner in which the work is prosecuted by the contractor(s), or the business relationships, business practices, or hiring practices of contractors or subcontractors working on this project, all of the terms and conditions of said Appendix A are equally binding upon the contractor. Any provisions therein which appear to apply only to a contract between the State and its contractor(s) shall be deemed revised to make them binding upon the Contractor, and any references to statutory provisions which apply only to State contracts shall be deemed to be revised to reference such other and different statutory provisions as may be applicable to municipal contracts for construction of public improvements; provided, that this paragraph shall not apply to any agreement with any supplier which is located in and subject to the laws of a State other than New York with respect to its relationships, business practices and hiring practices. SGC -11- [I u L� 1 11 s APPENDIX A The parties to the attached contract further agree to be bound by the following, which are hereby made a part of said contract: L This contract may not be assigned by the con- tractor or its right, tide or interest therein assigned, transferred, conveyed, sublet or disposed of without the previous consent, in writing, of the State. If. This contract shall be deemed executory only to the extent of money available to the State for the performance of the terms hereof and no liability on account thereof shall be incurred by the State of New York beyond moneys available for the purpose thereof. 111. The contractor specifically agrees, as re- quired by Labor Law, Sections 220 and 220.4, as amended, that: (a) no laborer, workman or mechanic, in the em- ploy of the contractor, subcontractor or other per- son doing or contracting to do the whole or any part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week, except in the emergencies set forth in the Labor Law. (b) the wages paid for a legal days work shall be not less than the prevailing rate of wages as de- fined by law. (c) the minimum hourly rate of wage to be paid shall not be less than that stated in the specifica- dons, and any redetermination of the prevailing rate of wages after the contract is approved shall be deemed to be incorporated herein by mfer- ence as of the effective date of redetermination and shall form a part of these contract docu- ments. 1) The Labor Law provides that the contract may be forfeited and no sum paid for any work done thereunder on a second conviction for willfully paying las than—. (a) die stipulated L wage scale as provided in Labor Law, Section 220, subdivision 3, as amended, or (b) less than the stipulated minimum hourly wage scale as provided in Labor Law, Sec- tion 220.4, as amended. IV. The contractor specifically agrees, as re- quired by the provisions of the Labor Law, Section 220-e as amended. that— (a) In hiring of employees for the performance of work under this contract or any subcontract here- under, or for the manufacture, sale or distribution of materials, equipment or supplies hereunder, no contractor, subcontractor nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color, sex or na- tional origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the em- ployment relates. (b) no contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on ac- count of race. creed, color, sex or national origin. (c) there may be deducted from the amount pay- able to the contractor by the State under this contract a penalty of five dollars for each person for each calendar day during which such person was discriminated against or intimidated in viola- tion of the provisions of the contract, and (d) this contract may be canceled or terminated by the State or municipality and all moneys due or to become due hereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this section of the contract, and (e) the aforesaid provisions of this section cov- ering owering every contract for or on behalf of the state or a municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations perfon. within the territoriai limits of the State of New York V. During the performance of this contract, the contractor agrees as follows: (a) The contractor will not discriminate against any employee or applicant for employment be- cause of race, creed, color, set, national origin, age, disabifity or marital status. (b) if directed to do so by the Commissioner of Human Rights, the contractor will send to each labor union or representative of woricers with which the contractor has or is bound by a collet. tive bargaining or other agreement or understand- ing, a notice, to be provided by the State Commissioner of Human Rights, advising such labor union or representativo of the cortractor's agreement under clauses (a) through (g) (hereinaf- ter called "non-discrimination clauses") If the SGC -12- 1 1 1 {1 t contractor was directed to do so by the contract- ing agency as part of the bid or negotiation of this contract, the contractor shall request such labor union or representative to furnish a written statement that such labor union or representative will not discriminate because of race, creed, color, sex, national origin, age, disability or mari- tal status. and that such labor union or mvresen- tative will cooperate, within the limits of its legal and contractual authority, in the implementation of the policy and provisions of these non-discrim- ination clauses and that it consents and agrees that recruitment, employment and the temp and conditions of employment under this contract shall be in accordance with the purposes and provisions of these non-discrimination clauses. If such labor union or representative fails or refuses to comply with such a request that it furnish such a staterneM the contractor shall promptly notify the State Commissioner of Human Rights of such failure or refusal. (c) If directed to do so by the Commissioner of Human Rights, the contractor will post and keep posted in conspicuous places, available to em- ployees and applicants for employment, notices to be provided by the State Commissioner of Hu- man Rights setting forth the substance of the pro- visions of clauses (a) and (b) and such provisions of the State's laws against discrimination as the State Commissioner of Human Rights shall deter- mine. (d) The contractor will state, in all solicitations or advertisement for.employees placed by or on be- half of the contractor, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, sex, national origin, age, disability or mari- tal status. (e) The contractor will comply with the provi- sions of Sections 290-299 of the Executive Law and with the Civil Rights Law, will furnish all information and reports deemed necessary by the State Commissioner of Human Rights under these nondiscriminatory clauses and such sections of the Executive Law, and will permit access to the contractors books, records and accounts by the State Commissioner for the purposes of investiga- tion to ascertain compliance with these nondis- crimination clauses and such sections of the Executive Law and Civil Rights Law. (f) This contract may be forthwith canceled, ter- minated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commissioner of Human Rights that the contractor has not complied with these non-discrimination clauses, and the con- tractor may be declared ineligible for future con- tracts made by or on behalf of the State or a public authority or agency of the State, until the contractor satisfies the State Commissioner of Hu. man Rights that the contractor has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such finding shall be made by the State Commissioner of Human Rights after conciliation efforts by the Commissioner have failed to achieve compliance with these non-discrimina- don clauses and after a verified complaint has been filed with the Commissioner, notice thereof has been given to the contractor and an opportu- nity has been afforded the contractor to be heard publicly in accordance with the Executive Law. Such sanctions may be imposed and remedies invoked independently of or in addition to sanc- tions and remedies otherwise provided by law. (g) The contractor will include the provisions of clauses (a) through (f) in every subcontract or purchase order in such a manner that such provi- sions will be binding upon each subcontractor or vendor as to operations to be performed within the State of New York. The contractor will We such action in enforcing such provisions of such subcontract or purchase order as the State Com- missioner of Human Rights or the contracting agency may direct, including sanctions or reme- dies for non-compliance. If the contractor be- comes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the State Commissioner of Human Rights or the contracting agency, the contraom shall promptly so notify the Attorney General, requesting the Attorney General to intervene and protect the interests of the State of New York V1. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the use of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the beg of his knowledge and belief: t) 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 re- lating to such price with any other bidder or with any competitor; SGC-13- 2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disciosed by the bid- ider and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; 3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the pur- pose of restricting competition. (b) A bid shall not be considered for award mor shall any award be made where (a)(1)(2) and (3) above have not been complied with provided, however, that if in any case the bidder can not make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (a)(1)(2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the State, public department or agency to which ' the bid is made, or his designee, determined that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of purposed or pendin< publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does.not constitute, with- out more, a disclosure within the meaning of paragraph VI (a). M. The agreement shall be void and of no force and effect unless the contractor shall provide coverage for the benefit of, and keep covered during the life of this agreement, such employees as are required to be covered by the provisions of the Worker's Compensation Law. VIII. In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law and the regulations of the Comptroller of the State of New York promulgated thereunder, the contractor agrees, as a material condition of the contract A. That neither the contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating, or shall par- ticipate in an international boycott in violation of the provisions of the United States Export Administration Act of 1969, as amended, or the Export Administration Act of 1979, as amended, or the regulations of the United States Department of Commerce promulgated thereunder, H. That if the contractor or any substantially owned or affilitated person, firm, partnership or corporation.has been convicted or subjected to a final determination by the United States Department of Commerce or any other appropriate agency of the United States of a violations of the United States Export Administration Act of 1969, as amended, or the Zzport Administration Act of 1979, as amended, or the reg%- 1 lations of the United States Department of Commerce promulgated thereunder, the contractor shall notify the Comptroller of such conviction or determination in the manner prescribed by the Comptroller's regulations. I (Rev., March, 1982) SGC -1,4- l� 1 1 i 1 1 1 i 1 1 1 IV. STATE WAGE RATES (See Addendum) V. Federal Wage Rates (See Addendum) 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 SPECIAL CONDITIONS 1 1 1 1 1 1 i 1 i 1 1 1 1 1 1 1 1.0 SPECIAL CONDITIONS 1.1 Notice to Contractor 1.2 Project Site 1.3 Time for Completion/Notice to Proceed 1.4 Liquidated Damages 1.5 Communications 1.6 Signs 1.7 Contract Documents and Drawings 1.8 Partial Use of Improvements 1.9 Project Photographs 1.10 Insurance 1.11 Mork by Others , 1.12 Schedule of Drawings 1.13 Contractor's -York and Storage Area 1.14 Temporary Vater Nain Shutdown '• 1.15 Use of Manufactured Equipment (Deleted) 1.16 As -Built Drawings 1.17 Sequence of Operatioris 1.18'. Availability of Site/Easements 1.19 Disposal Area 1.20 Removal and Disposal of Structures Found on the Work SC -100 1.21 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 1.30 1.31 Temporary Buildings Dust Control Maintenance Protection of Existing Utilities Protection of Roadway Protection of Excavated Opening Test Pits Authority and Duties of Inspectors Lump Susi Bid Project Sign Temporary Buildings SC- 101 1.0 SPECIAL CONDITIONS 1.1 Notice to Contractor: a. Intent of Contract: The intent of the Contract is to prescribe a complete work or isrovement which the Con- tractor undertakes to do, in full compliance with the specifications, plans, special provisions, proposal and Contract. The Contractor shall perform all work in close conformity with the lines, grades, typical cross- sections, dimensions, and other data shown on the plans or as modified by written orders, including the fur- nishing of all materials, implements, machinery, equip - went, tools, supplies, transportation, labor, and all other things necessary to the satisfactory prosecution and completion of the project. b. Special Work: Should any construction or conditions which are not covered by the Standard Specifications be anticipated on any proposed work, special provi- sions for such work will be supplied to the bidders and shall be considered a part of these specifications the same as though contained fully herein. Should any such special provisions or requirements conflict with 1 these specifications, the special provisions shall govern. SC -102 t 1 1.2 Project Site: The project site is to be found on the Con- tract Drawings. 1.3 Time for to Proceed: The work which the _Completion/Notice ontractor is required to perform under this Contract shall be commenced at the time stipulated b7 the Town in the Notice to Proceed to the Contractor and shall be fully completed within 180 consecutive calendar days thereafter or as mod- ified in accordance with the GENERAL CONDITIONS. 1.4 Liquidated Damages: As actual damages for any delay in completion of the work which the Contractor is required Contract impossible to determine, to perform under this are the Contractor and his Sureties shall be liable for and shall pay to the sown the sum of Two Hundred Dollars (5200.00) as fixed, agreed and liquidated damages or eac calendar day of delay from the above -stipulated completion, or as modified in accordance with the GENERAL CONDITIONS, until such work is satisfactorily completed and accepts . 1.5 Communications: a. All notices, demands, requests, instructions, approvals, proposals and claims must be in writing. b. Any notice to or demand upon the Contractor shall be sufficiently given if delivered at the office of the Contractor stated on the signature page of the Agree- ment (or at such other office as the Contractor may from time to tine designate) in a sealed, postage -pre- paid envelope or delivered with charges prepaid to any telegraph company for transmission, is each case ad- dressed to such office. c. All papers required to be delivered to the Torn shall, unless otherwise specified in writing to the Contractor, be delivered to the Town of Southold Fishers Island Sewer District, 53095 Main Road, Southold, NY 11971, and any notice to or demand upon the Town shall be suf- ' ficiently given if so delivered, or if deposited in the United States mail in a sealed, postage -prepaid enve- lope. or delivered with charges prepaid to any telegraph company for transmission to said Town at such address. or to such other representatives of the Town or to such other address as the Town say subsequently specify in writing to the Contractor for such purpose. d. Any such notice.shall be deemed to have been given as ne of the tiof actual delivery or (in case of sailing) when the same should have been received in due course of post, or in the case of telegrams, at the time of actual receipt. as the case may be. SC -103 1 1.6 Signs: The Contractor and his subcontractors will erect temporary signs as directed by the Enineer for purpose of identification and controlling traffic. The Contractor shall furnish, erect and maintain such other signs as may be required by Safety Regulations or as necessary to safe- guard life and property. The contractor and his subcontractors will provide temporary traffic safety devices as directed to by the Engineer. 1.7 Contract Documents and Drawin s: The Town will furnish the Contractor w t out char gge five (5) copies of the Con- tract Documents, including Specifications and Drawings. Additional copies requested by the Contractor will be fur- nished at cost. 1.8 Partial Use ofImprovements: The Town may, at its elec- tion; give notice to tR Co—atractor and place in use those sections of the work which have been completed, inspected and can be accepted as complying with the Contract Docu- ments and if, in its opinion, each such section is reason- ably safe and fit for the use and accommodation for which it was intended,*provided: a. The use of such sections of the work shall not mater- ially impede the completion of the remainder of the work by the Contractor. b. The Contractor shall not be responsible for any dam- ages or maintenance costs due directly to the use of such sections. c. The use of such sections shall in no way relieve the Contractor of his liability due to having used defec- tive.materials or to poor workmanship. d. The period of guarantee stipulated in the Section - GENERAL GUARANTY under GENERAL CONDITIONS shall not begin to run until the date of the final acceptance of all work which the Contractor is required to con- struct under this Contract. 1.9 Pr act Photo rUhs: The Contractor shall arranto fur- Isn s the services of a.professional commercial plotographsr to provide project photographs for this Contract.. SC 104 11 Ll ' Prints of project photographs shall be a minimum of 8" z 10" in size and shunted on cloth with a flap for binding. The back of each print shall be noted with the Project Name and Number, subject, date taken, location of camera, and direc- tion of view. Negatives of all photographs shall be furnish- ed to the Engineer. All cost of furnishing these photographs shall be considered included in the various prices bid for other work under this Contract. a. Progress Photograppus hs: The Contractor shall arranga to furnish each month a minimof six (6) photographs shov- ing activities and progress of the job. The photographs shall be taken at those locations designated by the En- gineer. A copy of each photograph shall be furnished to the Town. b. Preconstruction Photographs: In addition, areas desig- nated by the Engineer shall be photographed prior to start of construction. These preconstruction photo- graphs shall show existing conditions clearly. For this Contract, the Engineer may require up to seventy (70) ' photographs of initial existing conditions. 1.10 Insurance. Schedule of Insurance --The following will be the limits f coverage required for this Contract: a. Manufacturers' and Contractors' Liability: ' (1) Personal Injury Liability Insurance will have limits of500 000 (per person)/$1.000.000 (per occurrence) /$200,000 (aggregate, durng ie period when com- plated operations clauses are in effect). (2) Pro arty Damage Liability Insurance will have limits of 500 000 (per occurrence) 1 000 000(aggregate, dur ng t a period when completed operations clauses are in effect). ISC -105 b. Automotive Liability: (1) Personal Injury Liability Insurance will have limits of $500,000 (per person)/ 1,000,000 (per occurrence). ' (2) Proarty Damage Liability Insurance will have limits of 1500,000(por occurrence). ' c. Town's Protective Liability: (1) Personal Injury Liability Insurance will have liens ' of $500,000 (per person)/1;000,000 (per occurrence). ISC -105 1 1 n C 1 P L u 1 (2) Property Damage Liability Insurance Will have limits of 500 000 (per occurrence). d. Builders' Risk Insurance: (1) The Contractor shall carry Builders' Risk Insurance. e. Job Office Insurance: (1) Job Office Insurance for fire and theft will have the limit of $5,000 (per occurrence). 1.11 Work by Others: Private utilities, or other parties may be expected to be working wfithin the Contract area during this Contract. It shall be the responsibility of the Contractor to coordi- nate his work under this Contract with the work being done by others in order that the construction shall proceed in an efficient and logical manner. The Contractor shall have no claim or claims whatever against the Town, the Engineer, or other parties due to delays or other reasons caused by the work by others or his failure to coordinate such work. 1.12 Schedule of Drawings: SHEET NO. DESCRIPTION 1 Subsurface Disposal System Community 2 Subsurface Disposal System Community 3 Subsurface Disposal System Cinema 4 Subsurface Disposal System Cottages 5 Sanitary Sewage Pump Station 6,7 Force Main Plan/Profile 8 Miscellaneous Details 9 Stone Removal Area 10 Stone Removal Area, Cross -Sections 1.13 Contractor's Work and Storalte Area: The Contractor shall contact the Town to determine if any specific locations will be designated or gain their approval prior to using any area for storage of equipment, materials and trailers during the period of this Contract. The Contractor shall confine his work/storage area to the limits as designated or approved and shall be responsible for the security of the work/storage area. Uon completion of the Contract. the Contractor shall remove all equipment and materials, except as otherwise spec- ified, and restore the site to its original condition as ap- proved by the Engineer and at no cost to the Town - SC -106 L� ' 1.14 Temorary Water Main Shutdown: Any work which requires an existing water main to e a ut down temporarily shall be so scheduled and so executed to keep public inconvenience to an absolute minimum. The Contractor is herely alerted to ' the fact that this say require now work to be performed durins unnseal hours. Also, once an existing water main is shut &m__n7_-w-o-rV7*_EaM continue diligently, without inter- ruption, nter- ru tion, until the existing main can be returned to service. There shall be no separate payment for performin the above work, but all costs incidental thereto are considered to be included in the various prices bid under this Contract, , 1.15 Use of Manufactured Equipment: (Deleted) 1.16 As -Built Drawin s: As -built drawings will be made by the ' ng neer. The antractor's personnel will be required to make the necessary measurements. It shall be the Contractor's responsibility to see: a. That the tyyppe, horizontal location invert elevation and pipe size of all are obtained. ' b. That the type, locations of pipes, and sizes of pipes nave been located. c. That the locations of all new facilities and equipment are documented. ' d. That measurements and requirements are or have been ob- tained for utility installations which have been relo- cated. ' e. That any notes of these requirements taken by the Con- tractor shall be submitted to the Engineer. 1.17 Sequence of Operations: The Contractor shall, prior to be - ging MX wore, o d sut to the Engineer at os before the 9econstruction conference a Schedule (Bar Chart or CPK art) and Sequence of Operations (narrative supporting the Schedule). The following Sequence of Operations is to be construed solely as a guide for construction of Site Improvements for this Contract. It is emphasized that this Sequence of Oper- ations is suAlested only, and that the inclusion of this suggested Sequence of Operations in no way relieves the Coa- t tractor of this responsibility to submit a Schedule and Se- quence of Operations to the Engineer for approval prior to beginning any work. The Contractor's attention is directed to Section 1.11 Work bZ Others and provisions therefor shall be.made in his Mi- e and Sequence of Operations. SC -107 J 1 1 u 1 1 J 1 11 11 1 11 1.19 Disposal Area: The Contractor is required to obtain a disposal area for all material unless otherwise specified or authorised, at no cost to the Town. Selected materials shall be sent to the Town's bulky waste site. Disposal of material/equipment must be coordinated with the Owner. 1.20 Removal and Disposal of Structures Found on the Work: All salvable, equipment and materials as determined by the Owner shall be carefully dismantled, removed from the station by the Contractor, and transferred to locations identified by the Town of Glastonbury.. A minimum of two (2) weeks notice must be given to the Town prior to dis- mantling any equipment, materials or facilities. Non- salvageable equipment, facilities or materials steal b be properly disposed by the Contcacto; at no cost to the Town. SC- 108 1.22 Dust Control: During the progress of the work, the Contractor shall conduct his operations and maintain the area of his activities so as to mini- mize the creation and dispersion of dust. If the En sneer decides that it is necessary to use water or calcium chloride for more effective dust control, the Contractor shall furnish and spread the material, as directed, and without additional compensation. SC -109 11 1.24 Protection of Existing Utilities: Before starting any. escAiatidi for drainage, the Contractor shall submit to the Engineer for his inform- ation plans or details showing the proposed method the Contractor will use to support and protect all existing utilities during construction. The furnishing of such plans and details shall not serve to relieve the Contractor of any responsibilities. There will be no extra payment for submitting plans or de- tails for supporting and protecting all existing utilities during construction, and all cost thereof shall be in- cluded in the cost per linear foot of pipe. SC -109 11 SC -110 - I 1.25 Protection of Roadway During Hauling: The Contractor shall provide for containment of excavated material in the trucks ' during hauling operations. The material may be very difficult to contain due to wetness. 1.26 Protection of Excavated Opening: The Contractor's atten- tion is brought to the following requirements: 1,. During construction the Contractor shall be responsible for providing equipment, devices and signs to prevent accidents due to open excavations. The Contractor shall comply with all Local, State and Federal Regulations ' during excavation. 1.27 Test Pits: Test Pits have been taken along the site of the work for design purposes. Test pits are in- cluded herein to assist the Contractor in his evaluation of subsurface conditions. The Owner does not guarantee that subsurface conditions other than those disclosed by the ' test pits will not be encountered or that subsurface conditions will not vary from those indicated by the test pits. Test pit locations are shown on the drawings and test pits are included in these specifications. Inspectors ' employed by the Owner or the Engineer shall be authorized to inspect all work done and material furnished. Such inspection may extend to all or any part 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 work, the Inspector shall have the authority to reject material or suspend the work until the question at issue can be referred to and decided by the Engineer. The Inspector 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 not to issue instructions contrary to the Plans and ' Specifications. SC -110 - I P 1.28 Authority and Duties of Inspectors: Inspectors employed by the Owner or the Engineer shall be authorized to inspect all work done and material furnished. Such inspection may extend to all or any part of the work, and to the preparation or manufacture of materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner or performing the work, the Inspector shall have the authority to reject materialor suspend ' the work until the question at issue can be referred to and decided by the Engineer. The Inspector 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 wbrk ' not to issue instructions contrary to the Plans and Specifications. The Inspector shall in no case act as a foreman or perform ' other duties for the Contractor, or interfere with the management of the work by the latter. Any advise which the Inpsector may give the Contractor shall in no circumstances 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. 1.29 Lump Sum Bid: The lump sum bid for the project shall include costs of all materials, labor, devices, appliances, permits, energy, water, manuals, plans, shop drawings, start up, and operation and other services specified herein and shown on the contract drawings. 1.30 Project Sign: The general contractors shall provide and erect a sign at the project site identifying the project, ' the name of the owner, the type of project, the name of the contractor and the name of the engineer. The sign shall be made of 3/4 inch plywood, and shall show such information as the engineer may require and be maintained in good condition for the duration of the project. The contractor shall obtain from the owner the name, number and dollar amounts to be included in the sign for this particular project. The contractor shall maintain the sign throughout the duration of the contract. 1 C SC -110-Q. 1 _ 31 Temporary Buildings: The Contractor r c 1 provide a sui 1, a shalp t- a l.e ie o ice, or offices, adjacent to the work for use of engineers and inspectors. Field office shall be_4,_ ble building or room equipped with locks, .telephone;-1g�, desk or table of use of " engineers and inspectors, storage lockers for their working clothes and field equipment, and heat during cold weather. 