HomeMy WebLinkAboutScavenger Waste Treatment Plant1
SCAVENGER WASTE
TREATMENT PLANT
MODIFICATIONS
FOR
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
GREENPORT, NEW YORK
CAMERON ENGINEERING, P.C.
50 CHARLES LINDBERGH BLVD 811 JERICHO TURNPIKE
UNIONDALE, NEW YORK 11553 SMITHTOWN, NEW YORK. 11787
AUGUST 1991
FEB 04 '9- 10:45
CAMERON ENGINEERING, P.C.
ADDENDUM NO. 1
TO
SPECIFICATION AND CONTRACT DOCLMENTS FOR
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
The following modifications shall be deemed part of the Specification and Contract
Documents:
L On Page B-5 of the Bid in Paragraph 2 after the wording W complete the
work within" insert "180".
2. On Page 8-1 of the Detailed Specifications delete Paragraph C.l.a. beginning
Me Contractor's work..." and ending "... hazardous locations".
3. On Page 8-1 of the Detailed Specifications insert Paragraph C.La. as follows:
"All PVC conduit, boxes and other devices shall be flame retardant in
accordance with Article 347 "Rigid Non-metallic Conduit" of the 1987
National Electric Code".
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
IN
M
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
LoDuca Associates
1311 Lakeland Avenue
Bohemia, New York 11716
Gentlemen:
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 5%
Bid Bond.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
- E E: _ E D11i_!11L, 1 H_ P, -1 '
MA
1- E.. 11
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
KNOW ALL MEN BY THUE PRESENTS, that we
Loduca Associates, Tnc. (tent iwwrt Nil A&~ and address or 1#%ai hdo of Contr*000
1311 Lakeland Avenue, Bohemia, New York 11716
as Principal, hereinafter Called the Principal, and
International Fidelity Insurance Company ars'''e "Rehr f%W "'ff'* "'d "W""-W4"*-"`e.'ts""a'
24 Commerce Street, Newark, New Jersey 07102
a corporation: duly organized under the laws of the State of New Jersey
as Surety, hereinafter called the Surety, are held and firmly bound unto
Town of Southold (e.ft inten tdl u~ and ad&,ftl at lepi Tale it owner►
53095 Main Road, Southbld New York 19971
as Obligee, hereinafter called the Obligee, in the sum of
**5% of the amount of the bid not to exceed
Twenty --five Thousand Dollars a 00/100** Qgllars (S 25,000.00 ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, -bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
Modifications to the Town of Southold O'ie^"tsert fail nam. addrrss:.td dettriol;on of protect)
Scavenger Waste Treatment Plant
Southold, New York
NOW, THEAEFORE, if the Obligee shalt accept the bid of the Principal and the h1 ridpal shaft enter into a Contract
with► the Obligee in acCotthance with the terms of such bid.:ad give such bond or bonds as rt+ay he specified +& the bidding
Of Contract Documents with good and sufficient Surety for the faithful performaom of such Coninct 4nd for the prompt
Payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Pnndpal to enter
such Contract and give such bond or bonds. if the PhnCipaf shall PAY to the Obligee the difference rwt to *xceed ;tse pesuity
htrecf between the amount specified in said bid and such larger amount for wilicht the Obiigce may in go9d faith contraa
with another party to perform Me Work covered by said bid. then this obligation shall be null and void. otherwise to remain
in full force and effect.
Signed and sealed this 6th day of February. 19 92
Loduca Associates, Inc-
AX
nc_
!� L ZG (Seal)
��itneJsl �
Bid date; 02/d6/92
Bond amount; 5% of $500.000.00
(Title)
International Fid
(Witnes l
orge D ki er
AIA 00CUMfNT A310 . 910 $ONO . AIA 0. fEgRUARY 1970 EO • rHE AMERICAN
1►rSTITUTE 04 ARCMITECT$, 1735 N.Y. AVE., N.W., WA$NINCr,1N, 0.C. 20W6
I
Attorney_ in—Fait;
i
A A I A Lelll III j j if a \ I ft u 1 �✓ <��Y L ♦ .../ .- a t_, *v w Y — -I -- . -. . - F H 1, E .�_I
L 24 COMMERCE ST., NEWARK, NEW JERSEY 07102
STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS
AT JUNE 30, 1990
ASSETS
i990
Ponds (Amortized Value) ..............................
S52,179,299
Preferred Stock ...................... ...........
500.000
Common Stocks (Market Value) ........................
1,101,731
Mortgage Loans on Real Estate ............... t........
84,709
Real Estate ..........................................
57,440
Cash & Bank Deposits ................................
6,119,898
Short Term Investments ...............................
3,157,197
Unpaid Premiums & Assumed Balances .................
1,186,0234
Reinsurance Recoverable on Loss Payments ..............
1,544,112
Federal Income Tax Recoverable .......................
336,000
Electronic Data Processing Equipment ..................
279,331
Interest & Dividends Due and Accrued ..................
1,197,161
Funds Held in Escrow Accounts ........................
7,957,522
Collateral Funds Held Under Contract ..................
(7,957.522)
Contract Balances Due and Unpaid ...... . ..............
235.508
'repaid State & Local Insurance Taxes ..................
23,783
TOTAL ASSETS .................................
68,002,253
LIABILITIES, SURPLUS & OTHER FUNDS
Losses (Reported losses net as to reinsurance ceded and
incurred but not reported losses) ......................
25,911,562
,Sb2
Lass Adjustments Expenses ......................... . ..
8,922,887
Contingent Commissions & Other Similiar Charges .......
150,447
Other Expenses (Excluding taxes, licenses and fees) , , , .. , , _
79,210
Unearned Premiums ..................................
16,826,222
Funds Field by Company Undcr Reinsurance Treaties .....
66,877
Amounts Withheld by Company for Account of Othors ....
13,713
Liability for Unauthorized Reinsurance ..................
911,756
Liability for Uncashed Checks ..........................
57
TOTAL LIABILITIES ...... .. ...................
52182.731
Common Capital Stock .. . ....... ....................
Preferred Capital Stock
1.330.000
...............................
Gross Paid -in & Contributed Surplus
1,200,000
....................
544,600
Unassigned Funds (Surplus) ...........................
12.044.922
Surplus as Regards Policyholders ..................
15.1 19,522
TOTAL LIABILITIES, SURPLUS & OTHER FUNDS
68.002,253
!, PHILIP KONVITZ, President of INTERNATIONAL FIDELITY INSURANCE COMPANY, certify
that the foregoing is a fair statement of Assets, Liabilities. Surplus and Other Funds of this Company, at the
close of business, June 30, 1990, as reflected by its books and records and as reported in its statement on file
with the Insurance Department of the State of New Jersey.
aE,�IIY Sys IN TESTIMONY WHEREOF, I have set timy hand and affixed the seal of the Company, this August 9, 1990.
INTERNATIONAL FIDELITY INSURANCE COMPANY
F" I4Qi �
President per'
FEE r ' 3 = 1-d F r:i=i i EEt,ii_Itl L, ? EE(='aH'==I
I
5
..
E
€-F
itI
L
.tL
v
Stsfe of
u.
County of____�,,._
On this
PHaE C,
day of , 19 before me personally came
to me known,
and known to me to be the individual described in acid who executed the foregoing instrument, and acknowledged tome that he executed
the same.
My commission expires Notary Public
---------------------------------------------------------------------
State of
u.
County of
On this day of - 19 , before me personally name
to me -known and-knavim zo me
to be a member of the firm of
described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the
act and deed of said firm.
My commission expires„ - - - —
Notary Public
---------------------------------------------------------------------
�t
State of V '�-t1� Gil ► L
County of_�-
On this �`-� day of Ca "- u -, 19 Z - before me personally came
M �
ri.
to me known,
OI _
9 who being by me duly sworn, did depose and;,ay that he is the
V �
a of Loduca Associates, Inc.
the corporation described in and which executed the above instrument, that he knows the seal of said corporation; that the seal affixed tc
said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said corporalion, and that he signed his
name thereto by like order. ✓G ��
My commission exp res
NOtary ublic
State of New York
u.
County of Westchester
NANCY M. McCASE
Notary Public, State of New York
No. 4878184
Qualified in Suffolk County
Commission Expires Noven,acr 10, 1°R3
M On this 6th day of February 19 92 , before me personally cams
c
George 11. Skinner to me known, who, being by me duly swom, did depose and say tha,.
h he is an anonneyin-fact of International Fidelity Insurance Company
Y the corporation described in and which executed the within instrument, that he knows the corporate seal of said corporation. that the set
affixed to the within instrument is such corporate seal, and that he signed the saidinstrument andaffixed the said seal as Attorney -in -Fac
by authority of the Board of Directors of said Corporation and by asi"rity of this office under the Standing Resolutions thereof.
CHRONE KOMNM
MARY Pust1C, STATE OF NEW YM ,
My commission expire epqNO.4976875 :f ,� (u� �/,2'( L�.IG
� O EMPIRE$ Notary Public
01-22-93
,TEL (201) 624.7:0 POWER OF ATTORNEY
r.NL =RNAnc NAL FI DEUTY INSURANCE COMPANY
HOME OFFICE- 24 COMMERCE S'T'REET
NEWARJC. NEW JERSEY 07102 BOND NO.
)LNOW ALL ?AFS BY THE&1= PRUENTS: That INTER'to IIONAL FIDELTY INSURANCE COMPAm% a corporation organized and cXisting
under the 12,.s of the State of New Jersey, and h:,ing its principal oCicc in the City of Newark. New Jersey, does heteb) corst:rute and 3,1150int
EOMQND J. SERCASSI, TIMOTHY J. DAV{DOW, DENISE ALEXANIAN, SALVATRICE A. MILONE
Geprgge D. Skinner
NEW ROCMELLE, NEW YORK
its trete and Lawful anoraty(s)-in-fart to execute, s.-ai and deli, vrfor and on its behalf as surety. any and aA bonds and undefutings. contracts of indem iry and
Other wriiings obligatory in the asrure thereof, 9-+ich are or rnay bt allowed. rrquired orpermined bylaw. statute, rule, regulation. contract orot:terwise. and the
ezerstion of such intrumcni(s) in pursuance of these preseua, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY,
as fully and amply, to all itttcnts and purposes, as if the latae had bern duly eucutrd and acknowiedW by its regularly dented of: cern at its principal ofrim
This Power of Attorney is exetasted, and may be ceriGed to and =eay be revoked. pursuant to and by authority ofArtcie2.- Section 3. of the BY -Laws adopted
by the Board of Dire=rs ofLN'TERNATIONAL FID=r i Y INSURANCE COMPANY at a meeting called and held on the 23 rd day of Decuaber.1969.
The President or any's ice President. Executive Ytac President. Secretary or Assistant Secretary. shall have power had authority
(1) To appoint Aur�rae43-in-f>cL, and to a'athotite them to aeaum on behalf of the Company. and a=h the Seal of the Company thereto. bonds and
uncertaiinrs. wratacts of :udemaity and otter wridup obligatory in the nawn d==f and.
(2) To mmovt. at any tutee, any sit Attorney -;n -far and revoke the authority give=.
Further, thi PovaT ofAttorney is sip -ed d and scaled by fatsim:Ie pursuant to resolution of the Board of Dimctors of said Company adopted at a taeeang duty
oto m and held on tete 4th day of February. 1975 of which tbt following is a true excerpt:
Now thcreare th-. si&samuca of such officers and the seal of tac Coazpany easy be s1Tixcd to any sarch power of attorney or aay cenificate relating thaeoo b5
faCsLmiie- and any welt power of atsoraey or otniacate bearing such fa=intde signatures or facsi aU w Al shall be valid and binding trpoa the Coaspatry and
hay such power so estes.sted and certified by facsimile sigastures and tamimilc seat shall be valid and binding upon the Company in :be future with respom w
hay bond or &;ndertakiag to which it is aaacbcd.
IN T=fIMON"t SOF IN"ra—MATIONAL FIDELITY INSLT.ANCE CONVANY has caused osis iastzua Cw to
be siped and its corporate seal to be affsed by its autborit offCM osis Ist day of May. AM. 19%-
r`t ZiTERNATIONAL FMELrTYINSSTRAIr'C$ COMPANY
Ofr
SafJu. �
I�Ott STATE OF N W JERSEY
County of Esser
a• Executi-m vice Presidast
On this 1st day of May I986: before me carne the indkidual who execaud the preceding instrument, to me personally known_ and, being by me duly sworn,
said that Ile is the therein dertrsbed and authorized oli-r,.a of the INTERNATIONAL F"IDELM INSURANCE COMPANY; that the seal affrsed to said
rostrum is the Corporate Seal of said Company, that the said Corporate Seal and his signature wrrr duly alfsxed by order of the Board of Directors of said
CD:npan
�Q�^'- I y IN TEStIMO'% WHEREOF. I have hereunto fie my hand and atTued my gfficial Scat
+� at the Cky of Newark. New Jersey else day and year 5rsr above written
107A It
p B L.` t A NOTARY PLMUC OF NEW JERSEY
My Commission Eapirn April 29. 1992
try, .,»F►5� CERTIFICATION
I, the undersigned oMicer of fNTEILNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the
Power of Attorney and afrdavit-and the cony of the Swoon of the By -Laws ofsaid Company as so forth in said Power of Attorney. with the ORIGINALS ON
FILE iN THE HOST E OFFICE OF SAID CONI PA.NY, and that the same are correct transcripts thercof.and ofthe whoieofthesaid otisonals. and that the said
Po--cr of Attorney has not been rrvoked and is now in full force and efreet
IN TESTIMON''Y V.'HEREOF. I hskve herrunio set ray hand this 6 day of February 19 92 c
/►a.istant Sceteiar�
•
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
TABLE OF CONTENTS
Page No•
TOC -1
Title Page
Table of Contents
Notice to Bidders (Advertisement)
Instruction to Bidders
IB -1 thru IB -7
Bid (Proposal)
B-1 thru B-4
Bid Bond
BB -1 thru BB -2
Non -Collusive Bidding Certification
NC -1 thru NC -2
Bidder's Qualification Statement
QS -1 thru QS -3
•
Agreement
A-1 thru A-4
Notice of Award
N-1
Performance Bond
PF -1 thru PF -2
Labor and Material Payment Bond
PB -1 thru PB -3
Notice to Proceed
NP -1
General Conditions
GC -1 thru GC -42
Technical Specifications:
•
Section 1
1-1 thru 1-2
Section 2
2-1
Section 3
3-1 thru 3-4
Section 4
4-1
Section 5
5-1 thru 5-8
0
Section 6
6-1 thru 6-2
Section 7
7-1
Section 8
8-1 thru 8-3
Section 9
9-1
Section 10
10-1 thru 10-2
0
Section 11
11-1 thru 11-6
TOC -1
0
11
1.1 The term "Bidding Documents" includes the following:
a)
Instruction to Bidders
b)
Bid (Proposal)
c)
Non -Collusive Bidding Certification
d)
Bidder's Qualification Statement
e)
Addenda (when applicable)
f)
Agreement
g)
General Conditions
h)
General Requirements
i)
Specifications
j)
Drawings
1.2 Complete sets of Bidding Documents must be used in preparing bids;
neither Owner nor Engineer assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
1.3 Owner and Engineer in making copies of Bidding Documents available
do so only for the purpose of obtaining bids on the work and do not
confer a license or grant for any other use.
1.4 Failure to comply with any of the following instructions shall constitute
• cause for which the Bid may be rejected.
2. BID FORM
2.1 Each bid shall be made on the "Bid Form" attached hereto and shall
• remain attached hereto as one of the Bid Documents.
2.2 All blanks on the Bid Form must be completed in ink, in both words
and figures with the unit or total sum, or both, for which the Bid is
made.
C
2.3 Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other corporate officer accompanied
by evidence of authority to sign) and the corporate seal must be affixed
•
IB -1
0
•
•
•
•
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation must be shown below the signature.
2.4 Bids by partnerships must be executed in the partnership name and
signed by a partner, whose title must appear under the signature and
the official address of the partnership must be shown below the
signature.
2.5 All names must be printed below the signature.
2.6 The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
2.7 The address and telephone number for communications regarding the
Bid must be shown.
2.8 If Bids contain any omissions, erasures, alterations, additions or items
• not called for in the itemized bid or contain irregularities of any kind,
such may constitute cause for rejection of the Bid. In case of any
discrepancy in the unit price or amount bid for any item in the Bid, the
unit price, as expressed in written words, shall govern.
•
•
•
U
•
0
Bids shall be delivered by the time and to the place stipulated in the advertisement
and shall be enclosed in an opaque sealed envelope, marked with the Project Title
and name and address of the Bidder and accompanied by the Bid Security and other
required documents. If the Bid is sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope with the notation 'BID
ENCLOSED" on the face of it. It is the sole responsibility of the Bidder to see that
his bid is received in the proper time.
�X I Wr!
4.1 Bid security shall be submitted with Bid in the amount of five (5%)
percent of the Bid. Security shall be in the form of a certified check
or Bid Bond by a Surety Company authorized to do business in the
State of New York.
42 The Bid Security, except those of the Successful Bidder and the second
and third lowest bidders, will be returned as soon as practicable after
the bid openings.
43 Bid Security of the second and third lowest bidders will be returned as
IB -2
J
soon as practicable after signing of the Contract, but the Owner shall
not retain them more than forty-five (45) days after opening of bids,
• except by mutual agreement.
4.4 The Bid Security of the Successful Bidder will be retained until such
bidder has executed the Agreement and furnished the required
Contract Security. If the Successful Bidder fails to execute and deliver
• the Agreement and furnish the required Contract Security within
fifteen days after the Notice of Award, Owner may annul the Notice
of Award and the Bid Security of that bidder will be forfeited.
•1• I I
The number of days within which the work is to be completed and ready for final
payment is set forth in the Agreement.
• 6. LIQUIDATED DAMAGES
Provisions for Liquidated Damages are set forth in the General Conditions.
7. QUALIFICATIONS OF BIDDERS
•
Any Bidder must be prepared to present within five days of Owner's request the
"Bidder's Qualification Statement" giving written evidence of experience, ability and
financial standing as well as present commitments and an inventory of facilities and
equipment. The Owner reserves the right to reject any bid if the evidence submitted
• by,or investigation of, such Bidder fails to satisfy the Owner that such Bidder is
properly qualified to carry out the obligations of the Contract and to complete the
work contemplated therein.
8.1 Before submitting a proposal, all bidders shall carefully examine the
Drawings, Specifications and other Bid Documents, shall visit the site
of the proposed work and shall become fully informed of conditions
and limitations associated with fulfilling the requirements of the
Contracts.
8.2 No plea of ignorance of misunderstanding of conditions that exist or
that may hereafter exist, or of conditions or difficulties that may be
encountered in the execution of the work under this Contract, as a
result of failure to make the necessary examinations and investigations
IB -3
as may be expected of a reasonable prudent bidder, will be accepted
as an excuse for any failure or omission on the part of a Contractor to
• fulfill in every detail all of the requirements of the Bid Documents, or
will be accepted as a basis for any claims whatsoever for extra
compensation, or for an extension of time.
8.3 Reference is made to the General Requirements for subsurface
0 information obtained during design of the Project.
9. INTERPRETATIONS AND ADDENDA
9.1 All questions about the meaning or intent of the Contract Documents
are to be directed to Engineer. Interpretations or clarifications
considered necessary by Engineer in response to such questions will be
issued by Addenda mailed or delivered to all parties recorded by
Engineer or Owner as having received the Bidding Documents.
Questions received less than ten days prior to the date for opening of
bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect.
9.2 Addenda may also be issued to modify the Bidding Documents as
deemed advisable by Owner or Engineer.
10. MODIFICATIONS
Bids shall not contain any recapitulation of the Work to be done. Modifications,
exceptions or oral bids will not be considered.
Erasures or other corrections in the Bid Form must be initialed by the person signing
the Bid Form.
12. WI'I�iDRAWAL
12.1 Any bidder may withdraw his bid, either personally or by written
request, if such request is received by the Owner prior to one (1)
minute before the scheduled closing time for receipt of bids.
12.2 All bids will remain subject to acceptance for forty-five days after the
day of the bid opening, but Owner may, in its sole discretion, release
IB -4
J
any prior to that date.
• 12.3 If, within twenty-four hours after bids are opened, any Bidder files a
duly signed, written notice with Owner and promptly thereafter
demonstrates to the reasonable satisfaction of Owner that there was a
material and substantial mistake in the preparation of its bid, that
bidder may withdraw its bid. Thereafter, that bidder will be
• disqualified from further bidding on the work to be provided under the
Contract Documents.
C7
�• •�• ' ; • ' i l
The Bidder must be capable of performing the work required in the Contract and
shall perform a substantial portion thereof with his own resources. Reference is
made to the General Conditions for work by subcontractors.
14. MULTIPLE BIDS
No person, firm or corporation shall be allowed to make more than one bid for the
same work, unless alternate bids are called for. A person, firm or corporation who
has submitted a bid to a bidder, or who has quoted prices on materials to a bidder,
is not hereby disqualified from submitting a bid or quoting prices to other bidders.
15. NON -COLLUSIVE BIDDING CERTIFICATION
Each bidder submitting a bid to the Owner for the work contemplated by the Bid
Documents on which bidding is based shall execute and attach thereto an affidavit
substantially in the form herein provided (Non -Collusive Bidding Certification), to
the effect that he has not colluded with any other person, firm, or corporation in
regard to any bid submitted.
16. AWARD OF CONTRACT
16.1 Owner reserves the right to reject any and all bids, to waive any and
all informalities not involving price, time or changes in the work and
to negotiate contract terms with the Successful Bidder, and the right
to disregard all nonconforming, nonresponsive, unbalanced or
conditional bids. Also, Owner reserves the right to reject the bid of
any bidder if Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the
bid is not responsive or the bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria
established by Owner. Discrepancies in the multiplication of units of
work and unit prices will be resolved in favor of the unit prices.
IB -5
•
•
Discrepancies between the indicated sum of any column of figures and
the correct sum thereof will be resolved in favor of the correct sum.
16.2 In evaluating bids, Owner will consider the qualifications of - the
bidders, whether or not the bids comply with the prescribed
requirements, and such alternates, unit prices and other data, as may
be requested in the Bid Form or prior to the Notice of Award.
•
16.3 Owner may conduct such investigations as Owner deems necessary to
assist in the evaluation of any bid and to establish the responsibility,
qualifications and financial ability of bidders to perform and furnish
the Work in accordance with the Contract Documents to Owner's
• satisfaction within the prescribed time.
16.4 If the Contract is to be awarded, it will be awarded to the Lowest
Bidder whose evaluation by Owner indicates to Owner that the award
will be in the best interests of the Project.
16.5 If the Contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within forty-five days after the day of the bid
opening.
17. PEA-4ORMANCE BOND AND LABOR AND- M&TEPJALS PAYMENT
BOND
The General Conditions sets forth the Owner's requirements as to Performance and
Labor and Materials Payment Bonds. When the Successful Bidder delivers the
executed Agreement to Owner, it must be accompanied by the required Performance
• and Payment Bonds.
18. INSURANCE
The General Conditions set forth Owner's requirements as to Insurance. When the
• Successful Bidder delivers the executed agreement to Owner, it must be accompanied
by the required Insurance Certificates.
19. MAINTENANCE BOND
The Successful Bidder will be required to provide a Maintenance Bond for a period
of one (1) year from the date of final acceptance, against any and all omissions and
defects which may develop or require attention as a result of his performance of the
Contract.
•
0
20. SIGNING OF AGREEMENT
• When Owner gives a Notice of Award to the Successful Bidder, it will be
accompanied by three copies of the Agreement with all other written Contract
Documents attached. Within fifteen days thereafter, Contractor shall sign and deliver
the Agreement and attached documents to Owner with the required Bonds and
Insurance coverage. Within ten days thereafter, Owner shall deliver one fully signed
0 copy to Contractor. Each copy is to be accompanied by a complete set of the
Drawings with appropriate identification.
21. PRE-BID CONFEREN
A Prebid Conference will be held as indicated in the Notice to Bidders.
Representatives of Owner and Engineer will be present to discuss the Project.
Engineer will transmit to all prospective bidders of record such Agenda as Engineer
considers necessary in response to questions arising at the Conference.
J
•
:7
Ll
•
IB -7
0
0
Ll
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
Bid of L c 1 h v -kc 616- - 7'�L 'q—
herein after called 'Bidder", a N k LO /cru c corporation/
(State)
a partnership/an individual doing business as
0 to o V- hereafter called "Owner".
•
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of
_ Sc JPN &IPR— w C --
K,, L 0 t)
w+ao r kc0,770, S
having examined the Bidding Documents and the following Addenda (receipt of
which if hereby acknowledged):
Date Number
T—e,—,-4t I `, 4Z t
and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
of which this Proposal becomes a part thereof.
PROPOSAL
TOWN OF SOUTHOLD
• SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
•
Lump sum price for Mechanical Bar Screen, complete.
In Words: "WSArjb (--boS-NLktio2e(� � iyn wo Dollars
• and fQ () is
In Figures: $ -Zp, 4
•
Item No. 2 - Grit Removal System
Lump sum price for Grit Removal System, complete.
• In Words: Se�ewr1 r46„sat�D six Nu�;�f2Pd j(�-I [wive - Dollars
and ---' Cents
In Figures: $
•
Item No. 3 - Odor Control Piping Modifications
•
Lump sum price for Odor Control Piping Modifications, complete.
In Words: �,�i► l_�X_ ���IuwD��Sxr7FeAzDollars
• and %V v _ Cents
In Figures:
WN
n
L-A
Item No. 4 - Concrete
• Lump sum price for Concrete, complete.
In Words: +VV(AVJO-)sP&Z Dollars
and ?�1 c� �-- --.._ ____ _�-- Cents
•
In Figures: $ 2' yy U a
• Item No. 5 - Masonry
Lump sum price for Masonry, complete.
• In Words: Six_ rpo')sawjfl Vtja cwu Dollars
and NO ____ -- ----- - _ �.. Cents
In Figures: $ 6 �j L L�
Item No. 6 - Air Compressor
• Lump sum price for Air Compressor, complete.
In Word`' FOAAP.40U;ANp Gwewuppiz-,eg) Dollars
and (V o Cents
•
In Figures: $ S 70."
0
Im
n
Item No. 7 - Electrical Work
Lump sum price for Electrical Work, complete.
In Words: +1 k(LyFCPIv �tkau_"Ng'o s JX H U NULL b t j % njet'Y rN2 Dollars
and No --------- ._` . Cents
•
In Figures: $ 13 0 (,q 1. °"
• Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
In Words: �y a t�aSrD �,Q y c, �-t �- Dollars
and Q Cents
In Figures: $ 0 23 ."
r,
Item No. 9 - Roofing
Lump sum price for Roofing, complete.
• In Words: Dollars
and �j C) _ ---- Cents
In Figures: $ 3 ,' %Qt
00
•
Item No. 10 - Painting
• Lump sum price for Painting, complete.
S/X
In Words: -41.4-X—1 AreQ sAr j) r_() o2 p cA No acD F1 pt—/ Dollars
and Cents
•
In Figures: $ 2, ao
n
TOTAL OR GROSS BID IN FIGURES: Z (s1 2-12,00
• TOTAL OR GROSS BID WRITTEN IN WORDS:
0 \,AN)0V-f D r-(TTQ-Q NJ ru6OSAtlsD Qwy %4 LA N- 1)
QA u e -- and i. C2>
Dollars Cents
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
0 guarantees are in accordance with the requirements contained in the Contract
Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
0 J go days from the date of Award of Contract.
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
• all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
NAME OF BIDDER L 0)) 14 N C� -s o c -�
ADDRESS OF BIDDER l-1 i
TELEPHONE NUMBER .Sim
SIGNED
DATE �e ls—;a >a I (� � -4--
WE
u
•
I: 1� : • MI
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
• as Principal, and as Surety, are
in the Penal Sum of
• hereby held firmlybound unto
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
• Signed this day of , 19
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Principal has submitted to
a certain bid, attached hereto and hereby made a part hereof, to enter into a
• Contract in writing, for the
•
NOW, THEREFORE,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
• with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
Then, this obligation shall be void, otherwise the same shall remain in force and
• effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
• the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
• seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
Principal
�
by
:7
:]
•
:j
0
17
0 NON -COLLUSIVE BIDDING CERTIFICATION
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 party thereto certifies as to its
own organization under penalty of perjury, that to the best of his knowledge and
belief.
1. The prices in this Bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or
with any competitor;
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
Dated 2 C3 t� , 19 i Z
Legal Name of Person, Firm
or Corporation
by
THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF THE
BIDDER IS A CORPORATION:
Resolved that
1 `\ c r -t tQ �c,�J.> c -, ��s—s, p_p� : �-c -A
(Name and Title of Signator and Name of Corporation)
be authorized to sign and submit the Bid Proposal of this corporation for the
following project. ,Mop , C C 0 -T -?'CN- s
NC -1
:7
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by L -U �0,-
(Name of
��-c— Corporation at a meeting of its Board of Directors held on the
Corporation)
_, day of
(SEAL OF CORPORATION)
•
ECRE�----
•
C7
•
NC -2
•
•
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the truth and correctness of
all statements and of all answers to interrogatories hereinafter made.
• SUBMITTED BY: -b,:� c Pr -N A Corporation
An Indixdd al
•
n
u
•
•
•
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS
BACKGROUND
PROFESSIONAL
TITLE jN�AME ADDRESS OR TRADE
['A Mild \.A- 0C+1
1. How many years has your organization been in business as a general
contractor under its present business name? 41�
2. You normally perform what percent of the work with your own forces?
�,O% List trades below: �►.���T�
3. Have you ever failed to complete any work awarded to you? _AJQ If so,
note where and why.
QS -1
LODUCA
ASSOCIATES
AL"M I N C. TEL # (516) 567-4401
FAX # (516) 567-4410
General Contractor 1311 Lakeland Avenue, Bohemia, N.Y. 11716
To whom it may concern:
The following is our list of references for work completed by LoDuca Associates, Inc.
James Campbell Architects
Gary Bruno Architect
380 W. Main St.
1225 Locust ave.
Babylon, New York 11702
Bohemia, New York 11716
(516) 587-1984
(516) 563-4848
H2M
Ward Associates, P.C.
575 Broadhollow Road
1550 Lakeland Ave.
Melville, New York 11747
Bohemia, New York 11716
(516) 756-8000
(516) 563-4800
Beatty Harvey Associates
John Grillo Architect
12 West 32nd St.
3 Colmar Ave.
New York, New York 10001
Lake Grove, New York 11755
(212) 563-0565
(516) 471-5228
Cashin Associates, P.C.
Suffolk County Water Authority
255 Executive Dr.
4040 Sunrise Hwy.
Plainview, New York 11803
Oakdale, New York 11769
(516) 349-1010
(516) 589-5200
Should you have any questions concerning the above list please contact the undersigned.
Respectfully submitted,
LODUCA ASSOCIATES, INC.
Richard LoDuca
President
RL:sc
LLODUCA
ASSOCIATES
INC.
TEL # (516) 567-4401
FAX # (516) 567-4410
General Contractor 1311 Lakeland Avenue, Bohemia, N.Y. 11716
CONTRACTS IN PROGRESS
OANER PROJECT CONTRACT $ %COMPLETE OUR PROJECT #
SUFFOLK COUNTY WATER AUTH. PRECAST CONCRETE UTILITY $118,118.00 605
SUNRISE FWY/POND ROAD BLDGS. VARIOUS LOCATIONS
FACILITIES DEVELOPMENT CORP.
STATEN ISLAND DDSO
$606,505.00
607
44 HOLM AVENUE
PROVIDED NEW ELECT. SUBSTA.
ALBANY, NEW YORK 11208
& UNDERGROUND DISTRIB. SYS.
CONTRACT #3722-C
FIRE ISLAND U.F.S.D.
REPAIR & CONSTRUCTION
$154,553.00
704
TOWNS.OF ISLIP & BROOKHAVEN
PROJECT #9072
OCEAN BEACH, NEW YORK 11770
COUNTY OF SUFFOLK COUNTY
REPAIR OF FIREMATICS
$ 17,369.00
705
DEPARTMENT OF PUBLIC WORKS
SMOKE, HOUSE, YAPHANK
335 YAPHANK AVENUE
CF - 3405
YAPHANK, NEW YORK 11980
COUNTY OF SUFFOLK
SUFFOLK COUNTY SEWER
$ 87,677.40
800
DEPARTMENT OF PUBLIC WORKS
DIST. #3 SOUTHWEST
335 YAPHANK AVE
INSTALLATION OF EMERGENCY
YAPHANK, NEW YORK 11980
GENERATOR EXHAUST SILENCER
LLODUCA
ASSOCIATES
INC.
General Contractor
TEL # (516) 567-4401
FAX # (516) 567-4410
1311 Lakeland Avenue, Bohemia, N.Y. 11716
PROJECTS COMPLETED
OWNER PROJECT CONTRACT $ COMPLETED
LONG ISLAM RAIL ROAD CO.
FABRICATE, DELIVER &
$ 74,319.00
8/91
JAMAICA STATION
INSTALL WOVEN WIRE
JAMAICA, NEW YORK 11435
PARTITIONS AT HILLSIDE
CAR REPAIR SHOP #5415
SUFFOLK COUNTY
ADDITIONAL WASHBAY WORK
$ 31,313.00
9/91
DEPT. OF PUBLIC WORKS
SUFFOLK BUS CORPORATION
335 YAPHANK AVENUE
CONTRACT #CF5648
YAPHANK, NEW YORK 11980-9744
FIRE ISLAND U.F.S.D.
ADD TO WOODHUL.L SCHOOL
$440,263.32
10/91
TOWNS OF ISLIP & BROOKHAVEN
& SCHOOL BUS GARAGE
OCEAN BEACH, NEW YORK 11770
CONTRACT 1 - GEN. CONST.
INC. VILLAGE OF ROCKVILLE CENTRE
CONSTRUCTION OF FUEL OIL
$444,044.00
10/91
1 COLLEGE PLACE
FACILITY
ROCKVILLE CENTRE, NEW YORK 11571 CONTRACT #8205
LODUCA
ASSOCIATES
1�"� I N C. TEL # (516) 567-4401
FAX # (516) 567-4410
General Contractor 1311 Lakeland Avenue, Bohemia, N.Y. 11716
PROJECTS COMPLETED
OWNER
PROJECT
CONTRACT $
COMPLETED
STATE UNIVERSITY FUND
REPLACE HOT WATER DIRC.
$ 41,690.00
11/84
335 BROADWAY
PUMPS
ALBANY, NEW YORK 12202-1946
SUNY, STONY BROOK
SAMINA REALTY
RENOVATE FIRE DAMAGE
$178,000.00
2/85
200 EAST MAIN STREET
EAST ISLIP, NEW YORK 11730
VILLAGE OF BABYLON
DOC1O STERS BUILDING
$ 69,690.00
2/86
C/O GREIN MAN PETERSON INC.
330 7th AVENUE
NEW YORK, NEW YORK 10001
TOWN OF ISLIP
RENOVATION OF 24 NASSAU
$ 56,493.00
5/86
401 MAIN STREET
AVENUE, ISLIP, NEW YORK
ISLIP, NEW YORK 11751
GREENPORT HOUSING ALLIANCE
CONSTRUCT 16 UNIT
$625,000.00
2/87
18 SOUTH STREET
GARDEN APARTMENTS
GREENPORT, NEW YORK 11944
L.I.R.R.
PERMANENT ELECTRIC
$454,000.00
2/87
JAMAICA AVENUE
HILLSIDE SUPPORT
JAMAICA, NEW YORK
FACILITY
STATE UNIVERSITY
REPLACE SKYLIGHTS
$ 36,900.00
5/87
CONSTRUCTION FUND
S.U.N.Y. FARMINGDALE-
ALBANY, NEW YORK
STATE OF NY OFFICE OF
SECONDARY EXITS
$ 60,000.00
6/87
GENERAL SERVICES
C.I. PSYCH. CENTER
EMPIRE STATE PLAZA
PROJECT 34180-C
ALBANY, NEW YORK 12242
VILLAGE OF BRIGHWATERS
BRIDGE REHABILITATION
$ 44,891.00
6/87
C/O SHAH ASSOC. P.C.
1188 bE/ffWBROOK ROAD
MERRICK, NEW YORK 11566
STATE OF NY OFFICE OF
REHABILITATION FIRE DOORS
$103,000.00
9/87
GENERAL SERVICES:
KINGS PARK PSYCH CENTER
EMPIRE STATE PLAZA
PROJECT 34386-C
ALBANY, NEW YORK
LLODUCA
ASSOCIATES
INC.
General Contractor
TOWN OF OYSTER BAY
DEPT. OF PUBLIC WORKS
N. HEMPSTEAD HOUSING AUTH.
POND HILL ROAD
GREAT NECK, NEW YORK 10021
DEPT. OF PUBLIC WORKS
NASSAU COUNTY EXEC. BLDG.
ONE WEST STREET
MINEOLA, NEW YORK 11501
FAIR HARBOR FIRE DISTRICT
SUFFOLK COUNTY
FAIR HARBOR, NEW YORK 11734
T04N OF ISLIP
ISLIP RESOURCE RECOV. AGY.
40 NASSAU AVENUE
ISLIP, NEW YORK 11751
EAST HAMPTON U.F.S.D.
76 NEWTON LANE
EAST HAMPTON, NEW YORK 11937
TOWN OF EAST HAMPTON
159 PANTIGO ROAD
EAST HAMPTON, NEW YORK 11937
TOWN OF RIVERHEAD
SUFFOLK COUNTY
RIVERHFAD, NEW YORK 11901
S.C.W.A.
SUNRISE HWY/POND ROAD
OAIQU, NEW YORK 11769
DEPT. OF.PUBLIC WORKS
NASSAU COUNTY EXEC. BLD.
ONE WEST STREET
MINEOLA, NEW YORK 11501
TEL # (516) 567-4401
FAX # (516) 567-4410
1311 Lakeland Avenue, Bohemia, N.Y. 11716
PROJECTS COMPLETED
PROJECT CONTRACT $
RECONSTRUCTION OF HAND
$ 62,104.00
BALL CMTS
CORRIDOR VENTILATION
$ 19,380.90
MANiASSET VALLEY RESIDENCE
$133,300.00
155 EAST SHORE ROAD
MANHASSET, NEW YORK
PROJECT'S NG8701 & N-18702
HICKSVILLE GARAGE
$ 66,600.00
NEW STAIRWAY
CONTRACT #B90363G
FAIR HARBOR FIRE HOUSE
$120,000.00
PINE WALK
FAIR HARBOR, NEW YORK
CONSTRUCTION WORK
$133,300.00
PREFAB STORAGE BLDG.
HAUPPAUGE LANDFILL
CONTRACT #IRRA 6-87
J. MARSHALL ELEM. & HIGH.
$121,915.00
SCHOOLS, EAST HAMPTON
CAPITAL IMPROVEMENTS
ADDITION TO TOWN HALL
$ 67,660.00
159 PANTIGO ROAD
EAST HAMPTON, NEW YORK
ROAD SALT & STORAGE BLDG.
$262,035.00
WADING RIVER, NEW YORK
FOUNDATION SLABS AT VARIOUS
$351,340.00
SUFFOLK COUNTY LOCATIONS
CONTRACT #8318
NASSAU: tOUNY :MED. EXAM.
$306,900.00
MORTUARY REFRIGERATION
CONTRACT #3912001G
HM
M.
v..
5/89
5/89
.:•
10/89
LODUCA
ZAAASSOCIATES
INC. TEL # (516) 567-4401
FAX # k3 10) 567-4410
General Contractor 1311 Lakeland Avenue, Bohemia, N.Y. 11716
OWNER
PROJECT
CONTRACT $
COMPLETED
KLAR REALTY
RECONSTRUCTION OF A
$ 60,690.00
10/89
2801 RT. 112
WINDMILL - LOCUST ROAD
MEDFORD, NEW YORK 11763
OAKDALE, NEW YORK
STATE OF NY DIV. OF
WATERPROOFING FOUNDATION
$ 8,686.00
10/89
MILITARY & NAVAL AFFAIRS
& REPLACING STEPS -STATE
330 Old NISKAYUNA ROAD
ARMORY NESCONSET, NEW YORK
LATHAM, NEW YORK 12110-2223
PROJECT #83287
TOM OF ISLIP
C.I. SENIOR CITIZENS
$ 60,250.00
10/89
655 MAIN STREET
PHASE 11 ALTERATION
ISLIP, NEW YORK 11751
CONTRACT RAD 21-88
BOCES 11
WEST MIDDLE ISLAND ELM.
$156,360.00
12/89
201 SUNRISE HIGHWAY
SCHOOL.RELOCATABLE CLASSROOMS
PATCHOUGE, NEW YORK 11772
EASTPORT U.F.S.D.
MODULAR CLASSROOM UNIT
$156,360.00
12/89
390 MONTAUK HIGHWAY
FOR HIGH SCHOOL
EASTPORT, NEW YORK 11941
TOWN OF SOUTHOLD
CONSTRUCTION OF A JUSTICE
$103,369.00
12/89
TOWN HALL.
COURT MODULAR OFFICE BLDG.
53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
BAYPORT/BLUE POINT U.F.S.D
BLUE POINT ELEM. SITE
$578,579.00
5/90
189 ACADEMY STREET
& FOUNDATION CONST. OF 6
BAYPORT, NB4 YORK '1705
MODULAR CLASSROOMS
S.C.W.A.
ERECTION OF PRE -CAST
$ 78,979.00
5/90
SUNRISE 1-WY/POND ROAD
CONCRETE UTILITY BLDGS.
QAIME, NEW YORK 11769
VARIOUS LOCATIONS
CONTRACT #3936
WEST ISLIP FIRE DIST.
CONSTRUCTION OF PRE -FAB
$236,239.00
5/90
339 UNION BLVD.
BLDG. UNION BLVD.
WEST ISLIP, NE14 YORK 11795
WEST ISLIP, NEW YORK
LODUCA
ASSOCIATES
I N TEL # (516) 567-4401
FAX # (516) 567-4410
General Contractor 1311 Lakeland Avenue, Bohemia, N.Y. 11716
1,;1 1 •qhl
OWNER
PROJECT
CONTRACT $
COMPLETED
FACILITIES DEVELOPMENT CORP.
C.I. PSYCH CENTER
$109,369.00
6/90
44 HOLLAND AVENUE
KITCHEN REHAB. BLDG. 95
ALBANY, NEW YORK 12208
CONTRACT #3917-C
N.Y.C.T.A.
FURNISH & INSTALL 75
$101,702.00
7/90
25 CHAPEL STREET
TOKEN BOOTH SAFES AT
BROOKLYN, NEW YORK 12201
VARIOUS NYCTA LOCATIONS
PORT WASHINGTON WATER DIST.
CARBON ABSORBTION SYSTEM
$106,601.00
7/90
28 MY HOLLOW ROAD
CONTRACT #90-3
PORT WASHINGTON, NEW YORK 11050
SACHEM CENTRAL SCHOOL DIST.
NATAORIUM RECONSTRUCTION
$136,621.00
8/90
245 UNION BLVD.
SACHEM N. HIGH SCHOOL
HOLBROOK, NEW YORK 11741
212 SMITH ROAD, LAKE RONKONKOMA
UNITED PARCEL SERVICE
FACILITY ALTERATIONS
$246,250.00
8/90
643 43rd STREET
103-21 FOSTER AVENUE
NEW YORK, NEW YORK 10036
INC. VILLAGE OF MINEOLA
WELL #4 AIR STRIPPING
$421,421.00
12/90
171 JERICHO TURNPIKE
FACILITY
MINEOLA, NEW YORK 11501
CONTRACT #68564
ISLIP RESOURCE RECOVERY AGY.
METHANE MIGRATION CONTROL
$249,249.00
1/91
40 NASSAU AVENUE
SYSTEM, HAUPPAUGE LANDFILL
ISLIP, NEW YORK 11751
CONTRACT #IRRA 2-89
ALBERTSON WATER DISTRICT
WELL #3 AIR STRIPPING
$155,767.00
4/91
SHEPARD LANE
TOWER ENCLOSURE BLDG.
ALBERTSON, NEW YORK 11507
CONTRACT #68073-B
HICKSVILLE WATER DISTRICT
REHAB. PLANT #8
$296,951.00
4/91
4 DEAN STREET
CONTRACT 1 - GEN. CONST.
HICKSVILLE, NEW YORK 11801
& MECHANICAL WORK
PROJECT #FDWD 89-90
SUFFOLK COUNTY WATER XffHORITY
FOUNDATION SLABS AT VARIOUS
$ 84,894.010
6/91
SUNRISE HWY/POND ROAD
SUFFOLK COUNTY LOCATIONS
OAKDALE, NEW YORK 11769
CONTRACT #3%1
•
r
4. List the major construction projects your organization has underway at this
date:
Engineer/ Contract Percent Scheduled
Project Owner Architect Amount Complete Completion
• S.e-e 1� t-c� �.t-�-eU
• 5. List five major projects you organization has completed in the past five years:
Work Done With
Engineer/ Contract Date of Own Forces
Project Owner Architect Amount Completion % Of Work Trades
•
• 6. List the construction experience of the principal individuals of your
organization (particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
• Individuals's Name Or ffi a Experience Responsible Ca12aci1y
�CN�� le�J✓cam nR I C. y"-
•
•
•
0
7. Do you have, or can you obtain, sufficient men and equipment to commence
work when required and complete the work within the Contract Time?
8. Bank References:
L4 r.1' o t.J C a �ei S -PA �.ir /
QS -2
•
9. Trade Association Membership:
ID
If'c S- c , b �3✓� . c� S 4 C C"V. -t?-vice- L-c-A.'LS
•
10. Attach current state of financial conditions showing assets, liabilities and net
worth.
STATE OF w e iw < )
COUNTY OF -S j C- )
c p<� 1-0 being duly sworn deposes and says that he is the
• n� -etit of N-q—scc- contractor and that
answers to the foregoing questions and all statements therein contained are true and
correct.
Sworn to before me this 6 day of , 19 Z
�f
Notary Public /Z r
Commission Expf ratidn Date: 0 5 43
LI 8 7Q,it-6
•
•
•
QS -3
0
0
0
L-.
AGREEMENT
THIS AGREEMENT, made this
A.D. Nineteen Hundred and Ninety
(hereinafter called the Owner and
day of
by and between the
party of the first part
party of the second part (hereinafter called Contractor).
WITNESSETH. That for and in consideration of the premises and the agreements
herein contained, and the payments herein provided to be made, the parties hereto
agree as follows:
41 FIRST: The Contractor shall perform all labor, and furnish all the materials,
equipment, tools, and implements and will well and faithfully perform and complete
the entire work of constructing
(Name of Project)
•
as described in the Contract Documents made and prepared by Cameron
Engineering, P.C. and as set forth in the Contractor's proposal dated
, and in strict and entire conformity and in accordance with the Notice to
Bidders, Information for Bidders, Bid, this Agreement, Performance Bond, Labor and
Material Bond, General Terms and Conditions, Detailed Specifications, Contract
Drawings and Addenda hereto annexed and made a part hereof, and hereinafter
collectively referred to as "Contract Document".
SECOND: The Consideration of the Contractor performing this Contract in the
manner herein stated and as stated in the Contract Documents, the Owner promises
and agrees to pay or cause to be paid to the Contractor the sums of money
mentioned in said Contract Documents in the manner and under the conditions
therein provided.
THIRD: The Contractor covenants and agrees that, anything in this Contract or
in the Contract Documents to be contrary notwithstanding, or regardless of any
matter, thing, contingency of condition unforeseen or otherwise, present or future,
the Contractor shall not be entitled to receive any additional or further sums of
money than the amounts in said Contract Documents provided; and the failure of the
Owner or its agents to insist upon strict performance of any of the terms, covenants,
A-1
SCAVENGER WASTE
TREATMENT PLANT
MODIFICATIONS
FOR
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
GREENPORT, NEW YORK
CAMERON ENGINEERING, P.C.
50 CHARLES LINDBERGH BLVD 811 JERICHO TURNPIKE
UNIONDALE, NEW YORK 11553 SMITHTOWN, NEW YORK 11787
AUGUST 1991
I
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
Bancker Construction Corp.
218 Blydenburgh Road
P.O. Box 230
Islandia, New York 11722
Gentlemen:
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 50
Bid Bond.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
KNOW ALL MEN BY THESE PRESENTS:
'nit we, the undersigned BAN= coNSTRUCTioN coRP.
asNncipal,and FIREMEN`S INSURAmE COMPANY OF NmmArEK, N.J.—asSurety,are
FIV PEP= -T (5%) of AMOUNT BID -----------------------T in the Penal Sum of
hereby held firmly bound unto TowN OF sOUMOLD, N.Y.
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
Signed this Gtn . day of FEBRUARY at --v I9_22 -
THE CONDI'1"ION• OF THE ABOVE OBL DATION IS SUCH, that, WHEREAS
the 'Principal has submitted to
a certain bid, attached hereto—TnT hereby made a part hereof, to enter to a
Contract in writing, for the Scavenger Waste Treatment Plant Modificiations
Greenport, New York
NOW, EFORE,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated:
'Me Surety, for value rcteived, hereby Wpulates and agrees that the obligations of
said Surety and its bond shall be in no way Impaired or affected by any wansion of
the time within which the Obligee may accept such bid; anti said Surety does hereby
waive notice of any such extension.
IN WTINESS WHEREOF, the Principal €md the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
seals to be hereto affixed and these presents to be signed by their pvoper officers, the
day and year fust set forth above.
BAN= COr?s ucrzoN CORP.
r /
by `
THE FIRIlEN' S INSURANCE COTA.NY OF NEWARK, F.,
J
4Phyis Parente, Attorney
Firemen's 1.nsurance Company of Ne"jark, New Jersey
%
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY
has made, constituted and appointed, and by these presents does make, constitute and appoint
Phyllis Parente of New York, New York
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings
and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authorityshall exceed in amount the sum of
Unlimited Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 13th
day of January, 1989:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President of the
Company, be, and that each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the
FIREMEN'S INSURANCE COMPANY OF NLANARK, NEW JERSEY, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice Resident, a Secretary or an Assistant
Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future
with respect to any bond, undertaking or contact of suretyship to which it is attached."
In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal to be hereunto affixed,
and these presents to be signed by one of its vice Presidents and attested by one of its Assistant Vice Presidents this 18 day of October
1991
Attest:
FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY
By
D.L Banta, Assistant Vice President , . 0 William Z Fornshell, Vice President
STATE OF CONNECTICUT
COUNTY OF HARTFORD
On thist, day of Ocz.ber '11, before me personally came William Z. Fornshell, to me known, who being by me duly sworn,
did depose and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation
described in and which executed the above instrument that he knows the seal of the said corporation; that the seal affixed to the said instrument
is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like
order.
HOTARY
*,. PUBLIC
"fit GLORIA D. SEEKINS
NOTARY PUBLIC
CERTIFICATE My Commission Expves March 31, 1993
I, the undersigned, an Assistant Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a New Jersey
corporation, DO HEREBY CERTIFY that the foregoingand attached Power of Attorney remains in full force and has not been revoked; and
furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
Signed and sealed at the town of Farmington, the State of Connecticut. Dated the 6th da of Feb:2 ,19 92 .
,. • I axle, AssistuA vice President
21 BOND 4315L
�' Printed in U.S.A.
FINANCIAL STATEMENT
f
Firemen's Insurance Company of Newark, N.J.
ASSETS
Bonds and Stocks .................
Real Estate ......................
Cash...........................
Short Term Investments ............
Agents' Balances Receivable ........
Interest, Dividends, and Real
Estate Income Due & Accrued ....
Equities and Deposits in
Pools & Associations ............
Other Assets .....................
Total Admitted Assets .............
STATE OF NEW YORK
COUNTY OF NEW YORK SS:
CITY OF NEW YORK JJ
AS OF
DECEMBER 31, 1990
LIABILITIES, CAPITAL & SURPLUS
$1,817,296,168
Reserve for Losses ................
$1,131,669,701
47,584,264
Reserve for Loss Expenses ..........
176,328,492
3,422,404
Reserve for Unearned Premiums ....
365,180,551
29,320,336
Reserve for Taxes & Expenses .......
28,370,048
124,669,349
Other Liabilities & Reserves ........
37,274,917
18,671,978
Total Liabilities .................
$1,738,823,709
Capital ..........................
4,050,000
32,580,592
Surplus .........................
489,847,608
159,176,226
Policyholders' Surplus ...........
493,897,608
$2,232,721,317
Total Liabilities, Capital & Surplus ....
$2,232,721,317
William Alexander Robbie, being duly sworn, say: That he is the Vice President of Financial Reporting, of the Firemen's
Insurance Company of Newark, New Jersey, and that the foregoing statement to the best of his knowledge and belief, is a
full, true and correct statement of the financial condition of the said Company on the 31st day of December, 1990.
Sworn to before me this 20th
day of March, 1991
?', �/
IOSEPH H. BATTY
Notary Public, State of New York
No. 41-4766499
Qualified in Queens County
Certificate Filed in New York County
germ Expires December 31, 1992
• f
CERTIFICATE '
Vice President, Financial Reporting
SURETY ACKNOWLEDGMENT
State of New York
County of 4ueens SS.:
City of New York
On this
day of February , in the year 19 92
before me personally came Phyllis Parente
to me known, who, being by me duly sworn, did depose and say that he resides in New York, N.Y.
; that he is the Attorney of the Firemen's Insurance Company of Newark, New Jersey, the corporation
described in and which executed the attached instrument; that he knows the corporate seal of the said corporation; that
the seal affixed to the said instrument is such corporate seal; and that it was so affixed by order of the Board of Directors of
the said corporation, and that he signed his name thereto by like order.
2 JC=LvrU'rc
R;JF=tom.yp-iln LADES
Pdotary pu,.!ic, State of Nevi Notary Public
No. µ1•d9°.8031
Qualified in Queens county/ � 9 TJ
21 BOND 716 1990 Commission Expires Oct Printed in U.S.A.
PRINCIPAL'S ACKNOWLEDGMENT - CORPORATION
State of New York, County of Suffolk
On this c�, day of �L��L ! 9 y� , before me personnally
appearedb�-� moi,,, �.� , r7to me known, who, being by me duly
sworn, deposes and says: That he resides in the City of��.t
and that he is the ���.�,w`, of Bancker Construction Corp.,
the.corporation described in and which executed the within
instrument; that he knows the seal of said corporation; that the
seal affixed to said instrument is such corporate seal; that it
was so affixed by order of the Board of Directors of said
corporation, and that he signed his name thereto by like order.
MARGARET KETCHAM
Notary Public, State of New York
No. 52-4823107
Qualified in Suffolk County
Commission Expires howah 30,18
n
L
r
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
TABLE OF CONTENTS
• Page No.
Title Page
TOC -1
7
Table of Contents
•
Notice to Bidders (Advertisement)
Instruction to Bidders
IB -1 thru IB -7
Bid (Proposal)
B-1 thru B-4
Bid Bond
BB -1 thru BB -2
Non -Collusive Bidding Certification
NC -1 thru NC -2
Bidder's Qualification Statement
QS -1 thru QS -3
Agreement
A-1 thru A-4
Notice of Award
N-1
Performance Bond
PF -1 thru PF -2
Labor and Material Payment Bond
PB -1 thru PB -3
0
Notice to Proceed
NP -1
General Conditions
GC -1 thru GC -42
Technical Specifications:
•
Section 1
1-1 thru 1-2
Section 2
2-1
Section 3
3-1 thru 3-4
Section 4
4-1
Section 5
5-1 thru 5-8
Section 6
6-1 thru 6-2
Section 7
7-1
Section 8
8-1 thru 8-3
Section 9
9-1
Section 10
10-1 thru 10-2
Section 11
11-1 thru 11-6
TOC -1
7
•
C
"IMMIM 1000042
1.1 The term 'Bidding Documents" includes the following:
a)
Instruction to Bidders
b)
Bid (Proposal)
c)
Non -Collusive Bidding Certification
d)
Bidder's Qualification Statement
e)
Addenda (when applicable)
f)
Agreement
g)
General Conditions
h)
General Requirements
i)
Specifications
j)
Drawings
1.2 Complete sets of Bidding Documents must be used in preparing bids;
neither Owner nor Engineer assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
• 1.3 Owner and Engineer in making copies of Bidding Documents available
do so only for the purpose of obtaining bids on the work and do not
confer a license or grant for any other use.
1.4 Failure to comply with any of the following instructions shall constitute
0 cause for which the Bid may be rejected.
0x 1.11011 MC 111 kyj l
2.1 Each bid shall be made on the 'Bid Form" attached hereto and shall
remain attached hereto as one of the Bid Documents.
2.2 All blanks on the Bid Form must be completed in ink, in both words
and figures with the unit or total sum, or both, for which the Bid is
made.
2.3 Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other corporate officer accompanied
by evidence of authority to sign) and the corporate seal must be affixed
•
IB -1
0
0
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation must be shown below the signature.
r
2.4 Bids by partnerships must be executed in the partnership name and
signed by a partner, whose title must appear under the signature and
the official address of the partnership must be shown below the
signature.
2.5 All names must be printed below the signature.
2.6 The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
2.7 The address and telephone number for communications regarding the
Bid must be shown.
2.8 If Bids contain any omissions, erasures, alterations, additions or items
not called for in the itemized bid or contain irregularities of any kind,
i such may constitute cause for rejection of the Bid. In case of any
discrepancy in the unit price or amount bid for any item in the Bid, the
unit price, as expressed in written words, shall govern.
�c�. ll : lICiti -_ : I t
•
Bids shall be delivered by the time and to the place stipulated in the advertisement
and shall be enclosed in an opaque sealed envelope, marked with the Project Title
and name and address of the Bidder and accompanied by the Bid Security and other
required documents. If the Bid is sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope with the notation 'BID
ENCLOSED" on the face of it. It is the sole responsibility of the Bidder to see that
his bid is received in the proper time.
4.1 Bid security shall be submitted with Bid in the amount of five (5%)
percent of the Bid. Security shall be in the form of a certified check
or Bid Bond by a Surety Company authorized to do business in the
State of New York.
42 The Bid Security, except those of the Successful Bidder and the second
and third lowest bidders, will be returned as soon as practicable after
the bid openings.
43 Bid Security of the second and third lowest bidders will be returned as
IB -2
C7
soon as practicable after signing of the Contract, but the Owner shall
not retain them more than forty-five (45) days after opening of bids,
• except by mutual agreement.
4.4 The Bid Security of the Successful Bidder will be retained until such
bidder has executed the Agreement and furnished the required
Contract Security. If the Successful Bidder fails to execute and deliver
the Agreement and furnish the required Contract Security within
fifteen days after the Notice of Award, Owner may annul the Notice
of Award and the Bid Security of that bidder will be forfeited.
! The number of days within which the work is to be completed and ready for final
payment is set forth in the Agreement.
• 6. LIQUIDATED DAMAGES
Provisions for Liquidated Damages are set forth in the General Conditions.
7. QUALIFICATIONS OF BIDDERS
•
Any Bidder must be prepared to present within five days of Owner's request the
"Bidder's Qualification Statement" giving written evidence of experience, ability and
financial standing as well as present commitments and an inventory of facilities and
equipment. The Owner reserves the right to reject any bid if the evidence submitted
by,or investigation of, such Bidder fails to satisfy the Owner that such Bidder is
properly qualified to carry out the obligations of the Contract and to complete the
work contemplated therein.
• 11 • • : I t � •.�l 1 � 11 •
8.1 Before submitting a proposal, all bidders shall carefully examine the
Drawings, Specifications and other Bid Documents, shall visit the site
of the proposed work and shall become fully informed of conditions
and limitations associated with fulfilling the requirements of the
! Contracts.
8.2 No plea of ignorance of misunderstanding of conditions that exist or
that may hereafter exist, or of conditions or difficulties that may be
encountered in the execution of the work under this Contract, as a
result of failure to make the necessary examinations and investigations
•
IB -3
0
0
as may be expected of a reasonable prudent bidder, will be accepted
as an excuse for any failure or omission on the part of a Contractor to
• fulfill in every detail all of the requirements of the Bid Documents, or
will be accepted as a basis for any claims whatsoever for extra
compensation, or for an extension of time.
8.3 Reference is made to the General Requirements for subsurface
information obtained during design of the Project.
9. INTERPRETATIONS AND ADDENDA
9.1 All questions about the meaning or intent of the Contract Documents
S are to be directed to Engineer. Interpretations or clarifications
considered necessary by Engineer in response to such questions will be
issued by Addenda mailed or delivered to all parties recorded by
Engineer or Owner as having received the Bidding Documents.
Questions received less than ten days prior to the date for opening of
bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect.
9.2 Addenda may also be issued to modify the Bidding Documents as
deemed advisable by Owner or Engineer.
10. MODIFICATIONS
Bids shall not contain any recapitulation of the Work to be done. Modifications,
exceptions or oral bids will not be considered.
Erasures or other corrections in the Bid Form must be initialed by the person signing
the Bid Form.
12.1 Any bidder may withdraw his bid, either personally or by written
request, if such request is received by the Owner prior to one (1)
minute before the scheduled closing time for receipt of bids.
12.2 All bids will remain subject to acceptance for forty-five days after the
• day of the bid opening, but Owner may, in its sole discretion, release
IB -4
9
•
any prior to that date.
12.3 If, within twenty-four hours after bids are opened, any Bidder files a
duly signed, written notice with Owner and promptly thereafter
demonstrates to the reasonable satisfaction of Owner that there was a
material and substantial mistake in the preparation of its bid, that
bidder may withdraw its bid. Thereafter, that bidder will be
disqualified from further bidding on the work to be provided under the
Contract Documents.
Val 1.11 M
The Bidder must be capable of performing the work required in the Contract and
shall perform a substantial portion thereof with his own resources. Reference is
made to the General Conditions for work by subcontractors.
14. MULTIPLE BIDS
No person, firm or corporation shall be allowed to make more than one bid for the
same work, unless alternate bids are called for. A person, firm or corporation who
has submitted a bid to a bidder, or who has quoted prices on materials to a bidder,
is not hereby disqualified from submitting a bid or quoting prices to other bidders.
• 15. NON -COLLUSIVE BIDDING CERTIFICATION
Each bidder submitting a bid to the Owner for the work contemplated by the Bid
Documents on which bidding is based shall execute and attach thereto an affidavit
substantially in the form herein provided (Non -Collusive Bidding Certification), to
the effect that he has not colluded with any other person, firm, or corporation in
regard to any bid submitted.
16.1 Owner reserves the right to reject any and all bids, to waive any and
all informalities not involving price, time or changes in the work and
to negotiate contract terms with the Successful Bidder, and the right
to disregard all nonconforming, nonresponsive, unbalanced or
conditional bids. Also, Owner reserves the right to reject the bid of
any bidder if Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the
bid is not responsive or the bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria
established by Owner. Discrepancies in the multiplication of units of
work and unit prices will be resolved in favor of the unit prices.
•
IB -5
•
i
0
Discrepancies between the indicated sum of any column of figures and
the correct sum thereof will be resolved in favor of the correct sum.
16.2 In evaluating bids, Owner will consider the qualifications of the
bidders, whether or not the bids comply with the prescribed
requirements, and such alternates, unit prices and other data, as may
be requested in the Bid Form or prior to the Notice of Award.
16.3 Owner may conduct such investigations as Owner deems necessary to
assist in the evaluation of any bid and to establish the responsibility,
qualifications and financial ability of bidders to perform and furnish
the Work in accordance with the Contract Documents to Owner's
satisfaction within the prescribed time.
16.4 If the Contract is to be awarded, it will be awarded to the Lowest
Bidder whose evaluation by Owner indicates to Owner that the award
will be in the best interests of the Project.
40 16.5 If the Contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within forty-five days after the day of the bid
opening.
17. PERFORMANCE BOND AND LABOR AND MATERIALS PAYMENT
BOND
The General Conditions sets forth the Owner's requirements as to Performance and
Labor and Materials Payment Bonds. When the Successful Bidder delivers the
executed Agreement to Owner, it must be accompanied by the required Performance
0 and Payment Bonds.
is �J; MI"
The General Conditions set forth Owner's requirements as to Insurance. When the
Successful Bidder delivers the executed agreement to Owner, it must be accompanied
by the required Insurance Certificates.
19. MAIN'T'ENANCE BOND
The Successful Bidder will be required to provide a Maintenance Bond for a period
of one (1) year from the date of final acceptance, against any and all omissions and
defects which may develop or require attention as a result of his performance of the
Contract.
•
•
0
20. SIGNING OF AGREEMENT
When Owner gives a Notice of Award to the Successful Bidder, it will be
accompanied by three copies of the Agreement with all other written Contract
Documents attached. Within fifteen days thereafter, Contractor shall sign and deliver
the Agreement and attached documents to Owner with the required Bonds and
Insurance coverage. Within ten days thereafter, Owner shall deliver one fully signed
copy to Contractor. Each copy is to be accompanied by a complete set of the
Drawings with appropriate identification.
21. PRE-BID CONFERENCE
A Prebid Conference will be held as indicated in the Notice to Bidders.
Representatives of Owner and Engineer will be present to discuss the Project.
Engineer will transmit to all prospective bidders of record such Agenda as Engineer
considers necessary in response to questions arising at the Conference.
•
•
•
J
C
0
IB -7
40
0
C`
•
•
•
•
•
E
Bid of
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
BAKKER COnJ TR(TCT-r0 -ORPs;
herein after called 'Bidder", aCONSTRUCTION CORP.
I" / orati
*� �*-�•���T ��^ „a��^�» doing business asu
n F.0.31- X30
IJL.'al DIA, NEW YORK 11722 -MV
to \ o f
Gentlemen:
The Bidder, in compl.
t4-&, -)
hereafter called "Owner".
with your invitation for bids for the construction of
having examined the Bidding Documents and the following Addenda (receipt of
which if hereby acknowledged):
Date A).—&y- Y: L Number
and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
9 of which this Proposal becomes a part thereof.
0
o^Js
•
PROPOSAL
TOWN OF SOUTHOLD
40 SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
r Lump sum price for Mechanical Bar Screen, complete.
In Words: zrl
--s? Mars
and Cents
1
In Figures: $ 2-2,
•
Item No. 2 - Grit Removal System
Lump sum priceforGrit Removal System, complete.
• In Words: C�l Ki E �5 ''�? u q't-� Dollars
and Cents
In Figures: $ �, c.0
•
•
•
0
Item No. 3 - Odor Control Piping Modifications
Lump sum price for Odor Control Piping Modifications, complete.
In Words: Dollars
and -Y� 6,—u ,.
In Figures: $ 1-3 GDD oz!_
Cents
41
U
Item No. 4 - Concrete
• Lump sum price for Concrete, complete.
In Words: Dollars
and-eents
•
In Figures: $
C
•
•
•
•
•
E
L
Item No. S - Masonry
Lump sum price for Masonry, complete.
In Words: L L;6 - - Dollars
and ----Cents
In Figures: $ coc, `
Item No. 6 - Air Compressor
Lump sum price for Air Compressor, complete.
In Words: Fa,'_► ��'" �� —Dollars
and -Cents
In Figures: $ OI
•
Item No. 7 - Electrical Work
Lump sum price for Electrical Work, complete.
1-1
In Words: 6 - zz
and 'r—Cents
• In Figures: $ `f
•
Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
In Words: ---Dollars
• and ents
•
In Figures: $
Item No. 9 - Roofing
Lump sum price for Roofing, complete.
In Words: 4 -- Dollars
and, -- -----Cents
In Figures: $ (.,N
•
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: L V
and ce `-'' -----Cents
• In Figures: $ _-
IM,
0
•
TOTAL OR GROSS BID IN FIGURES: r)
TOTAL OR GROSS BID WRITTEN IN WORDS:
and'a�
• Dollars Cents
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
guarantees are in accordance with the requirements contained in the Contract
• Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
Ife days from the date of Award of Contract.
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
• all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
Ll
•
•
0
NAME OF BIDDER
ADDRESS OF BIDD
TELEPHONE
SIGNED BY
TITLE
Executive Vs�,
DATE L w6h»-
F E 0 0
582-3693
Step' hen XJ. Beyer.