1 In cases where the size of the Contract does not warrant separate offices, engineers and inspectors may share the same office, but not the same lockers or desk, as the super- visory men of the Contractor's force. ' If the work contemplated by the Contract is of short dura- tion, or if other conditions are such that it is not exped- ' ,fent to provide a field office or all of the facilities described just above, the Engineer may waive part of ail of the requirements for a field office. The Contractor shall protect this office against theft ' throughout twenty-four (24) hours of the day and night and shall be responsible for any loss of any Town or Engineer's property and the personal property of the employees housed ' therein due to either fire, theft or other causes. Upon release, the Contractor shall remove all such temporary structures and facilities from the site, same to -become his ' property, and leave the site of work in the condition required by the Contract. ' The cost of providing, equiping, maintaining or removing the teen field office will have included in prices bid for the work. tic: -111 TECHNICAL SPECIFICATIONS DIVISION 1 - SITEWORK 1.1 General 1-1 1.2 Clearing and Grubbing 1-1 1.3 Excavation 1-2 1.4 Sheeting, Shoring & Bracing 1-3 1.5 Temporary Drains, Pumping & Dewatering 1-3 1.6 Fill & Backfill 1-4 ' 1.7 Grading 1.8 Pavement 1-6 1-6 1.9 Fencing 1-8 1.10 Landscaping, Loaming, Seeding and Fertilization 1-10 1.11 Maintenance and protection of traffic 1-11 Appendix #1 Noise and dust control Disposal of excavated material Dewatering SDIVISION 2 - CONCRETE 2.1 Reinforced - Cast in Place Concrete 2.2 Precast concrete 2-1 2-3 2.3 Miscellaneous metals 2-3 DIVISION 3 - PIPE 3.1 Ductile Iron Force Main 3-1 3.2 Polyvinylchloride Sanitary Sewer Pipe 3-2 DIVISION 4 SUBMERSIBLE PUMPING STATION 4.1 General 4-1 4.2 Prefabricated Wet Well and Valve Pit 4-1 4.3 Pumps 4-2 4.4 Pump Motors 4.5 Pump Removal System 4-3 4-4 4.6 Wet Well Access 4-4 4.7 Controls 4-4 4.8 Operational Test 4-8 4.9 Installation and operating instructions 4-8 4.10 Guarantees 4-8 4.11 Interior Piping 4-9 4.12 Valves & Gates 4-10. 4.13 Gauges 4-10 4.14 Tripod and Hoist 4-11 4.15 Finishes 4-11 4.16 Miscellaneous Equipment 4-13 DIVISION 4 - GENERATOR 5.1 Diesel Fueled Standby Generator Set 5-1 5.2 Automatic Transfer Switch 5-8 IDIVISION 1: SITEWORK 1 1.1 GENERAL n rl ri Fishers Island Sewer District The work included in this section includes excavation, sheeting, shoring and bracing, dewatering, fill and back fill, temporary drains, grading, pavement, fencing, landscaping, and associated work. Test pits were taken at the site of the pump station and the site of the sewage disposal field. This information is included as part of this specification. This information must be reviewed by the contractor prior to excavation. The contractor must make his own investigations including test pits to determine all conditions affecting the work to be done and the materials needed. 1.2 CLEARING AND GRUBBING This work shall consist of clearing, grubbing, cutting, removal and disposal of all vegetation and debris. This work shall also consist of stripping and stockpiling topsoil. All work shall be confined to the areas within the limits of construction as shown on the plans or designated by the Engineer. The work shall also include the preservation from injury or defacement of all vegetation and objects designated by the Engineer to remain. Before any clearing is done, the Contractor and the Engineer shall determine precisely which trees, shrubs, and bushes shall be saved. These trees, shrubs, and bushes will be clearly marked in the field prior to any work starting. Trees that are to be removed within the excavation lines shall be cut off and stumps removed to a depth of not less than 12 inches below the graded surface. The Contractor shall not remove any trees, shrubs, or bushes beyond the slope limits unless specifically ordered to do so by the Engineer. Topsoil shall be stripped from cleared areas. Topsoil shall not be mixed with subsoil and shall be kept free of brush, trash, large stones and other extraneous material. Topsoil shall be stockpiled at areas on the site as directed by the Engineer. The stockpiles shall be protected until used for topsoiling areas to be seeded. 1.3 EXCAVATION The contractor shall perform all excavation of every description and of whatever substances encountered, to the depths indicated on the drawings or as specified. Loam shall be stripped and at the option of the contractor stockpiled for reuse. The subfoundation shall be placed as soon as possible after the excavation. Care shall be taken not to excavate below the depths indicated unless authorized by the Engineer. No extra payments will be made for excavation of any materials. All unsuitable material or 1-1 1 1 1 1 11 t DIVISION 1: SITEWORR Fishers Island Sewer District suitable material not required elsewhere in the work shall be removed by the contractor and wasted off site at no extra cost. The contractor shall provide and maintain ample means and devices with which to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Excavations shall be kept dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. Means of water removal and disposal shall include drains, pumps, and well point systems to the extent required by the quantity to be removed. All water pumped or drained from the work shall be disposed of in a suitable manner without undue interference with other work or damage to pavements, other surfaces, or property. Trenches shall be excavated to the necessary width and depth for proper laying of pipe and shall have vertical sides. Minimum widths of trenches shall provide at least 12 inches clearance between the sides of the trench and the outside face of the pipe. Trench widths shall not be unnecessarily wide so as to materially increase the load on the pipe resulting from backfill and shall not exceed that width required to accomplish the work and provide for the safety of the workers. Excavation Near Existing Structures and Utilities: It is called to the attention of the Contractor that there are utilities and other underground pipes along the course of the work. Information shown on the drawings as to the location is from the best available sources, but no guarantee is inherent or to be assumed that such information is accurate or complete. Water main service connections are to be crossed in the course of the work. The Contractor shall exercise special care during his operations to avoid injury to underground utilities and structures. When necessary, the Contractor shall cooperate with, and consult with representatives of the Town or the utility companies in order to avoid damage to the structures. The Contractor shall furnish and erect suitable support and shoring or other means of protection, all at his own expense, where required. Hand methods of excavating shall be used around buried utilities and are included in the work to be done under this Contract, at no additional cost to the Owner. The Contractor shall, at his own expense, preserve and protect from injury all property either public or private, adjacent to the line of work, and he shall be responsible for and repair at his own expense any and all damage and injury thereto, arising out of or in consequence of any act or omission of the Contractor. All existing pipes, culverts, poles, wires, fences, mail boxes, bounds, etc., shall be supported in place or otherwise protected from injury, or shall be restored to at least as good condition as that in which they were found immediately prior to start of work. The Contractor shall provide, at his own expense, suitable bridges over trenches where required for the accomodation and safety of the traveling public. He shall provide facilities for access to private driveways for vehicular use. He shall erect suitable barriers around the excavation to prevent accidents to the public and shall place and 1-2 IDIVISION 1: SITEWORR Fishers Island Sewer District maintain during the night sufficient lights on or near the work. A space of twenty (20) feet must be left so that free access may be at all times had to fire hydrants and proper precautions shall be taken so that the entrance to fire hydrants shall not be blocked or obstructed. All excavations shall be paid for as part of the lump sum bid for the project. No payment will be made for additional excavation. 1.4 SHEETING, SHORING and BRACING The Contractor shall furnish, put in place and maintain such ' sheeting, shoring and bracing as may be required for the construction of the permanent work. The Contractor shall be solely responsible for the safety of all work, prevention of bodily injury, and undermining or disturbing existing pavements or utilities. The Contractor shall submit to the Engineer, at least 10 days prior to the start of construction, his proposed methods, materials, sizes and depths of sheeting and bracing which he plans to use to construct the Pumping Station. The Contractor's methods will be reviewed for possible effect on the permanent construction, foundations, existing improvements and utilities. The review shall not be construed as a guarantee that the Contractor's methods are proper or adequate. Any damage to permanent or existing work resulting from the failure of the Contractor to provide adequate sheeting, shoring and bracing shall be repaired by the Contractor at his expense. The installation of sheeting, shoring and bracing shall comply with the safety precautions as outlined in the Associated General Contractors of America "Manual of Accident Prevention in Construction." If the Engineer is of the opinion that, at any point, sufficient or proper supports have not been provided, he may order additional supports to be put in place. The Contractor shall remove all temporary protection works. Care shall be taken to prevent voids if 1 sheeting is removed. If voids are found during the removal of sheeting they shall be filled with sand and compacted. Sheeting shall be left in place if the Engineer so permits. Steel sheeting left in place, will be paid for as part of the lump sum bid for the pump station. 1.5 TEMPORARY DRAINS, PUMPING AND DEWATERING 1 The Contractor shall provide all necessary equipment and materials, including pumps and/or well point systems and accessories all as may be essential to satisfactorily dewater and maintain in a drained condition the foundation and excavation area of the permanent work, until such time as it may be safely backfilled and until such time as floatation of the pump station cannot occur, all as determined by the Engineer. The Contractor shall submit to the Engineer, at least 10 days prior to start of construction, his proposed method of dewatering., The Contractor's methods will be reviewed for possible effect on the permanent construction. The review shall not be Construed as a guarantee that the Contractor's methods are proper or adequate. All water shall be disposed of in such manner as not to cause injury to public health or damage to public or private property. Sufficient stand-by pumping equipment shall be installed and mounted for immediate use in case of emergencies. The Contractor shall be responsible for the adequacy of his dewatering equipment and system in controlling the water and for protecting adjacent roadways, public and private property and public 1-3 DIVISION 1: SITEWORK Fishers Island Sewer District c 1 waterways from damage. Any damage to permanent work or existing property resulting from the failure of the Contractor to provide an ade- quate dewatering system shall be repaired by the Contractor at his own expense. All bypass pumping, temporary drains and dewatering shall be part of the lump sum cost of the pump station. 1.6 FILL and BACKFILL Materials: (1) Suitable material from excavation shall be granular materials, free from rocks over 6 inches in their largest dimension and free from any deleterious material which can adversely affect the load carrying capacity of the finished trench. Suitable materials shall be only that which is approved by the Engineer. 1-4 Foundation fill material shall be gravel or crushed stone as indicated on the drawings and as specified herein. Backfill adjacent to the station shall be sand or sand gravel. Fill and backfill shall be placed and compacted to conform to the lines, elevations and cross- sections indicated on the drawings or as otherwise required to complete the work satisfactorily. Fill and backfill shall not be placed on a surface covered with water. No fill or backfill material shall be placed on a surface of frozen material nor shall snow, ice or frozen earth be incorporated in the fill or backfill. Fill or backfill material shall not be placed on material which in the opinion of the Engineer has been affected by frost or moisture. Such material shall be recompacted prior to placement of other material on its surface. No backfill material shall be placed adjacent to concrete that is less than 7 days old. Backfilling shall be performed after the permanent work in the excavation had been inspected and approved and after all forms have been removed and the area cleaned of trash and debris. Gravel fill and ' backfill materials shall be placed in horizontal layers not exceeding 8 inches in loose thickness, except for the initial layer of gravel fill to be constructed on the subfoundation which shall be placed in a 12 inch compacted layer. After spreading and prior to compaction, all stones larger than 4 inches shall be removed from the gravel fill material placed below concrete slabs and stones larger than 6 inches shall be removed from the gravel backfill placed above concrete slabs. All fill and backfill material shall be compacted to at least 95 percent of maximum dry density as determined by AASHO Test Designation T-180-57, Method D except.in the area of the proposed leaching fields where such fill and backfill shall be compacted to not less than 80 percent nor greater than 90 percent of maximum dry density by the above test. Material shall be moistened or aerated as necessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. Compaction shall be obtained by the use of approved power hand tampers or vibratory compactors. Compaction by sgttling with water will not be permitted. The backfill compaction shall be carefully controlled. The Contractor shall obtain the services of a qualified soils testing laboratory and obtain approval of the Owner. The soils testing shall be continuous during backfill operations. Compaction certifications shall be forwarded to the Engineer. All costs shall be part of the lump -sum bid. Materials: (1) Suitable material from excavation shall be granular materials, free from rocks over 6 inches in their largest dimension and free from any deleterious material which can adversely affect the load carrying capacity of the finished trench. Suitable materials shall be only that which is approved by the Engineer. 1-4 1 DIVISION l: SITEWORK Fishers Island Sewer District (2) Bank -run gravel shall be clean, well -graded from coarse to fine, no stones over 6 inches in maximum dimensions, and shall contain less thaw 5% of particles finer than will pass a No. 200 sieve. (3) Sand shall be free from roots, sod, rubbish, frozen materials, and shall conform to the following gradation requirements: Sieve Size Per Cent Passing by Weight 1/2 inch 100 3/8 inch 90 - 100 ' No. 4 80 - 100 No. 50 10 - 25 No. 100 0 - 10 (4) Gravel Bedding shall consist of clean crushed quarry rock or crushed gravel, free of organics and decomposable substances, and shall be well -graded within the following gradation requirements: Square Mesh Sieve Size Percent Passing by Weight 1 inch 100 3/4 inch 90 - 100 1/2 inch 20 - 50 3/8 inch 0 - 20 No. 4 0 - 5 (5) Processed Gravel shall be of hard, durable material and should conform to the following gradation requirements: Square Mesh Sieve Size Percent Passing by Weight 2-1/4 inch 100 1-3/4 inch 95 - 100 3/4 inch 60 - 75 1/4 inch 25 - 45 No. 40 10 - 25 No. 100 3 - 12 1 Soils Testing: Soils tests by a qualified testing laboratory are required to determine the gradation and compaction characteristics of fill and backfill materials specified herein. All tests shall be part of the lump sum bid. Gravel bedding material will be required below all utility structures. Gravel bedding shall be placed 12 inches beyond the widths of a utility structure foundation (base) and to a depth of 6 inches from the bottom of the excavation to the bottom of the foundation (base) as 1 indicated on the drawings. Material under and around the pipe shall be carefully and thoroughly hand tamped. From the centerline of the pipe to a point 12 inches above the top of the pipe the backfill shall'be sand or sandy gravel, placed by hand and hand tamped. Above this point, backfill shall be suitable material from excavation or, if ordered, bank -run 1-5 IDIVISION 1: SITEWORK Fishers Island Sewer District 1 1.7 GRADING Excess excavated material, selected by the Engineer shall be used as fill to form the embankments and slopes as shown on the drawings. Pavement sub -grades shall be of bank gravel and processed gravel as indicated on the drawings. Enbankment fill shall be placed and compacted to the required grades shown on the drawings with allowance for placement of pavement sub -base and topsoil for seeding all as indicated by the details and finished grades shown on the drawings. 1.8 PAVEMENT The work covered by this section of the specifications consists in furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the replacement of pavement over trenches or other openings made during construction, complete, and in strict accordance with this section of the specifications and applicable drawings, and subject to the terms and conditions of the contract. The Contractor shall replace all bituminous pavement which has been removed or damaged during construction operations. In trenches, the finished grade shall exactly match the adjacent undisturbed grade. 1 Replacement shall be made at a time agreeable to the Engineer. Pavement replacement shall include satisfactory repair by the Contractor driveways and any other bituminous surface disturbed by his operations. 1-6 gravel. This backfill shall be placed in layers 8 inches deep and each layer shall be compacted with mechanical tampers to not less than 95% of maximum dry demsity. This backfill shall be carried up to the bottom of material specified to be for surfacing placed requirements. In areas where the finished surface is to be loam, the contractor shall complete the backfilling with the respective specified material to compacted depths as shown. In areas where the finished surface is to be paved, the contractor shall install 12 inches of gravel base course material to a point 3 inches below the finished surface. This top 3 inches shall be filled with compacted bituminous concrete material. Temporary pavement material shall be as specified elsewhere in these specifications. When the Engineer determines that trench settlement will not damage finished pavement, the Contractor shall but the pavement as directed and remove all temporary material and as much gravel as is necessary to install the finish pavement materials as specified in the section entitled "Pavement and Pavement Replacement" and as shown on the typical surfacing details. The Engineer may elect to place "hot mix" temporary pavement in which case the edges of the existing pavement shall be cut before placement of the temporary pavement. 1 1.7 GRADING Excess excavated material, selected by the Engineer shall be used as fill to form the embankments and slopes as shown on the drawings. Pavement sub -grades shall be of bank gravel and processed gravel as indicated on the drawings. Enbankment fill shall be placed and compacted to the required grades shown on the drawings with allowance for placement of pavement sub -base and topsoil for seeding all as indicated by the details and finished grades shown on the drawings. 1.8 PAVEMENT The work covered by this section of the specifications consists in furnishing all plant, labor, equipment, appliances, and materials, and in performing all operations in connection with the replacement of pavement over trenches or other openings made during construction, complete, and in strict accordance with this section of the specifications and applicable drawings, and subject to the terms and conditions of the contract. The Contractor shall replace all bituminous pavement which has been removed or damaged during construction operations. In trenches, the finished grade shall exactly match the adjacent undisturbed grade. 1 Replacement shall be made at a time agreeable to the Engineer. Pavement replacement shall include satisfactory repair by the Contractor driveways and any other bituminous surface disturbed by his operations. 1-6 tDIVISION 1: SITEWORK Fishers Island Sewer District 1 Materials and Methods: Permanent Pavement At Project Site: The Contractor shall grade the site utalizing suitable full material and compacting as specified herein. After grading the site and compacting it 12, inches of subbase material conforming to DOT Specification M. 02.02 and M. 02.06 class A shall be placed. 4" of.base material conforming to M. 02.06 A shall be placed on top of the subbase as specified and compacted per DOT specifications. Two layers of 1 1/2" bituminous conforming with DOT Specification 4.06 for placement and M.04.01 class 1 for materials shall be placed upon the base material. Procedures: Bituminous concrete paving shall proceed as follows: Subgrade: In all trenches to be paved, bank -run gravel and processed gravel shall be placed and compacted during backfill to provide a subgrade, all as per these specifications and to dimensions shown on the drawings. Unless temporary paving is to be placed immediately, gravel trenches shall be maintained to original surface by filling with processed gravel and grading, all as required, until such time as pavement is placed. All gravel surfaces shall be kept dust free by the addition of calcium chloride "Dow Flake" or equal, as required. Trimming of Edges: Edges of existing pavement shall be cut in straight lines before excavation as herein specified. Before placing permanent type "hot" mix, all edges shall be trimmed as required to provide straight lines and vertical faces. Settlement of Trenches: In trenches where the Engineer determines that a "hot" permanent type bituminous concrete mix can be placed as temporary pavement, the Contractor shall allow the trench to settle for a period up to 30 days before placing pavement, all as determined by the Engineer. Temporary Pavement: It is intended that most trenches in existing pavement shall be provided with pavement within a few days after 1 backfill. The settlement of trenches will determine how soon a trench shall be paved and the Engineer's decision will be final. The Engineer will also decide on the type of material to be placed. In cold weather or where it is obvious that considerable settlement "cold will take place, the Engineer may elect to order that a mix" or cold patch be placed, In this case, edges do not need to be retrimmed, except for broken pieces, and material may be placed at a slightly higher grade than the existing surface to allow for settlement. Material shall be placed to a full depth of 2 inches after compaction and in a single course. Elsewhere and wherever ordered, the Contractor shall place a "hot" permanent type bituminous concrete pavement as temporary pavement. In this case, the subgrade shall be prepared and compacted to required grade, the edges retrimmed as required to straight lines and vertical faces and sealed and the material placed to a compacted depth of 3 1-7 DIVISION 1: SITEWORK Fishers Island Sewer District 1 inches in a single course. All pavement shall be maintained smooth, free from potholes and to required grade until permanent pavement is placed. Permanent Pavement: When, in the opinion of the Engineer, a satis- factory time has elapsed for compaction of the trenches, permanent pavement will be placed. In general, it will be required that trenches be allowed to settle over one winter and at least 120 days before permanent pavement is placed. Where the existing pavement outside of trenches has remained in satisfactory condition as determined by the Engineer, only the trenches will ordinarily be paved. ' Permanent Pavement Trench Width: Temporary pavement shall be removed, the subgrade prepared to required dimensions and compacted to required grade, edges retrimmed as required to straight lines and vertical faces, sealed and the permanent "hot" mix materials installed 1 in two courses to a total depth compacted of 3" or as ordered. Base course shall be a binder material and surface shall be provided with suitable crown as required. 1.9 FENCING ' The pump station fence shall be 6 foot high, vinyl coated green as provided by Atlantic Fence Inc., Arrow Fence,,Eastern Wholesale Fence Co. Inc., Midford N.Y. or equal. It shall conform to the Chain Link Fence Manufactures Institute. One gate shall be installed as shown on the plans. Posts, gate frames, braces, rails, stretcher bars and truss 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 corners, 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. The chain link fence, gates 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 ft. on centers. They shall be plumb with tops properly aligned.' Line posts and tgrminal 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. The split rail fence at the community subsurface disposal site shall be a three rail, pressure treated, decay and insect resistant wood. 1-8 IDIVISION 1: SITEWORK Fishers Island Sewer District Fertilizer: Fertilizer shall be the commercial product of a . - reputable manufacturer approved by the'Engineer and shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of analysis. Fertilizer shall contain the following minimum percentage of available plant food by weight: 10% Nitrogen; 6% Phosophoric Acid; 4% Potash; 1-9 1.10 LANDSCAPING, LOAMING, SEEDING and FERTILIZATION The work covered by this section of the specifications consists of furnishing all tools, equipment, appliances, materials, and labor required for landscaping, loaming, seeding, and feritilizing all areas not covered by pavement as directed by the Engineer and as indicated on the Contract Drawings. Trees: 7 feet high Arborvitae shall be provided as shown on the plans and as directed by the Engineer. The trees shall be replaced by the Contractor if they die within one year of planting at no extra cost to the Owner. The Contractor shall place a 3 inch layer of woodchips over a 6 mil polyethylene sheet around the base of the trees as shown. Loam: The Contractor shall furnish sufficient topsoil to properly install all work as specified herein and as shown on the drawings. Loam separated from excavation material as specified in Section 1.2 and stored shall be approved by the Engineer before reuse. If not acceptable loam from outside sources shall be furnished. Topsoil furnished shall be a natural, fertile, friable soil, possessing characteristics of represent- ative productive soils in the vicinity. It shall be obtained from natur- ally well drained areas. It shall have a pH value of 6 and be free from substances which may be harmful to plant growth. Topsoil shall be without a mixture of subsoil and shall be clean and reasonably free from clay lumps, stones., stumps, roots or similar substances 1 1/2" or more in diam- ' eter, debris, or other objects which might be a hindrance to planting operations. The Contractor shall notify the Engineer of the location of the source from which he intends to supply the loam at least ten days prior to delivery of the loam at the project site. Any materials which in the opinion of the Engineer, do not meet the above requirements shall be rejected and removed from the site. Seed: Seed shall be commercial product of a reputable manufacturer approved by the Engineer and shall be certified to be not more than 1 year old and of the General proportions by weight of the following types: Kentucky Blue Grass 40% Creeping Red Fescue 40% 1 Norlea Perennial Rye 15% White Clover 5% Seed shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of content. Fertilizer: Fertilizer shall be the commercial product of a . - reputable manufacturer approved by the'Engineer and shall be delivered to the site in original unopened containers bearing the manufacturer's name and statement of analysis. Fertilizer shall contain the following minimum percentage of available plant food by weight: 10% Nitrogen; 6% Phosophoric Acid; 4% Potash; 1-9 IDIVISION 1: SITEWORK Fishers Island Sewer District Mulch: Mulch shall consist of hay from acceptable grass or legume mowings, free from weeds, reeds, twigs, debris orother objectionable material. It shall be free from rot or mould, and shall have a moisture content of not more than 15 percent when delivered to the project. 2. Application: Loam: Loam or topsoil shall be spread on the designated areas so as to form a cover or mulch of topsoil to a depth as shown on the drawings or. as directed by the Engineer. Areas designated for covering with topsoil shall be scarified or otherwise roughened, just prior to the application of topsoil. After the spreading of topsoil all stiff clods, hard lumps, large stones, trash, wood, brush, stumps, roots, or other objectionable material shall be gathered and removed from the topsoiled area. Compaction may be accomplished by the use of a lawn roller commonly used for this work. Fertilizer: Fertilizer shall be applied evenly at the rate of 25 lbs. ' per 1,000 square feet. The fertilizer shall be raked to a depth of at least 2 inches and the area brought to a smooth surface. Seed: Seed shall be applied evenly at the rate of 3/4 pound per 100 square feet during the growing season. Seeded areas shall then be raked by hand to mix the seed and loam and to smooth the surface. Seeded area shall then be rolled with a light lawn roller. Mulch: Areas seeded shall be provided with hay mulch unless otherwise ordered by the Engineer. The hay shall be uniformly applied by an approved method to a placed depth of two (2) inches. Maintenance: The Contractor shall be responsible for the proper care of the seeded areas during the period when the grass is becoming establish- ed. This period shall extend for 2 months after the completion of seeding on the entire project. The Contractor shall reseed and if necessary reloam all areas as necessary to obtain a firm stand of grass. The Contractor shall provide water for the trees and grass. All aspects of the landscaping including loaming, seeding, fertilizing mulching, watering, etc. shall be paid for as part of the lump sum bid for ' the project. 