0
F,
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as Principal, and as Surety, are
in the Penal Sum of
hereby held firmlybound unto
•
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
9 Signed this day of , 19_
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Principal has submitted to
a certain bid, attached hereto and hereby made a part hereof, to enter into a
Contract in writing, for the
NOW, THEREFORE,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
•
0
•
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
• the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
• seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
Principal
• by
7
7
7
•
•
•
0
•
•
C7
•
Cl
•
••
•
•
•
0
NON -COLLUSIVE BIDDING CERTIFICATION
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 party thereto certifies as to its
own organization under penalty of perjury, that to the best of his knowledge and
belief:
1. The prices in this Bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or
with any competitor;
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
Dated c� r4'�' j C,D
BAKKER CONSTRUCTION; CQRP.
Legal Name of Pi mn, f4M
n
by Executive �r'iee
Stephen h1. Beye,
THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF THE
BIDDER IS A CORPORATION:
resident
Resolved that
Stephen iVl,,. Bey -u., Executive. Vice President A BARCKER CONSTRUCTION; CORP_.
(Name and Title of Signator and Name of Corporation)
be authorized to sign and submit the Bid Proposal of this corporation for the
following project.
NC -1
0
•
•
•
•
C
•
•
•
0
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by
S►NCK&: C0NSTFZUCT10NL CORR. (Name of
Corporation at a meeting of its Board of Directors held on the
Corporation)
day of 6dA it
(SEAL OF CORPORATION)
V
NC -2
rca
Sencker
-----------
PRESIDENT
BANCKER CONSTRUCTION CORR,
218 BLYDENSURGH ROAD - P.O. BOX 230 , ISLANDIA, NEW YORK 11722.0230
TEL: 516/582-8880 - FAX: 518/582-3698
Harvey A Beyer 1. .1 -,
ROSLYN HEIGh 1 11577
Executive Vice President Stephen M. Beyer 37 FA;f
EAST WILLIS ON,
ll-;� v
VICE PRErlL N" MICHAEL S.! ROSLYN HEIGHTS. NEW YORK 11577
Ghck�r4��
Zee..
1'rAc" D
BIDDER'S QUALIFICATION STATEMENT
• The signatory of this questionnaire certifies under oath the truth and correctness of
all statements and of all answers to interrogatories hereinafter made.
• SUBMITTED BY: @ARCKER CONSTRUCTION; CORP A Corporation
v A Co -Partnership
An Individual
• PRINCIPAL OFFICE• @@
���'CTI
O�,f" CORP.
a Si.MVu iia, ukvyoa—.. 11722 -0230 -
Mae
,
•
PRINCIPAL OFFICERS
BACKGROUND
• PROFESSIONAL
TITLE NAME ADDRESS OR TRADE
1. How many years has your organization been in business as a general
• contractor under its present business name? 33 T. -I,
• 2. You normally perform what percent of the work with your own forces?
—10 % List trades below: Cej je &*,-F*
•
3. Have you ever failed to complete any work awarded to you? N If so,
note where and why.
•
QS -1
0
�-�- BANCKER CONSTRUCTION CORP.
R 218 BLYDENBURGH ROAD
MROR CONSTPIJCTION PPO.TECTS OUR ORGRNIZRTION HAS UNDER WRY ON THIS ORTE. P.O. BOX 230
ISLANDIA, NEW YORK 11722 -OM
OJECT !
OIJIIER !
ARCHITECT/
! CONTRACT RM'T.
.7 CCOOMPLEfiE ! SCH.
COMPI_ETIQJ !
NfME, RI7ORE55 8 TEL.NO.
!
!
ENGINEER
!
! ! DATE !
OF REFERENCED CONTRACT !
ARE R TREAT-- !
-MNPHRSSE 1 - - !
IIEIYOER5fl�l ��
! # 1, 600, OOO.00
! 95 !
----TOMM---CASEYY-_----_--5161333-33343_-
6191 ! --------
-! w
MINT PI ANT !
1-WEVILLE I -ID!
CASEY
!
! !
!
344 MADISON ST. !
!
!
!
! !
!
14EST011PY, N.Y. 11590 !
WRE R MAINS !
SIFFIILK CO.!
%JNER !
$4,000,000.00
! 50 !
12/91 !
H.MILLER 516/589-5200 !
!
WATER WTH. !
!
! !
!
SUNRISE HWY. !
!
!
!
! !
!
OAKDALE, N.Y. 11769 !
G5 MR INS !
LILCO !
OWNER !
x5,000,000.00
! 50 !
2/92 !
JOE DOLL 516/391-6129 !
!
!
!
! !
!
445 BRORDHOLLOW RD. !
!
!
!
! !
!
MELVILLE, N.Y. 11747 !
!
!
!
! !
!
!
COD UIT & !
NEW YOPK !
OWNER !
$2,000,000.00
!r 85 !
8/91 !
ED STEGMRN 516/583-7401 !
MfIH OL ES !
TEt EPHANE CO!
!
! !
!
741 ZEWNDORFF BLVD. !
!
!
!
! !
!
GRRDEN CITY,N.Y.11530 !
!
!
!
! !
!
!
!
!
!
! !
!
!
!
!
!
!
!
!
! !
! !
!
!
!
!
BANCKER CONSTRUCTION CORP
[I Da 218 BLYDENBURGH ROAD 0-01
MOOR CONSTRUCTION PROJECTS OUR ORGANIZRTION HRS COMPLETED WITHIN THE LAST FIVE YEFIRS. P.O. BOX 230
ISLANDIA, NEW YORK 11722-0230
----------T------------T-----------------------
RQJECT
OWNER
ARCHITECT/ !
--- ;
CONTR�T AM T.
! DRTE OF
yWORK-DONE-WITH !
NHME,HDDRE55-& TEL.ND. --
! !
ENGINEER !
!COMPLETION 1 114N FORCES !
OF REFERENCED CONTRRCT !
! !
!
!
! !
!
---------
-------------
----------------------------------
---------
-------------- -- i
------------------------- --
PMP STA 453
!JAMRICR WATER!
CRMP,ORESSER,!
$1,300,000.00
! 6/89
! 65 !
BOB SCHWARZ 516/488-460 !
!SUPPLY CO. !
McrEE !
!
! !
410 LAKEVILLE ROAD !
! !
!
!
! !
LAKE SUCCESS, N.Y. 110 !
! !
!
!
! !
!
Ptd STA 458
!.JAMAICR WATER!
CAMP,DPESSER,!
$1,100,000.00
! 2/90
! 65 !
SLE ABOVE !
!S(A'PLY CO. !
MCKEE !
!
! !
!
! !
!
!
! !
!
WEL 5TA.411
! HICKSVILLE !
H2M !
$200,000.00
! 4/89
! 100 !
�al McLENDON 516/756-80 !
! WATER DIST. !
!
!
! !
575 BROFK)HOLLOW RD. !
! !
!
!
! !
MELVILLE,N.Y. 11747 !
! !
!
!
! !
!
PMP STH. #29
! JERICHO !SIDNEY BOWNE !
$350,000.00
! 10/89
! 100 !
BOB STANTON 516/746-235 !
! WATER DIST. !
!
'!
! !
235 E.JERICHO TTPKE. !
! !
!
!
! !
MINEOLR, N.Y. 11501
! !
!
!
! !
!
MRMSSET
! GREAT NECK W. F.COSULICH !
$1,500,000.00
! 4/89
! 60 !
TOM LAUP.ENCELLE 516/364 !
VBLEY P.S.
! WATER POLL. !
!
!
! !
330 CMSS14AYS PARK OR. !
!CONTROL DIST.!
!
!
! !
WOODBURY, N.Y. 11797-20 !
BANCKER CONSTRUCTION CORP.
Bencker
ORGANIZATIONAL CHART - KEY PERSONNEL
NAME - TITLE EXPERIENCE
Harvey A. Beyer, B.C.E. New YORk, UnLve Aity -40 yea -&A
Pn,"Zdent/T,te.aAu n -en Adm.i,n-i At4a tion o6 heavy con t "act i„on,
Owner and CEO opeAZA'.ona.
Stephen M. 13 ey en M.S. EnvZ&onme.nta t Eng.i.neeA.i,.n.g
Execu Live V.Lce P&eALden t Re.n. Aefaen Potytechn.i.c In.6t-i to te, - 20
and Secyetan.y yearn a tima*.i,n.g and o44.-Lce e.ngLmeec
od ut i...2.i ty con. tALLcti.on, pn,o j ec ta;
Apec i,ati..z-i.n.g -Ln, w"te, water, tn,ea tmen t.
AyAtem n,eAeonch.
Michae.t S. 13 ey en. B.S. 13u A i.ne64 Admin i Ate at Lon S ynacu Ae,
Manager - I n.du At i a t ltn.Lv e .Ai ty - Adm-i.n i..btuLtt on. o4
Retati.oper.eonne.t and equipment, indurtA4.at
meta ti.on.d and ct i e.n t Leta t.Lonz .
Wa.2tuL W. 13eh Len,6 B.S. Con6tru,ctLon Management Synac "e
GeneAat Manager, (ImZver d-i.ty - 18 yeaa,6 e.ng-i.nee&in.g and
conAt,Lw tion o4 to ltecommu,n Lcat mLon
4
Kevin. C. K"zwba
D-vc.ec ton od Wate,L
O p eAat,Lo nes - N.Y.C.
Char.teA D. G -i ad.i.ce
Con6tnu,c ion Manager,
Jo"ph W. Baggott
ViAec to,, ob Water.
OpeAa i.onA-Su44oZ&
N.Y.S. P Loo eAz i.on.a2. Engin.een. - 13.E .
(CZvit) Manhattan, Co.2tege.,M.S. (Civit)
New YoLh Potytech inzti to to -17 ye.0 "
ut,U. ty con.6tvi at i,on.
B.S. Long 1.6tand UnLve%-city -.15 yew
exper fence in, atitity con-st uj c tion,
n."pon.,"bte 4ot p&ocu>ce.ment o4
p ewitz and mater i.a.P.b , N . Y . S t Lcen.3 ed
4o& Smck4 tow Pn,event.4,.on TeAt# .&q.
28 yeah a od expen.i.e.nce. in att pha.ae.e
04 heavy co"t, a cti,on and u.*-�y
con et,vLc tion
John Lut t lett Mechan i..ca t Eng-i.ne.en,i.n.g ba.chg&ou nd
Ch e.4 EAt i.mato L 4�com N . Y . I . T . - 11 ye utA mechan neat
"timati.ng exper.i.enc.e, zpec.-i at-i.z-i.n-g
in Pu,mp Station -6 and Sewage T tea tment.
Ptan .A .
BANCKER CONSTRUCTION CORP.
NAME - TITLE
]o"ph G. Bnucia.
Cmbte Ptmc i mg
Supen.i.n te.ndent
Mo -6" Bobo, Jn.
D,inec ton, o4 Wa.t:en.
0 p e.A,at Lo n d - Na.b-Sau
Cha,LZ" Madsen,
Genena2. Con-6tAuc i -on
Su.pe.n i.n. e,ndent
Rudy G.,acca.gt i.a.
Gen.eA.al' Con-6tA&ctLom
Supen.i.. endend.-G"
Geon.ge Tymda t
General Con 6t,%u.c t i.on
Su.pen i..n tenden t -Ga s
Robert Lopez
Genena.2. Co"t uc tLon
Su,peAGi end en t-E-2ect,%Zc,
Atben t N G-ian toma6zo
Genen.at Cor"tn action
Super,-intendent
Herman Eue.P .4 -mg
P,,o j ect Manag ec
EXPERIENCE
27 y-,L� o4 expevLence in, con.etnuc tion
and mai�enan.ce o4 tetephone pta t .
37 y ea A-6 o4 exp en,i.ence Zm g ene4ca t and
u t i,2 -Uy com-6t ua.c ,-Lon.
20 yea A,6 o4 exp en i.ence a.n, gene a -t and
u ti.2-i..ty con,6t v..etLon; .dpec.i.a t Lz-i.ng -i m
g-,tav-i ty-sawe,,L zy.atems, dnaLnage, pLpe
t.Lne,, p-Lpe, jac.h i..n.g and hon i.zontat
earth b oni,n.g .
20 yeah" o4 4.i e.Ld exper fence -,Ln, pipe.
t-i.n.e, con.btcuc tion, b&Zdge deck
co"t.,Luct,Lon and conch eke ba,4,,L .en b ;
,6pe.c-ia.�z,Lng in ga-s main, and
OZZ-a- Sta*.i,c. tine- -i..n4tz-t .at Lo" .
31 yea," o4 exp a aence Zm a.0 p hay e.s
o4 maj on, h--ghway co"tAuctLon and
bn,i.dge, con.etukct.Lon. AtAo expe.�raced
Zm to e-commu,n Lcat Lon -i,n.b#,a.Qta t-,Lon.e ,
t,uL44-i..c t Lght-img pn,o jest♦ and gam
main amts t to t i,o" .
B.S. sta-te, Un,Lve-4,6 ty @ Oneonta.
10 yea tz exp enc i.ence 4,n g ene�ca2
and wt i ty con�st,%ac Lon.
32 yean,.e expeA Lmce ijt gene at and
ut,tti,ty con6tAac t-. on,.
37 y e.at-6 exp en,Le-nce i.n, mechan i.ca a and
Ut' P kty con a.t�cuc tZon.
Bancker
CRANES
EXCAVATORS
BACKHOES
LOADERS
TRENCHERS
BANCKER CONSTRUCTION CORR.
218 BLYDENBURaH ROAD, P. O. BOX N. CENTRAL. ISLIP, NEN YORK 11722 - 516/562-8880
PAVEMENT CUTTERS
COMPRESSORS
TRUCKS
EQUIPMENT LIST
P&H CENTURY 18 TON
P&H CENTURY 28 TON
P&H OMEGA 20 TON
KOMATSU PC200
KOMATSU PC150
JOHN DEERE 595
DYNAHOE 490
DYNAHOE 290
CASE 780D 4 X 4
JOHN DEERE 410 4 X 4
CATERPILLAR 446 4 X 4
CATERPILLAR IT28
KOMATSU 250
KOMATSU 180
CLEVELAND J-36
VERMEER 7550
DITCH WITCH
ARROW DENVER
VERMEER CC 135
375
250
185
10 WHEEL DUMP
10 WHEEL DUMP W/BOOM
6 WHEEL DUMP
6 WHEEL DUMP W/BOOM
PICK-UPS & VANS
STEP VANS
CUBE VANS
TRACTORS
EANCKER CONSTRUCTION CORR.
6encKer
EQUIPMENT LIST
TRAILERS LOW BED
20 TON TAG-ALONGS
S TON TAG ALONGS
DUMP
FLAT BEDS
CABLE
ROLLERS INGERSOLL RAND ST
DRESSER lOT
BEUTHLING 3T
MISC. EQUIPMENT PIPE JACKS
PNEUMATIC PIERCING TOOLS
24" BORING MACHINE
60" BORING MACHINE
DIRECTIONAL DRILLING RIG
TRENCH BOXES
I" ROAD PLATES
PUMPS
ARROW BOARDS
R.C. FORK LIFT
TAPPING MACHINES
PIPE SAWS
TRENCH COMPACTORS
GENERATORS
BLOWERS
LASERS.
FUSION MACHINES
i
Bancker
BANCKER CONSTRUCTION CORR.
218 BLYDENBURGH ROAD • P.O. BOX 230 • ISLANDIA, NEW YORK 11722-0230
TEL: 516/582-8880 • FAX: 516/582-3698
Credit References George Malvese & Co., Inc.
530 Old Country Road
Hicksville, New York 11801
Tel: 516/681-7600
United States Pipe & Foundry Co.
150 White Plains Road
Tarrytown, New York 10591
Tel: 914/332-0980
Syosset Truck Sales Inc.
Jericho Tpke. at Oak Drive
Syosset, New York 11791
Tel: 516/364-0600
Joseph G. Pollard Co.,Inc.
200 Atlantic Avenue
New Hyde Park, New York 11042-5438
Tel: 516/746-0842
Gregory Hardware k Lumber
251 East Shore Road
Great Neck, New York 1102.3
Tel: 516/487-1400
SURETY The Firemen's Insurance Co. of Newark,N.J.
c/o Business Insurance Agency. Inc.
353 Veterans Memorial Highway
Commack, New York 11725-0789
Tel: 516/864-2200
BANKING National Westminster Bank - USA
240 Plandome Road, Manhasset.N.Y. 11030
Mr.Fred Geiger, Tel: 516/627-7840
Acct # 2007 11 1565
Federal I.D. #
CREDIT REF.
11-1876887
11
C
•
•
•
C
•
•
0
•
9
• 4 ' .
4. List the major construction projects your organization has underway at this
date:
Engineer/ Contract Percent Scheduled
Project Owner Architect Amount Com In ete Completion
5. List five major projects you organization has completed in the past five years:
Work Done With
Engineer/ Contract Date of Own Forces
Project Owner Architect Amount Completion % Of Work Trades
6. List the construction experience of the principal individuals of your
organization (particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
Individuals's Name Or Offige, Experience Responsible CapacitX
5cs
7. Do you have, or can you obtain, sufficient men and equipment to commence
work when required and complete the work within the Contract Time?
8. Bank References:
S" /����
QS -2
•
9. Trade Association Membership:
•,n--
h��
10. Attach current state of financial conditions showing assets, liabilities and net
worth.
•
• STATE OF
COUNTY OF,
being duly, sworn deposes and says that he is the
• ' of contractor and that
answers to the foregoing questions and all statements there n iontained are true and
correct.
Sworn to before me this day of `� u % . , 19jZ
•
Notary Public
Commission Expiration ate: 30 4�a
MARGARET KETCHAM
• Notary Public, State of New York
No 52-4823107
G.,;:aiified in Suffolk County
ComrZ'sion Expires h 30,18.`
:M
:3M
QS -3
0
0
SCAVENGER WASTE
TREATMENT PLANT
MODIFICATIONS
FOR
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
GREENPORT, NEW YORK
CAMERON ENGINEERING, P.C.
50 CHARLES LINDBERGH BLVD 811 JERICHO TURNPIKE
UNIONDALE, NEW YORK 11553 SMITHTOWN, NEWYORK 11787
AUGUST 1991
0
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
TABLE OF CONTENTS
•
TOC -1
E
Page No.
I13-1 thru I13-7
B-1 thru B-4
BB -1 thru BB -2
NC -1 thru NC -2
QS -1 thru QS -3
A-1 thru A-4
N-1
PF -1 thru PF -2
PB -1 thru PB -3
NP -1
GC -1 thru GC -42
1-1 thru 1-2
2-1
3-1 thru 3-4
4-1
5-1 thru 5-8
6-1 thru 6-2
7-1
8-1 thru 8-3
9-1
10-1 thru 10-2
11-1 thru 11-6
Title Page
Table of Contents
Notice to Bidders (Advertisement)
Instruction to Bidders
Bid (Proposal)
Bid Bond
Non -Collusive Bidding Certification
Bidder's Qualification Statement
Agreement
Notice of Award
Performance Bond
Labor and Material Payment Bond
Notice to Proceed
General Conditions
Technical Specifications:
Section 1
Section 2
Section 3
Section 4
Section 5
Section 6
Section 7
Section 8
Section 9
Section 10
Section 11
TOC -1
E
Page No.
I13-1 thru I13-7
B-1 thru B-4
BB -1 thru BB -2
NC -1 thru NC -2
QS -1 thru QS -3
A-1 thru A-4
N-1
PF -1 thru PF -2
PB -1 thru PB -3
NP -1
GC -1 thru GC -42
1-1 thru 1-2
2-1
3-1 thru 3-4
4-1
5-1 thru 5-8
6-1 thru 6-2
7-1
8-1 thru 8-3
9-1
10-1 thru 10-2
11-1 thru 11-6
•
0
I I I 1 • • : It '
HNMWMUTOI P ko lul aj.
1.1 The term "Bidding Documents" includes the following:
a)
Instruction to Bidders
b)
Bid (Proposal)
c)
Non -Collusive Bidding Certification
d)
Bidder's Qualification Statement
e)
Addenda (when applicable)
f)
Agreement
g)
General Conditions
h)
General Requirements
i)
Specifications
j)
Drawings
1.2 Complete sets of Bidding Documents must be used in preparing bids;
neither Owner nor Engineer assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
• 1.3 Owner and Engineer in making copies of Bidding Documents available
do so only for the purpose of obtaining bids on the work and do not
confer a license or grant for any other use.
1.4 Failure to comply with any of the following instructions shall constitute
cause for which the Bid may be rejected.
2. BID FORM
2.1 Each bid shall be made on the "Bid Form" attached hereto and shall
0 remain attached hereto as one of the Bid Documents.
2.2 All blanks on the Bid Form must be completed in ink, in both words
and figures with the unit or total sum, or both, for which the Bid is
made.
2.3 Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other corporate officer accompanied
by evidence of authority to sign) and the corporate seal must be affixed
•
IB -1
0
U,
•
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation must be shown below the signature.
2.4 Bids by partnerships must be executed in the partnership name and
signed by a partner, whose title must appear under the signature and
the official address of the partnership must be shown below the
signature.
• 2.5 All names must be printed below the signature.
2.6 The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
2.7 The address and telephone number for communications regarding the
Bid must be shown.
2.8 If Bids contain any omissions, erasures, alterations, additions or items
not called for in the itemized bid or contain irregularities of any kind,
such may constitute cause for rejection of the Bid. In case of any
discrepancy in the unit price or amount bid for any item in the Bid, the
unit price, as expressed in written words, shall govern.
•
Bids shall be delivered by the time and to the place stipulated in the advertisement
and shall be enclosed in an opaque sealed envelope, marked with the Project Title
and name and address of the Bidder and accompanied by the Bid Security and other
required documents. If the Bid is sent through the mail or other delivery system, the
• sealed envelope shall be enclosed in a separate envelope with the notation 'BID
ENCLOSED" on the face of it. It is the sole responsibility of the Bidder to see that
his bid is received in the proper time.
0.11 M 9011
4.1 Bid security shall be submitted with Bid in the amount of five (5%)
percent of the Bid. Security shall be in the form of a certified check
or Bid Bond by a Surety Company authorized to do business in the
State of New York.
• 42 The Bid Security, except those of the Successful Bidder and the second
and third lowest bidders, will be returned as soon as practicable after
the bid openings.
• 43 Bid Security of the second and third lowest bidders will be returned as
IB -2
C
•
soon as practicable after signing of the Contract, but the Owner shall
not retain them more than forty-five (45) days after opening of bids,
• except by mutual agreement.
4.4 The Bid Security of the Successful Bidder will be retained until such
bidder has executed the Agreement and furnished the required
Contract Security. If the Successful Bidder fails to execute and deliver
the Agreement and furnish the required Contract Security within
fifteen days after the Notice of Award, Owner may annul the Notice
of Award and the Bid Security of that bidder will be forfeited.
• The number of days within which the work is to be completed and ready for final
payment is set forth in the Agreement.
• 6. LIQUIDATED DAMAGES
Provisions for Liquidated Damages are set forth in the General Conditions.
7. QUALIFICATIONS OF BIDDERS
•
Any Bidder must be prepared to present within five days of Owner's request the
"Bidder's Qualification Statement" giving written evidence of experience, ability and
financial standing as well as present commitments and an inventory of facilities and
equipment. The Owner reserves the right to reject any bid if the evidence submitted
• by,or investigation of, such Bidder fails to satisfy the Owner that such Bidder is
properly qualified to carry out the obligations of the Contract and to complete the
work contemplated therein.
11 • •:IM Pic I � 11 •' •
•
8.1 Before submitting a proposal, all bidders shall carefully examine the
Drawings, Specifications and other Bid Documents, shall visit the site
of the proposed work and shall become fully informed of conditions
and limitations associated with fulfilling the requirements of the
• Contracts.
8.2 No plea of ignorance of misunderstanding of conditions that exist or
that may hereafter exist, or of conditions or difficulties that may be
encountered in the execution of the work under this Contract, as a
result of failure to make the necessary examinations and investigations
•
IB -3
40
•
as may be expected of a reasonable prudent bidder, will be accepted
as an excuse for any failure or omission on the part of a Contractor to
fulfill in every detail all of the requirements of the Bid Documents, or
will be accepted as a basis for any claims whatsoever for extra
compensation, or for an extension of time.
8.3 Reference is made to the General Requirements for subsurface
• information obtained during design of the Project.
9.1 All questions about the meaning or intent of the Contract Documents
are to be directed to Engineer. Interpretations or clarifications
considered necessary by Engineer in response to such questions will be
issued by Addenda mailed or delivered to all parties recorded by
Engineer or Owner as having received the Bidding Documents.
Questions received less than ten days prior to the date for opening of
bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect.
• 9.2 Addenda may also be issued to modify the Bidding Documents as
deemed advisable by Owner or Engineer.
10. MODIFICATIONS
• Bids shall not contain any recapitulation of the Work to be done. Modifications,
exceptions or oral bids will not be considered.
• Erasures or other corrections in the Bid Form must be initialed by the person signing
the Bid Form.
I ./II.10;
• 12.1 Any bidder may withdraw his bid, either personally or by written
request, if such request is received by the Owner prior to one (1)
minute before the scheduled closing time for receipt of bids.
12.2 All bids will remain subject to acceptance for forty-five days after the
day of the bid opening, but Owner may, in its sole discretion, release
•
IB -4
U
any prior to that date.
• 12.3 If, within twenty-four hours after bids are opened, any Bidder files a
duly signed, written notice with Owner and promptly thereafter
demonstrates to the reasonable satisfaction of Owner that there was a
material and substantial mistake in the preparation of its bid, that
bidder may withdraw its bid. Thereafter, that bidder will be
• disqualified from further bidding on the work to be provided under the
Contract Documents.
•i• • We ' ; 0
The Bidder must be capable of performing the work required in the Contract and
• shall perform a substantial portion thereof with his own resources. Reference is
made to the General Conditions for work by subcontractors.
LEMON iJAW' : i
• No person, firm or corporation shall be allowed to make more than one bid for the
same work, unless alternate bids are called for. A person, firm or corporation who
has submitted a bid to a bidder, or who has quoted prices on materials to a bidder,
is not hereby disqualified from submitting a bid or quoting prices to other bidders.
• 15. NON -COLLUSIVE BIDDING CERTIFICATION
Each bidder submitting a bid to the Owner for the work contemplated by the Bid
Documents on which bidding is based shall execute and attach thereto an affidavit
substantially in the form herein provided (Non -Collusive Bidding Certification), to
• the effect that he has not colluded with any other person, firm, or corporation in
regard to any bid submitted.
16. AWARD OF CONTRACT
• 16.1 Owner reserves the right to reject any and all bids, to waive any and
all informalities not involving price, time or changes in the work and
to negotiate contract terms with the Successful Bidder, and the right
to disregard all nonconforming, nonresponsive, unbalanced or
conditional bids. Also, Owner reserves the right to reject the bid of
any bidder if Owner believes that it would not be in the best interest
• of the Project to make an award to that Bidder, whether because the
bid is not responsive or the bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria
established by Owner. Discrepancies in the multiplication of units of
work and unit prices will be resolved in favor of the unit prices.
•
IB -5
•
•
•
Discrepancies between the indicated sum of any column of figures and
the correct sum thereof will be resolved in favor of the correct sum.
16.2 In evaluating bids, Owner will consider the qualifications of the
bidders, whether or not the bids comply with the prescribed
requirements, and such alternates, unit prices and other data, as may
be requested in the Bid Form or prior to the Notice of Award.
•
16.3 Owner may conduct such investigations as Owner deems necessary to
assist in the evaluation of any bid and to establish the responsibility,
qualifications and financial ability of bidders to perform and furnish
the Work in accordance with the Contract Documents to Owner's
9 satisfaction within the prescribed time.
16.4 If the Contract is to be awarded, it will be awarded to the Lowest
Bidder whose evaluation by Owner indicates to Owner that the award
will be in the best interests of the Project.
0 16.5 If the Contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within forty-five days after the day of the bid
opening.
17. PERFORMANCE BOND AND LABOR AND MATERIALS PAYMENT
• BOND
The General Conditions sets forth the Owner's requirements as to Performance and
Labor and Materials Payment Bonds. When the Successful Bidder delivers the
executed Agreement to Owner, it must be accompanied by the required Performance
• and Payment Bonds.
18. INSURANCE
The General Conditions set forth Owner's requirements as to Insurance. When the
0 Successful Bidder delivers the executed agreement to Owner, it must be accompanied
by the required Insurance Certificates.
19. MAINTENANCE BOND
• The Successful Bidder will be required to provide a Maintenance Bond for a period
of one (1) year from the date of final acceptance, against any and all omissions and
defects which may develop or require attention as a result of his performance of the
Contract.
•
o
11
•
• When Owner gives a Notice of Award to the Successful Bidder, it will be
accompanied by three copies of the Agreement with all other written Contract
Documents attached. Within fifteen days thereafter, Contractor shall sign and deliver
the Agreement and attached documents to Owner with the required Bonds and
Insurance coverage. Within ten days thereafter, Owner shall deliver one fully signed
copy to Contractor. Each copy is to be accompanied by a complete set of the
Drawings with appropriate identification.
A Prebid Conference will be held as indicated in the Notice to Bidders.
Representatives of Owner and Engineer will be present to discuss the Project.
Engineer will transmit to all prospective bidders of record such Agenda as Engineer
considers necessary in response to questions arising at the Conference.
•
•
C
•
•
U
IB -7
0
0
•
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
Bid of �A-hncT s L'%rv-#-"t-4 Cb-, /^,-L
herein after called 'Bidder", a hJ;EW YIMUL.. corporation/
• (State)
s-partnership/an individual doing business as
to Gw%j 09- Z047 -"U4 _ _ _ _ hereafter called "Owner".
.-A
0
•
•
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of
4'
1400I1-4Grs-* I To TowtJ Or- $s.TN4%► 9a&,.MWW4 uJAC-M
T&9*-,r#A%vqr Amar GA&W#JPe10,T tJSw o -d
having examined the Bidding Documents and the following Addenda (receipt of
which if hereby acknowledged):
Date Number
• and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
of which this Proposal becomes a part thereof.
C
•
PROPOSAL
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
• Lump sum price for Mechanical Bar Screen, complete.
In Words: N Dollars
and v Cents
•
In Figures: $ S s 3 0, o v
r7
.-A
Item No. 2 - Grit Removal System
Lump sum price for Grit
ritR�emoval System, complete.
• In Words: Dollars
and �j o Cents
In Figures: $ �� 4 o v• 0 0
•
Item No. 3 - Odor Control Piping Modifications
• Lump sum price for Odor Control Piping Modifications, complete.
-T-J.- it v
In Words: S 4- a Q�-� - ► 1 - / tom- ' Dollars
and a Cents
•
In Figures: $"7� 7 S 0. o v
•
40
•
Item No. 4 - Concrete
• Lump sum price for Concrete, complete.
'C4:r� 'T 1. o•.s•_.� w_.�
In Words: Dollars
and v Cents
• In Figures: $ -3 v 0 3 0, 0 V
• Item No. 5 - Masonry
Lump sum price for Masonry, complete.
In Words: N �_ 1 •1 w 1 S : Dollars
•
and N Cents
In Figures: $ S 7• G o, o v
•
Item No. 6 - Air Compressor
• Lump sum price for Air Compressor, complete.
In Words: Dollars
and v Cents
•
In Figures: $ 1, 0 S o. o a
•
MR
L --A
•
Item No. 7 - Electrical Work
• Lump sum price for Electrical Work, complete.
wd\vim
In Words: \-\"-I I - ..l j a Dollars
and N o Cents
• In Figures: $ 9 0 . o o
• Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
In Words: N ! . a - -.1 C, ; Dollars
• and Cents
In Figures: $ 3 c7 G o 00
•
Item No. 9 - Roofing
Lump sum price for Roofing, complete.
�- o"r- o s a it \` r
• In Words: Dollars
and i j o Cents
In Figures: $ 7 0• ay
•
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: Dollars
and SJ d Cents
• In Figures: $ (G . oy
B-4
•
!
•
•
TOTAL OR GROSS BID IN FIGURES: 10 ;k. 3 `i 3 'i . 0 0
TOTAL OR GROSS BID WRITTEN IN WORDS:
. _ / \ �+ (= d s-- and
,Dollars
Cents
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
guarantees are in accordance with the requirements contained in the Contract
Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
1 g_p days from the date of Award of Contract.
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
NAME OF BIDDER �A""''�'t S H ��-�� �y C' •+ •
ADDRESS OF BIDDER
t1'4 P► t &J %I tis w r f T GR.Ut.• t t 03
! TELEPHONE NUMBER
SIGNED BY `�
TITLE ibo"Mds rt'slo*'Piroo
DATE
Im
L
C]
•
•
•
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as Principal, and
hereby held firmly bound unto
as Surety, are
in the Penal Sum of
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
Signed this day of , 19
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Principal has submitted to
a certain bid, attached hereto and hereby made a part hereof, to enter into a
Contract in writing, for the
NOW, THEREFORE,
•
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
0 Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
•
I' '
0
•
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
Principal
0 by
•
L�
•
•
•
• NON -COLLUSIVE BIDDING CERTIFICATION
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 party thereto certifies as to its
own organization under penalty of perjury, that to the best of his knowledge and
belief:
1. The prices in this Bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
` competition, as to any matter relating to such prices with any other bidder or
with any competitor;
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
•
Dated Jr&t$A *K -Y ( , 199,•
•
Legal Name of Person, Firm
or Corporation
by
W) a" J)d"M V 9 , OR03 t otwr
• THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF LTTE
BIDDER IS A CORPORATION:
•
•
0
ed that
L.1AW+ A. 00"k pc e$4S%14biJ1r 0V- ZA*Ao 4= �.►�,.�,.� Co.(�e.
(Name and Title of Signator and Name of Corporation)
be authorized to sign and submit the Bid Proposal of this corporation for the
following project.
NC -1
•
•
r
•
•
•.
•
•
•
0
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by
(Name of
Corporation at a meeting of its Board of Directors held on the
Corporation)
day of r—E6A--)A," , 1g i v.
(SEAL OF CORPORATION)
e
NC -2
•
•
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the truth and correctness of
all statements and of all answers to interrogatories hereinafter made.
• ���UG� 4.