1.11 MAINTENANCE AND PROTECTION OF TRAFFIC DESCRIPTION: The Contractor shall keep the roadway under construction open to traffic for the full length of the project, and shall provide a suffi- cient number of travel lanes and pedestrian passways to move that traffic ordinarily using the roadway. The travel lanes and pedestrian passways shall be drained and kept reasonably smooth and in suitable condition at all times in order to provide minimum interference to traffic consistent with the proper prosecution of the work. Suitable ingress and egress shall be provided at all times where required for all intersecting roads and for all abutting properties 1-10 t 1 1 1 1 1 DIVISION 1: SITEWORK having legal access. CONSTRUCTION METHOD: Fishers Island Sewer District When a scheme for maintenance of traffic which may include detours is shown on the plans or described in the Special Provisions of the Contract, this shall govern unless an alternate scheme acceptable to the Engineer is offered by the Contractor at no additional cost. If no scheme is shown on the plans or described in the Special Provisions of the Contract and the Contractor wishes to deviate from the provisions of maintaining traffic as described in this section, the Contractor must submit, and the Engineer may approve, a schedule showing a proposed sequence of operations and a compatible method of maintaining traffic. Uniform Traffic Controller: The Contractor shall provide the services of uniformed traffic controllers or Police at such locations and for such periods as the Engineer may order for the control and direction of vehicular traffic and pedestrians. Traffic controllers shall be clothed and equipped so as to be readily distinguished as traffic controllers to the satisfaction of the Engineer. Traffic Signs and Barricades: The Contractor will furnish signs, barricades, traffic cones, and traffic delineators to forewarn traffic of the construction. The Contractor will also provide such safety measures, pavement markings, warning devices, and signs as deemed necessary to safeguard and guide the traveling public through detours ordered by the Engineer or included in the approved scheme for maintenance of traffic. Signs and barricades will be delivered adjacent to the project and traffic cones and delineators will be provided when required, at no cost to the Town. The Contractor shall erect, maintain, move, adjust, relocate and store these signs, barricades, traffic cones, and delineators when, where, and in accordance with the "Manual on Uniform Traffic Control Devices", or as directed by the Engineer. The use of unauthorized or unapproved signs, barricades, traffic cones, or traffic delineators will not be permitted. The Contractor shall keep all signs in proper position and clean i and legible at all times. Care shall be taken so that weeds, shrubbery, construction materials or equipment, and soil are not allowed to obscure any sign, light, or barricade. Signs that do not apply to existing conditions shall be removed or adjusted so that the legend is not ' visible to approaching traffic. Snow Removal: The Contractor, when ordered by the Engineer, shall remove snow and take care of icy conditions on temporary, new, and existing sidewalks.on any part of the right-of-way within the limits of the project. Failure to Provide: Should the Contractor fail to perform any of the work required under this section, the Town may perform, or arrange for others to perform, such work. In such -cases, the Town will deduct ' from money due or to become due the Contractor all expenses connected therewith which are found to be greater than the cost to the Town had the Contractor performed the specified work. 1-11 New York State Department of Environmental Conscrvat'.on c/o Mr. Daniel J. Larkin Bldg. 40, SUNY ' Stony Brook, NY 11794 Phone No. - 751-7900 The entire dewatering operation and the apparatus connected therewith must at all reasonable hours be open to inspection, and test by dui,v accredited re- presentatives of the Department of Environmental Con:�crvati L� DIVISION 1: SITEWORK Appendix 1�1 Fishers Island Sewer District :poise and dust control mPa.-ures will in Iude ie ,`c _ macn_nery and the spreading of water or wo;? :;;_ c ,r -',e on petroleum products for dust control is j r,)h_' !dted. : ,1 will be limited to a.m.* p.m. DISPCSAL ",E ' No cortractcr is permitted to dump spoil onto tt.ose areae. de. _ ,paled as wetlal.ds or waterways. Surplus excavated material, eiti.er llnsn' isi'act ry ''or, or over and above ti.at required for backfilling, sha_11 be d_sposed of by the contractor at his own expense, off the site of work in a lawful manner at the (name of ' landfill). If the contractor wishes to dispose excavated riateria'_ other than at the (name of landfill), he must first contact: :lfred T. Kel'_ar, _:YS Department of Environmental Conservation at (57-6) 751-79c,0. ' DEWATERING ' In accordance with Section 15-1527 of the Envircnmentai Conservation Law, i dewatering permit must be obtained from the New York State Department of Environmental Conservation (see address below) before the comme:;cement of any dewatering operation. Any proposed dewatering operation must be carried out by d"_'],;r re;-istered Well Drillers in accordance with Section 15-1525, of the Envirormionta? Conservation Law. The Contractor is responsible for notifying the "(- ",-)rk "ta--e Den_ artment of Environmental Conservation prior to the proposed c`the dewatering operation, giving the following details in full: he name of the 7ek;icterrd v:elm Lrillers, the details of the dewatering system to be inst•L11eu, it;,ludir.g the size, the number and the spacing of the Well Points, the purr •aracit,r, the pumping rate and the expected volume of water to be withdraw::. Also to be included, will be the amount of water table• draw,lcwn, the final disposition of the water and the expected duration of ti,:e operation. Before any dewatering operation is to begin, approval of all the aforcmentioned items is required. If any unforseen emergency construction arises, tLe "cntractor must notify the New York State Department of Environmental Conservation as soon as 1 possible, that dewatering under such circumstances has Peery Notification will be made of the following: New York State Department of Environmental Conscrvat'.on c/o Mr. Daniel J. Larkin Bldg. 40, SUNY ' Stony Brook, NY 11794 Phone No. - 751-7900 The entire dewatering operation and the apparatus connected therewith must at all reasonable hours be open to inspection, and test by dui,v accredited re- presentatives of the Department of Environmental Con:�crvati L� 1 1 E 7 [I 0 1 u Where private wells, used for water supply, have ,)ecome ,Ir,- cr', moi_ _c r roduce potable water due to the dewatering operation, t:iiE Contra�,Lor :ri': be responsible for providing the necessary water at no cost to ti,e County. No Contractor is permitted to dump spoil onto those area:; wetlands or waterways. Further, the Contractor shall not stockpile or stere sp(:ii, materials, tools or equipment on wetlands. The Contractor dischar:-e groundwater directly into creeks, ponds, ia.kes or waterway:: wthuut first obtaining proper permit from the New York State Department; of Environmental Conservation. Before discharge into surface waters, dewatering effluents must be filtered through hay bales or detained settling basins to avoid sedimentation to the receiving waters. If necessary, baffling devises shall be used to prevent the scouring of the bed or banks of any receiving stream. Every effort shall be made to discharge groundwater into existing recharge basins. , When dewatering systems utilizing central pumping stations are used, these stations will be acoustically shielded from neighboring residences. Styrofoam or other sound absorbing material will be used on the inside of the enclosure surrounding the pump. In addition, an exhaust stack extension will be provided when required by the Engineer. The use of old pumps generating excessive emissions and/or noise will not be permitted by the Engineer. Noise produced by any dewatering equipment measured at a distance of twenty-five feet in any direction from a major surface of the equipment shall not exceed: a. a continuous sound level of 60 dBA or b. one or more of the following octave band sound pressure level";, as listed below: Frequency (HZ) dB 63 77 125 68 250 6o 500 56 1000 53 2000 50 4000 48 8000 46 Before any dewatering pump installation is placed into operation, it shall be measured for the actual noise levels produced and only those installations conforming to the above listed sound criteria shall be approved. Sound pressures shall be measured With a sound level meter meeting ANSI - Type II specifications for noise regulation enforcement and possessing a measurement tolerance of plus or minus 2 dB. 1 DIVISION 2: STRUCTURAL Fishers Island Sewer District 1 2.1 REINFORCED - CAST IN PLACE CONCRETE ' Portland Cement: ASTM C 150, Type as required. Aggregates: ASTM C 33, except local aggregates of proven durability may be used when acceptable to Architect. Water: Clean, drinkable. Air -Entraining Admixture: ASTM C 260. Water -Reducing Admixture: ASTM C 494. Only use admixtures which have been tested and accepted in mix designs, unless otherwise acceptable. ' Related Materials: Waterstops: Flat dumbbell or centerbulb type, size to suit joints, of either rubber (CRD C 513) or PVC (CRD C 572). Membrane -Forming Curing Compound: ASTM C 309, Type I. 2-1 Codes and Standards: ACI 301 "Specifications for Structural ' Concrete for Buildings"; ACI 347 "Recommended Practice for Concrete Formwork"; ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete"; comply with applicable provisions iexcept as otherwise indicated. Mix Proportions and Design: Proportion mixes by either laboratory trial batch or field experience method complying with ACI 211.1. Submit written report to Engineer for each proposed concrete mix at least 15 days prior to start of work. Do not begin concrete production ' until mixes have been reviewed and are acceptable to the Engineer. Mix designs may be adjusted when material characteristics, job conditions, weather, test results or other circumstances warrant. Do not use revised concrete mixes until submitted to and accepted by Engineer. Use air -entering admixture in all concrete, providing not less than 4% nor more than 8% entrained air for concrete exposed to freezing and thawing, and from 2% to 4% for other concrete. Minimum Cement Content shall be as follows: Min. compressive strength at 28 days Min bags of cement per ' cu. yd. of concrete 4000 PSI 6.75 3000 PSI 5.75 Concrete Materials: ' Portland Cement: ASTM C 150, Type as required. Aggregates: ASTM C 33, except local aggregates of proven durability may be used when acceptable to Architect. Water: Clean, drinkable. Air -Entraining Admixture: ASTM C 260. Water -Reducing Admixture: ASTM C 494. Only use admixtures which have been tested and accepted in mix designs, unless otherwise acceptable. ' Related Materials: Waterstops: Flat dumbbell or centerbulb type, size to suit joints, of either rubber (CRD C 513) or PVC (CRD C 572). Membrane -Forming Curing Compound: ASTM C 309, Type I. 2-1 1 DIVISION 2: STRUCTURAL Fishers Island Sewer District Form Materials: Provide form materials with sufficient stability to withstand pressure of placed concrete without bow or deflection. Exposed Concrete Surfaces: Suitable material to suit project ' conditions. Reinforcing Materials: Deformed Reinforcing Bars: ASTM A 615, Grade 60 unless otherwise indicated. ' Welded Wire Fabric: ASTM A 185. Forming and Placing Concrete: Ready -Mix Concrete: ASTM C 94. Formwork: Construct so that concrete members and structures are of correct size, shape, alignment, elevation and position, complying with ACI 347. Provide openings in formwork to accommodate work of other trades. Accurately place and securely support items built into forms. Clean and adjust forms prior to concrete placement. Apply form release agents or wet forms, as required. Retighten forms during and after concrete placement if required to eliminate mortar leaks. Reinforcement: Position, support and secure reinforcement against displacement. Locate and support with metal chairs, runners, bolsters, spacers and hangers, as required. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Joints: Provide construction, isolation, and control joints as indicated or required. Locate construction joints so as to not impair the strength and appearance of the structure. Place isolation and control ' joints in slabs -on -ground to stabilize differential settlement and random cracking. Installation of Embedded Items: Set and build into the work anchorage devices and other embedded items required forother work that is attached to, or supported by cast -in-place concrete. Use settling diagrams, templates and instructions provided by others for locating and setting. Concrete Placement: -Comply with ACI 304, placing concrete in a - continuous operation within planned joints or sections. Do not begin ' placement until work of other trades affecting concrete is completed. Consolidate placed concrete using mechanical vibrating equipment with hand rodding and tamping, so that concrete is worked around reinforcement and other embedded items and into all part of forms. 1 1 1 1 1 DIVISION 2: STRUCTURAL Fishers Island Sewer District Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement and curing. In cold weather comply with ACI 306. In hot weather comply with ACI 305. Concrete Finishes: Exposed -to -view Surfaces: Provide a smooth finish for exposed concrete surfaces and surfaces that are to be covered with a coating or covering material applied directly to concrete. Remove fins and projections, patch defective areas with cement grout, and rub smooth. Slab Trowel Finish: Apply trowel finish to monolithic slab surfaces ' that are exposed -to -view or are to be covered with resilient flooring, paint or other thin film coating. Consolidate concrete surfaces by finish troweling, free of trowel marks, uniform in texture and appearance. Curing: Begin initial curing as soon as free water has disappeared from exposed surfaces. Where possible, keep continuously moist for not less than 72 hours. Continue curing by use of moisture -retaining cover or membrane -forming curing compound. Cure formed surfaces by moist curing until forms are removed. Provide protections as required to prevent damage to exposed concrete surfaces. 2.2 PRECAST CONCRETE Precast modules shall be reinforced concrete with a minimum 28 -day compressive strength of 5000 psi except for leaching chambers and dry wells which shall have a minimum 28 -day compressive strength of 4000 psi. Reinforcing steel shall meet the requirements of ASTM designation A-615, 1" minimum cover and shall be certified Grade 60. All units shall be design loading AASHO HS20-44. The manufacturer shall have the necessary equipment to perform compressive strength tests of concrete cylinders as required by the Engineer. The test certification shall be forwarded to the Engineer. ' The modules shall have monolithically poured walls and floor and shall be the same size, shape, and configuration as shown in the plans. If an alternate shape is proposed, it must have a floor area, wall and floor thickness, equal to or greater than that specified. The manufacturer shall submit to the.Engineer detailed calculations as prepared by a registered professional engineer to verify that the ' unit has been designed to withstand the burial depth indicated on the plans. Calculations to be sealed with P.E. Seal. Final precast ' concrete shop drawings to be sealed with P.E. seal, prior to being submitted for Egnineer's review. 2.3 MISCELLANEOUS METALS ' Miscellaneous metals necessary to complete project are included in this division; specifically but not limited to gratings, platforms, ' 2-3 1 1 1 1 i 1 1 1 1 1 1 1 DIVISION 2: STRUCTURAL Fishers Island Sewer District steps hatches, aluminum channels, weir plates, shear gates and supports. Aluminum channels and angles and plates, for steps, brackets, and weir plates to be 6063-T6. Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. Shear gates shall be designed for use in sewage plants and shall be spigot end frame, bronze mounted. Wedges that seat the gate shall be bolted on to permit replacement of the wedges without the need to replace the frame. The length of the lifting handle shall be three (3) feet. Shear gates shall be CLOW Model F-3002 or equal 2-4 IDIVISION 3: PIPE Fishers Island Sewer District shall furnish in duplicate to the Town sworn certificates of such tests. 1 3-1 3.1 DUCTILE IRON FORCE MAIN ' DESCRIPTION• ' This item shall consist of furnishing and installing the new sewage force main and fittings of the type, size and length called for on the ' plans or as ordered, at the locations and to the lines and grades designated on the plans, or as directed by the Engineer, and in conformity with these specifications. Sub structures and incidental construction shall comply with the requirements of these specifications for the various items which constitute the completed structure. This item shall further include the furnishing and installing of bends, ' elbows and fittings of the type and size shown on the plans, at the location, to the lines and grades designated, or as ordered by the Engineer and in conformance with these specifications. Prior to beginning work, the Contractor will be furnished a construction plan and profile sheet upon which he shall record in a neat form, the actual work performed, using colored pencils. Where actual field construction or existing utilities differ from information on the proposed drawing, the actual work or field condition shall be indicated ' on the drawings and submitted to the Engineer at the completion of the ' work or during the construction process for his review. Location of valves and bends will be shown with depth and two measured distances to permanent objects. If for any reason the Contractor is unable or ' unwilling to provide the record drawing in a fully marked manner at the specified time, the Owner shall obtain the missing information by employment of a Certified Civil Engineer or Land Surveyor. The cost of this employment plus commensurate costs to the Owner shall be deducted from any monies due the Contractor. shall furnish in duplicate to the Town sworn certificates of such tests. 1 3-1 The Contractor shall employ a Certified Civil Engineer or Land ' Surveyor to establish all lines, elevations, reference marks, batter boards needed during the progress of the work, and from time to time to verify such marks by instrument or other appropriate means. The ' Engineer shall be pemitted to check the lines, elevations, reference marks set by the Contractor, who shall correct any errors in lines, elevations, reference marks disclosed by such check. Contractor shall make, check and be responsible for all measurements and dimensions necessary for the proper construction of and prevention of misfittings in the work. ' The Contractor shall furnish, handle, haul, lay, joint, and test all including fittings and appurtenant work, all as indicated on the drawings and as specified. MATERIALS: The materials for this work shall conform to the following specifications. In additon, all pipe and fittings shall be inspected and tested at the place of manufacture as required by the standard specifications to which the material is manufactured. The Contractor ' shall furnish in duplicate to the Town sworn certificates of such tests. 1 3-1 DIVISION 3: PIPE Fishers Island Sewer District Ductile iron pipe shall conform to the requirements of ANSI A21.51, Class 51. The pipe shall have a standard thickness cement mortar lining in accordance with ANSI A21.4. Joints shall be rubber -gasket, mechanical or push -on in accordance with ANSI A21.11. Iron Fittings shall conform to the requirements of AWWA C110 (ANSI ' A21.10) for a minimum pressure rating of 250 psi. The fittings shall have a standard thickness cement mortar lining in accordance with ANSI A21.4. Joints shall be rubber -gasket, mechanical or push -on in ' accordance with ANSI A21.11. Suitable Bedding Material For Ductile Iron Pipe shall be granular materials, free from rocks over 3 inches and free from any deleterious material, shall be clean, well graded from coarse to fine, and contain less than 5% of particles finer than will pass a No. 200 sieve. Native material shall be approved by the Engineer prior to use. CONSTRUCTION METHODS Unless otherwise directed by the Engineer, the force main shall be installed in accordance with the details as shown on the plans and in ' conformance with these specifications. The trench shall be excavated to the required depth, the bottom of which shall be graded to the elevation of the bottom of the bedding material. If rock is encountered, it shall be excavated to not less than 12 inches below the bottom of the pipe; and this depth shall be refilled with bedding material which shall be thoroughly tamped. Pipe shall be laid with bell ends facing in the direction of laying, unless directed otherwise by the Engineer. From the centerline of the pipe to a point 2 inches above the top of the pipe the backfill shall be placed by hand and hand tamped. Above this point, backfill shall be suitable material from excavation or, if ordered, bank -run gravel. ' Handling and Cutting Pipe: The Contractor's attention is directed to the fact that the iron used for pipe and fittings and the cement linings are comparatively brittle. Every care shall be taken in handling and laying pipe and fittings to avoid damaging the pipe and linings, scratching or marring machined surfaces, and abrasion of the pipe coating or lining. ' Any fitting showing a crack and any fitting or pipe which has received a severe blow that my have caused an incipient fracture, even though no such fracture can be seen, shall be marked as rejected and ' removed at once from the work. In any pipe showing a distinct crack and in which it is believed there is no incipient fracture beyond the limits of the visible crack, the cracked portions, if so approved, may be cut off by and at the expense of the Contractor before the pipe is laid so that the pipe used will be perfectly sound. The cut shall be made in the sound barrel at a point at least 12 inches from the visible limits of the crack. Except as otherwise approved, all cutting shall be done with a machine suitable for cutting ductile iron pipe. Hydraulic squeeze cutters are not acceptable for cutting ductile iron pipe. Travel type cutters and ' 3-2 1 1 u 1 �1 DIVISION 3: PIPE Fishers Island Sewer District guillotine or rotary type abrasive saws may be used. All cut ends shall be examined for possible cracks caused by cutting. The Contractor's attention is directed to the fact that damage to the lining of pipe or fittings will render them unfit for use; he shall use the utmost care in handling and installing lined and coated pipe and fittings to prevent damage. Protective guards shall not be removed until the pipe is to be installed. Installing Pipe and Fittings: No defective pipe or fitting shall be laid or placed in the piping, and any piece discovered to be defective after having been laid or placed shall be removed and replaced by a sound and satisfactory piece. Each pipe and fitting shall be cleared of all debirs, dirt, etc., before being laid and shall be kept clean until accepted in the complete work. Pipe and fittings shall be laid accurately to the lines and grades indicated on the drawings or required. Care shall be taken to ensure a good alignment both horizontally and vertically. Each pipe shall have a firm bearing along its entire length. Temporary Plugs: At all times when pipe laing is not actually in progress, the open ends of pipe shall be closed by temporary watertight plugs or by other approved means. If water is in the trench when work is resumed, the plug shall not be removed until all danger of water entering the pipe has passed. Assembling Push -on -Joint Pipe: Joining of push -on -joint pipe shall conform to the American Water Works Association (AWWA) Standard Specifications, Designation C600, Section 9C and all amendments thereto. If effective sealing of the joint is not attained, the joint shall be disassembled,thoroughly cleaned, a new gasket inserted and joint reassembled. The deflection of alignment at a joint shall not exceed the appropriate permissible deflection as specified in the following table: Pipe Deflection Allowances for Push -on -Joint Maximum permissible deflection per length (ins) 12 ft- 16 ft- 18ft- Length Length Length 12 17 19 Assembling Mechanical Joint Fittings: Assembling of fittings with mechanical joint ends shall conform to AWWA Standard Specifications C600, Section 9B and all amendments thereto. If effective sealing of the joint is not attained at the maximum torque indicated therein, the joint shall be disassembled and thoroughly cleaned, then 'reassembled. Bolts shall not be overstressed to tighten a leaking joint. 1 3-3 i 1 1 7 DIVISION 3: PIPE Fishers Island Sewer District The deflection of alignment at a joint shall not exceed the appropriate permissible deflection as specified in the following table: Pipe Deflection Allowances for Mechanical Joint Maximum Permissible Deflection Per Length (ins.) 12 Ft - 16 Ft - Length Length 18 24 18 Ft - Length 27 Setting Appurtenances: All valves, fittings and appurtenances shall be set and jointed as indicated on the drawings. Shop and Working Drawings: As required by the General Specifications, the Contractor shall submit completely detailed shop and working drawings of the piping. Such drawing shall show the piping layouts in full detail, the location of pipe hangers and supports, large scale details of all special castings, and location and type of thrust block or device to prevent joints from pulling apart. The drawings shall be fully dimensioned and contain schedules of all pipe, fittings, special castings and other appurtenances. Socket Pipe Clamps, Tierods and Bridles: Where necessary, bends, tees and other fittings in pipelines buried in the ground shall be backed up with Class B concrete placed against undisturbed earth where firm support can be obtained. If the soil does not provide firm support, then suitable bridle rods, clamps and accessories to brace the fitting properly shall be provided. Bridles and tierods shall be at least 1 inch in diameter. The socket clamps and tierods or bridles shall be coated with an approved bituminous paint after asembly, or, if necessary, prior to assembly. Cleaning: Prior to the pressure and leakage tests, the piping shall be thoroughly cleaned of all dirt, dust, oil, grease and other foreign material. This work shall be done with care to avoid damage to linings and coatings. Pressure and Leakage Tests Except as otherwise directed, all pipelines shall be given combined pressure and leakage tests in sections of approved length. The Contractor shall furnish and install suitable temporary pipe restraints and bracing testing plugs or caps; all nec- essary pressure pumps, pipe connections, meters, gates, gages and other necessary equipment; and all labor required. The Town shall have the privilege of using their own gages, if they so desire. Subject to approval and provided that the tests are made within a reasonable time considering the progress of the project as a whole, the Contractor may make the tests when he desires. However, pipelines in ' excavation or embedded in concrete shall be tested prior to the backfilling of the excavation or placing of the concrete. 3-4 Following or during the pressure test, the Contractor shall make a leakage test by metering the flow of water into the pipe while maintaining in the section being tested a pressure equal to 150 psi. If the average leakage during a two-hour period exceeds a rate of 11.6 gallons per inch of diameter per 24 hours per mile of pipeline, the section shall be considered as having failed the leakage test. If the section fails to pass the pressure or leakage test, the Contractor shall do everything necessary to locate, uncover, and repair or replace the defective pipe, fitting, or joint, all at his own expense ' and without extension of time for completion of the work. Additional tests and repairs shall be made until the section passes the specified test. If, in the judgment of the Engineer, it is impracticable to follow the foregoing procedure exactly for any reason, modifications in the procedure shall be made as required and approved, but in any event the ' Contractor shall be responsible for the ultimate tightness of the line within the above leakage and pressure requirements. I 1 1 3-5 DIVISION 3: PIPE Fishers Island Sewer District ' Unless it has already been done, the section of pipe to be tested shall be filled with water of approved quality, and all air shall be expelled from the pipe. If blowoffs are not available at high points for releasing air, the Contractor shall make the necessary excavations and do the necessary backfilling and make the necessary taps at such ' points and shall plug said holes after completion of the test. The section under test shall be maintained full of water for a period of 24 hours prior to the combined pressure and leakage test being applied. The pressure and leakage test shall consist of first raising the water pressure (based on the elevation of the lowest point of the section under test corrected to the gage location) to a pressure of 150 pounds per square inch (psi). If the Contractor cannot achieve the specified pressure and maintain it for a period of one hour, the section shall be considered as having failed to pass the pressure test. Following or during the pressure test, the Contractor shall make a leakage test by metering the flow of water into the pipe while maintaining in the section being tested a pressure equal to 150 psi. If the average leakage during a two-hour period exceeds a rate of 11.6 gallons per inch of diameter per 24 hours per mile of pipeline, the section shall be considered as having failed the leakage test. If the section fails to pass the pressure or leakage test, the Contractor shall do everything necessary to locate, uncover, and repair or replace the defective pipe, fitting, or joint, all at his own expense ' and without extension of time for completion of the work. Additional tests and repairs shall be made until the section passes the specified test. If, in the judgment of the Engineer, it is impracticable to follow the foregoing procedure exactly for any reason, modifications in the procedure shall be made as required and approved, but in any event the ' Contractor shall be responsible for the ultimate tightness of the line within the above leakage and pressure requirements. I 1 1 3-5 1 t � j6 DIVISION 3: PIPE Fishers Island Sewer District 3.2 POLYVINYLCHLORIDE SANITARY SEWER PIPE DESCRIPTION: This item shall consist of furnishing and installing the gravity sanitary sewer lines and septage distribution lines and fittings of the ' type, size and length called for on the plans or as ordered, at the locations and to the lines and grades designated on the plans, or as directed by the Engineer, and in conformity with these specifications. Prior to beginning work, the Contractor will be furnished a construction plan and profile sheet upon which he shall record in a neat form, the actual work performed, using colored pencils. Where actual field construction or existing utilities differ from information on the proposed drawing, the actual work or field condition shall be indicated on the drawings and submitted to the Engineer at the completion of the work or during the construction process for his review. Location of distribution boxes and bends will be shown with depth and two measured distances to permanent objects. If for any reason the Contractor is unable or unwilling to provide the record drawing in a fully marked manner at the specified time, the Owner shall obtain the missing information by employment of a Certified Civil Engineer or Land Surveyor. The cost of this employment plus commensurate costs to the ' Owner shall be deducted from any monies due the Contractor. The Contractor shall employ a Certified Civil Engineer or Land Surveyor to establish all lines, elevations, reference marks, batter boards needed during the progress of the work, and from time to time to verify such marks by instrument or other appropriate means. The Engineer shall be pemitted to check the lines, elevations, reference marks set by the Contractor, who shall correct any errors in lines, elevations, reference marks disclosed by such check. Contractor shall make, check and be responsible for all measurements and dimensions necessary for the proper construction of and prevention of misfittings in the work. The Contractor shall furnish, handle, haul, lay, joint, and test all pipe including fittings and appurtenant work, all as indicated on the drawings and as specified. MATERIALS PIPE, FITTINGS, AND SPECIALS The polyvinylchloride pipe and fittings shall"conform.to ASTM Standard Specification.for Type PSM Ploy (Vinyl Chloride) (PVC) Sewer Pipe and Fittings, Designation D3034. The pipe shall have pipe diameter to wall thickness ration (SDR) of .a maximum of 35. Straight pipe shall be furnished in lengths of not more than 13 feet. Specials, if required, shall conform to the specifications for straight pipe insofar as applicable. t � j6 1 1 C i 1 r F_' L 1 DIVISION 3: PIPE Fishers Island Sewer District JOINTS Joints for the polyvinychloride pipe shall be push -on bell and spigot joints using elastomeric ring gaskets. The gaskets shall be securely fixed into place in the balls so that they cannot be dislodged during joint assembly. The gaskets shall be of a composition and texture which is resistant to common ingredients of sewage and . industrial wastes, including oils and groundwater, and which will endure permanently under the conditions of the proposed use. The joints shall conform to ASTM Standard Specifications for Joints for Drain and Sewer Platic Pipes using Flexible Elastomeric Seals, Designation D3212. INSPECTION, TESTS, AND ACCEPTANCE All pipe delivered to the job site shall be accompanied by test reports certifying that the pipe and fittings conform to the above- mentioned ASTM specifications. In addition, the pipe shall be subject to thorough inspection and tests, he right being reserved for the Engineer to apply such tests as he deems necessary. All tests shall be made in accordance with the methods prescribed by the above-mentioned ASTM specifications, and the acceptance or rejection shall be based on the test results. The Contractor shall furnish all labor necessary to assist the Engineer in inspecting the pipe. Pipe will be inspected upon delivery, and such as does not conform to the requirements of this contract such be rejected and shall immediately be removed by the Contractor. CONSTRUCTION METHODS HANDLING PIPE All pipe shall be stored at the site until installation in a manner acceptable to the Engineer which will keep the pipe at ambient outdoor temperatures. Temporary shading shall be provided as required to meet this requirement. Simply covering the pipe or structures which allows temperature build-up when exposed to direct sunlight will not be permitted. Each pipe unit shall be handled into its position in the trench only in such manner, and by such means as acceptable to the Engineer. Care shall be taken to avoid damaging the pipe and fittings. INSTALLATION Each pipe unit shall be inspected before being installed. No single piece of pipe shall be laid unles it is generally straight. The centerline of the pipe shall not deviate from a straight line drawin between the centers of the openings at the ends of the pipe by more than 1/16 in. per ft. of length. If a piece of pipe fails to meet this requirement for straightness, it shall be rejected and removed from the site. Any pipe unit or fitting discovered to be defective either before or after installation shall be removed and replaced with a sound unit. 3-7 1 DIVISION 3: PIPE Fishers Island Sewer District Except as otherwise indicated on the drawings, the pipe shall be supported by 6" minimum of 3/8 inch to 3/4 inch crushed stone or sand. No pipe or fitting shall be permanently supported on saddles, blocking, _ or stones. Suitable bell holes shall be provided, so that after placement, only the barrel of the pipe received bearing pressure from the supporting material. All pipes and fittings shall be cleared of all debris, dirt, etc., before being installed and shall be kept clean until accepted in the completed work. Pipe and fittings shall be installed to the lines and grades indicated on the drawings or as required by the Engineer. Care shall be taken to ensure true alignments and gradients. Before any joint is made, the previously installed unit shall be checked to assure that a close joint with the adjoining unit has been maintained and that the inverts are matched and conform to the required .grade. The pipe shall not be driven down to the required grade by striking it with a shovel handle, timber or other unyielding object. All joint surfaces shall be cleaned. Immediately before jointing the pipe, the bell or groove shall be lubricated in accordance with the manufacturer's recommendation. Each pipe unit shall then be carefully i pushed into place without damage to pipe or gasket. Suitalbe devices shall be used to force the pipe units together so that they will fit with a minimum open recess inside and outside and have tightly sealed joints. Care shall be taken not to use such force as to wedge apart and split the bell or groove ends. Joints shall not be "pulled" or "cramped" unless permitted by the MEngineer. Where any two pipe units do not fit each other closely enough to enable them to be properly jointed, they shall be removed and replaced with suitable units and new gaskets. Details of gasket installation and joint assembly shall follow the directions ofthe manufacturers of the joint material and of the pipe, all subject to review by the Engineer. The resulting joints shall be watertight and flexible. After each pipe has been properly bedded, 3/8 inch to 3/4 inch crushed stone or sand shall be placed 12 inches on each side and above the pipe, and enclosed by filter fabric (Mirafi 140, Dupont Typar or equal), clear sand or gravel may be substituted for filter fabric if approved by the Engineer. See Standard Trench Detail. The Contractor shall take all necessary precautions to prevent flotation of the pipe in the trench. 1 3-8 DIVISION 3: PIPE Fishers Island Sewer District At all times pipe installation is not in progress, the open ends of the pipe shall be closed with temporary watertight plugs, or by other acceptable means. If water is in the trench when work is to be resumed, the plug shall not be removed until suitable provisions have been made to prevent water, earth or other substances from entering the pipe. Pipelines shall not be used as conductors for trench drainage during constuction. ALLOWABLE PIPE DEFLECTION Pipe provided under this specification shall be so installed as to not exceed a maximum deflection of 3.5 percent. Such deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured) by 100 and dividing by the nominal diameter of the pipe. Upon completion of a section of sewer, including placement and compaction of backfill, the Contractor shall measure the amount of deflection by pulling a specially designed gage assembly through the completed section. The gage assembly shall be in accordance with the recommendations of the pipe manufacturer and be acceptable to the Engineer. CLEANING Care shall be taken to prevent earth, water, and other materials from entering the pipeline. As soon as possible after the pipe and manholes re completed, the Contractor shall clean out the pipeline and manholes, being careful to prevent soil, water, and debris from entering any existing sewer. LEAKAGE TESTS The pipeline shall be made as nearly watertight as practical, and leakage tests and measurements shall be made after the pipeline has been backfilled. Various methods for testing are outlined herein. However while these methods can be used by the Contractor during the laying of the pipe for his convenience, the exfiltration (hydrostatic) test will be used for final inspections. At the time of the test, the Contractor shall determine the groundwater elevation from observation wells, excavations or other means, all subject to review by Engineer. For making the low-pressure air tests, the Contractor shall use equipment specifically designed and manufactured for the purpose of testing sewer pipelines using low-pressure air. The equipment shall be provided with an air regulator valve or air safety valve so set that the internal air pressure in the pipeline cannot exceed 8 psig. 3-9 For making the exfiltration tests, the sewers shall be subjected tc an internal pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 ft. above the top of the sewer at its upper end. Where conditions between manholes may result in test pressures which would cause leakage at the stoppers in branches, provisions shall be made by suitalbe ties, braces, a 3-10 DIVISION 3: PIPE Fishers Island Sewer District The leakage test using low-pressure air shall be made on each manhole -to -manhole section of pipeline after placement of the backfill. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be tested. Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. All air used shall pass through a single control panel. Low- pressure air shall be introduced into the sealed line until the internal air pressure reaches 4 psig. greater than the maximum pressure exerted by groundwater that may be above the invert of the pipe at the time of the test. However, the internal air pressure in the sealed line shall not be allowed to exceed 8 psig. When the maximum pressure exerted by the groundwater is greater than 4 psig., the Contractor shall conduct only an infiltration test. At least two minutes shall be allowed for the air pressure to stabilize in the section under test. After the stabilization period, the low-pressure air supply hose shall be quickly disconnected from the control panel. The time required in minutes for the pressure in the section under test to decrease from 3.5 to 2.5 pisg. (greater than the maximum pressure exerted by groundwater that may be above the invert of the pipe) shall not be less than that shown in the following table: Pipe Diameter In Inches Minutes 6 3.0 8 4.0 �i 10 5.0 12 5.5 15 7.5 For making the infiltration and exfiltration tests, the Contractor shall furnish suitable test plugs, water pumps, and appurtenances, and all labor required to properly conduct the tests on sections of acceptable length. For making the infiltration tests, underdrains, if used, shall be plugged and other groundwater drainage shall be stopped to permit the groundwater to return to its normal level insofar as practicable. Upon completion of a section of the sewer, the Contractor shall ' dewater it and conduct a satisfactory test to measu7e the infiltration for at least 24 hours. The amount of infiltration, including manholes, tees, and connections, shall not exceed 200 gal. per in. diameter per mile of sewer per 24 hours. For making the exfiltration tests, the sewers shall be subjected tc an internal pressure by plugging the pipe at the lower end and then filling the pipelines and manholes with clean water to a height of 2 ft. above the top of the sewer at its upper end. Where conditions between manholes may result in test pressures which would cause leakage at the stoppers in branches, provisions shall be made by suitalbe ties, braces, a 3-10 Cl 11 1 I [I DIVISION 3: PIPE Fishers Island Sewer District and wedges to secure the stoppers against leakage resulting from the test pressure. The rate of leakage from the sewers shall be determined by measuring the amount of water required to maintain the level 2 ft. above the top of the pipe. Leakage from the sewers under test shall not exceed the requirements for leakage into sewers as hereinbefore specified. The Contractor shall construct weirs or other means of measurements as may be required. Suitable bulkheads shall be installed as required, to permit the test of the sewer. Should the sections under test fail to meet the requirements, the Contractor shall do all work of locating and repairing the leaks and retesting as the Engineer may require without addition compensation. If, in the judgement of the Engineer, it is impracticable to follow the foregoing procedures for any reason, acceptable modifications in the procedures shall be made as required, but in any event, the .Contractor shall be responsible for the ultimate tightness of the line within the above test requirements. Cl 11 1 I [I Al r I] n, 1 1 IIA 1 �l t DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.1 GENERAL It is the intention of these specifications that the pump station including the valve pit, wet well and all equipment therein and connected to be provided as a package by a single manufacturer such as Boydco, Inc., Carlgen, Inc., or an approved equal. The valve pit and wet well shall be a preassembled, pretested station with appurtentant equipment. The station shall be provided by a manufacturer engaged in preassembled concrete pump stations. The manufacturer shall have the plant and facilities deemed by the Engineer and Owner as capable of meeting these specifications. The principle items of the pumping unit shall include two submersible centrifugal sewage pumps and motors; guide rails, wet well access, discharge seal and elbow, and all hardware; motor control center with thermal magnetic circuit breakers, magnetic motor starters, and automatic liquid level control system to make a complete working system. Submersible pumps and motors shall be designed specifically for raw sewage use, including both dry, partially submerged and fully submerged operation. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. 4.2 PREFABRICATED WET WELL AND VALVE PIT The precast wet well and valve pit shall be subject to the requirements of Division 2.2 Precast concrete modules.The interior walls of the valve pit shall be treated with a cementatious coating followed by two (2) coats of Koppers Glamorglaze 200, Oyster White or equal. The below grade exterior of the entire pump station shall be given two (2) coats of Koppers Bitumastic No. 300 M or equal. Exterior concrete above grade shall be given two (2) coats of Koppers Glamorglaze, Oyster White or equal. The various modules shall be marked for proper alignment in the manufacturer's facility. The joints between the modules shall be sealed for maximum water -tightness with a field -formed butyl rubber system as set forth in the specifications. Rubber "0" rings or grout will be acceptable for the wet well only. The Contractor shall be responsible for assuring at the time of acceptance of the precast units that they are suitable for construction of water tight valve pit and wet well. All openings in the structure to be cast during the fabrication of the units. Floor slope Valve pit floor shall be sloped to drain. The slope shall be 1/8" per foot minimum. Field -Formed, Joint Sealant System The joint sealant system shall consist of a partially vulcanized butyl rubber sealant compressed between the joint sections. Specifications for the components of this system shall be as follows: 4-1 Aluminum channels and angles and plates, for steps, brackets, and weir plates to be 6063-T6. Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. DIVISION 4• SUBMERSIBLE PUMPING STATION Fishers Island Sewer District selected to deliver 180 GPM against a total dymanic discharge head of 40 feet at a maximum pump speed of 1750 rpm. Minimum shut off head shall be (a) Butyl Rubber Sealant - Shall meet Federal Spec. unit must be non -overloading across the complete head/capacity range of SS -S-00210 Construction: Castings shall conform to ASTM A-48 Class 30 iron with tensil strength of 30,000 psi and capable of withstanding hydrostatic test pressure 1 1/2 times maximum working pressure. All assembly points Min. Max. Butyl Rubber % by Weight 50 70 Inert Mineral Filler % by Weight 30 50 Free Carbon % by Weight -- 15 Volatile Matter % by Weight (Loss after 5 hrs. at 325 degrees -- F) 2 Sp. Gr. at 77 degrees f 1.20 1.35 Ductility at 77 degrees F 5.0 -- Softening Point degrees F 320 fibrous materials, and shall be capable of passing solids Penetration at 77 degrees F 50 120 Sag or flow Resistance None None Aluminum channels and angles and plates, for steps, brackets, and weir plates to be 6063-T6. 1 4-2 Hatches to be size as shown, aluminum hatch and frame; with stainless steel hardware. 4.3 PUMPS The pump must have the necessary characteristics and be properly selected to deliver 180 GPM against a total dymanic discharge head of 40 feet at a maximum pump speed of 1750 rpm. Minimum shut off head shall be 55 feet. Minimum efficiency at duty point shall be 55%. The pump/motor unit must be non -overloading across the complete head/capacity range of the pump. Construction: Castings shall conform to ASTM A-48 Class 30 iron with tensil strength of 30,000 psi and capable of withstanding hydrostatic test pressure 1 1/2 times maximum working pressure. All assembly points shall be of machine register fit to assure proper alignment. All exposed fasteners and lock washers shall be of 316 stainless steel. 1. Casing: Casing shall be close -grained cast iron of sufficient strength, weight and thickness to insure long life, accurate alignment, and reliable operation. Volute shall have smooth fluid passages large enough at all points to pass any size solid which can pass through the impeller and provide smooth unobstructed flow. A large clean-out opening with removable cover, having its interior surface matching the volute contour, shall be Iocated on the casing. Discharge connections shall be ANSI -125 -pound flat face flanges. 2. Impeller: Impeller shall be single -suction enclosed cast in one piece. Impeller shall be particularly designed with smooth water passages to prevent clogging by stringy or fibrous materials, and shall be capable of passing solids having a maximum sphere size of 3". Impeller shall be dynamically and hydraulically balanced. Impeller shall be keyed and secured to the shaft by a stainless steel cap - 1 4-2 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island UMP Sewer District screw and washer, and shall be readily removable without the use of special tools. The impeller shall be of the 1 non -clog type. Impeller shall be of ductile or gray cast iron. Motor frame and end shields shall be or corrosion -resistant cast iron with stainless steel hardware and shaft. All static seals for moisture exclusion shall be of "0" ring type. Motor bearings shall be prelubricated at the factory and have a minimum B-10 life of 15,000 hours. The motor shall be rated thermally to Nema MG1-12.42 and thermally protected by means of a thermostatic switch in stator windings. The oil filled seal chamber shall contain a moisture sensing probe through which signs of impending seal failure may be signalled to the motor control center. Motor shall have an internal pressure capability of 200 PSI. Electrical leads shall be primarily sealed with a molded neoprene compression grommet and a secondary moisture seal shall be provided by cast epoxy material, encapsulating splice connectors.in the motor end bell:, Pump motor power cords shall be,designed for flexibility.and seviceability under conditions of extra hard usage and shall meet the requirements of the Mine Safety and Health Administration for trailing cables. Ground fault interuption protection shall be used to deenergize the circuit in the event of any failure in the electrical integrity of the cable. Power cord terminal fittings shall be corrosion resistant and constructed in such a manner to prevent the entry of moisture into the cable, shall be provided with strain relief appurtenances and shall be designed to facilitate field connecting. 1 4-3 3. Shaft Seals: The pump shaft shall be sealed against leakage by a double mechanical seal of tungsten -titanium carbide. The mechanical seal shall be lubricated with oil from an oil filled reservoir between pump and motor; the oil serving• as both lubricating and a cooling media. The seal system shall not rely on the pumped media for lubrication. The pump shall be capable of running dry for extended periods without damage to pump, seals or motor. The oil chamber shall contain a seal failure warning sensor for detecting the presence of moisture. If water enters the oil chamber the sensor shall energize an alarm circuit and shut down the motor. The alarm shall have a manual reset only. 4.4 PUMP MOTOR iEach pump shall be provided with a squirrel cage induction motor designed in accordance with NEMA and AIEE standards suitable for operation in Class 1, Group D hazardous locations. The submersible pump motor shall be 4.5 HP, three phase with motor and pump furnished as an integral unit. Motor shall be of air filled type with Class B insulation system and Class F materials rated for continuous duty in 40 degree C liquids. Motor frame and end shields shall be or corrosion -resistant cast iron with stainless steel hardware and shaft. All static seals for moisture exclusion shall be of "0" ring type. Motor bearings shall be prelubricated at the factory and have a minimum B-10 life of 15,000 hours. The motor shall be rated thermally to Nema MG1-12.42 and thermally protected by means of a thermostatic switch in stator windings. The oil filled seal chamber shall contain a moisture sensing probe through which signs of impending seal failure may be signalled to the motor control center. Motor shall have an internal pressure capability of 200 PSI. Electrical leads shall be primarily sealed with a molded neoprene compression grommet and a secondary moisture seal shall be provided by cast epoxy material, encapsulating splice connectors.in the motor end bell:, Pump motor power cords shall be,designed for flexibility.and seviceability under conditions of extra hard usage and shall meet the requirements of the Mine Safety and Health Administration for trailing cables. Ground fault interuption protection shall be used to deenergize the circuit in the event of any failure in the electrical integrity of the cable. Power cord terminal fittings shall be corrosion resistant and constructed in such a manner to prevent the entry of moisture into the cable, shall be provided with strain relief appurtenances and shall be designed to facilitate field connecting. 1 4-3 4-4 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.5 PUMP REMOVAL SYSTEM Each pump shall be furnished with a discharge connection system which will permit removal and installation of pump without the necessity of an operator entering the wet well. The submersible pumps shall be readily removeable without dewatering the wet well or disconnecting any piping in the wet well. A minimum 1/4" diameter stainless steel braided wire lift cable shall be permanently attached to the pump. Provision shall be made for attaching upper end of this cable to the wet well access frame. All bolts, machine screws, nuts, washers, and lockwashers for complete assembly of access cover, guide rails, and discharge elbow shall be furnished by manufacturer in 316 stainless steel. 4.6 WET WELL ACCESS The wet well access shall be fabricated from welded aluminum sections. A hinged aluminum door shall be provided for each pump. Hinged door shall be fabricated from 1/4" thick aluminum with non-skid diamond tread on upper surface. All hardware on access assembly shall be stainless steel with flush upper surface without protrusions. Door shall be fitted with a recessed latch requiring a special square tool for access. 1� 4.7 CONTROLS Electrical power to be furnished to the site will be three phase,60 Hertz, 460 volts. The control circuitry shall be designed to operate on 115+/- 10% volts, 60 Hertz, single phase current, and control two (2) pumps driven by 4.5 H.P. motors at maximum speed of 1750 RPM. The control panel shall consist of circuit breaker and magnetic starter for each pump motor actuated by a liquid level control system with all components mounted in one common enclosure. The control assembly shall provide means to operate each pump manually or automatically. When operated in the automatic mode, the control assembly shall provide means to automatically alternate the position to the "lead" and "lag" pumps after each pumping cycle. The complete control assembly shall be mounted in one electrical enclosure which is large enough to contain all control components. OPERATION A mercury float switch type liquid -level control system shall continuously monitor wet well liquid level and control operation of the pumps according to level variations. The system shall actuate pump motors on an alternating "lead" - "lag" basis, with.idependently adjustable lead pump and lag pump start levels. One pump motor shall be actuated when wet well liquid rises to pre- set "lead pump start" level, and shall be shut down when wet well liquid has been pumped down to the pre-set "stop" level. If, after the lead pump motor has been actuated, wet well liquid continues to rise and 4-4 1 4-5 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District II reaches the pre-set "lag pump start" level, second pump motor shall be actuated and both pump motors shall continue to operate in parallel until wet well liquid falls to pre-set "stop" level for the lag pump. The lead pump shall continue to operate until the wet well level falls to the preset "stop" level for the lead pump. "Lag" pump operation shall be independent of "lead" pump operation. Curcuitry which provides "lag" pump operation contingent on proper "lead" pump circuit operation shall not be accepted. PANEL ENCLOSURE The complete control assembly shall be contained in one weatherproof enclosure fabricated of steel having a minimum thickness of not less than .078 inches (14 gauge). All seams shall be made with continuous welds, free of burrs, and free of open voids to prevent leakage. The enclosure shall be constructed in conformance with applicable sections of the National Electrical Manufacturer's Association (NEMA). Enclosure construction to be Nema 3R and Nema 12 per Nema Standards ICS -1970, Para. ICS1-110.12 and ICS1-110.21. The enclosure shall be weatherproof, rain tight, dustproof, and oil tight. The enclosure shall be equipped with a removable inner swing panel fabricated of steel having a minimum thickness of .078 (14 gauge), mounted on a continuous (piano -type) vertical steel hinge. The inner swing panel shall be of adequate size to completely cover all wiring and components mounted on the back panel and shall make provisions for the mounting of all basic and optional controls and instruments. The inner swing panel shall have a minimum horizontal swing of 90 degree and shall be held in the closed position with straight slot screws. The door shall be mounted on a continuous (piano -type), vertical, stainless steel hinge, sealed around its entire perimeter to be completely weatherproof, and held in the closed position with a three (3) point latching mechanism equipped with a watertight key lock. The door shall have a minimum horizontal swing of 165 degrees. The enclosure shall be furnished with a removable back panel fabricated of steel having a miminum thickness of .106 inches (12 gauge), secured to the enclosure on collar studs. The back panel shall be of adequate size to accommodate all control components. 1 The enclosure shall be furnished with baked -on white enamel finish on all surfaces, and shall be equipped with flanges to facilitate mounting. There shall be no holes in the enclosure for mounting the enclosure or mounting controls within the enclosure. COMPONENTS All motor branch circuit breakers, motor starters and control relays shall be securely fastened to the removable back panel with screws and lock washers. Back panel shall be tapped to accept all mounting screws. Self -tapping screws shall not be used to mount any 1 4-5 t 1 f r J P_ 11, F, DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District component. A mechanical disconnect mechanism shall be installed on each circuit breaker to provide a means of disconnecting power to the pump motors. Operator handles for the disconnect mechanisms shall be located on the exterior of the inner swing panel with interlocks which permit the swing panel to be opened only when the circuit breakers are in the "OFF" position. An open frame, across -the -line NEMA rated, magnetic motor starter as manufactured by Allen Bradley or approved equal, shall be furnished for each pump motor. All motor starters shall be equipped to provide under -voltage release and overload protection on all three phases. Motor starter contacts shall be easily replacable without removing the motor starter from its mounted position. Overload relays shall be manual reset and shall not provide means for converting to automatic reset. Pump alternator relay shall be of electrical/mechanical industrial design, as manufactured by Furnas Electric, or approved equal. MOTOR HIGH TEMPERATURE SHUTDOWN The control shall be equipped with high temperature shutdown for each motor and shall utilize the temperature switches embedded in the motor windings. In a high motor temperature condition, the switch shall open, de -energize the motor starter and stop the pump motor. The high motor temperature shutdown device shall be automatic reset. SEAL FAILURE SHUTDOWN The control panel shall be equipped with a moisture detector control for each pump which senses moisture in the oil cavity should the lower seal fail. Sensor probes located in the oil cavity shall detect the influx of moisture and disrupt the motor starter circuit of the particular pump involved. Should this condition occur, the pump motor shall remain inoperative until the problem is corrected and the control circuit has been manually reset. HIGH WATER ALARM A high wet well level alarm shall be provided through mercury float switch and shall be independently adjustable. In event the high water alarm level in the wet well is reached, a signal relay shall be actuated. The signal relay shall employ an indicator visible on the front of the motor control center and shall maintain the alarm signal until manually reset. RUN LIGHTS The motor control center shall have a pilot light for each pump motor which shall illuminate when the motor is running. ELAPSED TIME METERS 4-6 r DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District I Elapsed time meters shall be mounted in the motor control center and wired to each pump motor in hours and tenths of hours. Elapsed time meter shall be 6 -digit non-resettable. MOTOR OVERLOAD RESET PUSHBUTTON An overload reset pushbutton shall be mounted through the door of the motor control center and permit resetting of the motor overload relays without opening the control pan door. PUMP SEQUENCE SELECTOR SWITCH A 3 -position toggle switch shall be provided which shall override the automatic alternator and provide manual selction of either pump No. 1 or No. 2 as the lead pump. DUPLEX RECEPTACLE The motor control center shall be equipped with a duplex grounding receptacles (220 Volt and 115 Volt, A.C.). The receptacle circuit shall be protected by a 15 ampere thermal magnetic circuit breaker. ALARM HORN Lift statin manufacturer shall furnish a 115 Volt, A.C., single projector, vibrating type horn with weatherproof housing. ALARM LIGHT Lift statin manufacturer shall furnish 115 Volt, A.C. 100 -watt, vapor -tight alarm light with red globe, guard and mounting hardware. The contractor shall mount, wire and run conduit to the light as shown on the plans. AUXILIARY CIRCUIT BREAKER The panel shall be equipped with one thermal/magnetic, 20 ampere, manually operated normal duty, air circuit breakers, Series HQCL as manufactured by Westinghouse or approved equal, with an asymmetrical interruping rating of 10,000 amperes at 120/240 volts, A.C. AUXILIARY POWER. TRANSFORMERS The lift station shall be.equipped with a 5 KVA stepdown transformer to supply 220 & 115 Volt, A.C., single phase for control and auxiliary circuits. The transformer shall be mounted inside the pump control panel. The primary side of the transformer shall be protected by a thermal magnetic circuit breaker mounted in the motor control center. A mechanical disconnect mechanism shall be installed on the circuit breaker to provide a means of disconnecting power to the transformer. Operator handle for the disconnect mechanism shall be located on the exterior of the motor control center inner door, with interlocks which permit the door to be opened when the circuit breaker is in the "OFF" position. 