SUBMITTED BY: V '"/ ���►� K A Corporation
A Go Partnership
Aj3 indi ridzi21 _
• PRINCIPAL OFFICE:
'75"&A4s T ?,*rI'Wt leper
aj4...JW1*60 , /✓dw yo' -W4 /i103
•
PRINCIPAL OFFICERS
BACKGROUND
• PROFESSIONAL
=E NAME ADDRESS OR TRADE
jkW$0% 'r w�w�Mh ►1 . SIR*k: 1610 A �Koe'rV0., 47&s&*, MM
&V.1. *T"*6 aSTw.w a. �+►w,w... 14""S Cr. e*#Z Td*ffW"
v. e . T.».• we. a.,M14c. Q is
S Ole . w%' -%A&M K.144000AKI 1a �� oma 4�. , �l,ow.«,..Z 44
• 1. How many years has your organization been in business as a general
contractor under its present business name? 3,5'YgA ,
•
2. You normally perform what percent of the work with your own forces?
% List trades below:
"Ae N q
•
3. Have you ever failed to complete any work awarded to you? 0 . If so,
note where and why.
•
QS -1
F:
a
JOBS UNDER CONSTRUCTION
- EFFECTIVE SEPTEMBER
30, 1991
PAGE 1
PROJECT & LOC.
OWNER
COMPLETION DATE
% COMPLETE
Great Neck North
Great Neck UFSD
640,426.05
October
1991
99%
High School
Cedar Creek WPCP
Nassau County
18,042,312.85
November
1991
99%
Phase IVA-G.C.
Cedar Creek WPCP
Nassau County
560,556.48
November
1991
94%
Phase IVA-Plumbing
Nassau County
Nassau County
564,151.00
November
1991
99%
Corretional South
Wing Showers
Coney Island WPCP
NYC Dept. of
2,075,310.00
June 1992
93%
Aeration Facilities
Environmental
(Silverite) 7G
Protection
No. Hempstead Park
Town of North
1,253,003.38
November
1991
99%
P.A.C. Building
Hempstead
Leachate Treatment
Town of North
8,517,165.04
November
1991
95%
Facility Cont. #1
Hempstead
Bay Park W.P.C.P.
Nassau County
7,968,259.64
December
1991
83%
Phase IV B
t
Cedar Creek WPCP
Nassau County
3,334,267.70
November
1991
99%,
S Bldg. Recommis .
Port Washington
Port Washington Water
123,343.00
November
1991
98%
WPCP-Replace Pump
Pollution Control
Station R
District
NY Aquarium
NY Zoological
1,989,413.00
January 1992
76%
Sea Cliffs Exhibit
Society
Bay Park W.P.C.P.
Nassau County
672,390.00
November
1991
95%
Digester Gas
Wards Island WPCP
NYC Dept. of
1,117,700.00
February
1992
49%
Sludge Dewatering
Environmental Prot.
JOBS UNDER CONSTRUCTION - EFFECTIVE SEPTEMBER 30 1991
PROJECT & LOC. OWNER
Page 2
COMPLETION DATE % COMPLETE
Cedar Creek W.P.C.P.
Nassau County
477,400.00
August 1992
80%
Phase IVB
Jamaica W.P.C.P.
NYS-Dept. of
5,050,000.00
February 1992
17%
Sludge Dewatering
Environmental Prot.
Contract #56G
Jamaica W.P.C.P.
NYS Dept. of
914,940.00
February 1992
35%
Sludge Dewatering
Environmental Prot.
Contract #56P
Nassau Correctional
Nassau County
6,516,089.29
February 1992
89%
832 Cell Consolidation
Sea Crest/Perini
L.I. Development Ctr.
NYS Facilities
1,073,820.00
January 1992
2%
Denitrification Sys.
Development Corp.
at Sewage Plant
C.W. Post College
L.I. University
723,485.04
April 1992
50%
Wastewater Pumping Sta.
Single Campus
Schumacher & Forell
1,555,368.65
November 1991
99%
Consolidation
Inc. & AIL Systems
t
Bay Park W.P.C.P.
Sea Crest/Picone/F&V
9,505,354.92
December 1991
96%
S.W. Sludge Dewatering
Tri -Venture
Facility
Coney Island WPCP
NYC Dept. Environ.
19,840,850.00
January 1994
2%
Sludge Thickening Fac.
Protection
Contract 8G - J.V.
Martin Luther Ring
Village of Freeport
237,157.00
November 199,1
93%
Pool Rehabilitation
JOBS UNDER CONSTRUCTION - EFFECTIVE SEPTEMBER 30 1991 '
PROJECT & LOC. OWNER
Manhasset -Lakeville Manhasset -Lakeville 818,300.00
W.W.T.P. Searingtown Water District
Road Pump Station
Suffolk County Suffolk County 358,880.00
Correctional West
Wing Add & Alt
Cedar Creek W.P.C.P. Nassau County 3,937,276.00
Admin. Bldg. Lab. Exp.
G.C. and Plumbing
Correctional
Page 3
COMPLETION DATE % COMPLETE
April 1992 0%
April 1993 0%
March 1993 2%
RECENTLY COMPLETED
PROJECTS - EFFECTIVE SEPTEMBER 30,
1991
PROJECT & LOCATION
OWNER
CONSULTANT
CONTACT
TELEPHONE
Jericho Water
Jericho Water
Sidney Bowne
W.
Pedalino
516 921-8280
District -Well #22-
District
and Son
Holbrook Firehouse
Holbrook Fire
Schaardt &
R.
Fullan
516 785-2378
District
Fullan
Satellite Maint.
Nassau County
Irving
Comm. L. Hasl
516 535-2003
Facility
Kleinman
Port Washington
Port Washington
William F.
J.
Marturano
516 365-9880
S.T.P. Improvements
Water Pollution
Colsulich
Control District
IKEA Inc.
IKEA, Inc.
Dominion
F.
Scalza
516 249-0888
Broadway Mall
Construction
Bayview Avenue &
Great Neck Water
William F.
J.
Marturano
516 365-9880
Grist Mill Pumping
Pollution Control
Cosulich Assoc.
Stations
District
Chemical Storage
Entenmann's Inc.
ERM Group
H.
Ritter
516 273-6000
Tank
1
Imps. to Sewage
Great Neck Water
William F.
J.
Marturano
516 365-9880
Treatment Plant
Pollution Control
District
Tobay Beach Waste
Town of Oyster
Lockwood,
K.
Smith
516 938-0600
Water Supply Well
Bay
Kessler &
Bartlett
Suffolk County Suffolk County Lawrence L. D. Mastanduno
Office Building Smith Assoc. 516 273-2333
Renovation
Heckscher State NYS Office of NYS Office G. Nonnon 516 669-1000
Park Park of Park
PAGE 1
CONTRACT DATE
114,640 7/91
335,522 6/91
266,220 6/91
233,460 6/91
454,196 4/91
1,879,661 2/91
236,605 2/91
156,773 1/91
198,700 6/90
178,086 6/90
138,800 5/90
I
RECENTLY COMPLETED
PROJECTS - EFFECTIVE SEPTEMBER 30,
1991
PROJECT & LOCATION
OWNER
CONSULTANT
CONTACT TELEPHONE
Floral Park
Village of
Seelye,
M. Hillman 516 349-7540
DPW Garage
Floral Park
Stevenson,
L.I. Development
NYS Facilities
H2M Group
Value & Knecht
_
Alts. to Various
Rockville Centre
Fred H. Thomas
J. Roussine 516 222-2177
Schools
U.F.S.D.
PAGE 2
CONTRACT DATE
239,400 5/90
177,310 5/90
Long Beach S.T.P.
City of Long
William F.
J. Marturano
516
365-9880
7,282,800
Long Beach, NY
Cosulich Assoc.
L.I. Development
NYS Facilities
H2M Group
G. Older
516
756-8000
618,300
Center S.T.P.
Development Corp.
Cedar Creek WPCP
Nassau County
Malcolm Pirnie
Comm. Hasl
516
535-2003
562,345
Phase IIIC Generators
Nassau Beach
Nassau County
Greenman-
Comm. Hasl
516
535-2003
182,944
Maintenance Bldg.
Pedersen
Bay Park W.P.C.P.
Nassau County
Hazen & Sawyer
Comm. Hasl
516
535-2003
3,196,414
Phase II-Silverite
Medford Resident
NYS Office of
N.Y.S. O.G.S.
S. Nolan
212
519-5191
124,729
Engineer
General Services
Windwatch S.T.P.
Subcontract
Nelson & Pope
R. Lisi
516
621-1100
1,443,084
E.W. Howell Co.
Red Hook WPCP
NYS Dept. of
Hazen and
J. Ramaglia
212
566-3513
1,214,134
Brooklyn Envir. Prot. Sawyer
So. Farmingdale So. Farmingdale H2M Group P. Granger 516 756-8000
Replace Plant Meters Water Dist.
Riverhead Suffolk County Beatty and G. Beatty 212 563-0565
Correcitonal Fac. Harvey
3/90
2/90
12/89
12/89
12/89
12/89
12/89
12/89
108,619 11/89
401,042 11/89
i
RECENTLY COMPLETED PROJECTS - EFFECTIVE SEPTEMBER 30 1991
PROJECT & LOCATION OWNER CONSULTANT CONTACT TELEPHONE
Port Washington Port Washington William F. J. Marturano 516 365-9880
C&F Pump Stations Water Pollution Cosulich Assoc.
Control District
LILCO Backflow Long Island LILCO M. Granath 516 420-6110
Roslyn & Bellmore Lighting Co.
PAGE 3
CONTRACT DATE
716,790 10/89
162,857 10/89
Bay Park WPCP Nassau County Hazen and Comm. Hasl 516 535-2003 14,811,648 10/89
Phase IIIA
Ocean Beach Village of
Well #3 Ocean Beach
Calgon Carbor SCWA Suffolk County
Various locations Water Authority
Uniondale Schools Uniondale Public
Schools
Renovate Police Suffolk County
Garage, Yaphank
Nassau County Jail Nassau County
Multi Purpose Bldg.
Sands Point Village of Sands
Wells No. 2 & 5
Bay Park W.P.C.P. Nassau County
Pt. Jefferson Suffolk County
Waste Water Treat-
ment Plant
Bay Park W.P.C.P. Nassau County
Phase I 70 MGC (JV)
Sawyer
RE Pustorino E. Reilly 516 499-1888
Calgon Carbon B. Laghi 412 787-6839
Corp.
James J. Campbell 516 587-1984
Campbell Assoc.
Suffolk Co. A. Broderick 516 282-1545
Alan Comm. Hasl
Friedland
Sidney Bowne R. Stanton
& Son
Hazen & Sawyer Comm. Hasl
Havens & E. Byrne
Emerson
141,180 10/89
326,800 9/89
122,744 9/89
344,063 6/89
516
535 2003
433,574
4/89
516
746-2350
186,658
6/89
516 535-2003 3,175,385
516 466-4100 2,253,681
Hazen & Sawyer Comm. L. Hasl 516 535-2003 7,601,920
3/89
1/89
1/89
Syosset Schools
Syosset UFSD
Sanitary Sewer
Connections
Newsday Plant
Newsday
Improvements
RECENTLY COMPLETED
PROJECTS - EFFECTIVE SEPTEMBER 30,
1991
PROJECT & LOCATION
OWNER
CONSULTANT
CONTACT
TELEPHONE
Bay Park W.P.C.P.
Nassau County
Hazen & Sawyer
Comm. L. Hasl
516 535-2003
Phase II Plumbing
Huntington S.W.F.
q
Town of
H2M Group
A. Fisher
-
51� 756 8000
Mech. (Ferran)
Huntington
Topic House
Nassau County
Cafarelli
Comm. L. Hasl
516 535-2003
Syosset Schools
Syosset UFSD
Sanitary Sewer
Connections
Newsday Plant
Newsday
Improvements
Roslyn Pump
Nassau County
Station
Jones Beach State
New York State
Park East Bathhouse
Office of
General Service
Associates
Mignone Assoc. I. Bernson
PAGE 4
CONTRACT DATE
212,081 12/88
2,928,800 12/88
129,800 11/88
516 661-6782 693,000 9/87
Austin Company C. Leavitt 201 756-9000 1,220,979 8/87
Velzy Assoc.
Owner
Comm. L. Hasl 516 535-2003
S. Nolan
East Hampton SWT Town of East Holzmacher, A. Fisher
Hampton McLendon & Murrell
C.V.M. Facility Town of Oyster Alan Friedland A. Friedland
Bay Associates
516 785-1160
516 752-9060
516 931-6611
405,414 7/87
303,186 6/87
812,500 12/86
274,500 12/86
Seven Pumping Stat. Suffolk County Charles Velzy V. Decollibus 516 742-8831 535,000
S.W. Sewer Dist. Associates
Southold W.C.P.C. Town of Southold Holzmacher, G. Desmarias
McLendon & Murrell
Clinton G. Martin Town of Sverdrup & K. Clausen
Swimming Pool N. Hempstead Parcel
516 727-3480 778,000
12/86
12/86
212 695-4959 1,745,000 6/86
1
RECENTLY COMPLETED PROJECTS - EFFECTIVE SEPTEMBER 30, 1991
PROJECT & LOCATION OWNER CONSULTANT CONTACT TELEPHONE
Inwood W.P.C.P. Nassau County Velzy Assoc. Comm. L. Hasl 516 535-2003
Digester Improv.
Riverhead S.W.T.P. Town of Riverhead H2M Assoc. A. Fisher 516 752-9060
PAGE 5
CONTRACT DATE
1,148,000 12/85
2,230,641 12/85
(#a»1es c_T cculla_gh Co., Sm.
ESTABLISHED 1916
7S EAST BETHPA13E ROAD
PLAINVIEW, NEW YORK 11803-4201
T 11011 (54 293-8800
Construction experience of individuals -principals and employees:
TITLE/ YEARS OF
NAME POSITION CONSTRUCTION CAPACITY
EXPERIENCE
William I1. Doremus President 30 Executive Officer
Arthur G. Marvin Executive V.P. 27 Superintendent &
Treasurer
John W. Clukies, II Vice Pres.
William M. iieberer, Jr. Secretary
Ellyn Steinberg
Jack Wettengel
William Koran
Michael Luger
Gerald Werner
Richard Felicetta
Keith Olsen
8/91
Controller
Gen. Supt.
Gen. Supt.
Project Manager
Project Manager
Project Manager
Project Manager
Manager
21
Management &
Engineering
27
General Admin.
Manager
23
Administration
25
Field & General
Supervision
28
Field and General
Supervision
19
Project Manager
26
Project Manager
10
Project Manager
10
Project Manager
r
•
4. List the major construction projects your organization has underway at this
• date: SFT kttA-e 090
Engineer/ Contract Percent Scheduled
Project Owner Architect Amount Complete Completion
•
5. List five major projects you organization has completed in the past five years:
• SE & A4-rTA'C erg r>
Work Done With
Engineer/ Contract Pate of Own Forces
Prgiect Owner Architect Amount Completion % Of Work Trades
•
• 6. List the construction experience of the principal individuals of your
organization (particularly the anticipated project supervisors): pti t"Ac*s,
i
Present Type of Work
Position Years of For Which In What
• Individuals's Name Or Office Experience Responsible a a i
•
7. Do you have, or can you obtain, sufficient men and equipment to commene
work when required and complete the work within the Contract Time? '-Ie s
•
8. Bank References: ��cu►E"S µ P' ` �"' "r'' - V 0 ?'
%it or
(iv o t)I.V&A t-6L.%..w F.aa>
QS -2
0
j
JAMES McCULLAGH CO., INC. AND AFFILIATE
COMBINED FINANCIAL STATEMENTS
YEARS ENDED
DECEMBER 31, 1990 AND 1989
:BEP. DE:
A BEC PRACTICE SECTION
YORK BTATE SOCIETY OE
:TIEIED PUBLIC ACCOUNTANTS
JERSEY SOCIETY OE
:TIEIED PUBLIC ACCOUNTANTS
•A WORLDWIDE ABSOCIATION OE
-- EIRI.IS
BOREK, ST❑CKEL & COMPANY
CERTIFIED PUBLIC ACCOUNTANTS, P.C.
ONE GATEWAY PLAZA • PORT CHESTER, NEW YORK 10573-4650
TELEPHONE: (914) 934-2400 FAX: (914) 937-0344
INDEPENDENT AUDITORS' REPORT
To the Board of Directors and Stockholders
James McCullagh Co., Inc. and affiliate
75 East Bethpage Road
Plainview, New York 11803
We have audited the accompanying combined balance sheets of James
McCullagh Co., Inc. and affiliate as of December 31, 1990 and 1989, and
the related combined statements of income, retained earnings, and cash
flows for the years then ended. These combined financial statements are
the responsibility of the Company's management. Our responsibility is
to express an opinion of these combined financial statements based on
our audits.
We conducted our audits in accordance with generally accepted auditing
standards. Those standards require that we plan and perform the audits
to obtain reasonable assurance about whether the combined financial
statements are free of material misstatement. An audit includes
examining, on a test basis, evidence supporting the amounts and
disclosures in the combined financial statements. An audit also
includes assessing the accounting principles used and significant
estimates made by management, as well as evaluating the overall combined
financial statement presentation. We believe that our audits provide a
reasonable basis for our opinion.
In our opinion, the combined financial statements referred to above
present fairly, in all material respects, the financial position of ,
James McCullagh Co., Inc. and affiliate as of December 31, 1990 and
1989, and the results of their operations and their cash flows for the
years then ended in conformity with generally accepted accounting
principles.
Our audits were made for the purposes of forming an opinion on the basic
combined financial statements taken as a whole. The accompanying
information in pages 23 through 33 is presented for purposes of
additional analysis and is not a required part of the basic combined
financial statements. Such information has been. subjected to the
auditing procedures applied in the audit of the basic combined financial
statements and, in our opinion, is fairly stated in all material
respects in relation to the basic combined financial statements taken as
a whole.
BOREK, STOCKEL & COMPANY
Certified Public Accountants, P.C.
lz�
Port Ch ster, New York
March 4, 1991
NEW JERSEY OFFICE: 2035 LINCOLN HIGHWAY • EDISON. NEW JERSEY 08617-3351
TELEPHONE.: (201) 248-9550 FAX: (201) 248-9554
10
-2 -
JAMES McCULLAGH CO., INC. AND AFFILIATE
COMBINED BALANCE SHEETS
DECEMBER 31, 1990 AND 1989
1990
1989
A S S E T S
Current assets:
Cash and cash equivalents
$ 165,746
$ 1,996,008
Short-term investments
540,354
-
Marketable securities
1,799,986
240,628
Current portion of mortgages and
notes receivable
15,846
22,173
Current portion of notes receivable -
common stock issuance
49,433
49,433
Accounts receivable, net of allowance for
doubtful accounts (1990 $394,061;
1989 $212,727)
4,631,332
6,318,340
Retainage receivable
1,544,056
1,667,016
Bonds substituted for retainage
1,341,301
793,207
Costs and estimated earnings in excess
of billings on uncompleted contracts
1,051,802
701,225
Inventory
101,237
95,661
Investment in unconsolidated joint ventures
781,892
729,814
Prepaid expenses and other receivables
149,924
102,593
Total current assets
12,172,909
12,716,098
Property, plant and equipment:
Land
1389123
138,123
Building and improvements
6861398
686,398
Machinery and transportation equipment
787,682
661,440
Furniture and fixtures
289,663
283,672
1,901,866
1,769,633
Less accumulated depreciation
1,006,862
873,012
Net property, plant and equipment
895,004
896,621
Other assets:
Mortgages and notes receivable, net of
current portion
109,622
58,509
Notes receivable - common stock issuance,
net of current portion
49,434
98,867
Loans receivable - officers
84,869
207,398
Cash value of officers' life insurance
147,838
84,216
Total other assets
391,763
448,990
Total assets
$13,459,676
$14,061,709
-3-
Commitments and contingencies
Stockholders' equity:
Common stock 168,000 168,000
Additional paid -in capital 242,901 242,901
Retained earnings 5,919,306 51569,466
6,330,207 5,980,367
Less treasury stock 471,500 471,500
Total stockholders' equity 5,858,707 5,508,867
Total liabilities and stockholders'
equity $13,459,676 $14,061,709
See notes to combined financial statements.
1990
1989
LIABILITIES AND STOCKHOLDERS' EQUITY
Current liabilities:
Current portion of long-term debt
$ 121,668
$ 219,417
Accounts payable
1,655,988
3,751,825
Accounts payable - affiliate
378,485
290,338
Retainage payable
516,685
308,630
Billings in excess of costs and estimated
earnings on uncompleted contracts
3,253,289
21238,973
Accrued expenses
425,973
132,059
Fringe benefits and payroll taxes payable
104,782
154,362
Advance from joint venture
80,000
80,000
Income taxes payable
214,449
-
Deferred income taxes
31,878
-
Total current liabilities
6,783,197
7,175,604
Long-term debt, net of current portion
817,772
1,208,648
Loans payable - related parties
-
168,590
Total liabilities
•7,600,969
8,552,842
Commitments and contingencies
Stockholders' equity:
Common stock 168,000 168,000
Additional paid -in capital 242,901 242,901
Retained earnings 5,919,306 51569,466
6,330,207 5,980,367
Less treasury stock 471,500 471,500
Total stockholders' equity 5,858,707 5,508,867
Total liabilities and stockholders'
equity $13,459,676 $14,061,709
See notes to combined financial statements.
LM
•
•
•
•
•
•
lu
lu
0
9. Trade Association Membership:
10. Attach current state of financial conditions showing assets, liabilities and net
worth. S f f BOE -T -AC"V>
STATE OF �WIAW—
COUNTY
OF 14*Ss�"" )
WI UU M"^ N • Nt"J5 being duly, sworn deposes and says that he is the
00'jr- of T*M6.S c- contractor and that
answers to the foregoing questions and all statements therein contained are true and
correct.
N
Sworn to before me this day of 19 q'Y
Notary Public Y� EVELYN DELLA RATTA
Commission Expiration Date: Notary Public, State of New Yok
7cp ie in Nassau
t
Qualified in Nassau counh 2l—
Commission Expires May 27,
QS -3
SCAVENGER WASTE
TREATMENT PLANT
MODIFICATIONS
FOR
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
GREENPORT, NEW YORK
CAMERON ENGINEERING, P.C.
50 CHARLES LINDBERGH BLVD 811 JERICHO TURNPIKE
UNIONDALE, NEW YORK 11553 SMITHTOWN, NEW YORK 11787
AUGUST 1991
JUDITH T. TERRY Town Hall, 53095 Main Road
TOWN CLERK P.O. Box 1 179
REGISTRAR OF VITAL STATISTICS Southold, New York 11971
MARRIAGE OFFICER Fax (516) 765-1823
Telephone (516) 765-1801
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
Halcyon Construction Corp.
65 Marble Avenue
Pleasantville, New York 10570
Gentlemen:
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 5%
Bid Bond.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned HALCYON CONSTRUCTION CORP. , 65 MARBLE AVE, PLEASANTVILLE, NY \
as Principal, and GENERAL INSURANCE COMPANY OF AMERICA as Surety, are
(5%) FIVE PERCENTUM OF ACCOMPANYING BID in the Penal Sum of
herebyheld firmly bound unto TOWN of SOUTHOLD
GREENPORT, NEW YORK
for the payment of which, well
and truly to, be made,we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
Signed this 6TH - day Of FEBRUARY , 1992 .
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Principal has submitted to TOWN OF SOUTHOLD, GREENPORT, NEW YORK
a certain bid, attached hereto and hereby made a part hereof, to enter into a
Contract in writing, for the
SCAVENGER WASTE TREATMENT PLANT
NOW, THEREFORE,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
an
0
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
HALCYON CONSTRUCTI N C�qRP.
Pr' c' al
by
GENERAL INSURANCE COMPANY OF AMERICA
SURETY
CLAIRE A. GLEA$bN --ATTORNEY-IN-FACT
:: J
- ACKNO'WED G c iEN T OF SURETY '
r ' .
S Tr1Tc OF NE r YORK
k ss:
COt'Nri OF W c3 LCa:-:STzR
ON TTS 6TH uAY OF FFBy 992, BEFORE HP:u..SO:=Lv C A.:. u`
CLAIRE A. GUARNO =0 R:;U v -ii, �r.C, BE.:;G 3'� iE= ' S-• „
,.u? �DIS
D ='OSE A: S `-' T__ - HE R==-�E.. I PLEASANTVILLE T% ==
OF GENERAL /+
CJ t �.? _-_0:+ D:._ .._- _ I_; s:�l! Iv r. -l.: ..__._. J .-� T -Z-7-1 _
.C,.-.-.. 07 C=- C . _ t-- a , 1 �__ 1 ._ C�_- — _ __ —_ C-_-:
0?..:_ : ()T T-.='
B': LI::E Oc"'-E .
NOTARY PLBL:C. dare 11';ew York
'Jo l�nr
Qualifies ,n 'Neste ester Count
Commissi°n Expires May 5. 1q��
STA -L.:- OF1`I
�
CCTNITY OF
•• T:. t� DAY OF _• Laa BE=�7RE v� PE?.SuS.►I.L_ =!E
TO a R:,C" Wr.0, BEI.'iG BY i.E DULI S„v.'•:J Du 0 --OSE
rK-
ME C-6JR20FLA=111
�, ��_:::.:;;�:_ r.:. aFC-�� Ii{s�;;,�'.;T, TL-17s-.;;.�,;s � sem. a:
L:
S:�y A= = _..�7-7"7 Lu S:�i� r,
IS -7-T71. IS S;: V� CCRFO S *.L.
COA�=T:iEJ B'_ OF.^. -. 0: r_:_' BC :r"'J 0- D�:.... "� 0: CC C TOa; A; L
n A �'u.. .
T:... E. SI�.;� fi=E Nr11`".E T.:�r'=0 BY Lam::: ORDER.
PAMELA J. LEPERA
_ Notary Public, Strte New
f�
of York
Qualified in Put rim County
NOTARY PUBLIC-"`�
Term
- Expires Aug 18, 1992
.
GENERAL INSURANCE COMPANY OF AMERICA
SAFECO" FINANCIAL STATEMENT — DECEMBER 31, 1989
Assets Liabilities
Cash and Bank Deposits .................. $ 1,747,093 Unearned Premiums ...................... $ 217,352,809
*Bonds — U.S. Government ................ 106,537,570 Reserve for Claims and Claims Expense ..... 616,247,546
Reserve for Dividends to Policyholders ...... 6,829,140
*Other Bonds ............................. 730,950,339 Additional Statutory Reserve .............. 10,997,615
*Stocks .................................. 270,985,152 Reserve for Commissions, Taxes and
Other Liabilities ........................ 53,498,606
Real Estate .............................. 16,913,853 Total............................... $ 904,925.716
Agents' Balances or Uncollected Premiums ... 83,453,567 Capital Stock .............. $ 2,500,000
Accrued Interest and Rents ................ 25,807,758 Paid in Surplus ............. 2,391,058
Unassigned Surplus ......... 378,526,640
Other Admitted Assets .................... 51,948,082
Surplus to Policyholders .............. 383,417,698
Total Admitted Assets ................ S1,288,343.414 Total Liabilities and Surplus ........... $1,288.343,414
E co
0
CORMATE *Bonds are stated at amortized or investment value, Stocks at Association Market Values.
S E A L T Securities carried at $101,895,522 are deposited as required by law.
y x in
1923
O
of W1Sh�Q�,
1, PHILIP A. STEPHENS, senior vice-president of General Insurance Company of America, do hereby certify that the foregoing is
a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 1989, to the best of my knowledge
and belief.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st
day of March, 1990.
Senior V16 -President
a Registered trademark of SAFECO Corporation.
S-8853/90 PRINTED IN U SA
POWER
OF ATTORNEY
SAFECO
No.
KNOW ALL BY THESE PRESENTS:
SAFECO INSURANCE COMPANY O"F AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
9351
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each
a Washington corporation, does each hereby appoint
-------------------------------------WILLIAM D. HAAS; CLAIRE A. GUARNO;
SURAYA K. KIEFFER; Yorktown Heights, New York ----------------------------
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings
and other documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY
OF AMERICA have each executed and attested these presents
this 13th day of
CERTIFICATE
October
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
1990
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of
Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the
By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 6TH day of FEBRUARY
19 92
S 974 R1C1 9 RF PRINTED IN U S A
•
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
TABLE OF CONTENTS
'
Page No.
Title Page
Table of Contents
Notice to Bidders (Advertisement)
Instruction to Bidders
IB -1 thru IB -7
Bid (Proposal)
B-1 thru B-4
Bid Bond
BB -1 thru BB -2
Non -Collusive Bidding Certification
NC -1 thru NC -2
Bidder's Qualification Statement
QS -1 thru QS -3
•
Agreement
A-1 thru A-4
Notice of Award
N-1
Performance Bond
PF -1 thru PF -2
Labor and Material Payment Bond
PB -1 thru PB -3
•
Notice to Proceed
NP -1
General Conditions
GC -1 thru GC -42
Technical Specifications:
•
Section 1
1-1 thru 1-2
Section 2
2-1
Section 3
3-1 thru 3-4
Section 4
4-1
Section 5
5-1 thru 5-8
•
Section 6
6-1 thru 6-2
Section 7
7-1
Section 8
8-1 thru 8-3
Section 9
9-1
Section 10
10-1 thru 10-2
•
Section 11
11-1 thru 11-6
TOC -1
V
•
•
I • • :1��"
`�:i1pi6 h �.�.K 1►�i ►Ilw
1.1 The term 'Bidding Documents" includes the following:
• a)
Instruction to Bidders
b)
Bid (Proposal)
c)
Non -Collusive Bidding Certification
d)
Bidder's Qualification Statement
e)
Addenda (when applicable)
• f)
Agreement
g)
General Conditions
h)
General Requirements
i)
Specifications
j)
Drawings
• 1.2 Complete sets of Bidding Documents must be used in preparing bids;
neither Owner nor Engineer assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
• 1.3 Owner and Engineer in making copies of Bidding Documents available
do so only for the purpose of obtaining bids on the work and do not
confer a license or grant for any other use.
1.4 Failure to comply with any of the following instructions shall constitute
• cause for which the Bid may be rejected.
2. BID FORM
2.1 Each bid shall be made on the 'Bid Form" attached hereto and shall
• remain attached hereto as one of the Bid Documents.
2.2 All blanks on the Bid Form must be completed in ink, in both words
and figures with the unit or total sum, or both, for which the Bid is
made.
• 2.3 Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other corporate officer accompanied
by evidence of authority to sign) and the corporate seal must be affixed
•
IB -1
0
11
•
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation must be shown below the signature.
2.4 Bids by partnerships must be executed in the partnership name and
signed by a partner, whose title must appear under the signature and
the official address of the partnership must be shown below the
signature.
•
2.5 All names must be printed below the signature.
2.6 The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
2.7 The address and telephone number for communications regarding the
Bid must be shown.
2.8 If Bids contain any omissions, erasures, alterations, additions or items
not called for in the itemized bid or contain irregularities of any kind,
• such may constitute cause for rejection of the Bid. In case of any
discrepancy in the unit price or amount bid for any item in the Bid, the
unit price, as expressed in written words, shall govern.
L
Bids shall be delivered by the time and to the place stipulated in the advertisement
and shall be enclosed in an opaque sealed envelope, marked with the Project Title
and name and address of the Bidder and accompanied by the Bid Security and other
required documents. If the Bid is sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope with the notation 'BID
ENCLOSED" on the face of it. It is the sole responsibility of the Bidder to see that
his bid is received in the proper time.
:1
•
4.1 Bid security shall be submitted with Bid in the amount of five (5%)
percent of the Bid. Security shall be in the form of a certified check
or Bid Bond by a Surety Company authorized to do business in the
State of New York.
• 42 The Bid Security, except those of the Successful Bidder and the second
and third lowest bidders, will be returned as soon as practicable after
the bid openings.
• 43 Bid Security of the second and third lowest bidders will be returned as
IB -2
0
•
soon as practicable after signing of the Contract, but the Owner shall
not retain them more than forty-five (45) days after opening of bids,
• except by mutual agreement.
4.4 The Bid Security of the Successful Bidder will be retained until such
bidder has executed the Agreement and furnished the required
Contract Security. If the Successful Bidder fails to execute and deliver
• the Agreement and furnish the required Contract Security within
fifteen days after the Notice of Award, Owner may annul the Notice
of Award and the Bid Security of that bidder will be forfeited.
The number of days within which the work is to be completed and ready for final
payment is set forth in the Agreement.
• 6. LIQUIDATED DAMAGES
Provisions for Liquidated Damages are set forth in the General Conditions.
7. OUALWICATIONS OF BIDDERS
•
Any Bidder must be prepared to present within five days of Owner's request the
"Bidder's Qualification Statement" giving written evidence of experience, ability and
financial standing as well as present commitments and an inventory of facilities and
equipment. The Owner reserves the right to reject any bid if the evidence submitted
•. by,or investigation of, such Bidder fails to satisfy the Owner that such Bidder is
properly qualified to carry out the obligations of the Contract and to complete the
work contemplated therein.
I I •• : I •�•1 1 11 •
•
8.1 Before submitting a proposal, all bidders shall carefully examine the
Drawings, Specifications and other Bid Documents, shall visit the site
of the proposed work and shall become fully informed of conditions
and limitations associated with fulfilling the requirements of the
• Contracts.
8.2 No plea of ignorance of misunderstanding of conditions that exist or
that may hereafter exist, or of conditions or difficulties that may be
encountered in the execution of the work under this Contract, as a
result of failure to make the necessary examinations and investigations
•
IB -3
0
•
as may be expected of a reasonable prudent bidder, will be accepted
as an excuse for any failure or omission on the part of a Contractor to
fulfill in every detail all of the requirements of the Bid Documents, or
will be accepted as a basis for any claims whatsoever for extra
compensation, or for an extension of time.
8.3 Reference is made to the General Requirements for subsurface
information obtained during design of the Project.
9.1 All questions about the meaning or intent of the Contract Documents
• are to be directed to Engineer. Interpretations or clarifications
considered necessary by Engineer in response to such questions will be
issued by Addenda mailed or delivered to all parties recorded by
Engineer or Owner as having received the Bidding Documents.
• Questions received less than ten days prior to the date for opening of
bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect.
• 9.2 Addenda may also be issued to modify the Bidding Documents as
deemed advisable by Owner or Engineer.
10. MODIFICATIONS
• Bids shall not contain any recapitulation of the Work to be done. Modifications,
exceptions or oral bids will not be considered.
Erasures or other corrections in the Bid Form must be initialed by the person signing
the Bid Form.
• 12.1 Any bidder may withdraw his bid, either personally or by written
request, if such request is received by the Owner prior to one (1)
minute before the scheduled closing time for receipt of bids.
12.2 All bids will remain subject to acceptance for forty-five days after the
day of the bid opening, but Owner may, in its sole discretion, release
•
IB -4
9
0
any prior to that date.
12.3 If, within twenty-four hours after bids are opened, any Bidder files a
duly signed, written notice with Owner and promptly thereafter
demonstrates to the reasonable satisfaction of Owner that there was a
material and substantial mistake in the preparation of its bid, that
bidder may withdraw its bid. Thereafter, that bidder will be
0 disqualified from further bidding on the work to be provided under the
Contract Documents.
k• I I ' ••L•� .•� :�
The Bidder must be capable of performing the work required in the Contract and
shall perform a substantial portion thereof with his own resources. Reference is
made to the General Conditions for work by subcontractors.
14. MULTIPLE BIDS
No person, firm or corporation shall be allowed to make more than one bid for the
same work, unless alternate bids are called for. A person, firm or corporation who
has submitted a bid to a bidder, or who has quoted prices on materials to a bidder,
is not hereby disqualified from submitting a bid or quoting prices to other bidders.
9 15. NON -COLLUSIVE BIDDING CERTIFICATION
Each bidder submitting a bid to the Owner for the work contemplated by the Bid
Documents on which bidding is based shall execute and attach thereto an affidavit
substantially in the form herein provided (Non -Collusive Bidding Certification), to
• the effect that he has not colluded with any other person, firm, or corporation in
regard to any bid submitted.
16. AWARD OF CONTRACT
0 16.1 Owner reserves the right to reject any and all bids, to waive any and
all informalities not involving price, time or changes in the work and
to negotiate contract terms with the Successful Bidder, and the right
to disregard all nonconforming, nonresponsive, unbalanced or
conditional bids. Also, Owner reserves the right to reject the bid of
0 any bidder if Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the
bid is not responsive or the bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria
established by Owner. Discrepancies in the multiplication of units of
0 work and unit prices will be resolved in favor of the unit prices.
IB -5
0
•
•
Discrepancies between the indicated sum of any column of figures and
the correct sum thereof will be resolved in favor of the correct sum.
16.2 In evaluating bids, Owner will consider the qualifications of the
bidders, whether or not the bids comply with the prescribed
requirements, and such alternates, unit prices and other data, as may
be requested in the Bid Form or prior to the Notice of Award.
•
16.3 Owner may conduct such investigations as Owner deems necessary to
assist in the evaluation of any bid and to establish the responsibility,
qualifications and financial ability of bidders to perform and furnish
the Work in accordance with the Contract Documents to Owner's
• satisfaction within the prescribed time.
16.4 If the Contract is to be awarded, it will be awarded to the Lowest
Bidder whose evaluation by Owner indicates to Owner that the award
will be in the best interests of the Project.
• 16.5 If the Contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within forty-five days after the day of the bid
opening.
17. PERFORMANCE BOND AND LABOR AND MATERIAL_ PAYMENT
• BOND
The General Conditions sets forth the Owner's requirements as to Performance and
Labor and Materials Payment Bonds. When the Successful Bidder delivers the
executed Agreement to Owner, it must be accompanied by the required Performance
• and Payment Bonds.
18. INSURANCE
The General Conditions set forth Owner's requirements as to Insurance. When the
• Successful Bidder delivers the executed agreement to Owner, it must be accompanied
by the required Insurance Certificates.
19. MAINTENANCE BOND
• The Successful Bidder will be required to provide a Maintenance Bond for a period
of one (1) year from the date of final acceptance, against any and all omissions and
defects which may develop or require attention as a result of his performance of the
Contract.
•
IB -6
0
•
20. SIGNING OF AGREEMENT
• When Owner gives a Notice of Award to the Successful Bidder, it will be
accompanied by three copies of the Agreement with all other written Contract
Documents attached. Within fifteen days thereafter, Contractor shall sign and deliver
the Agreement and attached documents to Owner with the required Bonds and
Insurance coverage. Within ten days thereafter, Owner shall deliver one fully signed
• copy to Contractor. Each copy is to be accompanied by a complete set of the
Drawings with appropriate identification.
• A Prebid Conference will be held as indicated in the Notice to Bidders.
Representatives of Owner and Engineer will be present to discuss the Project.
Engineer will transmit to all prospective bidders of record such Agenda as Engineer
considers necessary in response to questions arising at the Conference.
•
•
•
•
C
•
IB -7
40
r
•
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
HALCYON CONSTRUCTION CORP
65 MARBLE AVENUE OL50t �BOJI M3N '311111 s f�Wr'`t'�`1d
Bid of 3AN3AV 3108Vh 49
herein after called 'Bidder", a N V corporation/
(State
a partnership/an individual doing business as
0 to hereafter called "Owner".
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of
40 � c .4 J g N y E"� CJJ AS 'tom "�'FSJ�'S'
T
having examined the Bidding Documents and the following Addenda (receipt of
• which if hereby acknowledged):
•
Date Number
2-4-9z t
and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
of which this Proposal becomes a part thereof.
0 B-1
U,
PROPOSAL
TOWN OF SOUTHOLD
• SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
•
Lump sum price for Mechanical Bar Screen, complete.
In Words: �^-% Dollars
• and '' Cents
In Figures: $ q, O , 0 00
L
Item No. 2 - Grit Removal System
Lump sum price for Grit Removal System, complete.
• In Words: Dollars
and Cents
In Figures: $ `Zo 0 0 0. i
•
Item No. 3 - Odor Control Piping Modifications
•
Lump sum price for Odor Control Piping Modifications, complete. � h
In Words:
• and rks Cents
In Figures: $ -)-77,350.,"
•
•
11
Item No. 4 - Concrete
• Lump sum price for Concrete, complete.
In Words: �'J Dollars
and �' Cents
•o O o O
In Figures: $ '1,. �
• Item No. 5 - Masonry
Lump sum price for Masonry, complete.
In Words: 'T -W Dollars
•
and Cents
In Figures: $ '2,0.4 0
•
Item No. 6 - Air Compressor
• Lump sum price for Air Compressor, complete.
In Words: - G,.,,� ,% Dollars
and Cents
•
In Figures: $ 4 o o o , ,--
C
•
:1
0
E
Item No. 7 - Electrical Work
• Lump sum price for Electrical Work, complete.
In Words: Dollars
and rka Cents
•
In Figures: $ ( ( ) 610 0
• Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
In Words: `_I K vru.
u
C
•
and e_%V_-ro
In Figures: $ '7j O
Dollars
Cents
Item No. 9 - Roofing
Lump sum price for Roofing, complete. ''
In Words: �W �� 9 A.. t JAA- �' Dollars
and Cents
In Figures: $ "L
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: c v P ��Dollars
and Cents
In Figures: $
0 B-4
•
•
TOTAL OR GROSS BID IN FIGURES: 2 5 I, 2 S O , '?
TOTAL OR GROSS BID WRITTEN IN WORDS:
CSS", cr.-t 4Ltsu r L-W� "-
and —'V%O
• Dollars Cents
— a X/ or
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
• guarantees are in accordance with the requirements contained in the Contract
Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
• C 0 days from the date of Award of Contract.
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
• This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
• all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
• NAME OF BIDDER HALCYON CONSTRUCTION CORP
65 MARRi AVENUE
ADDRESS OF BIDDER PLEASANTVILLE, NEW YORK 10570
• TELEPHONE NUMBER 4
SIGNED BY
TITLE
DATE
2-, 5 '- Z'
0 B-5
•
•
•
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as Principal, and
• hereby held firmly bound unto
as Surety, are
in the Penal Sum of
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
• Signed this day of , 19
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Principal has submitted to
a certain bid, attached hereto and hereby made a part hereof, to enter into a
• Contract in writing, for the
NOW, THEREFORE,
•
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
•
MM
0
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
0 the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
0 seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
•
•
KI
•
0
•
U
•
by
Principal
•
• NON -COLLUSIVE BIDDING CERTIFICATION
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 party thereto certifies as to its
• own organization under penalty of perjury, that to the best of his knowledge and
belief:
1. The prices in this Bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
• competition, as to any matter relating to such prices with any other bidder or
with any competitor;
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
• be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
•
Dated
•
•
•
•
0
—HALCYON CONSTRUCTION CORP
Legal Name
or Co N 0
by
THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF THE
BIDDER IS A CORPORATION:
Resolved that
Ch I -z -D. CasaeA
(Name and Title of Signator and Name of Corporation)
HALCYON CONSTRUCTION
ARBLE AVENUECQRP
PLEASANTVIL14 NEW YORK 10571
be authorized to sign and submit the Bid Proposal of this corporation for the
following project.
NC -1
9
•
•
•
0
0
•
LM
AN
0
0
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by
(Name of
_ Corporation at a meeting of its Board of Directors held on the
Corp ration)
_ day of - 1� -'-£-
(SEAL OF CORPORATION)
NC -2
(SECRETARY)
•
BIDDER'S QUALIFICATION STATEMENT
•
The signatory of this questionnaire certifies under oath the truth and correctness of
all statements and of all answers to interrogatories hereinafter made.
HALCYON CONSTRUCTION CORP
• 65 MARBLE AVENUE
SUBMITTED BY: PLEASANTVI" NEW YORK 1 A Corporation
A o� =gip
An Individual
• PRINCIPAL OFFICE:
HALCYON CONSTRUCTION CORP
65 MARBLE AVENUE
PLEASANTVILLE� NLW YORK 10370
•
PRINCIPAL OFFICERS
BACKGROUND
• PROFESSIONAL
TITLE NAME ADDRESS OR TRADE
PRS Josepk Z"u,* .o A�,w.$a.�'v� 7V%4%,L pikof acs#�►-•-*,L-
6Ytao'CA%k %N.Y. aroCA104COW
�!' P 'L�n�r�E`+ Ct►SA��Ar W ego t-.^ ! c r.
11
• 1. How many years has your organization been in business as a general
contractor under its present business name? 1 ZYe y-5
• 2. You normally perform what percent of the work with your own forces?
1 c 0 % List trades below:
•
3. Have you ever failed to complete any work awarded to you? If so,
note where and why.
•
QS -1
•
•
4. List the major construction projects your IWACh
anization has underway at this
• date:
Engineer/ Contract Percent Scheduled
Prgie Owner Architect Amount Complete Completion
•
• 5. List five major projects you organization has completed in the past five years:
Work Done With
Engineer/ Contract Date of Own Forces
Project Owner Architect Amount Completion % Of Work Trades
•
• 6. List the construction experience of the principal individuals of your
organization (particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
• Individuals's Name Or Office Experience Responsible Ca12aci1y
MIk¢G-)tobrdretk Prctl• MAV1J- 10 vv+sc*%aI►ii,al.. pM.1"Alvot..6
10
•
7. Do you have, or can you obtain, sufficient men and equipment to commence
work when required and complete the work within the Contract Time?
\10
8. Bank References:
U� I
•
QS -2
0
•
9. Trade Association Membership: s i - u �,�.'�v1/ �a►�w.s�.�
•
• 10. Attach current state of financial conditions showing assets, liabilities and net
worth.
7
• STATE OF )
COUNTY OF )
rA c i G\., being duly sworn depo es and says that he is the
• _� c ,=fire, %0> I- of contractor and that
answers to the foregoing questions and all statements therein contained are true and
correct.
Sworn to before me this day of 'C 'f 19
•
Notary Public
Commission Expiration Date:
F/aMFLA
,k
P,
QS -3
9
C -N
HALCYON CONSTRUCTION CORP
65 MARBLE AVENUE
KEASANTVILLE, NEW YORK 105711
Dept. of Environmental Protection – Invitation To Bid (REV 12/91)
SECTION F. EXPERIENCE QUESTIONNAIRE
This questionnaire shall be completed and submitted by all bidders. The
information provided shall be less than twelve (12) months from the bid opening
date of this contract. It is the bidder's responsibility to submit this
information with each bid. Copies will be accepted if original had already been
submitted. Please attach additional pages if needed. This questionnaire shall be
completed by an authorized Principle, Officer or Manager of the Firm.
Contractor's Information
Submitted by: n A L C Yo N CONI T. <OR.I?. An Individual
Organization's-NagWONCONSMCTION CORP ( ) A Partnership
With principal office at 65 MARBLE AVENUE ('>k A Corporation
Name, Title and Signature of Individual that Completed this Questionnaire:
C.%i/-iR�� �• CA5AP,EL 1–A ✓ic E DAZES.
PRINT (Title)
/ 13
Signature Date)
Type of Entity:_X A Corporation A Partnership An Individual
Principal Office Co `j AAA2f3LE A -4E,.* -PLe-ASAa N'u
The signatory of this questionnaire guarantees the truth and accuracy of all
statements and of all answers to interrogatories hereinafter made.
Experience
1 . How many years experience in 1r1 EIV y Lo
Type�o —Worn)
work has your organization had:
(a) As a Prime Contractor 1 2 years.
(b) As a Subcontractor years.
2. Has your organization, or a partner or officer within your organization,
ever failed to complete any awarded contract? _Yes i< No.
If yes, where and why?
3. Has your organization or any partner or officer within your organization,
ever been declared in default by any City, State or Federal agency? Yes..
X No.
A . --
Dept. of Environmental Protection - Invitation To Bid (REV 12/91)
(If answer is Yes, give details)
KI /A.
4. In what types of business, other than construction, do you have any
financial interests?
T-4oNE
5. Provide at least five references from Corporations, Individuals, or
Governmental Agencies that your organization has completed construction
project(s) for within the past three years.
Corp/Indio. Name RefereAce Tel.No. Project ID No. Completion
Name (Most Recent Date
Completed)
-------------------------------------------------------------------------
--------------
IV
gKfEEK
11 V
c. D.O.-F. NW K575 780-
8115 S7S 12191
N V G J> EP 8f-rnie M<<oltiAN SASS7*3 '737- -DI I
N �l� D EP ., C, zz 4 2191
') A
Attach additional pages if
needed.
6. List all
government
construction
contracts that your organization
has
completed within
the last
five years or
will complete within the next
three
months.
Project ID Description
Agency
Original
Completed
End
or Reg.No.
Bid Amt.
Contract Amt.
Date
---------------------------
�-4w R -lace
k NAGE .
---------
MC.OoT
----------
to, 9 S13oo
---------------
Ac -f- iy E
-----
E, 2
iW K-575
7+1% AVE
NVC, DOT
1,q 59, Loci
I10101,b06.-
IZ 9
WCDEP
5 EP 732
W�D�
s1M,3�
�, 73 a,9zn.
IZ
Ex- ZI4 6AC'Eme147
Ba(N x Nyc DEP
1 �4 zoo
2 , 37a ,400 %
--,ht
/uT P� P R"a•R %t1�Ep
3 30 oGb.'� 4, 13o,000t
u �,
SEK -oat A
MAPLE S -t-
C -D
6'514600
3.720 4 a6.
z 51
Attach additional pages if
necessary.
') A
Dept. of Environmental Protection — Invitation To Bid (REV.12/91)
7. What is the construction experience of the principal individuals
of your organization?
Present
Position
Individual's Name or Office
--------------------------------
--------------------------------
Ja e �i%zwLc, pizestop-•i-
C V• Ar `Ey GASAiZELL.Oky . P RES.
to
VK
Years of
Construction Magnitude & In What
Experience Type of Work Capacity
-------------------------------------
-------------------------------------
PRoJEc-Z'
2 � �joo Cco — (H�000� 006 /tiAnAC-SER
S�pT • �
Z�J Sooi000 - Ob, 0--f CMDO. rVO.) TtAAnAyEr
S %_ • .
eSTiA^ w?tyvC
3d �oo,oe�_ to, oo�, ocs /�-�✓av+✓ac�eR
8. Provide the information below concerning performance and payment bonds.
(If required for this contract).
a. List the information below concerning the primary Surety Co. and Broker you
plan to purchase your performance and payment bonds from.
Name Surety Co.
Broker's
Broker's
Broker's
of Surety Co. Address
Name
Address
Tel.No.
A F-KC0 1ZooMAC "ur
F->tU- tA^As
Z.LUwlpmyidl
q'14—`16Z-SS03
goly D.
AVE.
M A YI W A, KJ T.
074 So -"S I
VorKTow 10, N
So1li
b. Is the Surety Co. listed above the same Surety Co. that provided the bid
bonds required for this contract? XYes No Not Applicable (No
bonds required).
C. Is the Surety Co. listed above a New York State approved surety company?
_Yes No Not Applicable.
d. Has a Surety Company ever rejected your organizations application for a
performance and/or payment bond? Yes No N/A
If yes, please explain why.
e. What is the premium you paid (or will pay) for the following bonds (if
applicable) for this contract? (This information will be used for informational
purposes only).
Type of Bond Premium Cost
Bid $
Performance $
Payment $
-2 -
HALCYON CONSTRUCTION CORP.
BALANCE SHEETS
JUNE 30, 1991 AND 1990
1991
1990
ASSETS
Current assets:
Cash
$ 167,399
$ 21,117
Accounts receivable
2,690,861
2,553,722
Retainage receivable
590,769
398,221
Bonds substituted for retainage
462,932
460,029
Costs and estimated earnings in excess
of billings on uncompleted contracts
718,594
892,632
Due from officers
44,570
73,359
Prepaid expenses and other receivables
31,499
31,728
Deferred contract costs
1,240
17,016
Prepaid income taxes
-
74,917
Total current assets
4,707,864
4,522,741
Property and equipment:
Machinery and equipment
1,545,168
1,352,788
Transportation equipment
238,844
231,239
Furniture and fixtures
15,845
12,549
1,799,857
1,596,576
Less accumulated depreciation
1,021,650
843,137
Net property and equipment
778,207
753,439
Other assets:
Due from affiliates
103,265
199,163
Security deposits
15,475
11,154
Cash value of officers' life insurance,
net of policy loans (1991 $111,993;
1990 $81,796)
40,659
29,972
Total other assets
159,399
240,289
Total assets
$5,645,470
$5,516,469
-3-
1991 1990
LIABILITIES AND STOCKHOLDERS' EOUITY
Current liabilities:
Notes payable - bank $ 450,000 $ 480,000
Current portion of long-term debt 142,358 103,562
Accounts payable 2,065,585 2,056,145
Retainage payable - 9,000
Billings in excess of costs and estimated
earnings on uncompleted contracts 275,262 301,786
Accrued expenses 71,691 76,195
Fringe benefits and payroll taxes payable 266,581 186,209
Income taxes payable 139,801 680
Deferred income taxes 100,000 100,000
Total current liabilities 3,511,278 3,313,577
Long-term debt, net of current portion 348,395 422,039
Deferred income taxes 162,574 275,000
Total liabilities 4,022,247 4,010,616
Commitments and contingencies
Stockholders' equity:
Common stock, no par value; 200 shares
authorized; 90 shares issued and
outstanding 166,000 166,000
Retained earnings 1,457,223 1,339,853
Total stockholders' equity 1,623,223 1,505,853
Total liabilities and
stockholders' equity $5,645,470 $54516,469
See notes to financial statements.
SCAVENGER WASTE
TREATMENT PLANT
MODIFICATIONS
FOR
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
GREENPORT, NEW YORK
CAMERON ENGINEERING, P.C.
50 CHARLES LINDBERGH BLVD 811 JERICHO TURNPIKE
UNIONDALE, NEW YORK 11553 SMITHTOWN, NEW YORK 11787
AUGUST 1991
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
AMMA Construction Corp.
192 West 9th Street
Huntington Station, New York 11746
Gentlemen:
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 5%
Bid Bond.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
P
THE AMERICAN INSTITUTE OF ARCHITECTS
A/A Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, thatwe AMMA CONSTRUCTION CORP.
192 WEST 9th STREET,HUNTINGTON STATIONNY 11746 ere insert full name and address or legal title of Contractor)
as Principal, hereinafter called the Principal, and FIREMAN'S FUND INSURANCE COMPANY
(Here insert full name and address or legal title of Surety)
48 SOUTH SERVICE ROAD,MELVILLE,NY 11747
a corporation duly organized under the laws of the State of CALIFORNIA
as Surety, hereinafter called the Surety, are held and firmly bound unto
Town of Southold (Here insert full name and address or legal title of Owner)
Southold, N.Y. 11971
as Obligee, hereinafter called the Obligee, in the sum of 5% of amount bid
Dollars ($ 5% amt. bid ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
(Here insert full name, address and description of project)
Scavenger Waste Treatment Plant Modifications
Southold, N.Y. 11971
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with gond and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect.
Signed and sealed this 30th
day of January
19 92
AMMA, CONSTRUCTION CORP.
(Princip (Seal)
(Witness) / �✓�
(Title)
FIREMAN'S FUND INSURANCE COMPANY
1 (Surer (Seal)
(Witne s)�?'-`
Theresa S. Burke ftl) ATTORNEY—IN—FACT
AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 1
State of
1 ss.
County of
c
d
On this day of '19 before me personally came
� 3
c C to me known,
Q and known to me to be the individual described in and who executed the foregoing instrument, and acknowledged tome that he executed
the same.
My commission expires
Notary Public
----------------------------------------------------------------------
State of
County of
1 ss.
c
E On this day of 19 , before me personally came
W
E " to me known and known to me
LL o
G
v to be a member of the firm'of
Q described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the
act and deed of said firm.
My commission expires
Notary Public
---------------------------------------------------------------------
State of
r
County of ss. G%•
On this day of n �C�� 19 ^ ,before me personally came
ac,
o ����-iC'7 ��-".'� ; �GtL-G��� to me known,
c c who being by duly sworn, did depose and say that he is the—L�--�i
o c
of -
the corporation described in and which executed the above insir
said instrument is such corporate seal; �rj t�wss so,�ffixed by(
name thereto by like order Ogfl'1
that he knows the seal of said corporation; that the seal affixed to
the Board of Directors of said corporation, and that he signed his
Nobryry rub le, State New Yock
0-A 1 3. SUffoNt Cou
My commission expires Comaussio� ExDirosOctaber31
Notary Public Or
State of New York
SS.
County of Nassau
On this 30th day of January 19 92 before me personally came
c
m
CrITheresa S. Burke to me known, who, being by me duly sworn, did depose and say that
m m
r'n c he is an attorney-in-fact of Fireman's Fund Insurance Company
the corporation described in and which executed the within instrument; that he knows the corporate seal of said co oration; that the seal
a affixed to the within instrument is such corporate seal, and that he Signe id instrument and affixed the said alas Attorn y -in- ct
by authority of the Board of Directors of said corporation and by a ority of thi office under the Standing Res lutions there f.
:devv York
My commission expiresV�,•
Notary P I'
FORM # 1I
Fireman's
n nd
Fireman's Fund 777 San Marin Drive
Insurance Company Novato, CA 94998
415 899 2000
ASSETS:
FIREMAN'S FUND INSURANCE COMPANY
SUMMARY FINANCIAL STATEMENT - December 31, 1WO
(As Filed with Insurance Department of the State of California)
*Government Bonds S 2,168,195,434
*State and Municipal Bonds 372,240,462
*Miscellaneous Bonds 631,668,344
+ Stocks 544,463,570
Cash in Bank and Company's Office 7,010,256
Accrued Interest 52,402,209
Premiums in Course of Collection and Other Assets 2:439,719,528
Total Assets S 6.215.699.803
LIABILITIES, SURPLUS AND OTHER FUNDS:
Loss and Loss Expense Reserve S 3,554,806,584
Unearned Premium Reserve 654,737,969
All Other Clai=% -Demands and Reserves 585.680.804
Total Liabilities 4,795,225,357
Capital Paid-up S 3,000,000
Net Surplus 1.417.474,446
Policyholder's Surplus 1,420,474,446
Total Capital, Surplus and Reserves S 6.215,699,803
0
*Bonds are stated at Amortized Values
+Stocks are stated at Market Values
f
State of California )
ss
County of Marin )
I, R. D. Farnsworth, Vice President of Fireman's Fund Insurance Company, do hereby certify that the above is a true
statement of the assets and liabilities of said Corporation as of December 31, 1990, taken from the books and records
of said Corporation.
" ' ? R. D. Farnsworth, Vice President
�A'CE .Goe
State of California )
ss
County of Marin )
Subscribed and sworn before me, a Notary Public of the State of California, in the County of Marin, this 21st day of
February, 1991.
■uaaunuamntuamm�unn�n�am�mnuttta■
OFFICIAL SEAL
J. M. VANDEVORT
NOTARY PUBLIC -CALIFORNIA cc
Principal Office in Marin County
My Commission Exaira Aug. 28. 1992 z-
Nolic of California
��0 i�s�uunnunuuaaunwwnrnnnannw�nuoii ''
o
GENERAL
POWER OF
ATTORNEY
FIREMAN'S FUND INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a Corporation duly organized and existing under the laws of
the State of California, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these
presents make, constitute and appoint AGNES V. MULHALL, DIANE HOWARD and THERESA S. BURKE, jointly or
severally
BETHPIAGE NY
its true and awful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and all bonds, undertaking, recognizances or other written obligations in the nature thereof ________________________
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and
effect.
"Article VH. Appointment and Authority of Resident Secretaries, Attorney -in -Fact and Agents to accept Legal Process and Make Appearances.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -in -Fad to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fad and Agents shall be as prescribed in the instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment:'
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND
INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation"
IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate
seal to be hereunto affixed this 61-h. day of Sa p t Pm h e r , 19 C) l
,,t.N,.,,,.,fG
FIREMAN'S FUND INSURANCE COMPANY
A,NCE
CO tt' By
Vice -President
STATE OF CALIFORNIA
ss.
COUNTY OF MARIN
On this 6th day of September , 19 91 , before me personally came R. D. Farnsworth
to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of FIREMAN'S FUND INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and Year herein first above written.
OFFICIAL SEAL
J. M. VANDEVORT
.. NOTARY PUBLIC - CALIFORNIA
Principal Office in Marin County
My CoMmWas Expires Aug. 28, 1492
CERTIFICATE
V
Notary Public
............... ............................-----
—--- STATE OF CALIFORNIA
ss.
COUNTY OF MARIN
I, the undersigned, Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY, a CALIFORNIA Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of
the By-laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force.
Signed and sealed at the County of Marin. Dated the 30th day of January 19 92
O
�
• 2
G'P.,A'CE "' ! RGtt
Resident As -Want SOCy
360711 -FF -6-89
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN in accordance with the provisions of
Section 103 of the General Municipal Law, that sealed bids are sought and
requested for Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, New York.
The sealed bids, together with Non -Collusive Bid Certificaste and
certified check or bid bond in the amount of not less than five percent of
the total amount of the bid, will be received by the Town Clerk at the
Southold Town Hall, Main Road, Southold, New York, until 11:00 A.M. ,
Thursday, February 6, 1992, at which time they will be opened and read
aloud in public. The Town Board of the Town of Southold reserves the
right to reject any and all bids and waive any and all informality in any
bid should it be deemed in the best interest of the Town of Southold to
do so.
All bidders must obtain a set of Bid Documents, and they must be
obtained from the Town Clerk's Office, 53095 Main Road, Southold, New
York 11971, upon payment of a $25.00 non-refundable fee.
The Bid documents, consisting of Notice to Bidders, Instructions to
Bidders, Bid, Bid Bond, Agreement, Performance Bond, Labor and Material
Payment Bond, General Conditions, Drawings, Specifications and Addenda
may be examined at the following locations: (1) Office of the Southold
Town Clerk, Town Hall, Main Road, Southold, New York, (516) 765-
1801. (2) Cameron Engineering, P.C., 811 Jericho Turnpike, Smithtown,
New York, (516) 997-4040.
The Bidder to whom the Town proposes to award the Contract will be
required to furnish Performance and Payment Bonds and the necessary
insurance certificates as prescribed in the General Conditions and the
Supplementary Conditions upon the Execution of the Agreement.
The Town Board of the Town of Southold reserves the right to reject
any or all bids received, within forty-five (45) days after the bid opening
date, to re -advertise for bids, to abandon the project, or to waive any or
all informalities in any bid received and to accept any proposal which the
Town Board decides to be in the best interest of the Town of Southold.
The bid price shall not include any tax, federal, state or local, from which
the Town of Southold is exempt.
DATED: January 7, 1992.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
Page 2 - Scavenger Waste Plant
PLEASE PUBLISH ON JANUARY 16, 1992 and JANUARY 23, 1992, AND
FORWARD ',ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY,
TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Siuffolk Times
The Traveler -Watchman
Town 'Board Members
Town ',Attorneys
Cameron Engineering, P.C.-Kurt Dietrich
Greenport Village Clerk
James 11. Monsell, Village of Greenport
Merlon Wiggin, Peconic Associates
Dodge Reports
Brown's Letters
Town 'Clerk's Bulletin Board
•
TOC -1
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
TABLE OF CONTENTS
•
Page No.
Title Page
0
Table of Contents
Notice to Bidders (Advertisement)
Instruction to Bidders
IB -1 thru IB -7
Bid (Proposal)
B-1 thru B-4
Bid Bond
BB -1 thru BB -2
Non -Collusive Bidding Certification
NC -1 thru NC -2
Bidder's Qualification Statement
QS -1 thru QS -3
Agreement
A-1 thru A-4
Notice of Award
N-1
Performance Bond
PF -1 thru PF -2
Labor and Material Payment Bond
PB -1 thru PB -3
0
Notice to Proceed
NP -1
General Conditions
GC -1 thru GC -42
Technical Specifications:
r
Section 1
1-1 thru 1-2
Section 2
2-1
Section 3
3-1 thru 3-4
Section 4
4-1
Section 5
5-1 thru 5-8
•
Section 6
6-1 thru 6-2
Section 7
7-1
Section 8
8-1 thru 8-3
Section 9
9-1
Section 10
10-1 thru 10-2
•
Section 11
11-1 thru 11-6
TOC -1
NOTICE TO BIDDERS
Separate Sealed Bids for Modifications to the Town of Southold Scavenger
Waste Treatment Plant will be received by the Town Clerk of the Town of
Southold, at the Southold Town Hall, 53095 Main Road, Southold, New York
19971, until 11:00 A.M., Thursday, February 6, 1992.
The Bid Documents, consisting of Notice to Bidders, Instructions to
Bidders, Bid, Bid Bond, Agreement, Performance Bond, Labor and Material
Payment Bond, General Conditions, Drawings, Specifications and Addenda
may be examined at the following locations:
Office of the Town Clerk
Southold Town Hall
53095 Main Road
Southold, New York 11971
(516)765-1801
Cameron Engineering, P.C.
811 Jericho Turnpike
Smithtown, New York 11787
(516)997-4040
All Bidders must obtain a set of Contract Documents which may be obtained
only at the Town Clerk's Office upon payment of a $25.00 non-refundable
fee.
Each bid must be accompanied by a certified check of the bidder, or a bid
bond, in an amount not less than five percent of the amount of the bid
submitted.
The Bidder to whom the Town proposes to ward the Contract will be
required to furnish Performance and Payment Bonds and the necessary
insurance certificates as prescribed in the General Conditions and the
Supplementary Conditions upon the Execution of the Agreement.
The Town Board of the Town of Southold reserves the right to reject any
or all of the bids received, within forty-five (45) days after the bid
opening date, to re -advertise for bids, to abandon the project, to waive
any or all informalities in any bid received and to accept any proposal
which the Owner decides to be in the best interest of the Owner.
A Pre -Bid Meeting will be held at 10:00 A.M., Thursday, January 30, 1992
at the Town of Southold Scavenger Waste Treatment Plant, Moores Lane,
Greenport, New York.
NB -1
(Reserved)
NB -2
0
•
•
0
•
•
•
C
•
0
0
INSTRUCTION TO BIDDERS
1. BIDDING DO
1.1 The term "Bidding Documents" includes the following:
a) Instruction to Bidders
b) Bid (Proposal)
c) Non -Collusive Bidding Certification
d) Bidder's Qualification Statement
e) Addenda (when applicable)
f) Agreement
g) General Conditions
h) General Requirements
i) Specifications
j) Drawings
1.2 Complete sets of Bidding Documents must be used in preparing bids;
neither Owner nor Engineer assume any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
1.3 Owner and Engineer in making copies of Bidding Documents available
do so only for the purpose of obtaining bids on the work and do not
confer a license or grant for any other use.
1.4 Failure to comply with any of the following instructions shall constitute
cause for which the Bid may be rejected.
FMMNF-611�61 M
2.1 Each bid shall be made on the 'Bid Form" attached hereto and shall
remain attached hereto as one of the Bid Documents.
2.2 All blanks on the Bid Form must be completed in ink, in both words
and figures with the unit or total sum, or both, for which the Bid is
made.
2.3 Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other corporate officer accompanied
by evidence of authority to sign) and the corporate seal must be affixed
IM
•
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation must be shown below the signature.
•
2.4 Bids by partnerships must be executed in the partnership name and
signed by a partner, whose title must appear under the signature and
the official address of the partnership must be shown below the
signature.
•
2.5 All names must be printed below the signature.
11
2.6 The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
2.7 The address and telephone number for communications regarding the
Bid must be shown.
2.8 If Bids contain any omissions, erasures, alterations, additions or items
• not called for in the itemized bid or contain irregularities of any kind,
such may constitute cause for rejection of the Bid. In case of any
discrepancy in the unit price or amount bid for any item in the Bid, the
unit price, as expressed in written words, shall govern.
•
C7
•
•
C
0
Bids shall be delivered by the time and to the place stipulated in the advertisement
and shall be enclosed in an opaque sealed envelope, marked with the Project Title
and name and address of the Bidder and accompanied by the Bid Security and other
required documents. If the Bid is sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope with the notation "BID
ENCLOSED" on the face of it. It is the sole responsibility of the Bidder to see that
his bid is received in the proper time.
4.1 Bid security shall be submitted with Bid in the amount of five (5%)
percent of the Bid. Security shall be in the form of a certified check
or Bid Bond by a Surety Company authorized to do business in the
State of New York.
42 The Bid Security, except those of the Successful Bidder and the second
and third lowest bidders, will be returned as soon as practicable after
the bid openings.
43 Bid Security of the second and third lowest bidders will be returned as
WN
•
soon as practicable after signing of the Contract, but the Owner shall
not retain them more than forty-five (45) days after opening of bids,
• except by mutual agreement.