4-7 1 4-8 PING STATION Fishers Island w DIVISION 4: SUBMERSIBLE PUMPING Sewer District WIRING The lift station shall be completely wired in accordance with applicable wiring standards set forth by the National Electric Code (NEC). All wiring in the lift station shall be color coded and numbered. All components shall be electrically grounded to a common ground lug mounted on the control panel sub plate. Upon installation of lift station, and before connection of any power feeder lines, contractor shall extend grounding wire from lug to external ground in accordance with local electrical code. 4.8 OPERATIONAL TEST The pumps, motors and controls shall be given an operational test in accordance with the standards of the Hydraulic Institute. Recordings of the test shall substantiate the operation of the equipment at the design head, capacity, speed and horsepower as herein specified. Tests shall consist of checking the unit at its rated speed, head, capacity, efficiency and brake horsepower, and at such conditions of head and capacity to properly establish the performance curve. Flow measurements shall be made with magnetic flow meter. Proof of meter accuracy shall be provided by discharging into a calibrated tank traceable to the Bureau of Standards. Certified copies of test reports, and operating curves shall be submitted. The Standards of the Hydraulic Institute shall govern all procedures and calculations for these tests. Five sets of certified pump curves shall be furnished to the Engineer. 4.9 INSTALLATION AND OPERATING INSTRUCTIONS Installation of pumping unit and related appurtenances shall be done in accordance with written instructions provided by the manufacturer. The Contractor shall furnish three (3) complete sets of installation, instruction and maintenance manuals for the pumping station and all appurtenant and related equipment supplied under these specifications. The manuals shall be bound and complete and specific for every piece of equipment furnished under this section of the specifications. General information brochures will not be acceptable. Spare Parts: The Contractors attention is directed to Section # which lists the spare parts which are to be provided as part of this Contract. 4.10. GUARANTEES The manufacturer shall guarantee the pump station and components for eighteen months after written final acceptance. The Contractor shall furnish the services of a qualified representative from the company manufacturing the pump station, assist the contractor to install, adjust, test and start the operation of the pump station in Conformance with the Contract Documents; this representative shall further guarantee the operation of the pump 1 4-8 Style 38 Dresser Couplings and Style 128 Dresser Flange Adaptors shall be used where indicated on the Contract Drawings. Ductile iron pipe and cast iron fittings shall have standard flanged joints. All pipe supports and appurtenances shall be primed and painted with Koppers Glamortex #501 enamel paint #306 Light Grey. Piping Supports: Contractor shall furnish and install all supports necessary to hold piping appurtenances in a firm substantial manner at lines and grades indicated on drawings or as directed, without strain upon piping or connected equipment. Piping within valve pit shall be supported from floor by approved saddle stands or suitable concrete piers, as indicated or approved. Where indicated on drawings or where necessary, suitable bridle rods DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District joints from pulling apart. Bridle rods shall be of not less than 1/2" eighteen months after acce station, and shall include service for acceptance g p by the Owners, the above service shall be available twenty-four (24) hours a day, seven (7) days a week for the above eighteen (18) month period. The above service contract shall be included in the price bid for the pump station. 4.11 INTERIOR PIPING Ductile Iron Pipe: Ductile iron pipe (DIP) shall be Class 50 (unless otherwise noted ) cement lined pipe with a rated working pressure of 350 psi and shall conform to ANSI Specification A21.51. The cement lining shall be standard thickness and shall be in accordance with ANSI Specification A21.4. The interior seal coat shall be of asphaltic material. Cast iron pipe fittings shall conform to ANSI A21.1O and have a rated working of 250 pressure psi. Drilling and facing of flanges shall be in accordance with the requirements under USAS Specification B16.1, 125 lb. flanges. Style 38 Dresser Couplings and Style 128 Dresser Flange Adaptors shall be used where indicated on the Contract Drawings. Ductile iron pipe and cast iron fittings shall have standard flanged joints. All pipe supports and appurtenances shall be primed and painted with Koppers Glamortex #501 enamel paint #306 Light Grey. Piping Supports: Contractor shall furnish and install all supports necessary to hold piping appurtenances in a firm substantial manner at lines and grades indicated on drawings or as directed, without strain upon piping or connected equipment. Piping within valve pit shall be supported from floor by approved saddle stands or suitable concrete piers, as indicated or approved. 1 4-9 Where indicated on drawings or where necessary, suitable bridle rods and rod collars or hooks or lugs cast on pipe shall be used to prevent joints from pulling apart. Bridle rods shall be of not less than 1/2" stock. The entire assembly of interior piping shall be tested after adequately supporting it as per the Contract Drawings. For test Contractor shall, by pumping, raise water pressure to a minimum of 100 pounds per square inch . If Contractor cannot achieve specified pressure and maintain it.for a period of one hour, section under test shall be considered as having failed to pass test. If in judgment of Engineer, it is impractical to follow foregoing procedure exactly for any reason, required modifications in procedure shall be made; but in any event, Contractor shall be responsible for ultimate tightness of line within above requirements. A 1/2" IPS tap in the discharge pipes shall be supplied for gauges. 1 4-9 t 1 1 F, 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District 4.12 VALVES AND GATES: All valves furnished under these specifications shall be product of a manufacturer who has had long experience in design of valves and whose products have proven reliable in service in similar installation over reasonable period of years. 1. Plug Valves: Valves shall be of the non -lubricated, eccentric type with resilient faced plugs, flanged, or mechanical joint ends as shown on the plans. Port areas shall be at least 80% of full pipe area. Bodies shall be semi -steel with raised seats. Seats shall have a welded -in overlay of not less than 90% pure nickel on all surfaces contacting the plug face. Valves shall have stainless steel permanently lubricated upper and lower plug stem bushings. Valves shall be of the bolted bonnet design. Flange valves shall be faced and drilled to ASA 125# standard and shall have face to face dimensions of standard gate valves. Valves and actuators shall have seals on all shafts, and gaskets on valve and actuator covers, to prevent the entry of water. Actuator mounting brackets for submerged service shall be totally enclosed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. Valves and actuators shall be as manufactured by DeZurik Corporation or approved equal. 2. Check Valves: Check valves shall be constructed with heavy cast iron body and bronze renewable seat ring, a non -corrosive shaft for attachment of weight and lever, and complete non -corrosive cushion chamber. They shall have adjustable oil cushions to provide controlled closing. The valve disc shall be of cast iron and shall be suspended from a non -corrosive shaft which will pass through a stuffing box and be connected to the cushion chamber on the outside of the valve. The check valve shall prevent the return of water through the valve when the inlet pressure decreases below the delivery pressure. The valve must be tight seating, and must operate without hammer or shock. The externally mounted cushion chamber shall have a piston, which will permit the valve to be operated without any hammering action. The cushioning shall be by oil, and the cushion chamber shall be so arranged that the closing speed will be adjustable to meet the service requirements. The check valves shall be Golden -Anderson Valve Specialty Company Fig. No. 25 DXH or approved equal. 4.13 GAUGES Gages, equal to Ashcroft model 1010 with 4 1/2" dial face reading from 0 to 30 psi for the discharge, shall be furnished for each raw 4-10 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District sewage pump. Gages shall be supplied with dia hram seal units equal to Helicoid No. 2518. Discharge piping shall be tapped with 1/2" tap, and gage shall be supplied with 1/2" gate valves. Gages shall be supplied with pressure snubbers and tee handle cocks suitable and be attractively labeled. 4.14 TRIPOID AND HOIST A portable tripod and hand hoist shall be provided. The tripod shall be aluminum, have a capacity of 3,000 lbs. and be capable of adjustment from 5 feet to 9 feet of height. The tripod shall be furnished with rubber base pads, and a lashing kit. The hoist shall be a B.E. Wallace Products Inc., Box 70, Exton, PA. 19341 or equivalant. The hand hoist shall be a 1 ton chain CM Satellite, B.E. Wallace Products Inc. or equivelant. The hook to hook distance shall be 14" or less. 4.15 FINISHES 1. General: The Contractor shall examine the specifications and drawings for the various trades, thoroughly familiarize himself with all of the provisions in connection with painting and finishing and shall under- stand that all materials and equipment throughout the work which obviously requires painter's finish, and which are left unfinished by others, shall be painted to completion by the Contractor as a part of the work. The paint suppliers recommendation for preparation and priming shall be utilized. The Engineer shall approve the preparation prior to painting. 2. Work included: All labor, materials, and equipment, whether of a 1 permanent or temporary nature, and all operations necessary and required in connection with painting and finishing of all surfaces and items as indi- cated on the drawings, specified herein or evidently required to complete the work. 3. Work not included: (i) Finished Items: Mechanical equipment including the pump station controls and other items prefinished in the shop by the fabricators will not require a field finish, unless otherwise specified herein. (ii) Galvanized ferrous metals, copper, stainless steel, tile, glass, plastics and aluminum surfaces generally are not to be painted. 4. Materials: (i) General: Materials are designated herein by reference to products of the Koppers Co. Inc., to establish the type and quality required. Such designations are not restricted except as to type and quality. Similar and equal products as manufactured by DuPont, Pratt and Lambert, Touraine or other manufacturer approved by the Engineer will be given consideration as a substitute. If the Conractor wishes to use materials of one of the other named or approved manufacturers, he shall make his request for such substitutions in writing to the Engineer and 4-11 7. Painting: The facilities and components of the pump station shall be painted with the following paints and to the thickness recommended by the paint producer; such as Koppers Inc. or -equal, and approved by the Engineer. Interior concrete and ceilings Epoxy Glamorglaze Piping, valves, pumps, manlift and related components Glamorglaze 1 4-12 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District receive the written approval of the Engineer. Substitutions will be PP g considered only if a product -for -product listing in at least as much details as the listing below is submitted. The Engineer reserves the right to request and receive detailed technical literature of each proposed substitution before approving any alternatives. When a material of a different generic type is proposed, the Contractor shall also state his reasons for offering such material. (ii) Guarantee of Products Procedures: It will be the Contractor's ' obligation to guarantee his workmanship and to obtain from the manu- facturers, guarantees of the products. Such guarantees shall state the products used will adhere to the surface without peeling and cracking, scaling, alligatoring, blistering, or fading for a period of at least one year from the date of acceptance of the painting work. Upon witten notice of paint failure by any of the above, or similar reasons, the Contractor shall remove any loose or scaling paint, and repaint the surface without additional cost to the Owner. Should the Contractor have any reservation that the product specified will not perform as intended, he shall so notify the Engineer and shall not proceed with the work until agreement is reached on mutually acceptable products. (iii) Samples: Samples of each type and color of finish shall be made on the types of surface as specified to receive the finish coat. The 1 finished work shall closely match the color and quality of the approved samples. The samples shall be approved by the Engineer prior to use. 5. Isolation of Aluminium: Where the aluminum is to be used in con- junction with masonry, treated wood, or more noble metals, direct contact between the two materials shall be prevented by painting the contact surfaces with bituminous paint, unless otherwise noted. 6. Color Code: Piping and equipment exposed to view, both interior and exterior, shall be color coded. Engineer shall establish such codes prior to starting painting work. In general, color codes shall be as "Guides suggested in for Sewage Works Design" published by the N.E. Interstate W.P.C.C. The following Legend be use: shall #306 Light Grey Motors, piping, valves, pumps, supports, and appurtenant facilities #321 High Gloss Black Stenciled identification letters and arrows #311 White Ceilings and Valve pit walls The function of all piping shall be stenciled in Black Enamel 1" high letters, and the direction of flow indicated by stenciled.black arrows. 7. Painting: The facilities and components of the pump station shall be painted with the following paints and to the thickness recommended by the paint producer; such as Koppers Inc. or -equal, and approved by the Engineer. Interior concrete and ceilings Epoxy Glamorglaze Piping, valves, pumps, manlift and related components Glamorglaze 1 4-12 1 1 1 1 i f 1 1 1 1 1 1 1 1 1 1 DIVISION 4: SUBMERSIBLE PUMPING STATION Fishers Island Sewer District Exterior - above grade Glamorglaze Wet -well Vats to high water level Bitumastic 300-M 4.16 MISCELLANEOUS EQUIPMENT Spare parts, tools, materials and lubricants: The Contractor shall provide all spare tools for the pumps and other equipment as specified herein. The Contractor shall furnish the following spares in addition to those specified elsewhere herein. For EACH Pump: (2 pumps total) 1 set mechanical seals 1 set "0" rings and gaskets 1 set bearings 1 impeller screw, key & gasket 4-13 1 L� ii 1 11 f a DIVISION 5: GENERATOR Fishers Island Sewer District 5.1 DIESEL FUELED STANDBY GENERATOR SET INDEX Paragraph Section 1. Intent Rating Bidder Supplied Information 2. Engine Type Cooling System Exhaust System Fuel System Engine Lubrication System Engine Governing System Starting System Battery Charging Heaters, Cold Weather 3. Generator Construction Generating Rating. Generator Voltage Regulator Generator Control Panel Testing Warranty, 0 & M Manuals Unit Sound Enclosures Automatic Transfer Switch I. GENERAL PROVISIONS AND REQUIREMENTS 1. Intent It is the intent of these specifications to furnish and install 30 KW diesel generator set of the best industry standars of construction and design. Each generator shall be a new, factory assembled, and a fully tested set of certified output. Approved manufactures are Katolight Corporation, Alturdyne, ONAN, Power Systems, or a fully approved equal. The engine generator set will be supplied with all the necessary accessories and controls to meet the intent of these specifications and to provide a complete engine generator system. Any major exception to this specification will be sufficient cause for rejection. (a) The generator set shall be mounted on spring -flex isolators. Rating The engine generator set will be operated outdoors at altitude not exceeding 500 feet above sea level. The maximum outside ambient sill 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 all 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. 5-1 L�� DIVISION 5: GENERATOR Fishers Island Sewer District a The generator set shall deliver its rating continuous) for ( ) $ $ Y the duration of any normal power failure. (b) The set rating shall be 30 KW continuous and 37.5 KW standby. 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: (a) The engine will be diesel four cycle, six cylinder configuration. Two cycle engines are not acceptable alternate on this job. (b) The certified power of the engine will provide a minimum of 82 HP at 85 degrees F ambient temperature, 500 feet elevation, and rated speed of 1800 RPM. (c) The engine will be capable of rated and satisfactory performance on standard diesel fuels. Cooling System: (a) A unit mounted radiator shall be furnished complete with blower (pusher) cooling fan and duct flange. (b) The cooling system will be supplied with corrosion inhibitor and/or ethylene glycol base antifreeze to mmet the specified minimum ambient temperature. 1 1 5-2 1. 2. Engine manufacturer and model Number of cylinders/in line or vee 3. Bore and stroke/piston speed @ rated rpm 4. Displacement in cubic inches 5. Brake Mean Effective Pressure (BMEP) @ rated load 6. Generator design capacity in KW, KVA and P.F. 7. NEMA MG 1-22.240 temperature rise and rating 8. Number and type of generator bearings ' 9. Type of generator exciter II. ENGINE REQUIREMENTS 1. Engine Type (a) The engine will be diesel four cycle, six cylinder configuration. Two cycle engines are not acceptable alternate on this job. (b) The certified power of the engine will provide a minimum of 82 HP at 85 degrees F ambient temperature, 500 feet elevation, and rated speed of 1800 RPM. (c) The engine will be capable of rated and satisfactory performance on standard diesel fuels. Cooling System: (a) A unit mounted radiator shall be furnished complete with blower (pusher) cooling fan and duct flange. (b) The cooling system will be supplied with corrosion inhibitor and/or ethylene glycol base antifreeze to mmet the specified minimum ambient temperature. 1 1 5-2 DIVISION 5: GENERATOR Fishers Island Sewer District Exhaust System: (e) 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 furnished 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 circulation in the eventof a failure of the filtering system. Engine Governing System: (a) The engine generator set will be provided with a hydraulic type governor of the constant speed type. The governor shall be capable of 1 5-3 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 transmission of vibration and allow for expansion. Long radius, low restriction fittings will be used throughout, and pipe size will be sufficiently large to handle the engine exhaust flow at full load without causing back pressure in excess of that allowed by the engine manufacturer. Fuel System: (a) The 500 gallon underground fibreglass fuel storage tank, fittings, gauges, and piping shall be installed as shown on contract drawings and in accordance with NFPA and any applicable local codes. (b) A service (day tank) will be provided with the generator set and shall be of 50 gallon capacity and manufactured in accordance with NFPA construction. The tank will be mounted in accordance with the generator set manufacturer's recommendations, with NP threaded fittings for: engine supply and return vent, transfer pump inlets and overflow, drain and level control. A dual fuel oil trnasfer pump system will be supplied suitable for the specified fuel. The pumps shall be of the positive displacement type, with an adjustable built in relief valve and mechanical seals. Motors shall be 1/2 HP, 120/240 VAC, 1 phase, 1750 RPM totally enclosed induction type. They shall be capable of maximum 15 feet suction lift with a minimum capacity of 2.2 GPM. A foot valve and strainr will be installed in the main fuel tank, on the transfer pump section lines to maintain a prime for the fuel transfer pump. (c) 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. (d) Flexible fuel connectors will be supplied to isolate vibration at the engine. (e) 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 furnished 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 circulation in the eventof a failure of the filtering system. Engine Governing System: (a) The engine generator set will be provided with a hydraulic type governor of the constant speed type. The governor shall be capable of 1 5-3 1 DIVISION 5: GENERATOR Fishers Island Sewer District maintaining a steady state band width of not more than ±.25%, at any constant load, from no load to full load. The governor will maintain governed speed at 60 Hertz at any load, from no load to full load. Starting System: (c) Annunciator lights shall be provided for: # Selector not auto * Low fuel level # Overcrank *Overspeed 1 # Low Oil Pressure * High Engine Temperature # Provide contacts and relay for single remote alarm (d) Generator Set Starting Battery: 1. A lead -acid, heavy duty battery system will be furnished of sufficient capacity to provide three full cycle starts. 2. An acid resistant type battery rack"will be furnished with proper cable. 3. Battery cables will be provided. Battery Charging: (a) An automatic, two rate, .5 to 12 amp solid state, battery charger will be supplied with fused input and ouput in a NEMA 1 enclosure for wall mounting. The charger will be SCR controlled and solid state to 1 5-4 (a) The engine will be equipped with a heavy duty electric, DC starting motor, positive engagement type, of sufficient capacity to crank the engine at starting speed for 1 full minute without overheating. (b) 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, instantaenous 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: 1. Engine Control Switch (a) Four position switch will include a manual start push button to allow operation completely by-passing the engine control. 2. A cyclic, adjustable overall cranking cycle of 60 to 120 seconds with crank and reset periods adjustable from 10 to 30 seconds. 3. Engine safety shutdown controls to shut the engine down in the event of (a) High jacket water temperature (b) Low lubricating oil pressure (c) Overcrank (failure to start) (d) Overspeed (c) Annunciator lights shall be provided for: # Selector not auto * Low fuel level # Overcrank *Overspeed 1 # Low Oil Pressure * High Engine Temperature # Provide contacts and relay for single remote alarm (d) Generator Set Starting Battery: 1. A lead -acid, heavy duty battery system will be furnished of sufficient capacity to provide three full cycle starts. 2. An acid resistant type battery rack"will be furnished with proper cable. 3. Battery cables will be provided. Battery Charging: (a) An automatic, two rate, .5 to 12 amp solid state, battery charger will be supplied with fused input and ouput in a NEMA 1 enclosure for wall mounting. The charger will be SCR controlled and solid state to 1 5-4 IDIVISION 5: GENERATOR Fishers Island Sewer District L� 1 1 1 1 eliminate mechanical contact problems. The charger control printed circuit board will be easily replaceable and will contain both high and low adjustable charge rate potentiometers, ammeter and a charger status (power) light. KThe charger design will be adequate to allow a charge rate of 20 ampere for intermittent 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: (a) A jacket water heater will be provided which will be thermostatically controlled and adjustable, to maintqin 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. (b) A lubricating oil heater, thermostatically controlled will be provided, adjustable form 70 degrees to 125 degrees F. The heater will be of steel sheath construction and a watt density of 20 or less, for compatability with lubricating oil. Power for the lubricating oil heater will also be 120 VAC. III. NEMA A.C. GENERATOR Generator Construction (a) The power generator will be of the salient pole synchronous type. The generqator will be equipped wtih amortissiur windings for future paralleling option. The generator will be of single bearing flange 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 brushless type. Insulation class will be in accord with the most recent NEMA -MG -1-22.40 requirements for the generator. The generator will be provided with a power terminal cabinet of adequate size for connection of load conductors. Generating Rating: The A.C. generator will be rated at 30 Kw 37.5 KVA 480 Volts 3 phase Delta .8 power factor 60 Hertz 1800 RPM for continuous and 37.5 KW maximum. Temperature rise at 30 KW shall not exceed 80 degrees C over 40 degrees C. Generator Voltage Regulator: An automatic voltage regulator will be supplied to match the generator and 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 orless 2%. A voltage adjust potentiometer will be supplied which ill provide an adjustment range of more or less 5% of output voltage. The regulator response to a full load application shall be a maximum of 2 seconds to a steady state band of more or less .25%. 5-5 IDIVISION 5: GENERATOR Fishers Island Sewer District F�l t 1 1 11 Generator Control Panel: A NEMA 1 generator control panel will be supplied to monitor the generator output. The generator control panel will be a unit mounted type completely wired and set on vibration isolators. The panel will include the following: a. Voltmeter b. Ammeter c. Combination volt/ammeter selector switch 4 position d. Frequency meter e. Running time meter f. Panel light and switch g. Alarm bell with a silence switch h. Overload protection, amual reset, main breaker, trip of 375 amp current rating, i.e. 400 AF/375 AT i. Automatic engine control/control switch as specified in section 2.7c visual alarms j. Auxiliary contacts for remote alarm k. Duplex receptacle Testing: (a) Factory Testing 1. The generator set will be tested at 30 KW for two hours at .8 power factor. The test will be certified by the manufacturer. 2. The generator set will also be tested at a maximum rated load of 37.5 KW and recorded as part of the test. 3. All unit mounted accessories will be tested with the set, i.e.: annunciator panel, engine control, safety devices, etc. 4. All data will be included in the test, i.e. ambient temperature, jacket water temperature, lube oil pressure, battery charging, vbration, generator voltage, current KW, KVA, power factor, exciter voltage and field current per NEMA and IEEE test standards. b. Field Testing: 1. 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 @ 30/37.5 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. 5-6 1 11 DIVISION 5: GENERATOR Fishers Island Sewer District Warranty, Operating and Maintenance Manual: (a) The manufacturer will furnish six 6) copies of the warranty, the operating ionstructions manuals, and parts list of the equipment furnished. Operators manuals will include suggested periodic manintenance for the equipment furnished. (b) The warranty will be standard one year type for standby service in which 200 hours operation might be expected. (c) The manufacturer shall provide supervision to assist with proper installation for a period of three (3) workingdays ie.: 1st day: Unloading and site meetings 2nd day: Installation andprep meetings, and 3rd day: Four (4) hour acceptance test and review operation with the owner. Enclosure: (a) The engine -generator shall be enclosed in a steel weather - protective housing for outdoor use. Enclosure shall be lined with 1" thick sound abatement material. The housing shall have removable side louvered doors, locking kit, piano hinged doors, bird screening and rodent proofing. 5-7 D. The transfer switch shall be equipped with a safe manual operator designed to prevent injury to operating personnel. The manual operator shall provide the same contact -to -contact transfer speed as the electrical operator to prevent a flashover from switching the man contacts slowly. E. Sequence of Operation: Engine starting contacts shall be provided to start the generating DIVISION F' 5. GENERATOR fishers Island Sewer District after a non-adjustable time delay of 3 seconds to allow for momentary dips. 5.2 AUTOMATIC TRANSFER SWITCH Rating: A. The automatic transfer switch rating shall be as shown on the drawings. The complete switch assembly shall be listed under UL -1008 for use on emergency systems. Construction and Performance: normal, the engine -generator shall be allowed to operate for 5 minutes to B. The transfer switch shall be double throw, actuated by a single electrical operator, momentarily energized; and connected to the transfer mechanism by a simple overcenter type linkage with a total transfer time not to exceed one half second. The transfer switch shall be capable of transferring successfully in either direction with 70% of rated voltage applied to the switch terminals. transfer. Two auxiliary contacts rated 25 amp, 120 volts, shall be C. The normal and emergency contacts shall be positively interlocked mechanically and electrically to prevent simultaneous closing. Main contacts shall be mechanicaly locked in position in both the normal and emergency positions without the use of hooks, latches, magnets, or springs; and shall be silver -tungsten alloy. Separate arcing contacts, with magnetic blowouts, shall be provided on all transfer switches. Interlocked molded case circuit breakers or contractors are not acceptable. D. The transfer switch shall be equipped with a safe manual operator designed to prevent injury to operating personnel. The manual operator shall provide the same contact -to -contact transfer speed as the electrical operator to prevent a flashover from switching the man contacts slowly. E. Sequence of Operation: 1 5-8 Engine starting contacts shall be provided to start the generating plant should the voltage of the normal source drop below 80% on any phase after a non-adjustable time delay of 3 seconds to allow for momentary dips. The transfer switch shall transfer to emergency when 90% of rated voltage and frequency has been reached. After restoration of normal power on all phases to 90% of rated voltage, an adjustable time delay period of 0-30 minutes shall delay retransfer to allow stabilization of normal power. If the emergency power source should fail during this time delay period, the switch shll automatically return to the normal source. After retransfer tc normal, the engine -generator shall be allowed to operate for 5 minutes to allow engine cool.down. A test switch shall be included to simulate normal power. failure and pilot lights shall be mounted on the cabinet door to_ indicate the switch position. Two form "C" auxiliary contacts rated 10 amperes shall be provided to ooperate an an adjustable time of .5 to 5 seconds prior to transfer. These contacts shall maintain this state thru the transfer period and from an adjustable time of .5 to 5 seconds after transfer. Two auxiliary contacts rated 25 amp, 120 volts, shall be mounted on the main shaft; one normal, the other closed on emergency. In addition, one set of relay contacts shall be provided to open upon loss of the normal power supply. All relays, timers, control wiring and accessories shall be front accessible. All control wire terminations are to be identified by tubular sleeve -type markers. 1 5-8 IDIVISION 5: GENERATOR Fishers Island Sewer District fl u 1 (4) When conducting temperature rise tests to Paragraph 17.3 of UL -1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. 1 5-9 F. Approval (1) As a precondition for approval, the manufacturer of the automatic transfer switches shall verify that his switches are listed by Underwriters Laboratories, Inc., Standard UL -1008 with withstand and cloe- in values at least equal to the interrupting rating of the circuit breaker and/or fuse that is specified to protect the circuit. (2) The automatic transfer switch shall have a 50,000 (RMS amps symmetrical) withstand capabilith. (3) During the Withstand Tests there shall be no contact welding or damage. The tests shall be performed on identical samples without the ' use of current limiting fuses. Oscillograph traces across the main contact shall verify that contact separation has not occurred. Test procedures shall be in accordance with L-1008 and testing shall be certified by 1 Underwriters Laboratories or any ntionally recognized independent testing laboratory. fl u 1 (4) When conducting temperature rise tests to Paragraph 17.3 of UL -1008, the manufacturer shall include post -endurance temperature rise tests to verify the ability of the transfer switch to carry full rated current after completing the overload and endurance tests. 1 5-9 ' ATTACHMENT I Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects Construction Contracts ' Section 30.900 Project changes and grant modifications (a) A grant modification means any written alteration in the grant amount, grant terms or conditions, budget or project period, or other administrative,' technical, or financial agreement whether accomplished by unilateral action of the grantee or the Government in accordance with a provision of the grant agreement or this Subchapter, or by mutual action of the parties to the grant. (b) The grantee must promptly notify the Project Officer in writing (certified mail, return receipt requested) of events or proposed changes which may require ' a grant modification, such as: 1. Rebudgeting (see Section 30.610) ' 2. Changes in approved technical plans or specifications for the project 3. Changes which may affect the approved scope or objective of a project ' 4. Significant changed conditions at the project sitE 5. Acceleration or deceleration in -the time for performance of the project, or any major phase thereof 6. Changes which may increase or substantially decrease the total cost of a project (see Section 30.900-1) or 7. Changes in the Project Director or other key personnel identified in the grant agreement or a reduction in time or effort devoted to the project on part of such personnel. (c) Grant modifications are of four general types: formal grant amendments, administrative grant changes, transfer of grants and change of name agreements, and grantee project changes (see Section 30.900-1 through Section 30.900-4) (d) A copy of each document pertaining to grant modifications or requests therefor (any administrative change, approved or disapproved project changes and any letter of approval or disapproval, grant amendment, or agreement for transfer of a grant or change of name agreement) shall be retained in the official EPA grant file. ' (e) The document which effects a grant modification shall establish the effective date of the action. If no such date -is specified, then the -- date of execution of the document shall be the effective date for the action. Section 35.935-11 Project changes In addition to the notification of prej ect changes required Pursuant to ' Section 30.900 of tnis chapter, prior approval by the Regional administrator and the State agency is required for project changes which may: (a) substantially alter the design and scope of the project, (b) alter the type of treatment to be provided, (c) substantially alter the location, size, capacity, or quality of any major item of equipment; or (d) increase the amount of Federal funds needed to complete the project: " PROVIDED, That prior EPA approval is not required for changes to ' correct minor errors, minor changes, or emergency changes. No approval of a project change pursuant to Section 35.900 of this chapter shall commit or obligate the United States to any increase in the amount of the grant of oayments thereunder unless a grant increase.is approved ' pursuant to Section.35.955. The preceding sentence shall not preclude submission or consideration of a request for a grant amendment pursuant ' to Section 30.900-1 of this cnaoter. (39 FR 5253, Feb. 11, 1974, as amended at 40.FR 20083, May 8, 1975) ' Section 35.938-5 Negotiation of contract amendments (chance orders). (a) GRANTEE RESPONSIBILITY. Grantees are responsible for negotiation of construction contract chance orders. This function may be performed by ' the grantee directly or, if authorized, by his engineer. During negotiations with the contractor the grantee shall: 1. Make certain that the contractor has a clear understanding of the scope and extent of work and other essential requirements; 2. Assure that the contractor demonstrates that he will make available or will obtain the necessary personnel, equipment and materials to ' accomplish the work within the required time; and 3. Assure a fair and reasonable price for the required work. (b) CHANGES IN CONTRACT PRICE OR TIME. The contract price or time may be changed only by a change order. When negotiations are required, they shall. be conducted in accordance with paragraph (c) or (d) of this section, as appropriate. The value of any work covered by a change order or or any claim for increase or decrease in the contract price shall be determined by the method set -orth in baragraohs (b) '(1.) through (b) (3.) of this ' section which is most advantageous to the grantee. _. Unit prices. (i) Original bid items. Unit or -ices previously approved are acceptable for pricing changes of Original bid items. However, when changes in auantities exceed 15 oercent of the original bid quantity and the total dollar change of that bid itYn is significant, the unit Price shall be reviewed by tie grantee -3 - 1 1 to determine if a new unit price should be negotiated: (ii) New Items. Unit prices of new items shall be negotiated. 2. A lump sum to be negotiated. ' 3. Cost reimbursement - the actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work plus an amount to be agreed upon to cover the cost of general overhead and profit to be negotiated. (c) For each change order not in excess of $100,000 the contractor shall submit sufficient cost and pricing data to the grantee to enable the grantee to determine the necessity and reasonableness of costs and amount proposed, and the allowability and eligibility of costs proposed. (d) For each change order in excess of $100,000, the contractor shall submit to the grantee for review sufficient cost pricing data as described in paragraphs (d) (1.) through (d) (6.) of this section to enable the grantee to ascertain the necessity and reasonableness of costs and amounts proposed, ' and the allowability and eligibility of costs proposed. 1. As a minimum, proposed change order costs shall be presented in summary format prescribed by the Administrator and shall be supported by a certification executed by the contractor that proposed costs reflect complete, current and accurate cost and ' pricing data applicable to the date of the change order. 2. In addition to the specific elements of cost, the estimated amount of profit shall be set forth separately in the cost summary for fixed price change orders and a specific total dollar amount of profit will be set forth separately in the cost summary for cost reimbursement change orders. 3. More detailed cost data than that required by the summary format may be required by the grantee to substantiate the reasonableness of proposed change order costs. Such detailed documentation is normally required by EPA only whencontractor is unable to _the certify that proposed change order costs are complete, current and accurate. EPA, may, on a selected basis, perform a detailed cost analysis on any Change order. Normally, a provisional overhead rate ' will be agreed upon. 4. Appropriate consideration should be given to Section 30.710 of this subchapter which contains general cost principles which must be used ' for the determination and allowability of costs under grants. The contractor's actual costs, direct and indirect, allowable for Federal participation shall be determined in accordance with the terms and ' conditions of the contract, this subpart and the cost principles in- cluded in 41 CFR 1-15.2 and 1-15.4. Examples of costs which are not allowable under those cost principles include, but are not limited to, entertainment, interest on borrowed capital, and bad debts. 1 1 F orders, r �. or costs under cost reimbursement change o de s, the contractor shall have an accounting system which accounts for such casts in ' accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable change orders. Allowable change order costs shall be determined in accordance with paragraph (d) (4.) of this section. The contractor must propose and account for such costs in a manner consistent with his normal accounting procedures. ' 6. Change orders awarded on the basis of review of a cost element summary and a certification of complete, current and accurate cost and pricing data shall be subject to downward renegotiation or recoupment of funds where subsequent audit substantiates that such certification was not based on complete, current and' accurate cost and pricing data and on costs allowable under the appropriate FPR, cost principles (41 CFR 1-15.2 and 1-15.4) ' at the time of change order execution. (e) EPA REVIEW. In addition to the requirements of Sections 35.935-10 (Copies of contract documents) and 35.935-11 (Project changes), the grantee shall submit, prior to the execution of any change order in excess of $100,000, to the .PA Project 0-4fi cer for review: 1. The cost and pricing data submitted by the contractor, 2. A certification of review and acceptance of the contractor's cost or price and 3. A copy of the proposed change order. ' (f) PROFIT. The objective of negotiations shall be the exercise of sound business judgment and good administrative practice including the determina- tion of a fair and reasonable profit based on the gontractor's assumption of risk and input to total oerformance-and not merely the application of ' a predetermined percentage factor. For the purpose of negotiated change orders to construction contracts under EPA grants, arofit is defined as the net proceeds obtained by deducting all allowable costs (direct and ' indirect) from the price. The estimate of profit should be reviewed by the grantee as are all other elements of price. (g) RELATED WORK. Related work shall not be split into two amendments or change orders merely to keep it under 5100,000 and thereby avoid the require- ments of paragraph (d) of this section. For change orders which include both additive and deductive items. 1. If any single item (additive or deductive) exceeds 5100,000, the requirements of paragraph (d) of this section shall be applicable. 5100,000 2. If no single additive or deductive item has a value of but the total ?rice of the change order is over 5100,000, the 1 - -5- requirements of paragraph (d) of this section shall be applicable. 3. If the total of additive items of work in the change order exceeds $100,000, or the total of deductive items of work in the change order exceeds y100,000, and,the net price of the change order is less than $100,000, the requirements of paragraph (d) of this section shall apply. Section 35.955 Grant amendments to increase grant amounts. Grant agreements may be amended in accordance with Section 30.900-1 of this chapter with respect to project changes which have been approved in accordance with Sections 30.900 and 35.935-11 of this subchapter: PROVIDED, That no grant agreement may be amended to increase the amount of a grant unless the State agency has approved the grant increase from available -State allotments and reallotments in accordance with Section 35.915. (39 FR 5253, Feb. 11, 1974, as amended at 40 FR 20083, May 8, 1975) 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT 11 State and -Federal funding participation will be determined I n accordance with the following guidelines: 1. Title 40 CFR a. Section 35.905-4 d. Section 35.925-15 b. Section 35.905-19 e. Section 35.925-16 c. Section 35.925-13 f.- Section 35.925-18 2. Program Requirements Memoranda a. 75-17 e. 75-35 In. 75-18 f. 77-1 c. 75-25 g. 77-2 d. 75-34 3. Handbook of Procedures Chapter 7 The above documents referenced under items 1, 2 & 3 can be ordered from: General Services Administration Centralized Mailing Lists Services Building 41 Denver Federal Center Denver, Colorado 80225 4. NYSDEC - USEPA - Region II Functional Agreement ReaardI n De ecation of Authority Contract Change Order Guidelines :age 1 of 7 ' CHANGE ORDER GUIDELINES ' Introductions This document is intended only as a guideline to be used by grantee's. in the ' preliminary screening of change orders submitted for grant funding and by the Bureau of Sewage Programs' staff as a rough outline of change order grant eligibility. In many cases, the final determination of change order fundability will require the application of detailed engineering analyses and/or legal knowledge. Materials Which Must be Submitted with Any Chance Order Funding Request ubmit two copies of each item ' I. Project name and numbers: New York City, Red Hook, Phase I C-36-394-01. 2. Name, address and phone number of project engineer, contractor, and owner. ' This information is needed so that a contact person can be established if questions arise during the evaluation of a request. I pace 2 of 7 3. Contract change order number. This enables our staff to identify ' each change on any project. 4. Date. 5. Thorough description or information identifying any change. For example, insteadof describing the change as "installation of plug valve", the description should read: "installation of plug valve on 8" sludge line from primary clarifier No. 2 to sludge digester No. " - The description should reference appropriate sections of plans and specifications. Attach copies of relevant correspondence to change order. ' 6. Drawings identifying changes (where appropriate). Identify dele- tions, additions, and revisions. ' 7. Calculations where appropriate (example, in justifying pipes and pump sizes, etc.). 8. Justification. This is considered the most important item in the change order request. but is the one most frequently omitted. Among t e main questions that must be addressed in completing the justifico- tion are: (1) Why is this change necessary for completion of the work original ly contemplated by the contract? (2) Why could the need for the change not have been foreseen during preparation of the plans and specifications? (3) Are there any alternatives available to accomplish ' the some end result? (4) Is this the most economical alternative? Dele- tions as well as odditions must be justified. I pace 2 of 7 It is not anticipated that change orders will be labeled and/or submitted by grantees as being within any of the categories listed here. The following dis- cussion is merely intended to aid grantees and project engineers in determining whether a change order should be submitted to the NYSDEC for consideration of fundcbiNty and to give an indication of the criteria whir^ the NYSDEC stcff will use in evaluating those change orders which are submitted. It should be kept in mind that these Guidelines are intended to aid in determination of gran{ fundability of cncnge orders i hey do not bear on the fundability of the items discu3sed as part of the original construction contract, nor should they be relied upon to determine the legitimacy of a cnange order between the gran tee and the grantee's constriction contractor. 1. Errors and Omissions in Plans and Specifications An error or omission in the Plans or Specifications is a ceficiency wi-iic'1 must be corrected in order for the facility to operate properly. Some errors anal/or omissions are to be expected in every major construction project. The cost of correcting acceptable errors and omissions may be grant fundcbie, :^owever, an analysis consisting of the reasons why the error or omission could not have been contemplated will be required prior to determination of eligibility. u 1 pace 3 of 7 1 9. Pricing date. A detailed price breakdown should be given ror each i tem in the request. Changes sumitted as lump sum, iterris cannot be property evaluated. 10. Name and affiliation of person suggesting or initiating change order request. 11. Copy of change order with approval signatures or project engineer, contractor, and owner. It is the responsibility of the =olicant to conduct a criticai scr eeninq and trlorougn review or any pr000sed cncnae order lcoSTs, iusTi f =Tion. enc.) before it is transmitter to tMe New Yorrc State evcrrnent of cnvironmentcl Conservation and United States Environmental Protection Agency. Change Order Categories and Grant Eligibility Following is a discussion of the most frequently submitted categories ' of change orders and general criteria to be used for determination of grant eligibility. It is not anticipated that change orders will be labeled and/or submitted by grantees as being within any of the categories listed here. The following dis- cussion is merely intended to aid grantees and project engineers in determining whether a change order should be submitted to the NYSDEC for consideration of fundcbiNty and to give an indication of the criteria whir^ the NYSDEC stcff will use in evaluating those change orders which are submitted. It should be kept in mind that these Guidelines are intended to aid in determination of gran{ fundability of cncnge orders i hey do not bear on the fundability of the items discu3sed as part of the original construction contract, nor should they be relied upon to determine the legitimacy of a cnange order between the gran tee and the grantee's constriction contractor. 1. Errors and Omissions in Plans and Specifications An error or omission in the Plans or Specifications is a ceficiency wi-iic'1 must be corrected in order for the facility to operate properly. Some errors anal/or omissions are to be expected in every major construction project. The cost of correcting acceptable errors and omissions may be grant fundcbie, :^owever, an analysis consisting of the reasons why the error or omission could not have been contemplated will be required prior to determination of eligibility. u 1 pace 3 of 7 1 The cost of correcting errors and omissions will be funded as follows: Errors and Omissions Detected Prior to IncorDorction into Construction ' If an error or omission is detected prior to its incorporation into construc- tion, the cost of constructing the facility in accordance with a proper new design isgenerally grant fundable on the theory that the overall cost of the facility, ' if property designed initially, would have included these costs. The cost of any redesign necessitated by an error or omission will be determined on a case by case basis. Errors and Omissions Detected After Incorporation into Construction it 1 e 1 a 1 If on error or omission has been incorporated into construction, (if con- struction has proceeded to the point that the error or omission cannot be corrected without removing or remodeling or adding to a portion of the facility) none of the additional cost attributable to the error or omission will be grant fundable unless extraordinary conditions exist. This includes the cost of construction of any portion of the original, improper facility which is not usable as a part of the redesigned facility, the cost of redesign or modification of the design, the cost of any delay caused by the need to perform the correction, and the cost of removal or remodeling of the improper facilities. However, the cost of any additional construction which would have been necessary had the facility been properly designed initially will be grant fundable. 2. Substitutions.. The grant program will not fund indiscriminate substitution of a non -bid item or piece of equipment for that bid by the contractor simply because the grantee or the contractor prefers the substitute item to the one bid. Such substitutions require justification. Any cost of subsfitution of non -bid items based upon nonavailability or delayed availability of bid items i" generally the responsibility of the contractor or its supplier and is not grant fundable by change order. Where the contractor cannot successfully demonstrate to the grantee - that an item which he bids as "equal" to those named in the specifications is, in fact, equal, he must, of course, use one of the named items. However, under these circumstances, the contractor is expected to perform with the named item at the bid price and no issue of change order fundability should arise. The costs of substitutions necessitated by failure of a product or material to perform according to the manufacturer's representation are not grant fundable. Of course, where the failure of a bid item to perform adequately is due to improper installation by the contractor, no additional grant amount will be allowed for correction. page a of 7 1� C 1 1 I� 3. Desicn Imorovements cnd Additions Change orders to allow design impr.overnents, that is, modifications in an existing, adequate design to allow more efficient operation of a aroject may be funded, but will be viewed critically in light of the overall policy to provide the most cost-efficient solution to waste treatment problems as required by Section 2!2(2)(8) of the Federal 'Nater Pollution Contras AC Amendments of !972 (P.L 92-300), and Pederai reguiarions implementing '+^et Section. (See Envirenmen,=1 Protection Agency regulations concerning "Grants for Construction of Trectrnent Works", 40 CFR, Part 35, Subpart E, Appendix A.) The cost of addition of equipment necessary to bring the project into compliance with environmental requirements or standards established by State and Federal laws and regulations enacted after the construction contract has been entered into may be fundable by change order. Criteria to be used in evaluating requests for funding of such change orders will include the cost of the change in relation to the total contract price and cost effectiveness of funding the proposed addition by change order. 4. Modifications Reauirinc Prior Aooroval The Community must obtain the prior approval of the State Agency and EPA before authorizing the fol lowing. type of changes in contracts: I. Changes whic'_.substantially alter the design Grid scope of the project. . 2. Changes which cater the type of trectment to be provided by the project. 3. Changes which omit or-substenticlly after the location, size, or capacity of any item of major equipment. 4. Changes which increase the cost of work covered by the construction plans and specifications (all construction cCntrccts) to c sum greeter than that approved for construction contraCts and contingencies. 5. Changes where the increase in cost of wor'.c exceeds $i00,J00. 5. Deletions Major deletions, i.e., those that significantly alter the scope or =pccity of the project as contemplated by the contract, require prior aporovaf of 'he NYSDEC and USE PARequests for such deletions will be handled on a case-by-case basis. Al I other deletions must be submitted to the NYSCEC but need not be submi tt for prior approval. page _ o= , 6. Unforeseen Site Conditons Unforeseen site conditions may be defined as unknown physical conditions at the site of the work of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the construction contract. Ipage 6 of 7 Additional costs necessary -to perform under unforeseen site conditions are con- sidered to be an appropriate subject for a change order where a change order for such costs is appropriate under the terms of the construction contract in question and such change orders are generally grant fundable. However, if the actual con- dition could reasonably have been determined by the grantee or the design engineer, no costs attributable to delays or redesign will be grant eligible. Costs of construction which must be replaced as a result of such a change will generally be ineligible. In cases where the change requested represents extensive revision to the contract cost, documentation consisting of an opinion by the design engineer and grantee's attorney regarding requirements of the specifications as bid and validity of contractor's may be required. U unforeseen site conditions necessitate a major design change, such as rerouting a major portion of a pipeline, the NYSDEC and USEPA should be notified well in advance o_ -proceeding with construction of the changed facilities, if possible. • 7. Premium Time In most cases, the cost of premium time for completion of change order work will not be grant fundable. However, where premium wages are payable ' under the construction contract in question and the grantee can demonstrate a critical need for payment of premium wages, they may be fundable. 8. Time Extensions Generally, change orders granting time extension or other methods of extending the time for contract completion for excusable delay issued by the ' grantee will be accepted by .the NYSDEC, unless the time extension may cause a Regional water quality compliance date to be violated. In the latter case, no time extensions should be granted without prior NYSDEC and U5EPA approval. In no case will acceptance of a time extension commit the NYSDEC or USEPA to pay any costs of delay or other, additional costs unless such payment is specifically agreed to. Ipage 6 of 7 1 9. Operation, Maintenance and Repairs Generally, the ooeration, maintenance, and routine repair or renovation of any existing sewage treatment facilities during constmc:ion is the responsibiii:y of Me grantee and is not fundable either as a par: of the original contract or by ciange order. Where :ne grant unded construesion is undertaken at the site of existing sewage treament works, installation of a temporary facilir.1 is necessary to -prevent disruption of normal operation of those existing works during const: ict�on and :ne .emporary facility should have been included in the pians and speci+ications, the request for funding of a change order to pay for the temporary facilities will be handled in accordance with Section 1, "Errors and Omissions in Design", above. 