4.4 The Bid Security of the Successful Bidder will be retained until such
bidder has executed the Agreement and furnished the required
Contract Security. If the Successful Bidder fails to execute and deliver
• the Agreement and furnish the required Contract Security within
fifteen days after the Notice of Award, Owner may annul the Notice
of Award and the Bid Security of that bidder will be forfeited.
• The number of days within which the work is to be completed and ready for final
payment is set forth in the Agreement.
Provisions for Liquidated Damages are set forth in the General Conditions.
• I _ • • :_11.1.
•
Any Bidder must be prepared to present within five days of Owner's request the
"Bidder's Qualification Statement" giving written evidence of experience, ability and
financial standing as well as present commitments and an inventory of facilities and
equipment. The Owner reserves the right to reject any bid if the evidence submitted
• by,or investigation of, such Bidder fails to satisfy the Owner that such Bidder is
properly qualified to carry out the obligations of the Contract and to complete the
work contemplated therein.
C
•
•
0
.: ull► : • • : It •1.1 ul ►� 11 • L
8.1 Before submitting a proposal, all bidders shall carefully examine the
Drawings, Specifications and other Bid Documents, shall visit the site
of the proposed work and shall become fully informed of conditions
and limitations associated with fulfilling the requirements of the
Contracts.
8.2 No plea of ignorance of misunderstanding of conditions that exist or
that may hereafter exist, or of conditions or difficulties that may be
encountered in the execution of the work under this Contract, as a
result of failure to make the necessary examinations and investigations
1' I
as may be expected of a reasonable prudent bidder, will be accepted
as an excuse for any failure or omission on the part of a Contractor to
• fulfill in every detail all of the requirements of the Bid Documents, or
will be accepted as a basis for any claims whatsoever for extra
compensation, or for an extension of time.
8.3 Reference is made to the General Requirements for subsurface
• information obtained during design of the Project.
9. INTERPRETATIONS AND ADDENDA
9.1 All questions about the meaning or intent of the Contract Documents
• are to be directed to Engineer. Interpretations or clarifications
considered necessary by Engineer in response to such questions will be
issued by Addenda mailed or delivered to all parties recorded by
Engineer or Owner as having received the Bidding Documents.
•
Questions received less than ten days prior to the date for opening of
bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or
clarifications will be without legal effect.
• 9.2 Addenda may also be issued to modify the Bidding Documents as
deemed advisable by Owner or Engineer.
1�&101It I - M�II-C•l�
• Bids shall not contain any recapitulation of the Work to be done. Modifications,
exceptions or oral bids will not be considered.
• Erasures or other corrections in the Bid Form must be initialed by the person signing
the Bid Form.
• 12.1 Any bidder may withdraw his bid, either personally or by written
request, if such request is received by the Owner prior to one (1)
minute before the scheduled closing time for receipt of bids.
12.2 All bids will remain subject to acceptance for forty-five days after the
• day of the bid opening, but Owner may, in its sole discretion, release
RM
•
11
any prior to that date.
12.3 If, within twenty-four hours after bids are opened, any Bidder files a
duly signed, written notice with Owner and promptly thereafter
demonstrates to the reasonable satisfaction of Owner that there was a
material and substantial mistake in the preparation of its bid, that
bidder may withdraw its bid. Thereafter, that bidder will be
disqualified from further bidding on the work to be provided under the
Contract Documents.
40 The Bidder must be capable of performing the work required in the Contract and
shall perform a substantial portion thereof with his own resources. Reference is
made to the General Conditions for work by subcontractors.
�1 111' M : i0
No person, firm or corporation shall be allowed to make more than one bid for the
same work, unless alternate bids are called for. A person, firm or corporation who
has submitted a bid to a bidder, or who has quoted prices on materials to a bidder,
is not hereby disqualified from submitting a bid or quoting prices to other bidders.
• 15. NON -COLLUSIVE BIDDING CERTIFICATION
•
U
0
0
Each bidder submitting a bid to the Owner for the work contemplated by the Bid
Documents on which bidding is based shall execute and attach thereto an affidavit
substantially in the form herein provided (Non -Collusive Bidding Certification), to
the effect that he has not colluded with any other person, firm, or corporation in
regard to any bid submitted.
16.1 Owner reserves the right to reject any and all bids, to waive any and
all informalities not involving price, time or changes in the work and
to negotiate contract terms with the Successful Bidder, and the right
to disregard all nonconforming, nonresponsive, unbalanced or
conditional bids. Also, Owner reserves the right to reject the bid of
any bidder if Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the
bid is not responsive or the bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria
established by Owner. Discrepancies in the multiplication of units of
work and unit prices will be resolved in favor of the unit prices.
•
Discrepancies between the indicated sum of any column of figures and
the correct sum thereof will be resolved in favor of the correct sum.
•
16.2 In evaluating bids, Owner will consider the qualifications of the
bidders, whether or not the bids comply with the prescribed
requirements, and such alternates, unit prices and other data, as may
be requested in the Bid Form or prior to the Notice of Award.
• 16.3. Owner may conduct such investigations as Owner deems necessary to
assist in the evaluation of any bid and to establish the responsibility,
qualifications and financial ability of bidders to perform and furnish
the Work in accordance with the Contract Documents to Owner's
• satisfaction within the prescribed time.
16.4 If the Contract is to be awarded, it will be awarded to the Lowest
Bidder whose evaluation by Owner indicates to Owner that the award
will be in the best interests of the Project.
• 16.5 If the Contract is to be awarded, Owner will give the Successful Bidder
a Notice of Award within forty-five days after the day of the bid
opening.
The General Conditions sets forth the Owner's requirements as to Performance and
Labor and Materials Payment Bonds. When the Successful Bidder delivers the
executed Agreement to Owner, it must be accompanied by the required Performance
and Payment Bonds.
The General Conditions set forth Owner's requirements as to Insurance. When the
Successful Bidder delivers the executed agreement to Owner, it must be accompanied
by the required Insurance Certificates.
The Successful Bidder will be required to provide a Maintenance Bond for a period
of one (1) year from the date of final acceptance, against any and all omissions and
defects which may develop or require attention as a result of his performance of the
Contract.
0
•
20. SIGNING OF AGREEMENT
• When Owner gives a Notice of Award to the Successful Bidder, it will be
accompanied by three copies of the Agreement with all other written Contract
Documents attached. Within fifteen days thereafter, Contractor shall sign and deliver
the Agreement and attached documents to Owner with the required Bonds and
Insurance coverage. Within ten days thereafter, Owner shall deliver one fully signed
• copy to Contractor. Each copy is to be accompanied by a complete set of the
Drawings with appropriate identification.
21. PRE-BID CONFERENCE
• A Prebid Conference will be held as indicated in the Notice to Bidders.
Representatives of Owner and Engineer will be present to discuss the Project.
Engineer will transmit to all prospective bidders of record such Agenda as Engineer
considers necessary in response to questions arising at the Conference.
•
•
•
•
G
•
IB -7
0
V
V
Bid of
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
herein after called "Bidder", a corporation/
40
(State)
a partnership/an individual doing business as t1 mW i d u &,4 `Z -
to C? LA/`� hereafter called "Owner".
•
Gentlemen:
The Bidder, in compliance � � m ��fr bids for, the �truction of
• �o��i��
having examined the Bidding Documents and the following Addenda (receipt of
• which if hereby acknowledged):
Date Number
f
and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
of which this Proposal becomes a part thereof.
0 B-1
L
PROPOSAL
TOWN OF SOUTHOLD
• SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
•
Lump sum price for Mechanical Bar Screen, complete.
c�
In Words:' I lt- Dollars
• and Cents
In Figures: $ I L '0 0 c)
•
Item No. 2 - Grit Removal System
Lump sum price for Grit Removal System, complete.
• In Words: �i F �`'� S Dollars
and Cents
In Figures: $
•
Item No. 3 - Odor Control Piping Modifications
Lump sum price for Odor Control Piping Modifications, complete.
In Words: Dollars
• and Cents
� U
In Figures: $ Ch
•
ME
0
•
Item No. 4 - Concrete
• Lump sum price for Concrete, complete.
In Words: ( . ; (�? cj `'v
Dollars
and Cents
In Figures: $ `� 0 �
•
Item No. 5 - Masonry
Lump sum price for Masonry, complete.
•
In Words: �� ( Dollars
and Cents
In Figures: $(,�
•
Item No. 6 - Air Compressor
• Lump sum price for Air Compressor, complete.
In Words: -- �� 'f�) C
Dollars
and Cents
In Figures: $
7
LM
IM
0
�J=
•
0
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: i. 7 i,1 �c �- DC7 ��
and
In Figures: $ do 0
Dollars
Cents
Item No. 7 - Electrical Work
•
Lump sum price for Electrical Work, complete.
In Words: " (� t `' ` `
Dollars
and
Cents
In Figures: $ 1 � L
•
Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
C �'
In Words:
Dollars
•
and
Cents
In Figures: $
•
Item No. 9 - Roofing
Lump sum price for Roofing, complete.
J h ) c
•
In Words:
Dollars
and
Cents
In Figures: $
•
�J=
•
0
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: i. 7 i,1 �c �- DC7 ��
and
In Figures: $ do 0
Dollars
Cents
0
TOTAL OR GROSS BID IN FIGURES: 2 () (� G C�)
TOTAL OR GROSS BID WRITTEN IN WORDS:
0and
Dollars Cents
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
guarantees are in accordance with the requirements contained in the Contract
Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
• days from the date of Award of Contract.
•
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
NAME OF BIDDER
ADDRESS OF BIDDER (�� �'✓ �� 1 �� `'' �� l�
TELEPHONE NUMBER
SIGNED BY
T= !�6 �g
DATE
5 I ( r7l, V
�/4/c'Z--
0
0
C
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as Principal, and as Surety, are
0 hereby held firmlybound unto
in the Penal Sum of
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
Signed this day of '19
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Principal has submitted to
a certain bid, attached hereto and hereby made a part hereof, to enter into a
0 Contract in writing, for the
•
NOW, THEREFORE,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed in accordance
0 with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
40
Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
RIM
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
• the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
• seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
Principal
• by
•
•
C
•
jM
M. .
0
•k
It
• NON-LOLLUSTVE BIDDING CERTIFICATION
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 party thereto certifies as to its
• own organization under penalty of perjury, that to the best of his knowledge and
belief:
1. The prices in this Bid have been arrived at independently, without collusion,
.consultation, communication, or agreement for the purpose of restricting
• competition, as to any matter relating to such prices with any other bidder or
with any competitor;
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
• be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
Legal Ndme of Person, Firin
•A or Corporation �.
by
C
• THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF THE
BIDDER IS A CORPORATION:
•
•
0
that
(Name and Title of Signator and Name of?Corporati
be authorized to sign and submit the Bid Proposal of this corporation for the
following project.
NC -1
•
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
• for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by
A(Name of
• Corporation at a meeting of its Board of Directors held on the
rporation)
,54 day of
(SEAL OF CORPORATION)
•
(SECRETARY)
•
C7
�7
•
•
•
NC -2
0
•
BIDDER'S QUALIFICATION STATEMENT
•
The signatory of this questionnaire certifies under oath the truth and correctness of
all statements and of all answers to interrogatories hereinafter made.
• SUBMITTED BY: A Corporation
al
• PRINCIPAL OFFICE:
40
PRINCIPAL dFFICERS
BACKGROUND
• PROFESSIONAL
TITLE NAME ADDRESS OR TRADE
•
1. How many years has your organization been in business as a general
contractor under its present business name?
/�
• 2. You normally perform what percent of the work with your own forces?
le10 % List trades below:
•
3. Have you ever failed to complete any work awarded to you? If so,
note where and why.
•
QS -1
AN
4. List the major construction projects your organization has underway at this
date:
•
•
•
•
•
•
0
5.
Engineer/ Contract Percent Scheduled
Architect Amount Complete Completion
�-
A -Q — .
List five major projects you organization has completed in the past five years:
Work Done With
Engineer/ Contract Date of Own Forces
Proiect /Owwner Architect Amount Completion % Of Work Trades
r�
6. List the construction experience of the principal individuals of your
organization (particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
Individuals's Name Or Office Experience Responsible Capacity
11�1 41:�K
Ile
7. Do you have, or can you obtain, sufficient men and equipment to commence
work when required and complete the work within the Contract Time?
8. Bank References:
T fes' QS -2
Ll
Ll
•
,I
L
AN
im
•
•
•
0
9. Trade Association Membership:
10. Attach current state of financial conditions showing assets, liabilities and net
worth.
STATE OF )
COUNTY OF )
correct.
and says that he is the
contractor and that
contained are true and
Sworn to before me this day of
Notary Public
-
Commission Expiration Date: MARIE A. STRgNG
Notary Public, State of New York
No. 52-462113, Suffolk Cou y�rrs�
''
Commission Expires October 31,19G,�
QS -3
7
F.T� 1-"31 � y
THIS AGREEMENT, made this day of
A.D. Nineteen Hundred and Ninety by and between the
party of the first part
(hereinafter called the Owner and
party of the second part (hereinafter called Contractor).
40 WITNESSETH. That for and in consideration of the premises and the agreements
herein contained, and the payments herein provided to be made, the parties hereto
agree as follows:
FIRST: The Contractor shall perform all labor, and furnish all the materials,
equipment, tools, and implements and will well and faithfully perform and complete
the entire work of constructing
(Name of Project)
•
as described in the Contract Documents made and prepared by Cameron
Engineering, P.C. and as set forth in the Contractor's proposal dated
, and in strict and entire conformity and in accordance with the Notice to
Bidders, Information for Bidders, Bid, this Agreement, Performance Bond, Labor and
0 Material Bond, General Terms and Conditions, Detailed Specifications, Contract
Drawings and Addenda hereto annexed and made a part hereof, and hereinafter
collectively referred to as "Contract Document".
SECOND: The Consideration of *the Contractor performing this Contract in the
manner herein stated and as stated in the Contract Documents, the Owner promises
and agrees to pay or cause to be paid to the Contractor the sums of money
mentioned in said Contract Documents in the manner and under the conditions
therein provided.
THIRD: The Contractor covenants and agrees that, anything in this Contract or
in the Contract Documents to be contrary notwithstanding, or regardless of any
matter, thing, contingency of condition unforeseen or otherwise, present or future,
the Contractor shall not be entitled to receive any additional or further sums of
money than the amounts in said Contract Documents provided; and the failure of the
Owner or its agents to insist upon strict performance of any of the terms, covenants,
A-1
UA
agreements, provisions or conditions in this Contract or in the Contract Documents,
on any one or more instances, shall not be construed as a waiver or relinquishment
• for the future of any such terms, covenants, agreements, provisions and conditions
and the same shall be and remain in full force and effect with power and authority
on the part of the Owner to enforce the same of cause the same to be enforced at
any time, without prejudice to any other rights which the Owner may have against
the Contractor under this Contract or the Contract Documents.
•
Terms used in the Agreement which are defined in Article 1 of the General
Conditions shall have the meanings indicated in the General Conditions.
Neither Owner nor Contractor shall, without the prior written consent of the other,
• assign or sublet in whole or part his interest under any of the Contract Documents;
and, specifically, Contractor shall not assign any monies due or to become due
without the prior written consent of the Owner.
Owner and Contractor each binds himself j his partners, successors, assigns and legal
representatives of the other party hereto in respect to all covenants, agreements and
• obligations contained in the Contract Documents.
•
•
•
•
•
0
The Contract Documents constitute the entire agreement between Owner and
Contractor and may only be altered, amended or repealed by a duly executed written
instrument.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day
and year first above written.
OWNER
(CORPORATE SEAL)
CONTRACTOR
(CORPORATE SEAL)
Attest Attest
A-2
•
STATE OF NEW YORK )
ss:
• COUNTY OF )
•
•
•
On this day of . 19_, before me personally came
to me known and known to me to be the of
the . who being by me duly
sworn did depose and say that he resides at
and he is the
of the . the
Corporation described in and which executed the above instrument and that he
knows the Corporate Seal of said Corporation; that the Seal affixed to said
instrument is such Corporate Seal; that it was so affixed by order of the
and that by like order he thereunto signed his name and
official designation.
(SEAL)
Notary Public
ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION
•
STATE OF C�)
ss:
COUNTY O )
•
On this day f efore me personally came
t eV=o, bei b e duly swore did
depose and at he. resides at/ ,
that he is the of , the
• Corporation described in and which exe ted the foregoing instrument; that he knows
the Seal of said Corporation; that o of the seals affixed to said instrument is such
seal; that it was so affixed by orde of the Board of Directors of said corporation and
that he signed his name there by like order.
• (SEAL) -
Notary Public/ a Ir
Publ c St to o t4 W Yolk
�5j-462n� 13, Suffolk 31�]�
Commission Expires
•
A-3
0
•
ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP
STATE OF )
) ss:
COUNTY OF )
On this day of _ . 19._, before me personally appeared
• to me known and known to me to be
one of the members of the Firm of
described in and who executed the foregoing instrument and he acknowledged to me
that he executed the same as and for the act and deed of said Firm.
• (SEAL)
Notary Public
ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL
•
•
•
•
Ll
•
0
STATE OF
ss:
COUNTY OF )
On this day of . 19_, before me personally appeared
to me known and known to me to be the
person described in and who executed the foregoing instrument and acknowledged
that he executed the same.
(SEAL)
Notary Public
A-4
0
0
A
7
7
•
•
7
•
LM
0
TO:
DATE
Regarding
you are hereby notified to be the Successful Bidder.
Three copies of each of the proposed Contract Documents accompany this Notice
of Award.
Within fifteen days of the date of this Notice of Award, that is by
.
19__, you must deliver to the Owner three fully executed copies of the
Agreement, including all the Contract Documents with the required Bonds and
Insurance Coverage as specified in the Contract Documents. Each of the Contract
Documents must bear your signature on the cover.
Within ten days after you comply with those conditions, Owner will return to you one
fully signed copy of the Agreement with the Contract Documents attached.
N-1
0
•
KNOW ALL MEN BY THESE PRESENTS:
that
(here insert the name and address or legal title of the Contractor)
as Principal, hereinafter called "Contractor", and
. a Corporation of the
with its home office in the . U.S.A., as Surety,
hereinafter called "Surety", are held and firmly bound unto
(here insert the name and address or legal title of the Owner)
as Obligee, hereinafter called "Owner", in the amount of
dollars ($ ), for the payment whereof
Contractor and Surety bind themselves, their heirs, executors, administrators,
0 successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated . 19_, entered
into a contract with the Owner for
in accordance with drawings and specifications prepared by: _
0
(here insert full name, title and address)
•
which contract is by reference made a part hereof and is hereinafter referred to as
the "Contract".
NOW, THEREFORE, THE CONDMON OF THIS OBLIGATION is such that, if
Contractor shall promptly and faithfully perform said Contract, 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
Owner.
Whenever Contractor shall be and declared by Owner to be in default under the
Contract, the Owner having performed Owner's obligation thereunder, the Surety
0 may promptly:
1. Complete the Contract in accordance with its terms and conditions, or
0
PF -1
0
0
2. Obtain a bid or bids for submission to Owner for completing the Contract in
• accordance with its terms and conditions and upon determination by Owner
and Surety of the Lowest Responsible Bidder, arrange for a Contract between
such Bidder and Owner, and make available as work progresses (even though
there should be a default or a succession of defaults under the Contract or
contracts of completion arranged under this paragraph) sufficient funds to pay
the cost of completion less the balance of the Contract Price; but not
exceeding, including other costs and damages for which the Surety may be
liable hereunder, the amount set forth in the first paragraph hereof.
The term "Balance of the Contract Price" as used in this paragraph, shall mean the
40 total amount payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by Owner to Contractor.
Any suit under this Bond must be instituted before the expiration of two (2) years
from the date on which final payment under the Contract falls due.
No right of action shall accrue on this Bond to or for the use of any person or
corporation other than the Owner named herein or the heirs, executors,
administrators or successors of Owner.
Signed and sealed this day of . 19_.
L
In the presence of:
•
•
•
•
0
Principal
Title
(seal)
By (seal)
Title
PF -2
•
Note: This Bond is issued simultaneously with Performance Bond in favor of the
Owner conditioned on the full and faithful performance of the Contract.
KNOW ALL MEN BY THESE PRESENTS:
that
(here insert the name and address or legal title of the Contractor)
as Principal, hereinafter called "Principal", and
• a corporation of the with
its home office in the , U.S.A.,
as Surety, hereinafter called "Surety", are held and firmly bound unto:
• (here insert the name and address or legal title of the Owner)
as Obligee, hereinafter called "Owner", for the use and benefit of claimants as
hereinbelow defined, in the amount of dollars
($ ), for payment whereof Principal and Surety bind themselves, their
heirs, executors, administrators, successors and assigns, jointly and severally, formly
by these presents.
WHEREAS, Principal has by written agreement dated —,19
entered into a Contract with Owner for
• in accordance with Drawings and Specifications prepared
by:
(here insert full name, title and address)
•
•
which Contract is by reference is made a part hereof and is hereinafter referred to
as the "Contract".
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if
Principal shall promptly make payment to all claimants as hereinafter defined, for
all labor and material used or reasonably required for use in the performance of the
Contract, then this obligation shall be void; otherwise it shall remain in full force and
effect, subject, however, to the following conditions:
A claimant is defined as one having a direct contract with the Principal or
with a subcontractor of the Principal for labor, material, or both, used or
reasonably required for use in the performance of the Contract, labor and
am
•
material being construed to include that part of water, gas, power, light, heat,
oil, gasoline, telephone service or rental of equipment directly applicable to
• the Contract.
2. The above named Principal and Surety hereby jointly and severally agree with
the Owner that every claimant as herein defined, who has not been paid in
full before the expiration of a period of ninety (90) days after the date on
which the last of such claimant's work or labor was done or performed, or
materials were furnished by such claimant, may sue on this Bond for the use
of such claimant, prosecute the suit to final judgement for such sum or sums
as may be justly due claimant and have execution thereon. The Owner shall
not be liable for the payment of any costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
a. Unless claimant, other than one having a direct contract with the
Principal, shall have given written notice to any two of the following:
the Principal, the Owner, or the Surety above named, within ninety
• (90) days after such claimant did or performed the last of the work or
labor, or furnished the last of the material for which said claim is
made, stating with substantial accuracy, the amount claimed and the
name of the party to whom the materials were furnished, or for whom
the work or labor was done or performed. Such notice shall be served
• by mailing the same by Registered Mail or Certified Mail, postage
prepaid, in an envelope addressed to the Principal, Owner or Surety,
at any place where an office is regularly maintained for the transaction
of business, or served in any manner in which legal process may be
served in the state in which the aforesaid Project is located, save that
• such service need not be made by a Public Officer.
b. After the expiration of two (2) years following the date on which
Principal ceased work on said Contract, it being understood, however,
that if any limitations embodied in this Bond is prohibited by any law
• controlling the construction hereof, such limitation shall be deemed to
be amended so as to be equal to the minimum period of limitation
permitted by such law.
C. Other than in a state court of competent jurisdiction in and for the
• county or other political subdivision of the state in which the Project,
or any party thereof, is situated, or in the United States District Court
for the district in which the Project, or any part thereof, is situated and
not elsewhere.
•
C
•
4. The amount of this Bond shall be reduced by and to the extent of any
payments made in good faith hereunder, inclusive of the payment by Surety
• of mechanic's liens which may be filed on record against said improvement,
whether or not claim of the amount of such lien be presented under and
against this Bond.
0 Signed and Sealed this day of , 19
In the presence of:
•
•
•
•
•
•
(seal)
Principal
Title
by
PB -3
Title
(seal)
•
:IM
•
C�
r
•
CIM
•
7
7
0
R10111WINLE 01
Re: Project Name
Amount of Contract
You are hereby notified to commence work on the referenced Contract on or before
and are to fully complete the work within
consecutive calendar days thereafter. Your Contract Completion Date is therefore
. Also, before you may start any work at the site, you
must provide the required bonds and insurance certificates to the Owner
Cameron Engineering, P.C.
By:
NP -1
Date
•
GENERAL CONDITIONS
TABLE OF CONTENTS
•
Article
Number
g
g
1
Definitions
GC -2 thru GC -4
•
2
Preliminary Matters
GC -4 thru GC -6
3
Correlation, Interpretation and
Intent of Contract Documents
GC -6
•
4
Availability of Lands: Physical
Conditions, Reference Points
GC -6 thru GC -8
5
Bonds and Insurance
GC -8 thru GC -11
•
6
Contractor's Responsibilities
GC -11 thru GC -18
7
Work by Others
GC -18 thru GC -19
•
8
Owner's Responsibilities
GC -19 thru GC -20
9
Engineer's Status during
Construction
GC -20 thru GC -22
10
Changes in the Work
GC -22 thru GC -23
11
Change of Contract Prices
GC -23 thru GC -27
12
Change of Contract Time
GC -27 thru GC -28
13
Warranty and Guarantee: Tests
and Inspections: Correction,
Removal or Acceptance of
Defective Work
GC -28 thru GC -30
•
14
Payments and Completion
GC -31 thru GC -36
15
Suspension of Work and Termination
GC -36 thru GC -37
16
Miscellaneous
GC -37 thru GC -38
•
17
Supplementary Conditions
GC -38 thru GC -42
GC -1
0
•
•
14001:4 Aill r[ce)ZI �� II II��7►`F`!
ARTICLE 1- DEFINMONS
Wherever used in these General Conditions or in the other Contract Documents, the
following terms have the meanings indicated which are applicable to both the
• singular and plural thereof:
Agreement - The written agreement between Owner and Contractor covering the
Work to be performed; other Contract Documents are attached to the Agreement.
40 Application for Payment - The form which is to be used by Contractor in requesting
progress payments and which is to include the schedule of values required by
paragraph 14.1 and an affidavit of Contractor that progress payments theretofore
received on account of the Work have been applied by Contractor to discharge in full
all of Contractor's obligations reflected in prior Applications for Payment.
• Bid - The offer or proposal of the Bidder submitted on the prescribed form setting
forth the prices for the Work to be performed.
Bidder - Any person, firm or corporation submitting a Bid for the Work.
• Bonds - Bid, performance and payment bonds and other instruments of security,
furnished by Contractor and his surety in accordance with the Contract Documents.
Change Order - a written order to Contractor signed by the Owner authorizing an
addition, deletion or revision in the Work, or an adjustment in the Contract Price or
• the Contract Time issued after execution of the Agreement.
Contract Documents - The Agreement, Addenda (whether issued prior to the
opening of bids or the execution of the Agreement). Instructions to Bidders,
Contractor's Bid, the Bonds, the Notice of Award, these General Conditions, the
• Supplementary Conditions, the Specification, Drawings and Modifications.
Contract Price - The total monies payable to the Contractor under the Contract
Documents.
• Contract Time - The number of days stated in the Agreement for the completion of
the Work, computed as provided in paragraph 16.2.
Contractor - The person, firm or corporation with whom the Owner has executed the
Agreement.
•
GC -2
0
•
C
Day - A calendar day of twenty-four hours measured from midnight to the next
midnight.
Drawings - The drawings which show the character and scope of the Work to be
performed and which have been prepared or approved by the Engineer and are
referred to in the Contract Documents.
• Engineer - The firm of Cameron Engineering, P.C., acting directly, or through
properly authorized agents, such agents acting within the scope of the particular
duties entrusted to them.
Field Order - A written order is issued by the Engineer which clarifies or interprets
• the Contract Documents in accordance with paragraph 9.3 or orders minor changes
in the Work in accordance with paragraph 10.2.
Modification - (a) A written amendment of the Contract Documents signed by both
parties, (b) a Change Order, (c) a written clarification or interpretation issued by the
Engineer in accordance with paragraph 9.3 or (d) a written order for a minor change
0 or alteration in the Work issued by the Engineer pursuant to paragraph 10.2. A
modification may only be issued after execution of the Agreement.
Notice of Award - The written notice by the Owner to the apparent successful Bidder
stating that upon compliance with the conditions precedent to the fulfilled by him
• within the time specified, Owner will execute and deliver the Agreement to him.
Notice to Proceed - A written notice given by the Owner to the Contractor (with a
copy to the Engineer) fixing the date on which the Contract Time will commence to
run and on which the Contractor shall start to perform his obligations under the
Contract Documents.
Owner - The person, firm or corporation authorizing the Work to be performed.
Project - The entire construction to be performed as provided in the Contract
• Documents.
Resident Project Representative - The authorized representative of the Engineer or
Owner who is assigned to the Project site or any part thereof.
• Shop Drawings - All drawings, diagrams, illustrations, brochures, schedules and other
data which are prepared by the Contractor, a Subcontractor, manufacturer, supplier
or distributor and which illustrate the equipment, material or some portion of the
Work.
•
GC -3
0
•
Specifications - Those portions of the Contract Documents consisting of written
technical descriptions of materials, equipment, construction systems, standards and
• workmanship as applied to the Work.
Subcontractor - An individual, firm, or corporation having a direct contract with the
Contractor or with any other Subcontractor for the performance of a part of the
Work at the site.
•
Substantial Completion - The date as certified by the Engineer when the construction
of the Project or a specified part thereof is sufficiently completed, in accordance with
the Contract Documents, so that the Project or specified part can be utilized for the
purposes for which it was intended or if there be no such certification, the date when
the final payment is due in accordance with paragraph 14.13.
Work - Any and all obligations, duties and responsibilities necessary to the successful
completion of the Project assigned to or undertaken by the Contractor under the
Contract Documents, including all labor, materials, equipment and other incidentals,
• and the furnishing thereof.
ARTICLE 2 - PREI MINARY MATTERS
Execution of Agreement:
• 2.1 At least three counterparts of the Agreement and such other Contract
Documents as practicable will be executed and delivered by the Contractor to the
Owner within fifteen days of the Notice of Award and the Owner will execute and
deliver one counterpart to the Contractor within ten days of receipt of the executed
Agreement from the Contractor. The Engineer will identify those portions of the
• Contract Documents not so signed and such identification will be binding on all
parties, the Owner, Contractor and Engineer shall each receive an executed
counterpart of the Contract Documents and additional conformed copies as required.
•
Delivery of Bonds:
2.2 When he delivers the executed Agreements to the Owner, Contractor shall
also deliver to the Owner such Bonds as he may be required to furnish in accordance
with paragraph 5.1.
Copies of Documents:
2.3 The Owner shall furnish to the Contractor up to four (4) copies of the
Contract Documents as reasonably necessary for the execution of the Work.
Additional copies will be furnished, upon request, at the cost of reproduction.
GC -4
11
Contractor's Pre -Start Representations:
• 2.4 The Contractor represents that he has familiarized himself with the nature and
extent of the Contract Documents, Work, Locality, and with all local conditions and
federal, state and local laws, ordinances, rules and regulations that may in any
manner affect performance of the Work, and represents that he has correlated his
study and observations with the requirements of the Contract Documents. The
• Contractor also represents that he has studied all surveys and investigation reports
of subsurface and latent physical conditions referred in the Supplementary Conditions
and made such additional surveys and investigations as he deems necessary for the
performance of the Work at the Contract Price in accordance with the requirements
of the Contract Documents and that he has correlated the results of all such data
• with the requirements of the Contract Documents.
Commencement of Contract Time: Notice to Proceed:
2.5 The Contract Time will commence to run on the fifteenth day after the day
on which the executed Agreement is delivered by the Owner to the Contractor or,
• if a Notice to Proceed is given, on the day indicated in the Notice to Proceed but in
no event shall the Contract Time commence to run later than the ninetieth day after
the day of Bid Opening or the thirtieth day after the day on which the Owner
delivers the executed Agreement to the Contractor. A Notice to Proceed may be
given at any time within thirty days after the day on which the Owner delivers the
• executed Agreement to the Contractor.
Starting the Project:
2.6 The Contractor shall start to perform his obligations under the Contract
• Documents on the date when the Contract Time commences to run. No work shall
be done at the site prior to the date on which the Contract Time commences to run.
Before Starting Construction:
• 2.7 Before undertaking each part of the Work, the Contractor shall carefully study
and compare the Contract Documents and check and verify pertinent figures shown
thereon and all applicable field measurements. He shall at once report in writing to
the Engineer any conflict, error or discrepancy which he may discover; however, he
shall not be liable to the Owner or Engineer for his failure to discover any conflict,
• error or discrepancy in the Drawings or Specifications.
2.8 Within ten (10) days after delivery of the executed Agreement by the Owner
to the Contractor, the Contractor shall submit to the Engineer for approval, an
estimated progress schedule indicating the starting and completion dates of the
•
various stages of the Work, and a preliminary schedule of Shop Drawings
GC -5
0
•
submissions.
• 2.9 Before starting the Work at the site, the Contractor shall furnish the Owner
and the Engineer certificates of insurance as required by Article 5. Within twenty
days after delivery of the executed Agreement by the Owner to the Contractor, but
before starting the Work at the site, a conference will be held to review the above
schedules, to establish procedures for handling Shop Drawings and other submissions
• and for processing Applications for Payment, and to establish a working
understanding between the parties as to the Project. Present at the conference will
be the Owner or his representative, the Engineer, Resident Project Representative,
Contractor and his Superintendent.
•\' �' �� '7'7:x/ • . �` �.�� .ice __ • ` � 1 •
3.1 It is the intent of the Specifications and Drawings to describe a complete
Project to be constructed in accordance with the Contract Documents. The Contract
Documents comprise the entire Agreement between the Owner and Contractor.
• They may be altered only by a Modification.
3.2 The Contractor Documents are complementary; what is called for by one is
as binding as if called for by all. If the Contractor finds a conflict, error or
discrepancy in the Contract Documents, he shall call it to the Engineer's attention
• in writing at once and before proceeding with the Work affected thereby; however,
he shall not be liable to the Owner or Engineer for his failure to discover any
conflict, error or discrepancy in the Specifications or Drawings. In resolving such
conflicts, errors, and discrepancies, the documents shall be given precedence in the
following order: Agreement, Modifications, Addenda, Supplementary Conditions,
0 Instructions to Bidders, General Conditions, Specifications and Drawings. Figure
dimensions on Drawings shall govern over scale dimensions, and detailed Drawings
shall govern over general Drawings. Any work that may reasonably be inferred from
the Specifications or Drawings as being required to produce the intended result shall
be supplied whether or not it is specifically called for. Work, materials or equipment
• described in words which so applied have a well-known technical or trade meaning
shall be deemed to refer to such recognized standards.
ARTICLE 4 - AVAIIABIIITY OF LANDS; PHYSICAL CONDITIONS;
REFERENCE POINTS
• Availability of Lands:
4.1 Owner shall furnish as indicated in the Contract Documents and not later than
the date when needed by the Contractor, the lands upon which the Work is to be
done, rights-of-way for access thereto, and such other lands which are designated for
•
GC -6
0
0
the use of the Contractor. Easements for permanent structures or permanent
changes in existing facilities will be obtained and paid for by the Owner, unless
0 otherwise specified in the Contract Documents. If the Contractor believes that any
delay in the Owner's furnishing these lands or easements entitles him to an extension
of the Contract Time, he may make a claim therefore as provided in Article 12. The
Contractor shall provide for all additional lands and access thereto that may be
required for temporary construction facilities or storage of materials and equipment.
Physical Conditions - Surveys and Reports:
4.2 Reference is made to the Supplementary Conditions for identification of those
surveys and investigation reports of subsurface and latent physical conditions at the
40 Project site or otherwise affecting performance of the Work which have been relied
upon by the Engineer in preparation of the Drawings and Specifications.
Unforeseen Physical Conditions:
4.3 The Contractor shall promptly notify the Owner and Engineer in writing of
0 any subsurface or latent physical conditions at the site differing materially from those
indicated in the Contract Documents. The Engineer will promptly investigate those
conditions and advise the Owner in writing if further surveys or subsurface tests are
necessary. Promptly thereafter, the Owner shall obtain the necessary additional
surveys and tests and furnish copies to the Engineer and Contractor. If the Engineer
• finds that the results of such surveys or tests indicate that there are subsurface or
latent physical conditions which differ materially from those intended in the Contract
Documents, and which could not reasonably have been anticipated by the Contractor,
a Change Order shall be issued incorporating the necessary revisions.
0 Reference Points:
4.4 The Owner shall provide engineering surveys for construction to establish
reference points which in his judgement are necessary to enable the Contractor to
proceed with the Work. The Contractor shall be responsible for surveying and laying
out the Work (unless otherwise provided in the Supplementary Conditions) and shall
protect and preserve the established reference points and shall make no changes or
relocations without the prior written approval of the Owner. He shall report to the
Engineer whenever any reference point is lost of destroyed or requires relocation
because of necessary changes in grades or locations. The Contractor shall replace
and accurately relocate all reference points so lost, destroyed or moved.
•
GC -7
0
ARTICLE 5 - BONDS AND INSURANCE
• Performance, Payment and Other bonds:
5.1 The Contractor shall furnish Performance and Payment Bonds as security for
the faithful performance and payment of all his obligations under the Contract
Documents. Upon application for final payment, the Contractor shall provide the
0 Owner with a Maintenance Bond which shall remain in effect for one year from the
date of approval of final payment as a guarantee that the Contractor will make good
any faults or defects in the Work arising from improper or defective workmanship
or materials which may appear during that period. These Bonds shall be in amounts
at least equal to the Contract Price, and (except as otherwise provided in the
40 Supplementary Conditions) in such form and with such sureties as are licensed to
conduct business in the state where the project is located and are named in the
current list of "Surety Companies Acceptable on Federal Bonds" as published in the
Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department.
The Performance Bond shall be maintained in full force for a period of twelve
months after the date of final certificate as a guarantee that the Contractor will make
0 good any faults or defects in the Work arising from improper or defective
workmanship or materials which may appear during that period.
5.2 If the surety on any Bond furnished by the Contractor is declared a
bankruptcy or becomes insolvent or its right to do business is terminated in any state
• where any part of the Project is located or is removed from the list of Surety
Companies accepted on Federal Bonds, the Contractor shall within five days
thereafter substitute another Bond and Surety, both of which shall be acceptable to
the Owner.
0 5.3 Insurance and Indemnity:
•
5.3.1 The Contractor shall procure and maintain, at his own expense, and without
expense to the Owner, until final acceptance by the _Owner of the Work and terms
covered by the Contract, insurance for damages imposed by law, of the kinds and in
amounts hereinafter provided, in insurance companies authorized to do such business
in the State of New York and be rated at least "A -VIII" by the current "Best Rating
Guide", covering all operations under the Contract whether performed by him or his
subcontractors. Before commencing the Work, the Contractor shall furnish to the
Owner certified copies of the original policies and such numbers of Certificates of
Insurance in form satisfactory to the Owner showing that the Contractor has
complied with this section which certificate shall provide that the policies shall not
be changed or canceled until thirty (30) days written notice has been given to the
Owner.
GC -8
0
•
•
•
•
•
•
C
•
•
0
5.3.2 The Contractor shall take and assume all responsibility for the Work and take
all precautions for the prevention of injuries to persons and property in or about the
Work; he shall bear all losses resulting to him on account of the amount of character
or upon which the Work is done difference from that which was estimated or
expected, or on account of the weather, elements or other causes and he and his
surety or insurance company shall assume the defense of and indemnify and save
harmless the owner and its officers, employees, agents and Engineer, from any and
all claims relating to labor, equipment or material furnished for the Work and to
inventions, patents and patent rights used in doing the Work, and to injuries or
damages to person, corporations or property, caused by, or in any way arising out of
the Work performed by the Contractor, subcontractor and the employees under this
Contract.
5.3.3 The Contractor shall provide insurance coverage as follows:
1. Workman's Compensation in accordance with the laws of the State of
New York, covering the Contractor, its subcontractors for all
operations under the Contract whether performed by him or by his
subcontractors. This insurance may be evidenced by a certified copy
of the policy or a certificate of insurance using form number L.C1305
(C-105.2).
2. New York State Statutory Disability Benefits in accordance with the
laws of the State of New York covering the Contractor, its
subcontractors for all operations under the Contract whether
performed by him or by his subcontractors. This insurance may be
evidenced by a certified copy of the policy, or a certificate of insurance
using form number DB -120.
3. Liability and PrWeM Damage Insurance - Unless otherwise
specifically required by the detailed Specifications, liability and
property damage insurance on all policies shall have limits of not less
than:
Bodily Injury
Liability Property Damage Liability
Each Occurrence Each Occurrence Aggregate
$1,000,000 $1,000,000 $2,000,000
For damages arising during the policy period, shall be furnished in type
specified, viz: Items 3a or 3b as stated below may be evidenced by a
certificate of insurance. Item 3c must be a separate policy and be in
full force and effect. An umbrella liability policy may be used to effect
GC -9
0
•
C
•
•
C:
•
•
•
0
the total limits required. A certificate of insurance may be used.
3a. Coverage - Contractor's Comprehensive General Liability Insurance
issued to and covering the liability for damages imposed by law upon
the Contractor for bodily injuries and property damage with respect to
all work performed by him (before, during and after acceptance of
Work) under this Contract; such policy to be endorsed to cover the
Defense, Indemnification and Hold Harmless Agreement contained in
paragraph 5.3.5. The policy shall include but not be limited to:
Broadform Property Damage
Completed Operations
Product Liability
GCL Extension Endorsement
It shall also include the Owner and Engineers as named insured.
3b. Coverage - Contractor's Protective Comprehensive General Liability
Insurance issued to and covering the liability for damages imposed by
law upon the Contractor for bodily injuries and property damage with
respect to all work under this Contract performed for the Contractor
by subcontractors, if any; such policy to be endorsed to cover the
Defense, Indemnification and Hold Harmless Agreement contained in
paragraph 5.3.5.
3d. Coverage - A policy of Automobile Insurance covering bodily injury
and property damage and insuring the Contractor for his operation of
all motor vehicles and mobile equipment.
The Owner may consider the Contract to be void and of no effect
unless the person or corporation making or executing the same shall
secure and keep in effect the above coverage during the life of said
Contract which includes the period of the Maintenance Bond.
5.3.4 Builder's Risk:
1. The Contractor shall effect and maintain insurance against loss of fire
(including Builder's Risk Special Extended Coverage Endorsement)
upon all the Work in place and all material stored at the site of the
Work, whether or not covered by partial payments made by the Owner.
This insurance shall be in an amount equal to the full insurance value
thereof at all times and shall be for the benefit of the Owner, the
Contractor and such subcontractors as their interests may respectively
appear.
GC -10
•
2. Certificates and policies shall provide that coverage may not be
canceled or changed without thirty (30) days prior notice to the Owner.
•
3. The Contractor shall be responsible for protection against vandalism,
theft or malicious mischief of all of his work, materials and equipment
at all times from the start to the completion of the Work. The Owner
will not have any responsibility for or be under any obligation to
reimburse any subcontractor for any losses which may be due to
vandalism, theft or malicious mischief.
Hold Harmless (Indemnify):
• 5.3.5 The Contractor shall defend, indemnify and hold harmless the Owner, its
agents and Engineer, servants and employees, as required and affected by the Work
from any and all damages or claims whatsoever, occasioned by or caused to any
persons, partnership, association or corporation, or occasioned by or caused to any
property arising out of the performance of this Contract or from any defective
• condition of the materials furnished or supplied or contemplated to be furnished or
supplied under this Contract, provided, however, that any liability arising out of or
in connection with this Contract was not caused by or resulting from the sole
negligence of the Owner. This is to include inventions, royalties, patents and patent
rights.
• Workmen's Compensation:
5.3.6 Pursuant to the provisions of Chapter Four Hundred and Seventy -Eight of the
Laws of Nineteen Hundred Sixteen or amendments thereto, this Contract shall be
void and of no effect unless the Contractor shall secure compensation for the benefit
• of, and keep insured during the life of this Contract, such employees as are required
to be insured by the provisions of Chapter Forty -One of the Laws of Nineteen
Hundred Fourteen and acts amendatory thereto, known as the "Workmen's
Compensation Law".
• ARTICLE 6 - CONTRACTOR'S RESPONSIBUMMS
Supervision and Superintendence:
6.1 The Contractor shall supervise and direct the Work efficiently and with his
• best skill and attention. He shall be solely responsible for the means, methods,
techniques, sequences and procedures of construction, but he shall not be solely
responsible for the negligence of others in the design or selection of a specific means,
methods, technique, sequence or procedure of construction which is indicated in and
required by the Contract Documents. The Contractor shall be responsible to see that
the finished work complies accurately with the Contract Documents.
GC -11
J
0
6.2 The Contractor shall keep on the Work at all times during its progress a
competent resident superintendent, who shall not be replaced without written notice
9 to the Owner and Engineer except under extraordinary circumstances. The
superintendent will be the Contractor's representative at the site and shall have
authority to act on behalf of the Contractor. All communications given to the
superintendent shall be as binding as if given to the Contractor.
• Labor, Materials and Equipment:
6.3 The Contractor shall provide competent, suitably qualified personnel to survey
and lay out the Work and perform construction as required by the Contract
Documents. He shall at all times maintain good discipline and order at the site.
•
6.4 The Contractor shall furnish all materials, equipment, labor, transportation,
construction equipment and machinery, tools, appliances, fuel, power, light, heat,
telephone, water and sanitary facilities and all other facilities and incidentals
necessary for the execution, testing, initial operation and completion of the Work.
6.5 All materials and equipment shall be new, except as otherwise provided in
Contract Documents. If required by the Engineer, the Contractor shall furnish
satisfactory evidence as to the kind and quality of materials and equipment.
6.6 All materials and equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with the instructions of the applicable
manufacturer, fabricator or processors, except as otherwise provided in the Contract
Documents.
Substitute Materials or Equipment:
•
6.7 If Supplementary Conditions, law, ordinance or applicable rules or regulations
permit the Contractor to furnish or use a substitute that is equal to any material or
equipment specified, and if the Contractor wishes to furnish. or use a proposed
substitute, he shall, prior to the conference called for by paragraph 2.9, make written
• application to the Engineer for approval of such a substitute certifying, in writing,
that the proposed substitute will perform adequately the functions called for by the
general design, be similar and of equal substance to that specified and be suited to
the same use and capable of performing the same functions as that specified, stating
whether or not its incorporation in or use in connection with the Project is subject
to the payment of any license fee or royalty; and identifying all variations of the
proposed substitute from that specified and indicating available maintenance service.
No substitute shall be ordered or installed without the written approval of the
Engineer who will be the judge of equality and may require the Contractor to furnish
such other data about the proposed substitute as he considers pertinent. No
substitute shall be ordered or installed without such performance guarantee and
GC -12
0
•
bonds as the Owner may require which shall be furnished at the Contractor's
expense.
•
Concerning Subcontractors:
6.8 The Contractor shall not employ any subcontractor or other person or
organization (including those who are to furnish the principal items of material or
equipment), whether initially or as a substitute, against whom the Owner or Engineer
•
may have reasonable objection. A subcontractor or other person or organization
identified in writing to the Owner and the Engineer by the Contractor prior to the
Notice of Award and not objected to in writing by the Owner or the Engineer prior
to the Notice of Award will be deemed acceptable to the Owner and Engineer.
Acceptance of any Subcontractor, other person or organization by the Owner or
•
Engineer shall not constitute a waiver of any right of the owner or Engineer to reject
defective Work, or work not in conformance with the Contract Documents. If the
Owner or Engineer after due investigation has reasonable objection to any
Subcontractor, other person or organization proposed by the Contractor after the
Notice of Award, the Contractor shall submit an acceptable substitute. The
•
Contractor shall not be required to employ any Subcontractor, other person or
organization against whom he has reasonable objection. The Contractor shall not
without the consent of the Owner and Engineer make any substitution for any
Contractor, other person or organization who has been accepted by the Owner and
Engineer unless the Engineer determines that there is good cause for doing so.
•
6.9 The Contractor shall be fully responsible for all acts and omissions of his
subcontractors and of persons and organizations directly or indirectly employed by
them and of persons and organizations for whose acts any of them may be liable to
the same extent that he is responsible for the acts and omissions of persons directly
•
employed by him. Nothing in the Contract Documents shall create any contractual
relationship between the Owner or Engineer and any subcontractor or other person
or organization having a direct contract with the Contractor, nor shall it create any
obligation on the part of the Owner or the Engineer to pay or to see to the payment
of any monies due any subcontractor or other person or organization, except as may
otherwise be required by law. The Owner or Engineer may furnish to any
•
subcontractor or other person or organization, to the extent practicable, evidence of
amounts paid to the Contractor on account of specific work done in accordance with
the schedule of values.
6.10 The divisions and sections of the Specifications and the identifications of any
• Drawings shall not control the Contractor in dividing the Work among
subcontractors, or delineating the Work to be performed by any specific trade.
6.11 The Contractor agrees to bind specifically every subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit of the
•
GC -13
0
•
Owner.
• 6.12 All work performed for the Contractor by a subcontractor shall be pursuant
to an appropriate agreement between the Contractor and the subcontractor which
shall contain provisions that waive all rights the contracting parties may have against
one another for damages caused by fire or other perils covered by insurance provided
in accordance with Article 5. The Contractor shall pay each subcontractor a just
• share of any insurance monies received by the Contractor under Article 5.
Patent Fees and Royalties:
6.13 The Contractor shall pay all license fees and royalties and assume all costs
incident to the use in the performance of the Work of any invention, design, process,
• product or device which is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device is specified in the
Contract Documents for use in the performance of the Work and if to the actual
knowledge of the Owner or Engineer its use is subject to patent rights or copyrights
calling for the payment of any license fee or royalty to others, the existence of such
• rights shall be disclosed by the Owner in the Contract Documents. The Contractor
shall indemnify and hold harmless the Owner and Engineer and anyone directly or
indirectly employed by either of them from and against all claims, damages, losses
and expenses (including attorneys' fees) arising out of any infringement of patent
rights or copyrights incident to the use in the performance of Work of any invention,
• design, process, product or device not specified in the Contract Documents, and shall
defend all such claims in connection with any alleged infringement of such rights.
Permits:
6.14 The Contractor shall obtain and pay for all construction permits and licenses
and shall pay all governmental charges and inspection fees necessary for the
prosecution o the Work, which are applicable at the time of his Bid. The Owner
shall assist the Contractor, when necessary, in obtaining such permits and licenses.
The Contractor shall also pay all public utility charges.
• Laws and Regulations:
6.15 The Contractor shall give all notices and comply with all laws, ordinances,
rules and regulations applicable to the Work. If the Contractor observes that the
Specifications or Drawings are at variance therewith, he shall give the Engineer
• prompt written notice thereof, and any necessary changes shall be adjusted by an
appropriate modification. If the Contractor performs any Work knowing it to be
contrary to such laws, ordinances, rules and regulations, and without such notice to
the Engineer, he shall bear all costs arising therefrom; however, it shall not be his
primary responsibility to make certain that the Specifications and Drawings are in
•
GC -14
17,
accordance with such laws, ordinances, rules and regulations.
• Taxes:
6.16 The Contractor shall pay all sales, consumer, use and other similar taxes
required to be paid by him in accordance with the law of the place where the Work
is to be performed.
• 6.17 The Contractor shall confine his equipment, the storage of materials and
equipment and the operations of his workmen to areas permitted by law, ordinances,
permits or the requirements of the Contract Documents, and shall not unreasonably
encumber the premises with materials or equipment.
• 6.18 The Contractor shall not load nor permit any part of any structure to be
loaded with weights that will endanger the structure, nor shall he subject any part of
the Work to stresses or pressures that will endanger it.
6.19 The Contractor shall keep one record copy of all Specifications, Drawings,
• Addenda, Modifications, and Shop Drawings at the site in good order and annotated
to show all changes made during the construction process. These shall be available
to the Engineer and shall be delivered to him for the Owner upon completion of the
Project.
• 6.19.1 The Contractor shall comply with the further provisions in respect of record
drawings specified in the Supplementary Conditions.
6.20 The Contractor shall be responsible for initiating, maintaining and supervising
all safety precautions and programs in connection with the Work. He shall take all
• necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or less to:
6.20.1 All employees on the Work and other persons that may be affected thereby.
• 6.20.2 All the Work and all materials or equipment to be incorporated therein,
whether in storage on or off the site.
6.20.3 Other property at the site or adjacent thereto, including trees, shrubs, lawns,
walks, pavements, roadways, structures and utilities not designated for removal,
• relocation or replacement in the course of construction.
6.20.4 The Contractor shall comply with all applicable laws, ordinances, rules,
regulations, and orders of any public body having jurisdiction for the safety of
persons or property or to protect them from damage, injury or loss. He shall erect
and maintain, as required by the conditions and progress of the Work, all necessary
•
GC -15
•
safeguards or its safety and protection. He shall notify owners of adjacent utilities
when prosecution of the Work may affect them. All damage, injury or loss to any
• property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in
whole or in part by the Contractor, any Subcontractor or anyone directly or indirectly
employed by any of them for whose acts any of them may be liable, shall be
remedied by the Contractor except damage or loss attributable to the fault of
Drawings or Specifications or to the acts or omissions of the Owner or Engineer or
• anyone employed by either of them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly, in whole or in part, to the fault of
negligence of Contractor. The Contractor's duties and responsibilities for the safety
and protection of the Work shall continue until such time as all the Work is
completed and the Engineer has issued a notice to the Owner and the Contractor in
• accordance with paragraph 14.13 that Work is acceptable.
•
6.21 The Contractor shall designate a responsible member of his organization at
the site whose duty shall be the prevention of accidents. This person shall be the
Contractor's superintendent unless otherwise designated in writing by the Contractor
to the Owner.
Emergencies:
6.22 In emergencies affecting the safety of persons or the Work or property at the
site or adjacent thereto, the Contractor, without special instruction or authorization
from the Engineer or the Owner, is obligated to act, at his discretion, to prevent
threatened damage, injury or loss. He shall give the Engineer prompt written notice
of any significant changes in the Work or deviations from the Contract Documents
caused thereby, and a Change Order shall thereupon be issued covering the changes
and deviations involved.
•
Shop Drawings and Samples:
6.23 After checking and verifying all field measurements, the Contractor shall
submit to the Engineer for approval, in accordance with the accepted schedule of
Shop Drawings submissions (see paragraph 2.8) five (5) copies of all Shop Drawings,
which shall have been checked by and stamped with the approval of the Contractor
and identified as the Engineer may require. The data shown on the Shop Drawings
will be complete with respect to dimensions, design criteria, materials of
constructions and the like to enable the Engineer to review the information as
required.
6.24 The Contractor shall also submit to the Engineer for approval with such
promptness as to cause no delay in the Work, all samples required by the Contract
Documents. All samples will have been checked by and stamped with the approval
of the Contractor, identified clearly as to materials, manufacturer, any pertinent
GC -16
•
catalog numbers and the use for which intended.
6.25 At the time of each submission, the Contractor shall in writing, call the
Engineer's attention to any deviations that the Shop Drawings or sample may have
from the requirements of the Contract Documents.
6.26 The Engineer will review and approve with reasonable promptness Shop
• Drawings and samples, but his review and approval shall be only for conformance
with the design concept of the Project and for compliance with the information given
in the Contract Documents. The approval of a separate item as such will not
indicated approval of the assembly in which the item functions. The Contractor shall
make any corrections required by the Engineer and shall return the required number
of corrected copies of Shop Drawings and resubmit new samples until approved. The
0 Contractor shall direct specific attention in writing or on resubmitted Shop Drawings
to revisions other than the corrections called for by the Engineer on previous
submissions. The Contractor's stamp of approval on any Shop Drawing or sample
shall constitute a representation to the Owner and the Engineer that the Contractor
has either determined and verified all quantities, dimensions, field construction and
• criteria, materials, catalog, numbers, and similar data or he assumes full responsibility
for doing so and that he has reviewed or coordinated each Shop Drawing with the
requirements of the Work and the Contract Documents.
6.27 Where a Shop Drawing or sample submission is required by the Specifications,
no related Work shall be commenced until the submission has been approved by the
Engineer. A copy of each approved Shop Drawing and each approved sample shall
be kept in good order by the Contractor at the site and shall be available to the
Engineer.
• 6.28 The Engineer's approval of Shop Drawings or samples shall not relieve the
Contractor from his responsibility for any deviations from the requirements of the
Contract Documents unless the Contractor has in writing called the Engineer's
attention to such deviation at the time of submission and the Engineer has given
written approval to the specific deviation, nor shall approval by the Engineer relieve
the Contractor from responsibility for errors or omissions in the Shop Drawings.
Cleaning:
6.29 The Contractor shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the Work, and at the completion
• of the Work he shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, construction equipment and machinery, and surplus
materials, and shall leave the site clean and ready for occupancy by the Owner. The
Contractor shall restore to their original condition those portions of the site not
designated for alteration by the Contract Document. The Contractor shall comply
•
GC -17
0
•
•
with the further provisions in respect of cleaning specified in the Supplementary
Conditions.
Indemnification:
630 The Contractor shall indemnify and hold harmless the Owner and the
Engineer and their agents and employees from and against all claims, damages, losses
• and expenses, including attorney's fees arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss or expense (a)
is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself) including the loss of use
resulting therefrom and (b) is caused in whole or in part by any negligent act or
omission of the Contractor, any subcontractor, anyone directly or indirectly employed
by any of them or anyone for whose acts any of them may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder.
6.31 In any and all claims against the Owner or Engineer or any of their agents or
employees of the Contractor, any Subcontractor, anyone directly or indirectly
• employed by any of them or anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 6.30 shall not be limited in any way by
any limitation on the amount or type of damages, compensation or benefits payable
by or for the Contractor or any subcontractor under workmen's compensation acts,
disability benefit acts or other employee benefit acts.
•
6.32 The obligations of the Contractor under paragraph 6.30 shall not extend to the
liability of the Engineer, his agents or employees arising out of (a) the preparation
or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or
specifications or (b) the giving of or the failure to give directions or instructions by
the Engineer, his agents or employees provided such giving or failure to give is the
primary cause of injury or damage.
ARTICLE 7 - WORK BY OTHERS
• 7.1 Owner may perform additional work related to the Project by himself, or he
may let other direct contracts therefore which shall contain General Conditions
similar to these. Contractor shall afford the other contractors who are parties to
such direct contracts (or Owner, if he is performing the additional work himself),
reasonable opportunity for the introduction and storage of materials and equipment
• and the execution of Work, and shall properly connect and coordinate his Work with
theirs.
7.2 If any part of Contractor's work depends for proper execution or results upon
the work of any such other contractor (or Owner), Contractor shall inspect and
promptly report to Engineer in writing any defects or deficiencies in such work that
GC -18
•
render it unsuitable for such proper execution and results. His failure to so report
shall constitute an acceptance of the other work as fit and proper for the relationship
• of his Work except as to defects and deficiencies which may appear in the other work
after the execution of his Work.
7.3 Contractor shall do all cutting, fitting and patching of his Work that may be
required to make its several parts come together properly and it to receive or be
• received by such other work. Contractor shall not endanger any work of others by
cutting, excavating or otherwise altering their work and will only cut or alter their
work with the written consent of Engineer and of the other contractors whose work
will be affected.
7.4 If the performance of additional work by other contractors or Owner's is not
noted in the Contract Documents prior to the execution of the Contract, written
notice thereof shall be given to Contractor prior to starting any such additional work.
If Contractor believes that the performance of such additional work by Owner or
others involves him in additional expense or entitles him to an extension of the
Contract Time, he may make a claim therefore as provided in Article 11 and 12.
•
ARTICLE 8 - OWNER'S RESPONSIBIIITIFS
•
8.1 In general, the Owner shall issue all communications to Contractor through
Engineer.
8.2 In case of termination of the employment of Engineer, Owner shall appoint
an engineer against whom Contractor makes no reasonable objection, whose status
under the Contract Documents shall be that of the former Engineer.
• 8.3 Owner shall furnish the data required of him under the Contract promptly and
shall make payments to Contractor promptly after they are due as provided in
paragraphs 14.4 and 14.13.
8.4 Owner's duties in respect of providing lands and easement and providing
• engineering surveys to establish reference points are set forth in paragraphs 4.1 and
4.4. Paragraph 4.2 refers to Owner's identifying and making available to Contractor
copies of surveys and investigation reports of subsurface and latent physical
conditions at the site or otherwise affecting performance of the Work which have
been relied upon by Engineer in preparing the Drawings and Specifications.
• 8.5 In addition to his rights to request changes in the Work in accordance with
Article 10, Owner (especially in certain instances as provided in paragraph 10.4) shall
be obligated to execute Change Orders.
8.6 Owner's responsibility in respect of certain inspections, tests and approvals is
•
GC -19
•
•
set forth in paragraph 13.2
• 8.7 In connection with Owner's right to stop Work or suspend Work, see
paragraphs 13.8 and 15.1. Paragraph 15.2 deals with Owner's right to terminate
services of Contractor under certain circumstances.
ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION
• Owner's Representative:
9.1 The Engineer will be the Owner's Representative during the construction ..
period. The duties and responsibilities and the limitations of authority of the
41 Engineer as Owner's representative during construction are set forth in Articles 1
through 18 of these General Conditions and shall not be extended without written
consent of the Owner and Engineer.
Visits to Site:
9.2 The Engineer will make periodic visits to the site to observe the progress and
quality of the executed Work and to determine, in general, if the Work is proceeding
in accordance with the Contract Documents. He will not be required to make
exhaustive or continuous on-site inspections to check the quality or quantity of the
Work. His efforts will be directed toward providing assurance for the Owner that the
• completed Project will conform to the requirements of the Contract Documents. On
the basis of his on-site observations as an experienced and qualified design
professional he will keep the Owner informed of the progress of the Work and will
endeavor to guard the Owner against defects and deficiencies in the Work of
contractors.
•
Clarifications and Interpretations:
9.3 The Engineer will issue with reasonable promptness such written clarifications
or interpretations of the Contract Documents (in the form of Drawings or otherwise)
• as he may determine necessary, which shall be consistent with or reasonably from the
overall intent of the Contract Documents. If the Contractor believes that a written
clarification and interpretation entitles him to an increase in the Contract Price, he
may make a claim therefor as provided in Article 11.
• Rejecting Defective Work:
9.4 Engineer will have the authority to disapprove or reject Work which is
"defective" (which term is hereinafter used to describe Work that is unsatisfactory,
faulty or defective, or does not conform to the requirements of the Contract
Documents or does not meet the requirements of any inspection, test or approval
•
GC -20
0
referred to in paragraph 13.2 or has been damage prior to approval of final
payment). He will also have authority to require special inspection or testing of the
• Work as provided in paragraph 13.7 whether or not the Work is fabricated, installed
or completed.
Shop Drawings, Change Order and Payments:
9.5 In connection with the Engineer's responsibility for Shop Drawings and
samples, see paragraphs 6.23 and 6.28 inclusive.
9.6 In connection with the Engineer's responsibility for Change Orders, see
Articles 10, 11, and 12.
• 9.7 In connection with the Engineer's responsibilities in respect to Applications
for Payment, etc., see Article 14.
Resident Project Representatives:
9.8 If the Owner and Engineer agree, the Engineer will furnish a Resident Project
Representative and assistants to assist Engineer in carrying out his responsibilities
at the site.
The Resident Project Representative shall be authorized to inspect all work done and
• materials furnished. Such inspection may extend to all parts of the Work, and to the
preparation or manufacture of the materials to be used. In case of any dispute
arising between the Contractor and Resident Project Representative, as to materials
furnished or the manner of performing the Work, the Resident Project
Representative shall have the authority to reject material or suspend the Work until
• the questions at issue can be referred to and decided by the Engineer. The Resident
Project Representative shall not be authorized to revoke, alter, enlarge, relax or
release any requirements of these Specifications nor to approve or accept any portion
of the Work, nor to issue instructions contrary to the Plans and Specifications. The
Resident Project Representative shall in no case act as foremen or perform other
• duties for the Contractor, or interfere with the management of the Work by the
latter. Any advice which the Resident Project Representative may give the
Contractor shall in no way be construed as binding the Engineer nor the Owner in
any way nor releasing the Contractor from the fulfillment of the terms of the
Contract Documents.
• Decisions on Disagreements:
9.9 The Engineer will be the interpreter of the requirements of the Contract
Documents and the judge of the performance thereunder. In his capacity as
• interpreter and judge, he will exercise his best efforts to insure faithful performance
GC -21
0
U
by both the Owner and Contractor. He will not show partiality to either and will not
be liable for the result of any interpretation or decision rendered in good faith.
Claims, disputes and other matters relating to the execution and progress of the
Work or the interpretation of or performance under the Contract Documents shall
be referred to the Engineer for decision which he will render in writing within a
reasonable time.
0 Limitations on Engineer's Responsibilities:
9.10 Neither the Engineer's authority to act under this Article 9 or elsewhere in the
Contract in the Contract Documents nor any decision made by him in good faith
either to exercise or not exercise such authority shall give rise to any duty, or
responsibility of the Engineer to the Contractor, any subcontractor, any materialman,
fabricator, supplier or any of their agents or employees or any other person
performing any of the Work.
9.11 The Engineer will not be responsible for the Contractor's means, methods,
techniques, sequences or procedures of construction, or the safety precautions and
40 programs incident thereto, and he will not be responsible for the Contractor's failure
to perform the Work in accordance with the Contract Documents.
9.12 The Engineer will not be responsible for the acts of omissions of the
Contractor, or any subcontractors, or any of his or their agents or employees, or any
• other persons at the site or otherwise performing any of the Work.
ARTICLE 10 - CHANGES IN THE WORK
10.1 Without invalidating the Agreement, Owner may, at any time or from time to
time, order additions, deletions or revisions in the Work; these will be authorized by
Change Orders. Upon receipt of a Change Order, Contractor shall proceed with the
Work involved. All such Work shall be executed under the applicable conditions of
the Contract Documents. If any Change Order causes an increase or decrease in the
Contract Price or an extension or shortening of the Contract Time, an equitable
adjustment will be made as provided in Article 11 or Article 12 on the basis of a
claim made by either party.
10.2 Engineer may authorize minor changes or alterations in the Work not involving
extra cost and not inconsistent with the overall intent of the Contract Documents.
40 These may be accomplished by a Field Order. If Contractor believes that any minor
change or alteration authorized by Engineer entitles him to an increase in the
Contract Price, he may make a claim therefore as provided in Article 11.
10.3 Additional work performed by Contractor without authorization of a Change
Order will not entitle him to an increase in the Contract Price or an extension of the
•
GC -22
0
•
Contract Time, except in the case of an emergency as provided in paragraph 6.22 and
except as provided in paragraph 10.2
•
10.4 Owner shall execute appropriate Change Orders prepared by Engineer
covering changes in the Work to be performed as provided in paragraph 4.3 and
Work performed in an emergency as provided in paragraph 6.22 and any other claim
of Contractor for a change in the Contract Time or the Contract Price which is
• approved by Engineer.
10.5 It is Contractor's responsibility to notify his Surety of any changes affecting he
general Scope of the Work or change in the Contract Price and the amount of the
applicable bonds shall be adjusted accordingly. Contractor shall furnish proof of such
•
adjustment to Owner.
ARTICLE 11 - CHANGE OF CONTRACT PRICE
11.1 The Contract Price constitutes the total compensation payable to Contractor
for performing the Work. All duties, responsibilities and obligations assigned to or
• undertaken by Contractor shall be at his expense without change in the Contract
Price.
11.2 The Contract Price may only be changed by a Change Order. Any claim for
an increase in the Contract Price shall be based on written notice delivered to Owner
• and Engineer within fifteen days of the occurrence of the event giving rise to the
claim. Notice of the amount of the claim with supporting data shall be delivered
within forty-five days of such occurrence unless Engineer allows an additional period
of time to ascertain accurate cost data. All claims for adjustment in the Contract
Price shall be determined by Engineer if Owner and Contractor cannot otherwise
• agree on the amount involved. Any change in the Contract Price resulting from any
such claim shall be incorporated in a Change Order.
11.3 The value of any Work covered by a Change Order or of any claim for an
increase or decrease in the Contract Price shall be determined in one of the
• following ways:
11.3.1 Where the Work involved is covered by unit prices contained in the Contract
Documents, by application of unit prices to the quantities of the items involved.
• 11.3.2 By mutual acceptance of a lump sum, with a breakdown showing negotiated
unit prices, labor rates, etc.
11.3.3 On the basis of the Cost of the Work (determined as provided in paragraph
11.4 and 11.5) plus a Contractor's Fee for overhead and profit (determined as
provided in paragraph 11.6).