10. Damage to Eouipment or Comoleted Work, Personal Iniuries _ The costs for such losses should be handled in accordance with the original contract and general legal principles. They are not fundable by change order 11. Claims The cast (legal fees, court costs, etc.) of negotiation and settlement, may be grant fundable, whether or not the grantee prevails. The grantee should submit for consideration of fundability on a case-by-case basis, any .settlement or Judgment against it. involving a cc_:rac claim which was denied by the grantee. page 7 or 7 ATTACHMENT III THIS IS A SAMPLE ONLY SAMPLE SHOWING INFORMATION AND INDICATES MINIMUM REQUIRED FOR A CONTRACT INFORMATION REQUIRED AND MODIFICATION UNDER CONSTRUCTION NOT NECESSARILY FORMAT GRANT PROGRAM Change Order No. Date Contract No. C-36- Sheet _ of Project Name Owner's Name Phone # (Name of Grantee receiving Construction Grant Owner's Address Contractor's Name Phone # Contractor's Address Project Engineer's Name Phone # Project Engineer's Address Name of Individual Initiating Change Order Request: Phone # Representing: Description of Contract Modification: A change order is necessary for a contract modification. A short description should be given including a reference -to the plans in order to locate the change and a reference to the specifications if they must be changed. For extra work, a description including a reference to the Item No. of the Pro- posal Sheet involved should be given. Drawings or sketches should be attached if necessary. Also calculations should be provided description should also include: when appropriate. The a. -Whether this work will affect the work of other contractors b. Whether this work will require additional work by other contractors c. Whether the cost of -this change order will be the entire cost of this change. If not, explain remaining costs. Reason for Modification or Need for Extra Work: An explanation of.the need for the change should be entered here for either additions or deletions. Some of the considerations to be noted under this heading are: a. Why is this change necessary for completion of the work originally contemplated by the contract? r y t f o f �. Why was the need .or she change nog orse_n during p _pa rag on o. the contract documents? c. What alternatives are available to accomplish the same end result? d. Is this the most economical alternative? lime Elements Related I% This Chance: effects of this change on the duration of this and other contracts must be under this heading. 'Items to be listed include: a. additional time required for this change b. original completion date c. revised completion date Itemization of Contractor's Pr000sal for this Modification: Should include: a. ouantities involved b. material costs (cost of materials delivered to the job site for incorporation into the contract worx.) c. labor costs (Wages paid to workmen and foremen and wage supplements. Include premium or taxes paid by the contractor for workmen's compensation insurance, unemployment insurance, FICA tax and other payroll taxes as required by law.) d. equipment rental costs (show monthly rate, weekly rate, or daily rate as applicable.) e. contractor's overhead and profit_ (NOTE: overhead and profit is not allowable on payroll taxes.) f. totai cost change, which may be a reduction or an increase. g. new construction contract cost, after applying the change. i n cost. (If "time and material" price is to be determined later, an estimate of labor and material plus overhead and profit should be given.) APPROVALS: Grantee (Print) (Sign) uthorized Representative of Grantee Date: Contractor (Print) (Sign) Date: _ Engineer (?rint) (Sign) Date . ATTACHMENT IV BID CONOITIONSa AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY For all Non -Exempt Federal and Federally- Assistad Canstructfon Contracts to be Awarded in [ Nassau and Suffolk Councies. Nw Torp. 1 NOTICE EACH BIDDER, CONTRACTOR OR SUBMITRACTOR (HEREIrAFTER THE CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART II, AS APPLICABLE, OF THESE 810 CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENCS TO USE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND N013-F'cDERAL) IN THE [ Nassau and Suffolk Coant:as .I AREA DURING THE PERFORMAIJCE OF THIS CONTRACT OR SUBCONTRACT. THE CONTRACTOR COMMITS ITSELF TO TETE GOALS FOR MINORITY MANPOWER VRLIZATION IN EITHER PART I OR PART II. AS APPLICABLE, AND ALL OTHER REQUIREMENTS, TERMS AND CONDITIONS OF THESE GID CONDITIONS BY SUBMITTING A PROPERLY SIGHED BID. THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE RESPONSf$ILITY FOR THE IMPLVENTATION OF TH£ REQL'IREME.HTS, TER,"S AND CONDITIONS OF THESE BID CONDITIONS. ' *Mese ,bid canditioons shall be amw ded by material in the Federal Registry' 8/3/76, p; 32482. 220 1 -2- Part I: The provisions of this Part I apply to contractors which are party to collective bargaining agreements with tabor Passau and organizations which together have a the [Suffolk Count71 greed to Area Construction Program (hereinafter the [Y" saa•Sultoik] Plan) for equal opportunity and have jointly made a commitment to specific goals of minority and, where applicable, female utiliza- tion. The [ Nsssau-SuitoLk 1 Plan is a tripartite voluntary agreement between [ * ]. The [ilassas•suffolij Plan, together with -all implementing agreements that have been •• and may hereafter be developed pursuant thereto, are incorporated herein by reference. Any contractor using one or more trades of construction employees must comply with either Part I or Part II of these aid Conditions as to each such trade. A contractor may therefore be in compliance with Part I of these Bid Conditions by its participation with the labor organiution which repre- sent its employees in the [ Nassau -Suffolk 1 Plan as to one trade provided there is set forth in the gassau-suffali Plan a specific commitment by both the contractor and the labor organization.to a goal of minority utilization for that trade. Contractors using trades which are not covered by •- Part'%I (See Part II , Section A) ~ :he local general contractors and general contractor assotiitions, the subcontractors and subcontractors associations, and the `� coalition. 1 1 1 1 1 1 1 1 1 1 1 -3- must amply with Lia cc=i txznts cant_ined to Part II 1 including goals for minorities and female utilization set forth in Part II. If a contractor does not comply with the rtquirements of these Bid Conditions, it shall be subject to the pro -- visions of Part It. Part II: A. Coverage. The provisions of this Part II shall be applicable to those contractors who: 1. Are not or hereafter cease to be signatories to :he [ Nassau -Suffolk J Plan incorporated by reference in Part I hereof; 2. Are signatories to -the [ Nassau -Suffolk 1 Plan, but are not parties to collective bargaining agreements 3. Are signatories to the [ Nassau -Suffolk J plan but are parties to collective bargaining agreements with labor organizations which are not or hereafter coast tc be signatories to the [ mossau-Suffolk I Plan; 4. Art signatories to the [ Nassau -Suffolk I Plan and are parties to collective bargaining agreements with labor organizations but 6e two have not jointly executed a r' specific comi tment to goa 1 s for minority utilization and incorporated the c=i tment in the [ :t tsau-Suffolk I Plan; or -4• CI S. Are participating in an affirvaative action plan which Is no longer acceptable to the Oirector. OFCCP, including the [ Nassau -Suffolk j Plan. 6. are signatories to the [ Nassau -Suffolk 1 Plan but are parties to collective bargaining agreements with labor organizations which together have failed to make a good faith effort to amply with their obligations under the Nassau-Suffalki Plan and, as a result, have been placed under Part II of the Bid Conditions by the Office of Federal Contract Compliance • . Program. 8. Reovirement — An Affirmative Action Plan. Contractors described in paragraphs 1 through 5 above shall be subject to the provisions and requirements of Part II of these Bid . Conditions including the goals and timetables for minority' utilization, and specific affirmative action steps set forth in • Sections 3.1 and 2 of this Part II. The contractor's caaanitment to the goals for minority utilization as required by this Part J1 cansti totes a coemri tsment that it will make every good faith effort to meet such goals. 1. Goals and Timetables. The goals of minority utilization required of the contractor are applicable to each trade used by. the contractor in the [Nassau -Suffolk ] Plan area and which is not otherwise bound by the provisions of Part I. J' Minority is defined ai inc udina Blacks, Spanish Surnamed 'Americans, Orientals and American .Indians, and includes both ani nori ty men and minority women. OC- 223 -- CI For all such trades the following goals and timetables shall be applicable. Goals for Mi Mari ty . Utilization Until 12-31-72 2.0% - 4.0% From 1- 1-73 until 12-31-73 4.0% - 6.0% From 1- 1-74 until L2.31-74 6.0% - 8.0% Frac From ?� The goals of minority and female utilization above. are expressed in teras of hours of training and employment as a proportion of the total number of hours to be warted by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and Mon - Federal) in the t Naeem-suftaLk j Plan area during the performance of its contract (i.e., the period beginning with the first day of work on the Federal or federally assisted construction contract and ending with the last day of work). The hours of minority employment and training must be substantially -uniform throughout the length of the contract in each trade and mtnorities must be employed evenly on each 1 n the event that any work which is subject to these Bid Conditions is performed in a year later than the .latest. .year for which goals of minority utilization have been established, the goals for the last year of the Bid Conditions will be applicable to such work. 002~4 of a contractors projects. Therefore, the transfer of minority -- .� wVloyees or trainees from contractor to contractor or from i! project -to -project for the purpose of meeting the contractor's goals shall be a violation of Part II of these lid Conditions: 1=. If the contractor counts the nonworking hours of trainees r. and apprentices in meeting the contractor's goals, such a++' trainees and apprentices must be Onployed by the contractor ^r— during the training period; the contractor mast have made a .• caneitment to employ the trainees and apprentices at the com- plation of their training subject to the availability of eap 1 oyment opportunities ; and the tra i nets must be trained pursuant to training programs approved by the lureau of , Apprenticeship Training for 'Federal Purposes* and or approved as supplementing the [ Massa-suffaLk 1 Plan.It - 2. Specific Affirmative Action Steps. No contractor ! 't T shall be found to be in noncaapliance with Executive Order 11244, as amended, solely on account of its failure to met s its goals, but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affirmative ; action stags specified in this Part II and has made every good faith effort to make theta steps work toward the attainment of i.ts goals within the timetables. all to the purpose of expanding ori nori ty uti 11 u ti on in its aggregate work force in 002w5 1 1 1 1 1 1 1 f 1 1 -7- the C Nassau-Suf folk ] Plan area. A contractor subject to 11 Part I which fails to comply with its obligations under the _J Equal Opportunity clause of its contract (including failure to r meet its fair.share obligation if provided in the [ s (folk ] Plan) or subject to Part II which fails to achieve its coamit- ments to .the goals for minority uti 1 i zati on has the burden of proving that it has engaged in an affirmative action program direttad at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available and should have maintained records of the organizations' respcnsQ. b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hall for referral and not referred ba k by the. union or if referred, not employed by the contractor, the file should have documented this and the reasons therefor. jC. The contractor should have promptly no:i';e4 w+e ,_ ;+ contracting or administering agency and the Office of Federal T Cantract Camliance Programs when the union or unions with which the contractor has collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process had impeded efforts to sweet its gals. 1 . d. The contractor should have disseminated its EEO •�- policy within its organization by including it in any employes handbook or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in union pubiications. The EEO policy should be further disseminated by conducting staff ares ti ngs to exp 1 a i n and discuss the policy; by posting �.,. of the policy; and by rev i ern of the policy with minority asap 1 oyes . i.; e. The contractor should have disseminated its EEO .. �`- policy externaily by informing and discussing it with all in recruitment sources; by advertising nears media, specifi- cally including minority news media; and by notifying and discussing it with all subcontractors. w f. The contractor should have ®de both specific and zy;. reasonably recurrent writtad and oral Precruitment Worts. 0022 MM Such efforts should have been directed at minority organizations, schools with substantial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment area. ' q. The contractor should have evidence available for inspection that all tests and other selection techniques used to select free+ among candidates for hire, transfer, promotion, training or retention are being used in a manner that does not violate the OMP Testing Guidelines in 41. CFR Part 50-3. h. The contractor where reasonable should have developed oq-the-job training opportunities and participated and assisted in all Oepa,twit of Labor funded and/or approved training programs relevant to the contractor's employee needs cansistant with its obligations under this Part 11. i. The contractor should have made sure that seniority practices and job classifications do not have a discriminatory effect. �. The contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitared all personnel activities to ensure that its EEO policy was being carried out including the evaluation of.minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. •'f 3. Non-discriminaticn. In no event may a contractor utilize the goals and affirmative action steps required by this Part II in such a manner, as to cause or result in 3,0229 - ■ 1. The contractor should have solicited bids for sub- contracts from available minority subcontractors engaged in the T J trades covered by these Bid Conditions, including circulation - . of minority contractor associations. The Assistant Regional Administrator of the Office" . of Federal Contract Compliance Programs and the eMliancs a . agency staff will provide technical assistance on questions pertaining to minority recruitment sources, minority com- ', muni ty organi za ti ons and ori nori ty nws media upon receipt of ,T... a request for assistance from a contractor. Z. Subsequent Sicnatori to the 'hsasu-Suffolk 1 Plan. 'r • Contractors. that are subject to the requirements of Part II at the time of the submission of their bids which,• together with labor organizations with which they have collective bargaining agreements, subsequently became signatory to the [ Ussau-Suf:olk 1 Plan, either individually or through `. . an association, will be deemed bound to their commi twts to the etas sun-S� f folk Plan from that time until and [ 1 unless they once again become subject ta•the requirements of Part II pursuant to Section A 14 3. Non-discriminaticn. In no event may a contractor utilize the goals and affirmative action steps required by this Part II in such a manner, as to cause or result in 3,0229 - ■ 1 1 1 1 1 1 1 f 1 1 1 1 -11- discrimination against any person on account of race, =%r, religion, sex or national origin. Part III: Cow l i ance and Enforcement. In all cases, the compliance of a contractor will be determined in accordance with its obligations under the terms of these Bid Conditions. Therefore, contractors who are governed by the provisions of either Part I or Part 11 shall be subject to the require- ments of that Part regardless of the obligations of its prime contractor or lower tier subcontractors. All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors in writing of their respective obligations under the ter ims and requirements of these Bid Canditicns, including the provisions relating to goals of minority cip l oym ent and training. A. Contractors Subject to Fart I. 1. A contractor covered by Part I of these Bid Conditions shall be in compliancs with Executive Order 11245, as amended, the implementing regulations and its obligations under Part provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority utilization to which they committed themselves in the [ ltassau-Suffalk Plan, 00230 -- 1 1 1 1 1 f 1 1 1 1 -12- or can demonstrate that every good faith effort has been made to Mt the go41. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a substantial requiremant in the E Nassau -Suffolk 1 Plan or Executive Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the E Aassau-Suffolk Plan or has engaged in unlawful discrimination. Such violations shall be deemed to be non- compliance with the Equal Opportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. Z. The OFCCP shall review Part I contractors' employment practices during the performance of the contract. Further, OFCV shall be solely responsible for any final determination that the E Nassau -Suffolk 1 Plan is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP may, upon revlaw and notice to the contractor and any affected labor organization, determine that the (,Nassau-suffalki Plan no longer represents effective affirmative action. In 002.3 i A 1 1 i 1 1 1 1 1' 1 1 1 1 1 1 1 1 i) C -13- that event it shall be solely responsible for any final determination of that question and the consequences thereof. 3. Where OFCCP finds that a contractor has failed to comply with the requirements of the [ 3lassau-Suffolk 3 Plan and its obligation under Part I of these Bid Conditions, it shalt take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not met the require- ments of these Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to it the requirement to cane forward with evidence to show that it has met the good faith requirements . of these Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The contractor must also provide evidence of its steps toward the attaineaent of its trade's goals within the timetables set forth in the [ Nassau-Saffalk ] Plan. The pendency of such formal proceedings sha11 be taken into consideration by Federal agencies in -determining whether such contractor can comply with *the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of basic principles of Federal procurawt Zak. 00232 . •14- B. Contractors Subject to Part II. In regard to Part II of these Bid Conditions, if the contractor masts tee goals set forth therein or can demonstrate that it has made every good faith effort to matt these goals. the can tractor sha11 be presumed to be in compliance with Executive, Order 11245, as ~dad, the implementing regulations and its obligations under Part tI of these Bid Conditions. In that event, no formal sanctions or procaedings leading toward sanctions shall be instituted unless the contracting or adainistering agency otherwise dattrmines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to =mply with the requirements of Executive Order 11246, as amended, the implamenting regulations and the obligations under Part II of these Bid Conditions, the agency shall take such action u impose such sanctions, which include suspension, taraination, cancellation, and debarwient, u may be appropriate under the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving P II that the contractor has not met the goals contained in art , of these Bid Conditions. The contractor's failure to most its goals shall shift to it the requirement to czan forward with evidence to show that it has met the good faith requirements 00233 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 i 1 13 C- of these Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The pwidency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order 1124b, as amended, and is therefore a 'responsible prospective contractor■ within the meaning of the basic principles of Federal procure- ment law. C. Oblications Aaolicable to Contractors Subiec: to Either Part I or Part II. It shall be no excuse that the union with which the contractor has a coilective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral.for.eroloyment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1984, as amended. It is the policy of the Office of Federal Contract Compliance Programs that contractors have a responsibility to provide equal employment opportunity if they wish to participate in federally involved contracts. To Wit extent they have delegated the responsibility for some of their 00234 ' -16- employment practices to a labor organization and, as a result, 1 art prevented from meeting their obligations pursuant to Executive Order 11246, as amended, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended, its implementing rules and regulations. Part IV: General Requirements. 1. Contractors are iresponsible for informing their subcontractors in writing, regardless of tier, as to their respective obligations under Parts hereof, Whenever I and II as applicable. a contractor subcontracts a portion of the work in any trade covered by these Bid Condi ti ons , it sha T1 include. these Bid Conditions ' in such subcontracts and each subcontractor shall be bound by thess'8td Conditions to the full extent'as if it were ' - the prima contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to !� fulfill their thew Bid Conditions. obligations under However, the prime contractor shall give notice to the Assistant Regional Administrator of the Office of Federal Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or .. failure of any subcontractor to fulfill its obligations under f �a 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 -17- these Bid Conditions. A subcontractor's failure to comply will be treated in the same canner as such failure by a prime contractor. 2. Contractors hereby agree to refrain from entering Into any contract or contract modification subject to Executive Order 11246, as amended, with a contractor debarred free, or who is determined not to be a 'responsible' bidder for Government contracts and federally -assisted construction contracts pursuant to the Executive Order. 3. The contractor shall carry out such sanctions and penalties for violation of these Bid Conditions and the Equal Opportunity clause including suspension, termination and cancellation of existing subcontracts and debarment from future contracts as may be imposed or ordered pursuant to Executive Order 11246. as amended, and its implementing regulations by the contracting or administering agency and the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall alsq be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. 4. Nothing herein is intended to relieve any contractor during the term of its contract from compliance with Executive Order 11246, as amended, and the Equal Opportunity clause of OG2u(; 1 1 1 i 1 1 1 1 1. 1 1 1 1 1 1 i 1 -18- its Contract with respect to matters not covered in the 1 Nassau -Suffolk 1 Plan or in Part II of these f Bid Conditions. 5. The procedures set forth in these Bid Conditions shall not apply to any contract which the head of the contracting or administering agency determines is essential to the national security and its award without following such procedures is necessary to the national security. Upon waking such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contract Compliance.Programs within thirty days. 6. Requests for exeQp ti ons from tress Bid Condi ti ons must be made in writing, with. justification, to the - Director, Office of Federal Contract Camliance Programs, U. S. Department of Labor, Washington, 0. C. 22210, and shall be forwarded through and with the endorsement of the head of the contracting or administering agency. 7. Contractors must keep such records and file such reports relating to. the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contract CmMliance Program. 00237 1 1 1� 1 — iso 1 'for the Information of bidders, a copy of the : [ Nassau-Sutlolk 1 Plan way be obtained from the ` contracting officer. A list of trades which art currently participating in the [ Nassau-Suftalle 1 plan may be obtained fr= OMP, or the contracting or adkuinistering agency. ' Signed this 28th day July, 1976. of 'Secretary of LAcor ssistant Secretary for Employment Standards .• /s/ lame^ca Z. Lor�er irectar, Offic2 of iecera Contract Compliance Programs 1 1 1� 1 — iso 1 J :1 ATTACHMENT V • -.rr m. r-, ..-. . !J'� r.•*•:�,:^ T'E-N77-1i L`I'1 :���Vl �l: :i. L-::.�-. ..�. l b1.`�L.-.:i/ �•'..1u).l_.il.L,:i �; �.�^_�..':i `.�.�',1:.. .LJ __.. Pl=us_:advis-`Ci that the f0llcW_I:<J language sha.11 te l.^.cluded l.'1 ti e ront^r racc ��cificat-cns: THE PPIME C Ct,-7WCTCF2 AG-�IJES THAT r'I' /S1E S;L-%j L ZIVU:E "GOOD-F_U-cl TO Sir -',N- F.,CT AT LEAST- (10) PzRi ' r %1L'c;rUTf KSIlv-Cq.S '=P' - PRISE AND Arl' L& -.33T (2 ) LA' CENT r,r..T susi- ITESS Cr TFL 7 TAL VF.LU-T OF tib. CCt�-.Ci'. ".H -t' r:"ar, Sir. -L- BS cz=D DI m THS SIX (5 ) AS CU'M= IN 40 '-"7^, 33.2240TTc, FILL Zt��/�� CMEA `I THESE PE.'= -c^ GF- OR DE:-CNSTRATE -.WIC TlV ,' EFFO_=�LS iJ DO SO K?LY LZr-.:O TO ;;IT CLDTNG r•H•T r- --• �•rr OF E, TtiF: Ca, -.-PACT, THE °RC,:E CCS+„i:_? C�+,'S) S L -UL, SuT6''-EIT : J K3E/7,'3E L'_1 -r Il NC?3 PLN TIT --i A CE - :rill J D- SCS -2r=1 CT T: SE-'::'ICEES 110 5E PRD- VIDEM AS WELL PAS ?_1 COLLA:: AIMC,: NT OF EACH SUECCNv-:: .C -T. 1 :TS .`TS/;TSE UTILIZATICZ1 PD-3?CG-ES i J Tey!'�u�: �. G :'sL S Ar 7, -D iJs :. 1 S :.r _, 'T TLI".>CICN PUN. THE PRI -ME ..:CSLD L'TILI'0ICsV PL. --.=_V SF!L', aZ' SL::`T=D TO T.-,• ZS2/�,Z32" OFFICER. i r Tit ii l.'• i." S tom:"?L'.. C..^.. �. .�,,:�:� �.-` :'_^r'::-1: �l:li\t rlc�� ;1�;; ;r-_,.•� :tip �...:..'f_ 071 r CH1.7- RTC,' TO J :1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 - 2 - FAILURE TO S'JENITT A:Z P'EC'E'riE i;is Cc.0/Gc�� APP%CML C:7 T:-� �`.SE�''r; �S L'iLI'A'a IC`I PLAN PRICK TO THE FIRST REQUEST B -CR BY M CCN'TR -,CICR SHALL PiSULT nil THE Sv'ITH- ,.CLDING OF PF-=.- ESS PAY— : iriS BY THE aZ.4ER. SUCH WITHHCLOPNG CF PRCG:RZSS PA` !7,M?IS SHALL NOT THE OF AW, REQUIRE- ME•Nv S OF = CCiTBACT L-CCrT.MaTl'S DNCLUDI`;G THF, Ca IPLc.'r ICt1 OF `IE P DJE C,T WITHIN THE Cagle"&''= TILHE RT. ANY CCNSTRXrICN SEWENCE 'UIRE."i24"l'S Cr- = CC -t 11' ?CT . ATI rj'4 TEIIr'I<Y (30) DAYS OF APPPLWAL CF THE UTIL UCICti PLS`; SY 'SCEC/CAA, THE CCN - TRACTOR SE -Al L SLUliMil" COKES C-' SIGNED NBE/ t63E SU3CC� l—,ACTS =,\D/OIR PU Cl SE ORDEP.S TO THE Ur F.R'S LfBF/ C FIC'r:" ;`i :0 SHAU Ill TURd FCTZ,' .M =-SE ri=i.-I—S TO Pa'`i3C E, C/CAA AI.(A:G WITH EIIS/HE.'2 R :!rCn: SL`:I:ATIcli5 'rliizIl i FIVE (5)lZ- RKRNG DAYS OF REC IPr OF SUC:I =MENTS. THESE SUBCCNZI L:�C'1S A::B/CR PURCHASE OMEPS QST LtiCL+-:CF; TIS FOLLOqr:;G: 1. ACTUAL LCLL.�-R AMCUILW 2. JCB DESCRIPTIal 3. SIGti�'"URES OF Bti7IH PAM'" S ( PRD / MBE/' 1'2u ) 4. I.'.. TES OF Lui=.0 , .. z 1 L.CT... P'F.,. 0. r:.. S .._,S. BY C3PIES C: �.`= ? :,I�.. �'.`CCE:L'..7n CHDC IF Tc:E T'C ^-.0 r -CNE BY THE i•il2sl ViuG SLSCu;1nt.C',C_,.S is .r:lC. ..i..,D vl _....... .:. lrl _ 77-7r, r .. YEAR OF LEE P_PUTECT, TEE PP.Ii E CCN TRA.CMI R : S u SU: "1TT SIGTED S -i 'm (o 0) D,-�I-5 P-10:2 Bim, r..,L..,, : IF THCCI:- ^...,. �l c' _�.i+i.%! � ��.:i 1. l:irNl�.t.,1 Iii.., - 1":':) c!�i :� __ _I is L. _+ A % i:. :LTA :.7_rrEce - 3 - SCE` _' SIGTX PAV-k^iTs 3Y 'lam. aligaq_ StCi rri- 0-TZi-2-�,G Cr SEAZZ, �= .REZ..:: r".`... =— -STC^_ �R Cry�NZ /�ai= AND ANMY �v q ice. CF =av Mf _11VACT VZ al 1 P)Jcc'1 r C�m:' CE li:�iES.=Y T Ls ALSO YR CN PFLL E=S « 1 1 L ' The N.Y.S. Depart-mart of EnvirorLT.ental. Conservation's Office of Aft- , ive Ac :icn advises the Caner of the follcwir:g: Prior to salmittal of firTs to the N.Y.S. P:epartoent ' Enviroricrental Ccnser,Jation's Office or Alfirmtive Action for part icir.-:)ticr. Ln the the CGHner must review the nccessary (o=mentatier: and crovid` the N.Y.S. Department of Envir. _--ental Conservation's Office of P.ffir-native Action with recc. re daciens ar;d/or rr-rnts regding the validity of the MEC /:E ' fire status. 'y sucxcritracts Ord subzGre7F_::ts must be re, ie, ed the prior to to the N.Y.S. C'Cartrr.:,a:n.t of Erviro=Lental 'Conie-Jatlof7'S of 'li,:c:�1Ve c`.ot1Gn Siti�E U,14t ne :Y.Y.S. D=i.-;_,r Tl'.`nt of ':nvircrL:�.':. n al Ccn::crtiation's Office of r` ^'" 2s that two (i) G.nt?tiS' .oboe be glve+n prlOr A.�Llr,'�b3t1'J2 A,.�.iG:l recruirt� to pre-bid am' pre--co.^.struc-tion me-e�tirgs to a11c°,a for the P`;.Y.S. Decal ;,en _ of Envlron:-.ental Cor_s`rvaticn's Office of AfLir rstive Acticn �,-�f lcials atter.c;ance and review of DISE/ C-E ccrrcli.ance requi re-- rcen t.s . "all'un `' to r.--t the pro is1Cr'S for s"..'. � shall! be c-roui-.1 ,3 ".._ 1—his r�t_ce 1 1 L 1 1 1 r 1 1 11 HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E.1 PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS June 20, 1984 New York State Department of Environmental Conservation 50 Wolf Road Albany, NY 12233-0001 Re: Fishers Island Sewer District Dear Sir, We hereby certify that in our opinion, the specifications for equipment and materials incor- porate a clear and accurate description of the technical requirements for the material, product or service to be procured, and include a statement of the qualitative nature of the material, product, or service to be procured, and set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use except where, in our opinion, pro- viding this detailed description would be uneco- nomical or impractical as compared to employing a "brand name or equal" specification in which cases the later was used to specify equipment and material. ARL:sb Very truly yours, HENRY -SOUTHER ENGINEERING, INC. A. Richard Lombardi, P.E. Pres^,dent a • CT.OT -i�v.�.e �"EG 7 RAM P a k FL CO't3.%3 sm VA FL ►0•' 4.09 T=L Ig" (5) 4.0� FL 18" (NW) x � x N/F UNic�/1/ �'".e'�"E �Tc.•.IOG>,G .p/�7—.r_- �"T �I �I C o 9.27 C� �.c��•rEO vszyw �.� I .._ Tom.. �'. clo r st �-�_ l �-�.-� 1 210 t�✓f/i..ST,GGr'"�G �.1-i �',2_ ------`---- - � \ / C�: 1 i _--- 7.,:3 rt�-- YYr g � �1/Et�✓ G� • -- -- -.- 1 � I o S�-�•11.F O , 1 1 r T1l.F_ 5 D==TI�t � y T.F. _ 9•S9 4 .2 'T F = >3 . \ Co F.L. >3" 9 (� S. O 9 x 1 �✓/F 72s�v.� c=.•� �cadr^.�/c�t .y t / W/�TEA M.H. W K •� 1 / / "COP OF 2, P1Pra5 ro. 13 1 j r t ' 1 t r 1 I t r r \ 1 ' I 10 If I —T_ - T w. C. O 11 I 1 _ - -- - -- - --- - - - -- - - - -- - ----- - - - --- r a � - - -- --- - - - - - - - Lul - --- — -- --- - - --- ---- ---- - - - I I - - - -- - i -- - w v � 1 _ - -- - -- -- -- --- - --- -- ----- - - - SM H s""TILC -- - - -- -- --- -- I -- --- -- - - — 2- I V. 51:30Z I a �� _ -- -- ---- -- -- — - - -- -- -- -- --- 4 -- -- -- - - -- -- -- -- - - -- - - - -- -- -- -- - - - - _ E IG E D - --TE - A E E -S RIP a©F���nFORCE MAIN PLAN PROFILE LOMBARB I AT - - -- -- - - - - -- - ASSOCIATES, INC R W. 4_1 _ - --,-- -_- - __-- CONSULTING CIVIL. AND SANITARY ENGINEERS LAND SURVEYO"S i -- -- -- -- -- -- - - -- -I- - -T -- ------ - - - - - -- - -AT --- - - - - -- - --- -- -- FISHERS ISLAND SEWER DISTRICT VERNON CONNECTICUT TOWN OF SOUT HOLD C-3.6-1 COMM. NO: 'DATE: SCALE: = 40 SHT. NO. .0 91 23 OT OU X J• 3:)dl eY `/ 3. 6 i 149 .O� !13223 r J3iaU3N �'� n DATE -- _79 -620 JANUARY 10 1984 HORIZ I 4' 7 of I0 OOTODC .A.2.0 NI 03THIM-1 PAYMENT LINE FOR See. Detail STRAP 3"x 3/8" PAVEWNT REPLACEMENT PAYMENT LIMIT FOR EARTH (ASTM A-36 STEEL) 3 7/16 EXCAVATION AND •ACKFILL y EXPOSED STRAP SHALL PAVEMENT BE GIVEN A WAVY Orr 1- 3" 3E- 3" COATING Q WRAPPED iv WITH BURLAP AFTER LIl�lIT Of "PAVEMENT M. PIIS IS IN PLACE TO _ FINISH GRADE THE SATISFACTION OF REMOVAL THE ENGINEER Precast 111. H. ,.� I ,•o ��,� section • • 1 I ��\ BASE �7 GAR `--T BAR I O; 4- 4 n (,ty�t.Mr, A -615 f f S 4-4 BAR I4'- 6' CUBE STANDARD HOOK (TYPICAL) ANCHOR THRUST BLOCK T- D J_ l .ELAN— T_ LAN - - atr 1 Band r Normal Trench Width --•j t'~- 6"(AIM.) • 1 �" o > t 4 ZTEench Shell be E.covotet To Firm Meterlfl lmmtdictely Irlor Te, Placing Concrete. SECTION 1-0-1 PLAN - Tee PLAN - end CONCRETE FITTING SUPPORTS • E I (AS REQUIREC) 3, - 0 11 A AS REO'D COMPACTED BACKFILL t '• ,.� \'� 4'=6" MIN. r CONTAINING NO STONE • 1 \`':� a LARGER THAN 6" `° ♦' ; •� See Note I ZONE AR .. • Concrete or Brick-�_ AROUND PIPE COMlxist."'1"EO I 3 (As specified ) BACKFILL CONT/�ININfl NO S10NE 6 - /2 to. /4 =-.: :...=: _ LARGER THAN 3. GRAVEL crushed stone --}+;a :vP°iOppeQ►°opaol o:Do�o�o° ��e<<iSoo•�'A R 11BORROW TO BE USED AS i II :a •o'a v is►O ° ao �q�oc♦����P►��%°o 1600 � L___ - _ o iA n p O p f iOrs �J BACKFILL IN UNSUITABLE SOIL TYPICAL MANHOLE WITH NEOPRENE SEAL ASSEMBLY �. AS DIRECTED BY ENGR. a" MIN. HALF SECTION HALF SECTION Notes:l-&—Precast M H wall IN EARTH IN ROCK I, Hole to be so mfg' , •• , as to allow for lateral R - vertical movement, �• See Note 2 TYPICAL TRENCH DETAIL as Well as angular odjustrnents, thru 20 FORCE MAIN)�, • . _ 2. Neoprene seal mfg• to n I A.ST M. C 443. 3."Precast Manh 1 / o e / ( Nashua. Precast Corp. / or equal 1. Ti. !' Pipe ROCK .FREE FILL , DETAIL t 12 MIN. DOUBLE LEAF. CHANNEL FRAME /✓d/�/-;�,ytw-/�v�C ALUMINUM -�'.�G>•t/T DOUBLE LEAF ALUMINUM CEN�f_. Dn,n Cr+svNE� w[vC):...L[.:� -f • in.ME rr E.Gn END ♦ s ( "��� SnrE Tv Cr -,.r•, [OF'.d SrTE CND) - •• U��-: �,[ N:T,.. -� _ �il =��r'• ram.. , CK+n.::C"• . S_ -y , .r4Y.^. _E TONflrOti - Ili � �n wr-•ovnq LE .ctr-�t. ! V r_.-_..�. _ '"�� } 0-71 - -� 1.ntE crv[rr5 - :I. ~'l-__� �, I' ��-•'•- l •' . . + SAND BACKFILL •• THOROUGHLY , COMPACTED , 6" Ml N. v� } a 1. . AI 3/4" TRAP ROCK TYPICAL EARTH TRENCH DETA I L ( SANITARY SEWER) .—�T. �//_ tit/i7GG I .�3.•✓%SNEL7 6-C"�JG�G' IE[O v.F,vL Gw•. --./J' ` :,E F)H.-,�•'<q.♦�; nrvGC-H'•.�.r[� ,/��7.�rf �/ ,' rc. Il\�jr�-rIG. coNT:NuoUs {H/ STE y- -.4 F1 .ra.:r.C F L1 -If C; 11/4.,.J_�3 :•`� Cr+ NtTtc 1,.E r.'�N,.r.• I: Cn[. •[ �♦ "r�•.,.L ��`V II - ���G ✓���� Y�� /••"',�-�G +i • •I ,BTU ED •t.i Mr•v `i-r�.�S.NG� � .� - 1� n..•r v., �T - Cr�MJSn� �rSTEM -' 1 ♦ F+j j� AF:E ,•�' 1 F n.:M! U ,♦ n •.Or --J TONY n , 1.•15 SINGLE LEAF ALUMINUM - L. -•••:::C: ... _ .� ..?F' COVER �rEr cE.•r,+ - �_- � � 1•Ef"r�Ev � w-( 5� ^E tiGNG�E'5 S;• 1 i � , :<45 fit, �/�--�►i�d/� Ac�'e�nx.S N.� �'�•.�,� . i t •.• _ _ Gr w./�� or A= 110 ' ..� 7'-i'"!''' �'.� . QFC /��/L?/✓I7 t'�`.��.r[ � . �Q �"i ' � f,/,C�P',/� -.e["►a'_'sI1.�1 . f -✓/GE /tI© T' �Ei4^I'�.7�/T"" 7W e DESIGNED REV DATE DESCRIPTION BY ro.2?_ GtNERAIL DATE DRAWN BY DATE CHECKED BY DATE 10"Min. ;• ..:• •�, Precast Manho!e i • • .. M 11111=rM -*.—Brick- Adjust to - Flexible Sleeve to ASTM Designation C478 -61 T _ 1 NOTE' I. M.H. Cone and riser sections to conform - Lo_ -*.—Brick- Adjust to - Flexible Sleeve to ASTM Designation C478 -61 T _ 1 final grade A III pipe all un11S.P/_uG i/otf.0 AFrCR INs7-444Ar1 4V, fi 9 -LTi— - Dio. 8 •� ( Dia. ASTM designation C-76 4.480diameter manhole to be used with maximum nominal pipe 3=0[Min ~�' :`• 2 Coats bituminous waterproofing � Stainless Steel Strap `'\' , material -(see specifications) Sleeve -7 See Detail SECTION ` A -A 12' We ,,, Ring Gasket �• Monhol JA o•,•` 6' - 1/2 to 3/4' Rubber 0 joint Base ;aA�odPA% crushed stone in accordance with ASTM TYPICAL' -MANHOLE WITH LOCK JOINT FLEXIBLE SLEEVE, Designation C -361 I'-0"Min. - Gasket . �4'-0r Max. '�' 5•Min Wedge 5Min. SECTION 6 to X14 crushed stone_____ (from inside) -% 8-B , I`-10•Min..i Precast M.H. 3• Invert to be Brick Lined Section P Undisturbed soil or a firm stabilized foundation. - - ' qManhole i Pipe 2• �=•'�=: ' � 6"min -If poured conform to E Ott;' - �-'' �' ►� •' _� Standard Son.Sew.M.H. 5 Up to 15 PRECAST t::.=' ' •': !::```'�+,;� .`. o • :, •� 6.) _ I/2 0/4' allowable mis- i r'o o a •' to • • • •• ►o ;. �T crushed stone alignment off center in ANY direction TYPICAL MANHOLE WITH PRESS WEDGE IC ASSEMBLY SECTION A—A NOTE' I. M.H. Cone and riser sections to conform -*.—Brick- Adjust to to ASTM Designation C478 -61 T final grade 2. Lifting holes to be provided on all un11S.P/_uG i/otf.0 AFrCR INs7-444Ar1 4V, fi 9 2-0 --•� 8 3.Absor tion not to exceed 8%as per P ( Dia. ASTM designation C-76 4.480diameter manhole to be used with maximum nominal pipe 3=0[Min ~�' :`• 2 Coats bituminous waterproofing diameter of 24- .. `'\' , material -(see specifications) Sleeve -7 See Detail SECTION ` A -A 12' Ring Gasket Rubber 0 joint 2 in accordance with ASTM Designation C -361 I'-0"Min. c� • j . �4'-0r Max. '�' 5•Min k' 5Min. SECTION 6 to X14 crushed stone_____ -% 8-B , I`-10•Min..i 3• Invert to be Brick Lined ., -•— Sleeve- See Detail Undisturbed soil or a firm stabilized foundation. t I i 2• �=•'�=: ' � 6"min -If poured conform to E Ott;' - �-'' �' ►� •' _� Standard Son.Sew.M.H. 5 4V Dia. PRECAST SANITARY SEINER MANHOLE MISCELLANEOUS DETAILS FISHERS ISLAND SEWER DISTRICT TOW_ N OF SOUTHOLD C-36-1149 t CON7Ut TCIV!t ANL, .n NOAfi E N',;NtANU _.UErVE YUR`, , VERNON CONNE=CTICUI (-OMM NO DATE �.C-AL E SHT. NO - 79 -620 JANUARY 10, 1984 8 0F 10 �10TE BOOK NO. ------------ - (;round Surface Plotted by-- Chccled Template Sections Plotted Checked Areas by - - - - - --- -- - --- - - " -------- .. Checked hy----------__—_-- Final Sections Plotted by - Checked by �- -- ---- -- -- f tnal Are.,, bS------------__-- __--`. Checked by `----_—__—� {n+v W, FNG D ,7 16 CROSS SECTIONS 16 /U i GU /O O /D &O % t0 SO mild NMI== 4p ENE 0 INIPMOME411 0 ME MENEM 11 IN M M oil 0 1 0! popwi Irmo 0 I'M M lion 0 EMOSIME m 0 MM1= SEEM ME M no 0111 Nis N MIN 0 loom MEMEMS M ME 0 MEN M 0111 mrj IN MOEN ME 11 so ME ON -%q MON olmml= 0 IN 0 FML4= 0 0 mom In 01 0 ENNUI in M ENE MOEN JIM 0 m 0 on 0 MEE 0 ME 00 No I MIMI M No 0 'IN I oil 0 ENE 0 BE loom 0 mom NONE Uill 00 MOSIMMEMMEM M mom 10 OEM mom ME 0 0 no MENEM M 0 M 1 M 0 mom MEIN No 1 0111 mom Blom s IN M so mom No M 0 M MIN M 0 ON mom No mom mom SEERNE No M ro im MEIN go -MEIN OMEN miliiii ME MIN! MEE IN !I IN 0 on MEIN 0 mEmM MEN MI. ONE 0I ENE El vMIEN ME LE 0 Blom MM M NINME M E ME MEN 0 MEMO 0 3 ME ME ME MEMO no I In IN 1==1MM I Effiffiffiffisinn M so MH Elm M ME M mom 0 as ME ME 0 MENEM ME m IN I 0 so 0 0 EMEMSEMM MI 0 millol 1 IN Elm 0 mom 0 111 0 on M ON mom Elm No IN In MENEM MIME INS IM 0 HIMMEM M OWN 0 0 SO MEMMEMEMIS MINOR ME M ON mom M 311111=11MEms w MENEM mom ME NONE I M SHE No M M�' slim IMEME ME Jim Mom M m M simimm milli ME I IN Mq MEN 0 mom6 16 /U i GU /O O /D &O % t0 SO ITER TR . T W EAT. M,ENTFACILITY FOR THE I INDEX TO DRAWINGS drg' .no. title SUBSURFACE SEWAGE DISPOSAL SYSTEN4S 1,2 COMMUNITY 3 CINEMA 4 COTTAGES 5 SANITARY SEWAGE PUMP STATION i - 6,7 FORCE MAIN PLAN AND PROFILE 8 MISCELLANEOUS DETAILS 9 STONE REMOVAL AREA 10 STONE REMOVAL CROSS-SECTIONS ^`Vii I�` �� ✓?fit t��1,�{.. ,sf �• .'V.E.. FISHERS ISLAND SEWER DISTRICT:.. BOUNDARY � .:.`-� fit �=:"• •^_ �' V,4 10 COTTAGES SYSTEM,, f�'.': ��'- ;.'fit: r•1 .;,.� 'Jti, ,�= :f „-*•� a 't - .'.y. j� 1 ►. e PUMP STATION . ��",�. ^•'fi{ :� k .! � l�y� J.,' '1'�. � o �r� ✓ 1 fj,4 _'_L� 4 ``�'i'i raf .�,J :zT ti` {�..i. '��.� �. ;i�`x. 3, � '�'yY( � fit• eJ #�`'�•�c��w� -i.• ''. .,�.��,1 . �-' �r T'",rt!':�r ,�-?s ,,•^.�:� 1 f. �_ at,r! ..- +�, Y••��•';, �' �`� 'r ���. .',. V1.i 34` � ``ti•.1 �f;�`#�`��� �-•' �j ��.: :: ,� :` mfr'`` :,.'- .+.' , ` :•t '�'-,:-... { :. ,f1..� ,�4Y •�.�` •• �� �"'� ^•f. ' � �i�.' i � .-' ,r?.I". � +�'",'«� "� • 4 `�i"�-� eft, r--�' � • $: /(yyhh.��e. ^o-: a • w •`_.t��''' `, ;�/.%.+• ,:_'-�. •� ,1-r...� .1 ,.:•`�,����"'i.Y'klLJ C.�L-1 : - `'.� •_ j <• * "• * t��• lam,.. ♦.• �•���. ..n.Y�� �• "'��-` 7<^.t y.';'ti� �...+"�•'��4_ JV y# r �_�• .. � rte,,,,.. �. � y 1 � '-,.,��`� �- .�'.: �.� f,.. CINEMA SYSTEM 4A CE'; #A AAt� y ;' ,� _,.,,_ ;�• ,. _ ..'• ,�_ Y . LOCATION FOR REMOVAL OF B E A C H S TO N E F O R BACKFILL AGAINST SEEPAGE FIELDS COMMUNITY SYSTEM KEY MAP scale: I"= 1000' HENRY SOUTHER ENGINEERING, I NC. Al .!,1 0, 4).1 n 'kr ZIA p A DIVISION0 F A.R. LOMBARDI ASSOCIATES, INCO,- /IAF F/S/b/�.�!'. '-`rt,n►tiG�? �i �' CGt.r"/c' .I { /, i "- ----' � vy ..� v 1 1.... r % 20 OSS �.-�� AV 20 r4�" .r! . 44 - � k Jr 4g� - - - -��- I-- - _ - ,��; ; 0 4�� )k -- - - -- - -- ------------ -- ---- ---- _ ___ _ _ _ _ _ . I. . - ) .1 P _�y.'.�r. ... t; L_ir✓ . - - f f Z(,"m,4pLE ---- -_ - �( - '' 5` a '�Y.. s� �.. # 20 t� E -�="' " (, r,.,t." per: zo•M�.. -2 f. z �_ �� Ae)AWDoNCD EL£C_ N\.H. - - +_- n . I - - . - � " I .- . . 4. -_ 1� - . '- - - I 1, I- - - . I I ., I'' O fl �* [t ' , i III . - �, 1'� I. I �I I . I . r /' ,w,� f� . Q- "� \ , \ \` ` - • , -_ ^ -- - • - I . 4 _ O O O _ _ _s(r - - � 'I Sl ��----) 1 Z y �jQ i�iL1 �.k � Gy 1' ��� LIC .. . . - I - - j j+S __� II . IF' � . . � . . t I -3;r 1__p0e04____1_v 1 0 , , I)ATF- I - .. 1 2 14--83 I\\\ --- --_ ys- -_._ �__ '� -. - -_ . y .__;;...� `�_ � � \\ �•a, %, \ . .:. �jryf_ (9GC� �' ; A-! C") � Z t + ( I . i Lek i C)Cl>'rI(Jr, r CC'�vi'�'UhTITY SITI; / - J _ - �. 11 �, �� a ��0-41111 _== 7 �'J 1. \ , •_ . _" ___ /---_-_- _ - I f rt�tt� I QI: t' }:'�'' �' 2 1 ",0,0 . - Q 1 - `�X3,.. >- ,C: .i/=U�'� t .` �. G/T� /� .G _ - \ �� . - _ �_ - ------ 1 I gr L 1 . I . � 11 i RS T P X T 1 • _ e s �\ _ - - --- ---� ---•_ .. ,, . _ \, �--'� - 1I TOTAL- DEPTH. 135 INCHES n \ \ 19 � y IO 1 I � -` - _ - APP�o- �oc��.;"toN or CN -D- i I+ n r \�.5,,'�^ '• 2 -"�� - --fir ;- �, _ CNG: FO,JNG4T►aN o To zf)�f TQPsozL T o=.. , \\ ,Z Ia I I '. I - _ . �U TO 36 RED LOAM .TRACE Or 0 e .. \ \ ' - _ . --•►�- �- _ - \ : tt �BS:A�a D F -p EL - SAND (sir--? o _D 49" . . I _ as' I3 14 .* t�f o �C.i�u. Zn> 3 11 . 36 TO 49" GREY FINE SANDY LOAM (sm) c n o \q\ - ?-�-. � 2t r''. t -i j[ k+314% - 49 T0. 63 ►f GREv DINE SANDY LQA"1 _ G3" 4 •�� cam.. -sem', 25, , f -�'T� , \\ I- �' i t+'ITII SI`1ALL CQI;BLFS_ (sfn) -� \-�s� - ��- �¢ �' �' �.1 x 4 .. r'Jtr-�i�v' \ 63 T O is $11 I< EI) -- I; RC) w N P OQ R I,Y GRADED - ; �-4 �r rz-�•i��--. �a-Y:.�� '-`��I�� 6 . , i --- , C1t � , - - SAtin ANI} CRAi�EL (BP) . `\ . \11 I _ ,, - - _ _ __m I D 'C10t-4C. 'r'NON. 1 I , 88 TO '35 �GRFY 11 .DIUM COARSE „ `\�' %_ Cor4c. - E , _,-------_ap - SAraI) Ar�1) GR VEL s v w, c,:I';" ,e__-a.+",s ,�_-,k�.-f ' ... N A_,_C 7 _ £'S ,', 1 , , ,, `\ . • (~i\-MG'.r�. •sic✓ \ \ �~ s -�y3: %''�: �` , I ` \ �. �i✓�."-CT"it1N'�• 7 - ,; - Ru�i't.l~' �i �\ '� �`�.� �`` ` zt - -.1 I . c R Q N� DwAT 3� R : Iia1. I.. .►,�-,-tea .� z. , . , , , I)1'PTII TO GROUNDWATER • 'n 'a=' ,C�+'."' 4r�"r!�--x-.-�.-__-.y,--,--,p' \ ' ' - , \ 1, 1 , - _ -'' I . ' - i~1 O T T` L L N G: I\T Q • .�-�,,= :�'T�/� i ..� 1 _ - - nIP TII TQ r1aTTI,1 SIG . H _ - _ ' . , I:I? D U F, . N C) y�T / / _ :tea-- `�u.�.ca, . w.�PI-2w, �. „ ts. Zt � - • DF;PTZI TC3 LI:DC;I:: / _ - __- --- '`:�•, .�;.�. .�.,..� �,_-c,a,- . ,IIf r . 1 1; . - _ /`�..-r- w `�_-__� ___` \\ ,- \` ` 1\ - 'y! , 1� x4 1 I 1 I ,, - 1 Y .. ' / / \ \. \ 1 i 1 2 �s alC DATE:- 12-14=PS3 "_ __�---- ------ . ,� �,, ..�:�..�_/e"c7-- _ .. ``�. - .�i�-L��- _ • .-'- � f � 15TY. o � ... _ LOC AT'IO.1i COMMUNITY SITE a xI/ .Gi�✓c _ OI3SI"IZVFD $Y . DGS _ ,r -- ------I TEST I'IT if: 2" Y2' / / r '`. \: �� 71,11", 20:(0 TOTtL DFPTI#: IQ9 I:NCIIES- ° O /��� . .I'--" . ,--- -- - - -- -7 - . \ ', - AS Q 1 Q 7!T TQh.7QI1i O ' . /�' '/./ r" '�M `` %t , \` .\ \1, I' ` ' \ � - I \. O Ir D Ga Y) G . Ruts.! 5 .,s"c q...+.r�a✓v�'ta �> r. i „� s� o , , I I? TQ 59" RED BROWN FINE' SAND (sw) oo� � 4 ;% `\., ! . - 5� TU 1ti9" RED. I3ROI~'AT WI1, � a --__,_ - • . . . . GRADED SAND AND CPAV'EL o o° I \ \� . ) - . \ Sb>+if� G -1Qn COIiBLI w _ °.. I . \ ° \\ ` _ . . _ - \`, -1. , \{ t r' Tr t . , _�:. - \ .\ , . . I \` \\'` ``\\ \�\ - • . I /ter__ _ . • \\ . C;kJiINn4�AT„R. .vQ - \ s. - 2)FPT'I# TU GRtiU.,DtdA i, R . _ ,DiSI'RII�Irt Iat - I~`� SG,�I:trtI..I;;. - • \� % - . rIoTT.��Ivc�: - Na . 14. k 7� , . . i3I?I'TII To r1OTTLTra o N. 'cr T6. , LEDGE. E? i� 0 o a • ;;: W. :TYx'I~; : D� t�. �ItVIIYT` . :b! A. i'��� 3'.'I' . , � �,' : � ,ip � M T TRE CII ``\ / t t DF;PT'II�'TO LLDt'.I,; ios" '' t- - h'.}... \\\ �' - \� -rE�2o.�0 I .x :l1. .1'<k3; t+2 . - 'w. Zai ' - �, 8 N nr� E; +j { yJ� _ �} r t/.�{ . • - ' s,�3` 5 . _ 12.012 - 1 L i 1 , Si„ •{, .• :+Yln _'.i+I IJsL - \`\\ - `\ - �\ ;� ,I \ 0 1, 1. I:" \ Ft.:icy" �- 13.c� I�AT'I'. s 2-14 -b3 `-' J _ $ - r2t3- ' ". q -f!,6. _' I` 3:. \U«Z - ,� \ c, 8.` IIOCAT' I0". ; COi1MU3r'I� . S7T1: to - . � 4• r ; , m 4 , . • fi ,I 9;-2 #i I) . ( - . , NY O. � H ✓ 2 OBSERVED ED BI , x , . \ ' \ \ 5cw'r : f Z. R DC`S i2N h - 3i;rl�_3 • .1. 4 -IS. -4& ` •' - , . TEST PIT # : 3 0% I . � - - . TC)TAL DI:I'TH : A 1.4 INCHES - a 1...- , . - t 9. i�A D `t} IS.�).. - -3 @ 4 1fi,5g - ' \\\ T'� s r „ e 7 A 4 I�.G3' 4 IB.` 6 \` -- !."s.tr�>a•c-►,t =1 .53 . 0 TO 12 TOPSOIL , ,1. II r S ) 4 :Ifi.6 4': :16.4 ' Ifs,' ,d.,. 1.1 `; .., 12 .TO 72 KED }BROW?, MEDIUM CaARSI: SAND A rD GFALEL •; s.: - 's:.i'.�/!i. •- , I d . h1AA'Y CQLI3L arSF IIP 3b 3?,:fJ2 -3 .I �+` ".26. IEs;' �? .. - ,,. .. .Ia><4 , . ES S • Is I . •II _ C 4. ; -1,7;24 _� )?+ �: .17_0 E�r� ..r-i.� ,av c�_-+.\/rat%¢-- .�?. -----------------------j��" �', TQ 1 D1 Ar1I:TER R. - ' r 1.p - . .-"_1n, 4 __-., . - _ - . I It r? d I7,.I�2' 3 4': itf�"_ fCYr.. _ C-. NT?:7C/�� r�2��1.-\ .-:c - �k TRACE OF FINE SAIvD (f5'P) ?� • 1? A i I!j F,(! lE'. I 3I Exi:-�r. '�---,-;r �t-'�: - - • TO fit . I . 3 G r fists \` .,% . � t I ?. 10' _114 C;P\EY AiEDIUI'1 COARSE of 5' - . - 14; ,, - - . 6:fa 4:f 16.43 X6,:31. -t . .�i�►•-i�'cir c��/ ,�"aK -- i '•_- - - ---- ,' SAND ANTS' GRAVIII,',. 11:S�I • - �^�-_5-r- ,_,rr- �. ,-- ',* ter/ , . , - _ ,---- - Cor4~. �vcvf�. . LARC;;: COPBLES f ) _ > . _ - --� ,•,e'>,c�t/rs i B P - _ i v.. A I x.17 16. fX) S, �►t?' �w ic'i.�^..�q _- ''' 1 . - R # . !?•�!/i\fl.E`` 07?rCC".G'f+. /� Gr .fir"+\f0/i�'�►T.�" ; �; . \` ~' .q • . ,_ ' A r ;,C 4 6; Ci9 : --,44 0 �+. - 16:5`2' �) - - . . '` � . P.OIINdD4JATFR. IV'a - i,'. , 4, =.15:'27 I:Qt) ' :`*,'Q .�.� .oi�-�•sci�- ✓�-'r�'.�-�,x ..�-c�er�de~E .�'c>.0 .���E �i 7-.�.-•-� �. �r^\ nEPTII TO GRt)UNIDWATER: ° �;16 7 - `- . . .%. - . . IAaTT'L IJG. NQ '- r - : DEPTH TO •MQT1'LI 'G • "t7 h 46ir37 4` .16;C� 15.9=3. • \ LEDGE: 2I A "4. ;-16 : - 4 , 16.w 3 0 . . P�ft l.fye-t , - . - - DEPTH TQ >,EDC.E. , _ 23 . _, : '4 ,16;.1.7: 4 . I6, U+� . I �-..9C) "e , �\ - . , -A TE: AI FLPQR't' DATE: 12-14.53 _ r - ' _ • • _ r!�,� P1"M.-%�l"T" �-iTG" .-.� Y "J""'4"r"G? !� �t�/Tis•, ..G"?.G ,N.. -44S 8.,4_""r/ E� u 1 t D f N Q LOCATION CUM"1UN1T1 SITE' �'-• ' -- '� URSF'It�'r;D' :\.,' . ��� �.r_�•�.+�.-,.ia .w,�r-,-_,! �ra.vf7""G?,�fiw10vZ .w_" _�.7 PY. DGS �,��„ V :,:, t t - ... - , _, .�.�. . •c�'G" .toc.+�- .� ..F 9 . 'I' E' h"I' PIT { !+ . c • o s _ v ? I'. c nti l�I la �'J 0-*- /_L�'-,C .l_i .//�"'�it�'ii 97.o' f Gi_ Ir .. e-'O.*� � C`lm e N lJ�'t ", �` - TO1'ttL DLI TL 115 Ii4C[IES - _ , - -o �-�s� T, ..c- .v. ,-n�:r�✓ _ t' • u IIS 1 t?V1' . ; �� .9GG ' %.✓s.,-�-c7-/cN 'c�v�- _ - r+ N�,v' `IIY2�'Y, D� I'.A.� : _ � s Direr i1 �'R,R`4 - .�"-'�`' O,+\/ i• 'BGG .�'.G`.,o� _i '7" - - . ' 0 T Q 12 I' a 1'S o T I, _ <) 1 •tea c��...� -�c,y W .�� G #, c s ,--.p � .. - /f \ r 1 - - ,-,- '-dw� v,c a-p^/Li �G3��G•ri�'._ '� rn' I I N P. SANDY r, D I, O A I i (9 IIi C L/.7'�.+� ll.�v„GC.T Ca >' . 18 ? �J 73" GREY F I fi E S A r; D Y . I I Q A 3 >' >< �)4 �, :.#3 I,B & . ..v.� r-G'.,G cc!-. ca v4 .� ✓� 7-. �� .c.•� t�,e�" - ,�c� ' -� -�'r .� , • s,aM LARGE P,Q[rI,DFRs,% (-�) aar�-ora ©� r���N,�-�� 2 ter, ^Qav- cRaUNAtr,,,rE ��,� ,l. . T'.RACE QF ItiEI� { ��) : . . ' . . - - . . - - .. .... 73 TQ 3 1 a" GREY FINI SAtiDY LOA1,1 .: - CUI�1hACT - rtOt;F TINES THAN -. - . AI3aVl hl:w PQttLI)ER S SMALL (m1) GRai1rID1�'A7`1'R-: NO . NOTES FOR SUBSURI-ACE SEWAGE DISPOSAL :'SYSTEM j . . • DEPTh TO GROUNDWATER'- - . M0T'TLI11 C: NO . LL TREES AND SHRUBS ARF. TO BE REMOVED FROM -AREA � - j DESIGNED . REV DATE DESCRIPTION - 1` A T BY J SUBSURFACE SEWAGE DISPOSAL SYSTEM' - I� O M 8 E R D I . D�.PTH T G A�QTTLINiG: iie? OF LIiACHING FIELD. I DATE '° aa•ek'I, ',y�-nrr 't 1". .. . ' LEUGIr: NO ' NG •FI - • . ` - - -.� ASSOCIATES INC ; DI'PTIi TO L,I:DC�E: 2. TOISO2t. TO BE STRIPPED IN AREA OF, LEACIII ELD - „ • , . I r'l/ti'!) S'iURED FOR REUSE.- SIS . - - • . . DRAWN - . I I �4MMUNITY,11 . ' - -� . I . -I � I .. -. . a- � . CONSULTING `CIVIL AND SANITARY ENGINEERS LAND SURVEYORS - .. THE GRQU�'VU SURFACI: OVER -TIIE ENTIRE .SUBSURFACE � DATE ,-.I. -. �� Sr,WAGE DISPOSAL SYSTEM SIIALL BE GRADED AND MAINTAINED . :, I. CHECKED FISHER - VERNON - - _ CONNECTICUT' .' . >,L'AD SURFACE WATER AIti'AY FRO'`S ,T}lE AREA.. S ISLAND SEWER DISTRICT.: _ .. . . .. - To eY ��. •TOWN OF SOUTHOLD DATE - - - i _ - - - COMM. NO: .. - - SCALE:. ' 1. . . . - . , DATE SHT. NO: ' . C-36-1 149. .79-620' - JANUARY'10,1984 I"=40: __ oF� 1© • . - . - .. 'Irl?FbH WFVE1111 f CO CA vCAI ' 4 .... _ . , _ _ .tet.•+ ��' .Q, .. .. - - �✓ �+�'�ti" 011c cl;}vE7t ,- .� � � � '/°"L.g7"'G' /..'�% ~ {'.� 1'S�t?'. �� .^q�..✓. � • -• / - .. -6VLf TVG RCT ., ' '7f� DIA,'KOLTc ,i,,+<; ray •. `•) `I 6 8 - rt`i 12 14 16 .sTE.4r,^ „��.�. „zn/, .�-✓.�`.�.e�" s-✓C-�.e�' EG�!r✓ Oil. cs' ..tNv O T L 11%=114 _ .. 22 "KEO# ItENE „QA,sKiT f, 9 �-�—�J 14 16 18 4V 5 (:V3 _0e iI /�CeSiTic��✓ �.3> -7 "Yf? 10% 11 M114 15 . 161 18 �i22 irrtcAc �oii io�IwrEcrla+, i.�� ~7" 4,q 4%! 4 % ..+ey-014> 5 4 5% 1 j 4 I 14 Y ; l7i '�"�" •• 6 8 ' 12 14 16 18 „��.�. „zn/, .�i,�v..x"�i s-✓C-�.e�' EG�!r✓ Oil. cs' ..tNv O T L 11%=114 22 7% 9 10% 14 16 18 4V 5 (:V3 _0e i 7 p . DIMENSIONS H D L-T%J i. S>" titi4. OUTLETS 3 'z- DtA i�:Lt r%d C K _I F-3000 F-3002 F-3004 F-300a� 2" Ift1 t.'s d a d b Qtap 4- y. dFlanged End Standard, Hub End Spigot En d Frame Frame Frame From* cy 7 Ir Dimensions .--. .flt�',et:��'.�jti„ -,.l:.�ar��_�a .. �'� �. ...- ." �� � � � n_u I. ..p �-✓' =". � 2. .- _ .. \, {D��Ad�QQ n U � - .. - . A v + Q� Vic. End View Shear Gat*s Valve Size... In 4 6 8 10 12 14 16 18 20 24 3 A�+ 5 6% 11%=114 22 7% 9 10% 14 16 18 B 5 6%, 7%. 9 10% 11 M114 15 . 161 18 �i22 C 4,q 4%! 4 % 4ii 5 4 5% 5 � 5S4 6Yj 7syi 9 D 8 8 ff 8 l 8 .8 83/2 8% 8t/ 125 125/s!. E 4 4 14 4. 4 4- 1 4- 4-. �16%118 4 4 F 55{ 7/.107 I12%14� 0i 23 27Y4i:: a , H 8 4 9 0Y4112/!15 6 1 6 13 17/211~7 121 /23/ 18 8 8 al 8V1 8_%� !16 i �1�25 7Y4631 Yv OV !12.13 n7�32 . . A 119 K I. 12 47 2 7 12 -9 112 112 14M 14!/4'14)4j14%�15% 11y13S15N17U.19 211'26 _ 13 ] 0 H 3/ �i B �•' �'p Flange. -i are faced and drilled to ANSI -125 pound tetnplate,'unlesw,• otherwise in�t.rt:cted. `- 4oPQ�2" STONE �Ddv �-"'�-Ti./.o,•a.'So F.:*^-�'>�.hr . DRYWELL - e5ig 3�-13/4' t)5/6 VG=R90A0 tb Cr ,�?ACl6 2" OF STONE Vii`+ �� .I . -, STANDARD TYPE C -L' DROP INLET TOP _ 6. 3/" X CONC. BLOCK �-- 2 LAYERS TAR PAPER - r I' a%'0 PNG. /z_TcR I�A43oc? OR G A YG'F,' ' 4F STs! AW I fl O C3 M O O 0 0 0 2,-0" 1 "� x r r �✓.�"�. G?.0 ! D; t7 O D C7 C CM A D" i ' ! U Q' O C] C� C3 Q Q 2=O p •� KNOCKOUT ..sem:_. -�'�-y ,•�►�,�► ,�-�-� 1I � -o -- : � I C3 E3 11 o 0 0 o Q o o t:' "MIN -.J SUBSURFACE SEWAGE DISPOSAL SYSTEM D I 77 z I 1 ASSOCIATES, INC -4'-0"MIN.• d l G.. 1 CO M MU N I TY CONSULTING CIVIL AND SANITARY ENGINEERS LAND SURVEYORS • A a'• -o' DIA. (?"STONE)I VERNON CONNECTICUT -sz x •+C +� G••�GGE-,• 4' d f. d - FISHERS ISLAND SEWER DISTRICT SECTION ,IAII-'It A.. TOWN -OF SOUTHOLDCOMM. NO: DATE: SCALE: SHT. NO: C- 36- I i 49 79 620. JANUARY_ 10, 1984, 0rE'D OF, ! Q _ _. _. DESCRIPTION SUBSURFACE: SEWAGE DISPOSAL SYSTEM -1111 O M B R R.Bl " ASSOCIATES, INC CONSULTING CIVIL AND SANITARY ENGINEERS LAND SURVEYORS, VERNON C CONNECTICUT CINEMA FISHERS ISLAND -SEWER DISTR I C T TOWN OF s oU T HOLD C- a - 114.9 COMM. NO: DATE: - 7s-6'2�. JANUARY(0,1983 - 1"= 40' SHT. 3 -SCALE: NO: of ..10 '. 'F6H WFNWll t C0* ' � � ' ■ , � � _ ' - / . - - _ ` CTO Rs,y.,►••} . .�. J'� by �.✓, 4i '•I,y j I. N £ - . • - ' . _ri=z, r•� �►' r /� / . . - j.i9 FLzIa.% �� / l \ 1,I . �`` PLs 13.55 r. \.FL. I .00 - ' .r LEACHING POOL. ELEv, •'A'+ ELEV• '8" HEIGHT .' H' . 7"y� of _-cco✓c.o o . z _ ...: -' f ; . cwove--e': .. .�'.z2 .. w ... . - TRACE GRAVEL TRACE SILT a —sm ) • • 3 -, /G:O , /,�O 8 CJ" iG". - .." FINE COARSE SAND r Wli''lNi�f7 s. , T (: \\ CAST, 1Ret�i FRAMa G pv�tZ .f . ' . , - - c��R , .* . � - - ,• ,. CHENv.Y__DUTY� _ R SLRv sa �\ / � • X4.25 ' V 1 ,11 ... - - %�/` �' 1 ' \ J ` GONGTiET ,'; O„/ • �� � Z4�� / - .. . : . 24� D14.. PRsCAl57r P -r -i -ORCEa w S , E- Got\t,-\4V� 14,56, r T *i„ifv ♦ - - : )+('', - - _ _ . - - , fCit' .1, ;` ry _ �lr x-„a•-•.,�rar..t ..«•., ,,. ,k'S";r^.,•4++_•,•-.�. �L _ _ _ ' ,�- ,_ w - L i'`'i a e - ! I - ' . .. . - I I ! " 11 'Try?Fb•4 WFt1Hi1.i f CO _- - _._ - _ ..- - _z♦% �= . - - I_W4_4 r.v-Yt*.P- i�.7 t V - i• T V I QR pR e TR C .` I � � `• ..t .. _ ,. . - . ._. }' - ' SL'R V/ G F' l�R o U/✓O -. iGX-,V_- -A t . » . -. ,GC-!_.G-��"T.0/C�.G - �^� lJ/.�M.G-/w/T - J'It - "y, _ - Vii".• - - O 1. E' T .: c - Y %� '' c _... . ii . - t FlIL + 3 1'1/'� ..... i PRIM 4RY F�EDCR DY UT/L!T Y ;. t30 d .AND 6R0 D Tb ./'fA/ _ . FGECTR%SAL �S�'Rv/GE GROV/VD. . ' W .. - - .. iaa 3 oa e�,..o��-.�.� .1. - f" ` .' '} , _ - IdM= .4�j_=�M��, 000 �O�Sc*14� . I- - - c I . � 2 «.-t+ v II- , T�_ , �d - �/ �a .3Z.y'¢O ,p ,,r . 2 , ,:�.. " W B/�CGt3G'.�C +L� Ei�� T .v is/�' I d t/i•-,* C zI' 7%-,A-. .?' G x -.0 =� O -.SYi✓ttG E 6G`-'/►�' f�'t ti i-1.-orc°'�.�' . G s . - - - r: �- C��NN E'L F'.e'� M C' - e�oUesG E' _ _ - G E�.1 w ni. .C� E .G .crE' .&✓ _1. / 2 S E . / 1 F L .� r .. - Y .A - - r y , 1 , 11 t_ It ��_� � i - I ,• .. - - it J. f r - .. I - :d•- - - .- „•F ::•tri'!•, - - • _ _. e' 1 �, - d - ' JU,./t Tie../ �' �� • r; - •••.r� - _ Qi ., , J .:7.i .t�c� 3 as K 1 r I v �� /- G,i/�- wca f�lF1. TANK r I o t L 5y -STEM ,275 .G1nZ'►• I : 1_-, -.�,,� : . . � � . . . . - . � I � I I .. . I - i- > . s voi,vrs s'/z r>' oN cin. Rs /it ,t~ 7YP, ri�rw ...� - a - \ _ _ : rte- - -- IM ' , > . - , " �......-. - , ,L'4 XS� ~>f / /Cb i✓T' /y/!rK ►L�1Ti�? j� / •I ,WT' to SCALLI.j CstiE-� � .qac.. � /l rq ,....... %i %"' • _ . V ' E.c..� .a -Q 1 11 I , .. �.. : _ `. .. ALARM L/lrliT j!R�OJ /T lei•. _j ° l� , i /2" . . - a H/d 1✓.A . /-le-YA-vim= .4=t _� �i�ES �ILIiRM ✓`�� o .'� - s E'.f -5-1001 . :«.c�E' _ MbNoL /ry/t Oos��roH Pi, - . �. W- �..11l - 1 . III I I ' ( ' TRANS FORM,' R 3 K V A �~F�9w /�r „C'.C!/1_3"NG-L� - I ,:4 . . _ ., •• - _ �%%T,_,S. /N E i4 1 I I '0((� / I I M/4 GiI-/E3' c'tc�t/oL ./y^;. - ._S7Y+iI�!`" .f��_SG� . rp", ie I J✓ M I I O '? V P� A Dov • �✓.�-r4r LOW ` 1 V . - - w w a ( -l:C EN'c<0.3"v,C-O,-O-,AI I Q �! (I III ci.��i✓.7- - , -41 . A . .11 . r' i . ' - (e I w/LOG.te- (' P % j Be-.�T.r.,•CE',,c�.S . �� - - . I I I I P 1 I rr .. mss-- -,- -4 -C�� - I i �� ` - E'I�,Y. r�.r�"'.09'W"'r .. . �. I /, I� I �G - o : , - ""ct, ./r,, / ' � ioi - _sL f,/ �Q w �.Q� i..i - .yaw / �-w may / - , . , , I I I I I i / I I I s �- / - iizLe r. �I�.rV .�.wI7 - ' /'�f� �i`wA _ . J T _ I s ni - �i M O T.CSeJ/� 4G„ C. V ,. �` '010 _ III L r`r 1L J I II 2 SrEC[_ O ►/Evs �i2� . • - 1..;�e; r� - , iStp� id' • PtIVRED IN PL/�CF NOTE, . _ /��ti�/ %j/i/�"' . . w 'I 4II 3!..N/EL_G� - I - __ - I I /Gi9/JMp 1 � 01i0._�/ �i9F.Ei'Y' u O , o • ►v fL0^TAr/oN "DOLLAR .. ... i�T +f i /2 "�ccL,LS/��/E.G7 /. /t CG ES.S H,. rG HF'S FOR THS " !� r//y la 1.Sr,�T/ON .1N0 LV P T MU 1. L - I t - - I.E_ /✓clow e - FUSED ,AT 100 A s��s�✓� . �-q�E V� E / sT BE . CL"{n/L7!// T 7?t) . �T7r� ia' UMC 6-f? U!/N.0 CD TO 7 -He- STA T/ON .- : Gam-• DN .. G-dNO -- 'Tto Lt/ �"T,w'. GROUND 6R/p, 4 _ • rv` 2 Ca.�/O /TST MIN/'1/GE 2r O �e H S /T 's, !/ O .'�UM."�..5 PR V/O E�Gt//C`Y R'LOAT W GHi'i 5 . r ; ; ✓ ' Ci,E/ /E../►TY�.�. Gt^/GE•G G .cd U/✓.C� .�!//�r�G y F'OR H/bH AMO t,.0 w Vi,TE'R L fi v. -L 1. n. HCA1OUT #/c o / , . pNE FOR /�otr/ER ANO _ ril']EF, f// T' h L3 T'TOM P Ecc gLARMS ,1NiU GONNEC T TO Pt�M/� w . . r r.; .i�. •-., ••r ,z "`' , j ONE PbR / v ill I - J'TAT/ON ,q(.A/�/`t dYSTE%1, r. `. t - Gvn/TRot�s - . . .r . • a• -• • �. . % w ' .. N . •`A` a . - - J ����} t , ) \ A4.AP/"1 A-7-6• PVH , 4I ` � 1 I I _ I, r, i - ' :.�_�: �r1. . . yy : . .- - , _ f - I III I I . (t I -ir. ...+.--� .. .yhh * ` ' _ ' w i \ I I' 1 ,I 1 I I _ _ .�CAGc': � ' i / ' ". , '� _,= / L RwA, /��15�.^'G�r ' !"7.1D • /v . I U U ( G. G1»- ._� /�/�� . A `. .5�i:J6/ t . I I "I � . . - .A. I- --",..,.:e n L + '../V l I St O" A �/G .�''i�� .- , _ 4., 1. C-'t',lt NGS YY�?N Nltt1 ALS_. I : . �. y: - . - ' ! -4 ( w rHE ria AL - & Tw DATE. 12-1 2-80 ' e I ,rrl N.� N Lcc /c�L GoO T1 �, ,_ STAT N v Y ... ,� �' x �o../c.r�a�" BIND L-acgc. cooE - LOCATION• PUMP IO - ~ �.-+sE A OBSERVED BY. TBH 4 , ■Its=:.+�'' �; t. • T LS T PIT !! . 1 y. �-' _. r 4.TOTAL DEPTH: 96 .INCHES rA ter" r _ - dr,�'9/R'' .71!? :r�71r�r'fr�r /c!//�.o GO/V--* ,.a .G: � n o I . I ..'� i . , ,.; - I %, � I -- . " . - ,- ..� I � , . � � . ' . G ONNE'G T' TO , i`7/11 N �� I � MOTTLING: .-<- /��in/ .... ?. +� •w C� L ' SL'R V/ G F' l�R o U/✓O -. iGX-,V_- -A t a ,GC-!_.G-��"T.0/C�.G - �^� lJ/.�M.G-/w/T � �� . . • .. ' Gos-ei L/ATL•lt �G,�.r"'M. � I r - 2 , -.:;,go. �".c�M,�' LACY©✓r' . � ..F'IL,�._�C�M'�',4CTE.0 ..... PRIM 4RY F�EDCR DY UT/L!T Y Lo, , ' • v SEL NO r., .' = iaa 3 oa e�,..o��-.�.� _ ' 1.IF...yA7Id • R 0 7b c7590 "'MAX.:'.. ' . . . :.4. caa'..1xNi1►�"er" s✓rr� ' E��/ G/►s. , TR^NS�Of7M ON POLE CR srPK,C r OrndrY _ SlTY ATTIIy�t! ` - - .. M015Tt.lt�E _ �� .ACV-AGLA✓r TO PUMP, .S TAr/ON SER✓/GE ,,r ' 2+r , -.v, .� ¢, s v/R� " :�ST+1/1.SK7NAT.�C%!V I._ *** GROUNWATER IN GOA/TRAG.7" �ST/IRTS HERE p(/T000R r1G7"SR SOGKET TRUviH . 3/C ,*//o GOPPE♦R O /00.x/ 3 0, 7 7,C,QnlA1AL . �'` �.+ `T'. O.N . r�-�t'i'//o/./E C/.Cc!//T I- _ - - CAL3LE, D/R=GT BUR/EO 3 3 - /'/�'" G V - , '' , - `.. ,. ,. �� r•� �,,w6!�wjw.- ,- .. ..• , y .•fit,•wren-r DET I.:C .GENERATOR PAD I v�nnw..n I�VXILIARY O/STR/BvT'/ON P^N61. .. /0011 3CDLI*� 2S0 V • 1.I ` ,,=:Wu�+--e,a .���EovG," . REV DATE MOTTLING: L/9.: iv'.</M.A= !^_" / , ©'G 9 /B4 - iGX-,V_- -A t a «Av .ov.y� o.`F - �2 , roes Gos-ei L/ATL•lt �G,�.r"'M. � I r - 2 , -.:;,go. 0 TO 22 BLACK TOPSOIL DEMOLITION FILL o 0 ."•• 22 TO. 44" BROWN FINE "SAND (,-m) AND SILT LOAM o 0 44 TO 96" MOTTLED FINE SAND(sw,) . AND SILT * TRACE 0 MEDIUM TO COARSE SAND SMALI. BOULDERS AND COBBLES - ' c D FOUND THROUGHOUT PROFILE ver YES ***, -DEPTH .TO GROUNDWATER: 74". . , IIJ.T, . . :,,:..`t,,, S .. REV DATE MOTTLING: YES . .� ,s .1. I 9 /B4 - iGX-,V_- -A t a C-Xr.++N� ��' �E.✓E-�'.�n-.� 30 /<w - DEPTH TO MOTTLING : 44" - .,or OAC moi!. .�"�llA" I/1I' • "jp/! �s►vro..,f.•Qsic - 'r .cTir--90' too G e LEDGE: NO r., .' = iaa 3 oa e�,..o��-.�.� _ CHECKED BY -IgA1 H DATE 101teV DEPTH TO LEDGE c . :.4. caa'..1xNi1►�"er" s✓rr� ' E��/ G/►s. , a - / // G _ S we C O.-&, 71m, a To/�t , �: ' 7,f 4OP7 4t"^rf: =et.Vi $cy - - *** GROUNWATER IN STANDPIPE ' '` Eit/��Ci�ITw�: '•�Y�'!'f'GI��C':►r `.:r+!'�s.%C's - - ao1� ) 9Kv T/z�Ns�.oRtitsR OBSERVED ] 2J$3 �'� T a, �►'7j/iP',. i�liC �"�' '.CaG�I 1C1/V / p~'Y - t . -1�.. . r�-�t'i'//o/./E C/.Cc!//T I- _ - - ,r�•Z40/12elIR40 V,• /1 , `3 W - , '' , - `.. ,. ,. �� r•� �,,w6!�wjw.- ,- .. ..• , y .•fit,•wren-r I v�nnw..n I�VXILIARY O/STR/BvT'/ON P^N61. .. .)-foA -_ -_ ,.O^I- 1 . • - - • �.,..� co�✓�-.cciG I I I %p ) //= h0 � � n ) 2 P ) /P /v - • DESIGNED -. BY DATE REV DATE DESCRIPTION / 9 /B4 - iGX-,V_- -A t a /0/84 aLEGTR/GA[_ DRAWN' BY DZ - DATE _ CHECKED BY -IgA1 H DATE 101teV , I � �` o ?k . I I r �', 1. w . -vMo _Sr.+r-': .io�/ I P R' 1 ? Y[ I t 2 LJr Q < L. s��--� 3�= a d I SANITARY SEWAGE PUMP STATI ON ALL e/43's /S A. 1. . . .Gc.G.C�G�T'iL""/C - _`i/V6s!_ E .� i//VLr� OLlii �iGa'S•'P/"l ; - - - _ • • FISHERS ISL -AND SEWER DISTRICT • TOWN OF SOUTHOLD . . C-3 6-114 9. c. - - - LoBaRas ' I � I :. I R ASSOCIATES, INC. - CONSULTING CIVIL AND SANITARY ENGINEERS LAND SURVEYORS . VERNON CONNECTICUT COMM.-' NO: DATE: SCALE: SHT. NO: - , 79-62 0 -JANUARY 10,19 84 AS SHOWN , 5 OF 10 A Ga 0 I ` IT, I l , ` T G`0-- ���Z;� A 1 ®i IN o /✓/�- �-�,.+-�'�Ca .�.��✓�i�./E7�-i_._/r'. N,�- — cam- \ \ ` E-�c�sr/�v� vr,L/rr ���-Q- a � • � �x..a-r: fJ �-�.-✓cam --- � � O 1 617-/4 irY P(XJC AAIA> TRn�vs rr>wirtis ,s �G�ti7'-NGG1� 3y I/Si/�Frw /SG•4N0 VT7Llr/E.S. /iVGi — ,_,,� 9 .z!:;rp ey FOX Irl =A0 ol `�� Q."'Fi-f _�.-- � < � ` I ; � � ,2 x?' ccv✓C. /�-r f/. �✓b cov�'.�� C�-ic r,�-v �..✓ ns r.�� �' — tic z'' c-a�✓c. .��-,�u�r-vcE EL LI 1 1 OZ) R3 23 AOJ33OU3N S X A {7,4 1 -- • — 1 - -- -- – - - - - 1- 1-_-_�. - { raerar��No Im FORGE MAIN PLAN PROFILE lm IN Ell INEEMMEEmmi ma m FISHERS ISLAND SEWER DISTRICT Im I �t BY DATE C-3 6-1149 - 1 I I I AR LOMBARnz CONSULTING CIVIL AND SANITARY ENGINEERS LAND SURVEYORS VERNON CONNECTICUT" COMM. NO: DATE: SCALE: BHT. NO: 79-620 JANUARY 10, 1984 VERT I = 40' 6 of 10 a • CT.OT -i�v.�.e �"EG 7 RAM P a k FL CO't3.%3 sm VA FL ►0•' 4.09 T=L Ig" (5) 4.0� FL 18" (NW) x � x N/F UNic�/1/ �'".e'�"E �Tc.•.IOG>,G .p/�7—.r_- �"T �I �I C o 9.27 C� �.c��•rEO vszyw �.� I .._ Tom.. �'. clo r st �-�_ l �-�.-� 1 210 t�✓f/i..ST,GGr'"�G �.1-i �',2_ ------`---- - � \ / C�: 1 i _--- 7.,:3 rt�-- YYr g � �1/Et�✓ G� • -- -- -.- 1 � I o S�-�•11.F O , 1 1 r T1l.F_ 5 D==TI�t � y T.F. _ 9•S9 4 .2 'T F = >3 . \ Co F.L. >3" 9 (� S. O 9 x 1 �✓/F 72s�v.� c=.•� �cadr^.�/c�t .y t / W/�TEA M.H. W K •� 1 / / "COP OF 2, P1Pra5 ro. 13 1 j r t ' 1 t r 1 I t r r \ 1 ' I 10 If I —T_ - T w. C. O 11 I 1 _ - -- - -- - --- - - - -- - - - -- - ----- - - - --- r a � - - -- --- - - - - - - - Lul - --- — -- --- - - --- ---- ---- - - - I I - - - -- - i -- - w v � 1 _ - -- - -- -- -- --- - --- -- ----- - - - SM H s""TILC -- - - -- -- --- -- I -- --- -- - - — 2- I V. 51:30Z I a �� _ -- -- ---- -- -- — - - -- -- -- -- --- 4 -- -- -- - - -- -- -- -- - - -- - - - -- -- -- -- - - - - _ E IG E D - --TE - A E E -S RIP a©F���nFORCE MAIN PLAN PROFILE LOMBARB I AT - - -- -- - - - - -- - ASSOCIATES, INC R W. 4_1 _ - --,-- -_- - __-- CONSULTING CIVIL. AND SANITARY ENGINEERS LAND SURVEYO"S i -- -- -- -- -- -- - - -- -I- - -T -- ------ - - - - - -- - -AT --- - - - - -- - --- -- -- FISHERS ISLAND SEWER DISTRICT VERNON CONNECTICUT TOWN OF SOUT HOLD C-3.6-1 COMM. NO: 'DATE: SCALE: = 40 SHT. NO. .0 91 23 OT OU X J• 3:)dl eY `/ 3. 6 i 149 .O� !13223 r J3iaU3N �'� n DATE -- _79 -620 JANUARY 10 1984 HORIZ I 4' 7 of I0 OOTODC .A.2.0 NI 03THIM-1