•
GC -23
0
U
11.4 The term Cost of the Work means the sum of all costs necessarily incurred
and paid by the Contractor in the proper performance of the Work. Except as
• otherwise may be agreed to in writing by Owner, such cost shall be in amounts no
higher than those prevailing in the locality of the Project, shall include only the
following items and shall not include any of the costs itemized in paragraph 11.5.
11.4.1 Payroll costs for employees in the direct employ of Contractor in the
• performance of the Work under schedules of job classifications agreed upon by
Owner and Contractor. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll
costs shall include, but not be limited to, salaries and wages plus the cost of fringe
benefits which shall include social security contributions, unemployment, excise and
• payroll taxes, workmen's compensation, health and retirement benefits, bonuses, sick
leave, vacation and holiday pay applicable thereto. Such employees shall include
superintendents and foremen at the site. The expenses of performing work after
regular working hours, on Sunday or legal holidays shall be included in the above to
the extent authorized by Owner.
11.4.2 Cost of all materials and equipment furnished and incorporated in the Work,
including costs of transportation and storage thereof and manufacturers' field services
required in connection therewith. All cash discounts shall accrue to Contractor
unless Owner deposits funds with Contractor with which to make payments in which
case the cash discounts shall accrue to Owner. All trade discounts, rebates and
• refunds, and all returns from sale of surplus materials and equipment shall accrue to
Owner; and Contractor shall make provisions so that they may be obtained.
11.4.3 Payments made by Contractor to the subcontractors for work performed by
subcontractors. If required by Owner, Contractor shall obtain competitive bids from
• subcontractors acceptable to him and shall deliver such bids to Owner who will then
determine with the advice of Engineer, which bids will be accepted. If a subcontract
provides that the subcontractor is to be paid on the basis of Cost of the Work Plus
a Fee, the Cost of the Work shall be determined in accordance with paragraphs 11.4
and 11.5. All subcontracts shall be subject to the other provisions of the Contract
• Documents insofar as applicable.
11.4.4 Costs of special consultants (including, but not limited to, engineers, architects,
testing laboratories, surveyors, lawyers and accountants) employed for services
specifically related to the Work.
• 11.4.5 Supplemental cost including the following:
11.4.5.1 The proportion of necessary transportation, traveling and subsistence
expenses of Contractor's employees incurred in discharge of duties connected with
the Work.
•
GC -24
0
•
11.4.5.2 Cost, including transportation and maintenance of all materials, supplies,
equipment, machinery, appliances, office and temporary facilities at the site and hand
• tools not owned by the workmen, which are consumed in the performance of the
Work and cost less market value of such items used but not consumed which remain
the property of Contractor.
11.4.53 Rentals of all construction equipment and machinery and the parts thereof
• whether rented from Contractor or others in accordance with rental agreements
approved by Owner with the advice of Engineer, and the cost of transportation,
loading, unloading, installation, dismantling and removal thereof - all in accordance
with terms of said rental agreement. The rental of any such equipment, machinery
or parts shall cease when the use thereof is no longer necessary for the Work.
• 11.4.5.4 Sales, use or similar taxes related to the Work, and for which Contractor is
liable, imposed by any governmental authority.
11.4.5.5 Deposits lost for causes other than Contractor's negligence, royalty payments
and fees for permits and licenses.
•
11.4.5.6 Losses, damages and expenses, not compensated by insurance or otherwise,
sustained by Contractor in connection with the execution of, and to, the Work,
provided they have resulted from causes other than the negligence of Contractor, and
subcontractor, or anyone directly or indirectly employed by any of them or for whose
• acts any of them may be liable. Such losses shall include settlements made with the
written consent and approval of Owner. No such losses, damages and expenses shall
be included in the cost of the Work for the purpose of determining Contractor's Fee.
If, however, any such loss or damage requires reconstruction and Contractor is placed
in charge thereof, he shall be paid for his services a fee proportionate to that stated
• in paragraph 11.6.2.
11.4.5.7 The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8 Minor expenses such as telegrams, long distance telephone calls, telephone
• service at the site, express packages and similar petty cash items in connection with
the Work.
11.5 The term Cost of the Work shall not include any of the following:
11.5.1 Payroll costs and other compensation of the Contractor's officer, executives,
• principals (of partnership and sole proprietorships), general mangers, engineers,
architects, estimators, lawyers, auditors, accountants, purchasing and contracting
agents, expediters, timekeepers, clerks and other personnel employed by the
Contractor whether at the site or in his principal or a branch office for general
administration of the Work and not specifically included in the schedule referred to
•
GC -25
0
L
•
in subparagraph 11.4.4 - all of which are to be considered administrative costs
covered by the Contractor's Fee.
11.5.2 Expenses of the Contractor's principal and branch offices other than his office
at the site.
11.53 Any part of the Contractor's capital expenses, including interest on the
0 Contractor's capital employed for the Work and charges against the Contractor for
delinquent payments.
115.4 Cost of premiums for all bonds and for all insurance policies whether or not
the Contractor is required by the Contract Documents to purchase and maintain the
0 same.
11.5.5 Costs due to the negligence of the Contractor, any subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them may be
liable, including but not limited to, the correction of defective work, disposal of
materials or equipment wrongly supplied and making good any damage to property.
i
•
L
11.5.6 Other overhead or general expense costs of any kind and the costs of any item
not specifically and expressly included in paragraph 11.4.
Contractor's Fee:
11.6 The Contractor's Fee which shall be allowed to the Contractor for his
overhead and profit shall be determined as follows:
11.6.1 A mutually acceptable fixed fee or if none can be agreed upon:
11.6.2 A fee based on the following percentages of the various portions of the Cost
of the Work:
11.6.2.1 For costs incurred under paragraphs 11.4.1 and 11.4.2 the Contractor's Fee
41 shall be fifteen (15%) percent. However, the fifteen (15%) percent shall not be
applied to unemployment insurance, FICA, Workman's Compensation, Personnel
Liability and Property Damage Insurance.
11.6.2.2 For costs incurred under paragraph 11.4.3 the Contractor's Fee shall be five
percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the
maximum allowable to the Subcontractor as a fee for overhead and profit shall be
ten percent, and
11.6.2.3 No fee shall be payable on the basis of costs itemized under paragraphs
11.4.4, 11.4.5, and 11.5.
GC -26
0
LI
11.7 The amount of credit to be allowed by the Contractor to Owner for any such
change which results in a net decrease in cost, will be the amount of the actual net
• decrease. When both additions and credits are involved in any one change, the
combined overhead and profit shall be figured on the basis of the net increase, if any.
11.8 Whenever the cost of any. Work is to be determined pursuant to paragraphs
11.4 and 11.5, the Contractor will submit in form prescribed by Engineer an itemized
cost breakdown together with supporting data.
Cash Allowances:
11.9 It is understood that the Contractor has included in the Contract Price all
0 allowances so named in the Contract Documents and shall cause the Work so
covered to be done by such materialmen, suppliers or Subcontractors and for such
sums within the limits of the allowances as Engineer may approve. Upon final
payment, the Contract Price shall be adjusted as required and an appropriate Change
Order issued. The Contractor agrees that the original Contract Price includes such
0 sums as he deems proper for costs and profit on account of cash allowances. No
demand for additional costs or profit in connection therewith will be allowed.
ARTICLE 12 - CHANGE OF THE CONTRACT TEME
12.1 The Contract Time may only be changed by a Change Order. Any claim for
0 an extension in the Contract Time shall be based on written notice delivered to the
Owner and the Engineer within fifteen days of the occurrence of the event giving rise
to the claim. Notice of the extent of the claim with supporting data shall be
delivered within forty-five days of such occurrence unless the Engineer allows an
additional period of time to ascertain more accurate data. All claims for adjustment
• in the Contract Time shall be determined by the Engineer if the Owner and
Contractor cannot otherwise agree. Any change in the Contract Time resulting from
any such claim shall be incorporated in a Change Order.
12.2 The Contract Time will be extended in an amount equal to time lost due to
delays beyond the control of the Contractor if he makes a claim therefore as
provided in paragraph 12.1. Such delays shall include, but not be restricted to, acts
or neglect by any separate contractor employed by the Owner, fires, floods, labor
disputes, epidemics, abnormal weather conditions, or acts of God.
12.3 All time limits stated in the Contract Documents are of the essence of the
Agreement. The provisions of this Article 12 shall not exclude any recovery for
damages (including compensation for additional professional services) for delay by
either party.
•
GC -27
0
•
ARTICLE 13 - WARRANTY AND GUARANTEE:
TESTS AND INSPECTIONS: CORRECTION REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1 The Contractor warrants and guarantees to the Owner and Engineer that all
• materials and equipment will be new unless otherwise specified and that all work will
be of good quality and free from faults or defects and in accordance with the
requirements of the Contract Documents and of any inspections, test or approvals
referred to in paragraph 13.2. All unsatisfactory work, all faulty or defective work,
and all work not conforming to the requirements of the Contract Documents, at the
• time of acceptance thereof or of such inspections, tests or approvals, shall be
considered defective. Prompt notice of all defects shall be given to the contractor.
All defective Work, whether or not in place, may be rejected, corrected or accepted
as provided in Article 13.
• Tests and Inspections:
13.2 If the Contract Documents, laws, ordinances, rules, regulations or orders of
any public authority having jurisdiction require any work to specifically be inspected,
tested, or approved by some public body, the Contractor shall assume full
responsibility therefore, pay all costs in connection therewith and furnish the
• Engineer the required certificates of inspection, testing or approval. All other
inspections, tests and approvals required by the Contract Documents shall be
performed by organizations acceptable to the Owner and Contractor and the costs
thereof shall be borne by the Owner unless otherwise specified.
• 13.3 The Contractor shall give the Engineer timely notice of readiness of the Work
for all inspections, tests or approvals. If any such work required so to be inspected,
tested or approved is covered without written approval of the Engineer, it must, if
requested by the Engineer, be uncovered for timely observation, and such uncovering
has given the Engineer timely notice of his intention to cover such work and
• Engineer has not acted with reasonable promptness in response to such notice.
13.4 Neither observations by the Engineer nor inspections, tests or approvals by
persons other than the Contractor shall relieve the Contractor from his obligations
to perform the Work in accordance with the requirements of the Contract
• Documents.
Access to Work:
13.5 The Engineer and his representatives and other representatives of the Owner
including State and Federal Personnel will at reasonable times have access to the
•
GC -28
0
•
•
Work. Contractor shall provide proper and safe facilities for such access and
observation of the Work and also for any inspection of testing thereof by others.
Uncovering Work:
13.6 If any work is covered contrary to the written request of the Engineer, it must,
if requested by Engineer, be uncovered for his observation and replaced at
• Contractor's expense.
13.7 If any work has been covered which the Engineer has not specifically
requested to observe prior to its being covered, or if the Engineer considers it
necessary or advisable that covered work be inspected or tested by others, the
Contractor, at the Engineer's request, shall uncover, expose or otherwise make
available for observation, inspection or testing as the Engineer may require, that
portion of the Work in questions, furnishing all necessary labor, materials and
equipment. If it is found that such work is defective, the Contractor shall bear all
the expenses of such uncovering, exposure, observation, inspection and testing and
of satisfactory reconstruction, including compensation for additional professional
• services, and an appropriate deductive Change Order shall be issued. If, however,
such work is not found to be defective, the Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly
attributable to such uncovering, exposure, observation, inspection, testing and
reconstruction if he makes a claim therefore as provided in Articles 11 and 12.
•
Owner May Stop the Work:
13.8 If the Work is defective, or the Contractor fails to supply sufficient skilled
workman or suitable materials or equipment, or if the Contractor fails to make
prompt payments to subcontractors or for labor, materials or equipment, the Owner
may order the Contractor to stop the Work, or any portion thereof, until the cause
for such order has been eliminated; however, this right of the Owner to stop the
Work shall not give rise to any duty on the part of the Owner to exercise this right
for the benefit of the Contractor or any other party.
•
Correction or Removal of Defective Work:
13.9 If required by the Engineer prior to approval of final payment, the Contractor
shall promptly, without cost to the Owner and as specified by the Engineer, either
correct any defective work, whether or not fabricated, installed or completed, or if
the Work has been rejected by the Engineer, remove it from the site and replace it
with non -defective Work. If the Contractor does not correct such defective Work or
remove and replace such rejected Work within a reasonable time, all as specified in
a written notice from the Engineer, the Owner may have the deficiency corrected or
the rejected Work removed and replaced. All direct or indirect costs of such
•
GC -29
0
correction or removal and replacement, including compensation for additional
professional services, shall be paid by the Contractor and an appropriate deductive
• Change Order shall be issued. The Contractor shall also bear the expenses of
making good all Work of other destroyed or damaged by his correction, removal or
replacement of his defective work.
One Year Correction Period:
•
13.10 If, after the approval of final payment and prior to the expiration of two years
after the date of approval of final payment or such longer period of time as may be
prescribed by law or by the terms of any applicable special guarantee required by the
Contract Documents, any Work is found to be defective, the Contractor shall
promptly, without cost to the Owner, and in accordance with Owner's written
instructions, either correct such defective work, or, if it has been rejected by the
Owner, remove it from the site and replace it with nondefective work. If the
Contractor does not promptly comply with the terms of such instructions, the Owner
may have the defective Work corrected or the rejected Work removed and replaced,
• and all directed and indirect costs, of such removal and replacement, including
compensation for additional professional services shall be paid by the Contractor.
Acceptance of Defective Work:
13.11 If, instead of requiring correction or removal and replacement of defective
• Work, the Owner (and, prior to approval of final payment, also Engineer) prefers to
accept it, he may do so,. In such case, if acceptance occurs prior to approval of final
payment, a Change Order shall be issued incorporating the necessary revisions in the
Contract Documents, including appropriate reduction in the Contract Price; or, if the
acceptance occurs after approval of final payment, an appropriate amount shall be
• paid by the Contractor to the Owner.
Neglected Work by the Contractor:
13.12 If the Contractor should fail to prosecute the Work in accordance with the
• Contract Documents, including any requirements of the progress schedule, the
Owner, after seven days written notice to the Contractor may, without prejudice to
any other remedy he may have, make good such deficiencies and the cost thereof
(including compensation for additional professional services) shall be charged against
the Contractor if the Engineer approves such action, in which case a Change Order
• shall be issued incorporating the necessary revisions in the Contract Documents
including an appropriate reduction in the Contract Price. If the payments then or
thereafter due the Contractor are not sufficient to cover such amount, the Contractor
shall pay the difference to the Owner.
•
GC -30
0
•
ARTICLE 14 - PAYMENTS AND COMPLETION
• Schedules:
14.1 At least ten days prior to submitting the first Application for a progress
payment, Contractor shall submit a progress schedule, a final schedule of Shop
Drawing submission and a schedule of values of the Work. These schedules shall be
satisfactory in form and substance to Engineer. The schedule of values shall include
quantities and unit prices aggregating the contract Price, and shall subdivide the
Work into component parts in sufficient detail to serve as the basis for progress
payments during construction. Upon approval of the schedules of values by
Engineer, it shall be incorporated into the form of Application for Payment furnished
by Engineer.
Application for Progress Payment:
14.2 At least ten days before each progress payment falls due (but not more often
than once a month), Contractor shall submit to Engineer for review an Application
• for Payment filled out and signed by Contractor covering the Work completed as of
the date of the Application and accompanied by such data and schedules as Engineer
may reasonably require. If payment is requested on the basis of materials and
equipment not incorporated in the Work but delivered and suitably stored at the site
or at another location agreed to in writing, the Application for Payment shall also be
• accompanied by such data, satisfactory to Owner, as will establish Owner's title to the
material and equipment and protect his interest therein, including applicable
insurance. Each subsequent Application for Payment shall include an affidavit of
Contractor stating that all previous progress payments received on account of the
Work have been applied to discharge in full all of Contractor's obligations reflected
0 in prior Applications for Payment.
The application for payment shall be presented to the Owner by the Engineer and
shall indicate the value of the Work in accordance with the Contract. As soon as
practicable thereafter, the Owner will pay the Contractor an amount equal to ninety -
40 five (95%) percent of the value of such work, materials and equipment indicated on
the periodical estimate, less the amount of all previous payments. The five (5%)
percent shall be deducted from each and every estimate made under the entire
Contract, and shall be retained until final completion of all Work covered by the
Contract and upon final acceptance and certification by the Engineer.
0 Contractor's Warranty of Title:
14.3 Contractor warrants and guarantees that title to all work, materials and
equipment covered by any Application for Payment, whether incorporated in the
Project of not, will pass to Owner at the time of payment free and clear of all liens,
•
GC -31
0
•
•
claims, security interests and encumbrances (hereafter in these General Conditions
referred to as "Liens").
Approval of Payments:
14.4 Engineer will, within ten days after receipt of each Application for Payment,
either indicate in writing his approval of payment and present the Application to
• Owner, or return the Application to Contractor indicating in writing his reasons for
refusing to approve payment. In the latter cases, Contractor may make the necessary
corrections and resubmit the Application. Owner shall, within ten days of
presentation to him of an approved Application for Payment, pay Contractor the
amount approved by Engineer.
• 14.5 Engineer's approval of any payment requested in an Application for Payment
will constitute a representation by him to Owner, based on Engineer's on-site
observations of the Work in progress as an experienced and qualified design
professional and on his review of the Application for Payment and the accompanying
data and schedules that the Work has progressed to the point indicated; that, to the
• best of his knowledge, information and belief, the quantity of the Work is in
accordance with the Contract Documents (subject to an evaluation of the Work as
a functioning Project upon Substantial Completion, to the results of any subsequent
tests called for in the Contract Documents and any qualifications stated in his
approval); and that Contractor is entitled to payment of the amount approved.
• However, by approving any such payment, Engineer will not thereby be deemed to
have represented that he made exhaustive or continuous on-site inspections to check
the quality or the quantity of the Work, or that he has reviewed the means, methods,
techniques, sequences, and procedures of construction, or that he has made any
examination to ascertain how or for what purpose Contractor has used the monies
• paid or to be paid to him on account of the Contract Price, or that title to any Work,
materials or equipment has passed to Owner free and clear of any Liens.
14.6 Engineer's approval of final payment will constitute an additional
representation by him to Owner that the conditions precedent to Contractor's being
• entitled to final payment as set forth in paragraph 14.13 have been fulfilled.
14.7 Engineer may refuse to approve the whole or any part of any payment if, in
his opinion, it would be incorrect to make such representations to Owner. He may
also resume to approve any such payment, or because of subsequently discovered
• evidence of the results of subsequent inspections or tests, nullify any such payment
previously approved, to such extent as may be necessary in his opinion to protect
Owner from loss because:
14.7.1 The Work is defective, or completed work has been damaged requiring
correction or replacement.
•
GC -32
0
•
14.7.2 Claims or Liens have been filed or there is reasonable cause to believe such
may be filed.
•
14.7.3 The Contract Price has been reduced because of modifications.
C
14.7.4 Owner has been required to correct defective work or complete the Work in
accordance with paragraph 13.11 or
14.7.5 Of unsatisfactory prosecution of the Work, including failure to furnish
acceptable submittals or to clean up.
Substantial Completion:
•
14.8 Prior to final payment, Contractor may, in writing to the Owner and Engineer,
certify that the entire Project is substantially complete and request that Engineer
issue a certificate of Substantial Completion_ within a reasonable time thereafter.
The Owner, Contractor and Engineer shall make an inspection of the Project to
• determine the status of completion. If Engineer does not consider the Project
substantially complete, he will prepare and deliver to Owner a tentative certificate
of Substantial Completion which shall fix the date of Substantial Completion and the
responsibilities between Owner and Contractor for maintenance, heat and utilities.
There shall be attached to the certificate, a tentative list of items to be completed
• or corrected before final payment, and the certificate shall fix the time within which
such items shall be completed or corrected, said time to be within the Contract Time.
Owner shall have seven days after receipt of the tentative certificate during which he
may make written objection to the Engineer as to any provisions of the certificate or
attached list. If, after considering such objections, the Engineer concludes that the
Project is not substantially complete, he will within fourteen days after submission of
• the tentative certificate to Owner, notify Contractor in writing stating his reasons
therefore. If, after, consideration of Owner's objections, the Engineer considers the
Project substantially complete, he will within said fourteen days execute and deliver
to Owner and Contractor a definitive certificate or Substantial Completion (with a
revised tentative list of items to be completed or corrected) reflecting such changes
• from the tentative certificate as he believes justified after consideration of any
objections from Owner.
14.9 The Owner shall have the right to exclude the Contractor from the Project
after the date of Substantial Completion, but the Owner shall allow the Contractor
• reasonable access to complete or correct items on the tentative list.
Partial Utilization:
14.10 If at any time prior to the issuance of the Certificate of Substantial
Completion, any portion of the permanent construction has been satisfactorily
GC -33
0
completed, and if the Engineer determines that such portion of the permanent
construction is not required for the operations of the Contractor but is needed by the
• Owner, the Engineer shall issue to the Contractor a Certificate of partial completion,
and thereupon or at any time thereafter the Owner may take over and use the
portion of the permanent construction described in such certificate, and may exclude
the Contractor therefrom.
0 The issuance of a certificate of partial completion shall not be construed to constitute
an extension of the Contractor's time to complete the portion of the permanent
construction to which it relates if he has failed to complete it in accordance with the
terms of the Contract. The issuance of such a certificate shall not operate to release
the Contractor or his Sureties from any obligations under this Contract or the
0 Performance Bond.
The Contractor's guarantee on that part of the Work placed into use shall begin on
the date such use by the Owner shall begin and the Contractor shall be entitled to
a return of so much of the retained percentages as have been withheld by the Owner,
in accordance with the Contract Documents.
Final Inspection:
14.11 Upon written notice from the Contractor that the Project is complete, the
Engineer will make a final inspection with the Owner and Contractor and will notify
the Contractor in writing of all particulars in which this inspection reveals that the
Work is incomplete or defective, the Contractor shall immediately take such
measures as are necessary to remedy such deficiencies.
Final Application for Payment:
•
14.12 After the Contractor has completed all such corrections to the satisfaction of
the Engineer and delivered all maintenance and operating instructions, schedules,
guarantees, Bonds, certificates of inspection and other documents - all as required
by the Contract Documents, he may make application for final payment following the
19 procedure for progress payments. The final Application for Payment shall be
accompanied by such data and schedules as Engineer may reasonably require,
together with complete and legally effective releases or waivers (satisfactory to the
Owner) of all Liens arising out of the Contract Documents and the labor and services
performed and the materials and equipment furnished thereunder. In lieu thereof
0 and as approved by the Owner, the Contractor may furnish receipts of releases in
full; an affidavit of the contractor that the releases and receipts include all labor,
services, material and equipment for which a lien could be filed, and that all payrolls,
material and equipment bills, and other indebtedness connected with the Work for
which the Owner or his property might in any way be responsible, have been paid or
0 otherwise satisfied; and consent of the Surety, if any, to final payment. If any
GC -34
0
•
Subcontractor, materialman, fabricator or supplier fails to furnish a release or receipt
in full, the Contractor may furnish a Bond or other collateral satisfactory to the
• Owner to indemnify him against any Lien.
Approval of Final Payment:
14.13 Ii; on the basis of his observation and review of the Work during construction,
• his final inspection and his review of the final Application for Payment - all as
required by the Contract Document, the Engineer is satisfied that the Work has been
completed and the Contractor has fulfilled all of his obligations under the Contract
Documents, he will, within ten days after receipt of the final Application for
Payment, indicate in writing his approval of payment and present the Application to
0 the Owner for payment. Thereupon the Engineer will give written notice to the
Owner and Contractor that the Work is acceptable subject to the provisions of
paragraph 14.16. Otherwise, he will return the Application to the Contractor,
indicating in writing his reasons for refusing to approve final payment, in which case
the Contractor shall make the necessary corrections and resubmit the Application.
The Owner shall, within ten (10) days of presentation to him of any approved final
• Application for Payment pay Contractor the amount approved by the Engineer.
14.14 If after Substantial Completion of the Work, final completion thereof is
materially delayed through no fault of the Contractor, and the Engineer so confirms,
the Owner shall, upon certification by the Engineer, and without terminating the
• Agreement, make payment of the balance due for that portion of the Work fully
completed and accepted. If the remaining balance for Work not fully completed or
corrected is less than the retainage stipulated in the Agreement, and if Bonds have
been furnished as required in paragraph 5. 1, the written consent of the Surety to the
payment of the balance due for that portion of the Work fully completed and
• accepted shall be submitted by the Contractor to the Engineer prior to certification
of such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of claims.
Contractor's Continuing Obligation:
•
14.15 The Contractor's obligation to perform the Work and complete the Project
in accordance with the Contract Documents shall be absolute. Neither approval of
any progress or final payment by the Engineer, nor the issuance of a certificate of
Substantial Completion, nor any payment by the Owner to the Contractor under the
• Contract Documents, nor any use or occupancy of the Project or any part thereof by
the Owner, nor any act of acceptance by the Owner nor any failure to do so, nor any
correction of defective work by the Owner shall constitute an acceptance of Work not
in accordance with the Contract Documents.
•
GC -35
0
Waiver of Claims:
0 14.16 The making and acceptance of final payment shall constitute:
14.16.1 A waiver of all claims by the Owner against the Contractor other than those
arising from unsettled liens, from defective work appearing after final inspection
pursuant to paragraph 14.11 or from failure to comply with the requirements of the
Contract Documents or the terms of any special guarantees specified therein, and,
14.16.2 A waiver of all claims by the Contractor against the Owner other than those
previously made in writing and still unsettled.
0 ARTICLE 15 - SUSPENSION OF WORK AND TERMIlVATION
15.1 The Owner may, at any time and without cause, suspend the Work or any
portion thereof for a period of not more than ninety days by notice in writing to the
Contractor and the Engineer which shall fix the date on which the Work shall be
resumed. The Contractor will be allowed an increase in the Contract Price or an
extension of the Contract Time, or both, directly attributable to any suspension if he
makes a claim therefore as provided in Articles 11 and 12.
Owner May Terminate:
• 15.2 If the Contractor is adjudged bankrupt or insolvent, or if he makes a general
assignment for the benefit of his creditors, or if a trustee or receiver is appointed for
the Contractor or for any of his property, or if he files a petition to take advantage
of any debtor's act, or to reorganize under the bankruptcy or similar laws or if he
repeatedly fails to supply sufficient skilled workmen or suitable materials or
0 equipment, or if he repeatedly fails to make prompt payments to subcontractors for
labor, materials or equipment or if he disregards laws, ordinances, rules, regulations
or orders of any public body having jurisdiction, or if he disregards the authority of
the Engineer, or if he otherwise violates any provision of the Contract Documents,
then the Owner may without prejudice to any other right or remedy and after giving
0 the Contractor and his surety seven days' written notice, terminate the services of the
Contractor and take possession of the Project and of all materials, equipment, tools,
construction equipment and machinery thereon owned by the Contractor and finish
the Work by whatever method he may deem expedient. In such case, the Contractor
shall not be entitled to receive any further payment until the Work is finished. If the
0 unpaid balance of the Contract Price exceeds the direct and indirect costs of
completing the Project, including compensation for additional professional services,
such excess shall be paid to the Contractor. If such costs exceed such unpaid
balance, the Contractor shall pay the difference to the Owner. Such costs incurred
by the Owner shall be determined by the Engineer and incorporated in a Change
Order.
GC -36
0
15.3 Where the Contractor's services have not been so terminated by the Owner,
said termination shall not affect any rights of the Owner against the Contractor then
existing or which may thereafter accrue. Any retention or payment of monies by the
Owner due the Contractor will not release the Contractor from liability.
15.4 Upon seven days' written notice to the Contractor and Engineer, the Owner
may, without cause and without prejudice to any other right or remedy, elect to
abandon the Project and terminate the Agreement. In such case, the Contractor
shall be paid for all work executed and any expense sustained plus a reasonable
profit.
Contractor May Stop Work or Terminate:
• 15.5 If through no act or fault of the Contractor, the Work is suspended for a
period of more than ninety days by the Owner or under an order of court or other
public authority, or Engineer fails to act on any Application for Payment within thirty
days after it is submitted, or the Owner fails to pay the Contractor any sum approved
by the Engineer within thirty days of its approval and presentation, then Contractor
• may, upon seven days' written notice to Owner and Engineer, terminate the
Agreement and recover from Owner payment for all work executed and any expense
sustained plus a reasonable profit. In addition and in lieu of terminating the
Agreement, if the engineer has failed to make any payment as aforesaid, the
Contractor may upon seven days' notice to Owner and Engineer stop the Work until
• he has been paid all amounts then due.
ARTICLE 16 - MISCELLANEOUS
Giving Notice:
•
16.1 Whenever any provision of the Contract Documents requires the giving of
written notice it shall be deemed to have been validly given if delivered in person to
an officer of the corporation for which it is intended, or if delivered at or sent by
registered or certified mail, postage prepaid, to the last business address known to
• him who gave the notice.
Computation of Time:
16.2 When any period of time is referred to in the Contract Documents by days,
• it shall be computed to exclude the first and include the last day of such period. If
the last day of any such period falls on a Saturday or Sunday or on a day made a
legal holiday by the law of the applicable jurisdiction, such day shall be omitted from
the computation.
• 16.3 All specifications, Drawings and copies thereof furnished by the Engineer shall
GC -37
C
remain his property. They shall not be used on another Project, and, with the
exception of those sets which have been signed in connection with the execution of
the agreement, shall be returned to him on request upon completion of the Project.
16.4 The duties and obligations imposed by these General Conditions and the
rights and remedies available hereunder, and, in particular but without limitation, the
warranties, guarantees and obligations imposed upon the Contractor by
• paragraphs6.30, 13.1, 13.10 and 14.3 and the rights and remedies available to the
Owner and Engineer thereunder, shall be in addition to, and shall not be construed
in any way as a limitation of, any rights and remedies available to them which are
otherwise imposed or available by law, by special guarantee or by other provisions
of the Contract Documents.
•
16.5 Should the Owner or Contractor suffer injury or damage to his person or
property because of any error, omission or act of the other or of any of his
employees or agents or other for whose acts he is legally liable, claim shall be made
in writing to the other party within a reasonable time of the first observance of such
• injury or damage.
16.6 The Contract Documents shall be governed by the law of the place of the
project.
• ARTICLE 17 - SUPPLEMENTARY CONDITIONS:
Storage of Materials and Equipment:
17.1 All materials, construction equipment, and materials and equipment to be
incorporated in the Work shall be placed so as not to injure any part of the Work
• or existing facilities and so that free access can be had at all times to all parts of the
Work and to all public utility installations in the vicinity of the Work. Materials and
equipment shall be kept neatly piled and compactly stored in such locations as will
cause a minimum of inconvenience. to the Owner, -to public travel and adjoining
Owners, tenants and occupants.
•
17.2 Use of Premises and Removal of Debris:
17.2.1 The Contractor shall confine his operations and those of his subcontractors
to areas designated by the Owner. The Contractor shall maintain such areas in a
• clean and orderly condition and remove therefrom all equipment, materials and
debris when or as required or when ordered to do so.
17.2.2 The Contractor expressly undertakes at his own expense:
• a. to take every precaution against injuries to persons or damages to
GC -38
0
property;
b. to comply with the regulations governing the operation of premises and
to perform his Contract in such a manner as not to interrupt or
interfere with the operation of any existing activity on the premises or
at the location of the Work;
C. to store his apparatus, materials, supplies and equipment in such
orderly fashion at the site of the Work as will not unduly interfere with
the progress of his work or the work of any other contractor;
d. to place upon the Work or any part thereof only such loads as are
• consistent with the safety of that portion of the work;
e. to frequently clean up all refuse, rubbish, scrap materials, and debris
caused by his operations, to the end that at all times the site of the
work shall present a neat, orderly and workmanlike appearance;
• f. before final payment, to remove from the site all public and private
property, all surplus materials, false work, temporary structures,
including foundations thereof; plants of any description and debris of
every nature resulting from his operations and to put the site in a neat,
orderly condition; and
•
g. shall leave his work 'broom -clean' or its equivalent, unless more
exactly specified.
17.3 Where required by the Contract, and where or as directed by the Engineer,
• the Contractor shall comply with the requirements of the aforementioned paragraphs.
Should the Contractor fail to comply when or as directed by the Engineer, the Owner
shall have the right to clean as required and all costs incurred in the performance of
this work shall be deducted from the Contract amount in questions of dispute.
•
•
•
40
Right to Use Work
17.4 The Owner may enter upon and use the whole or any portion of the Work
which may be in condition to use at any time previous to its final acceptance by the
Owner. Such use shall not constitute or be evidence of acceptance by the Owner or
the Engineer of the whole or any part of the material furnished or work performed
under the Contract.
Sanitary Facilities:
17.5 Toilet facilities and a drinking water supply shall be provided by the
GC -39
Contractor for the personnel of the job and maintained in a strictly sanitary manner.
Toilet facilities shall be screened from public observation and their location and
method of waste disposal must meet with the approval of the Engineer. The
Contractor shall obey and enforce all state and municipal sanitary regulations around
and on all parts of the Work.
Provisions Deemed Inserted:
A 17.6 Each and every provision required by law to be inserted in the Contract
Documents shall be deemed to be inserted herein and the Contract Documents shall
be read and enforced as though it were included herein and in the event any such
provision is not inserted or is not correctly inserted then, upon the application of
either party, the Contract Documents shall forthwith be physically amended to make
such insertion or correction.
Safety Health Regulations:
17.7 The Contractor shall comply with the Department of Labor and Safety and
• Health Regulations for construction promulgated under the Occupational Safety and
Health Act or 1970 (PL91-596) and under Section 107 of the Contract Work Hours
and Safety Standards Act of 1970 (PL 91-596) and Under Section 107 of the Contract
Work Hours and Safety Standards Act (PL 91-54).
41 The Contractor's attention is directed to the provisions of the Section 4 (b) (4) of the
Occupational Safety and Health Act of 1970, as follows:
"Nothing in this Act shall be construed to supersede or in any manner affect
any workman's compensation law or to enlarge or diminish or affect in any
0 manner the common law or statutory rights, duties, or liabilities of employers
and employees under any law with respect to injuries, diseases, or death of
employees arising out of, or in the course of employment."
The Contractor shall have sole responsibility for safety and shall comply with all
0 Federal, State and Local regulations dealing with safety and health.
Protection of Utilities:
17.8 The Contractor is specifically directed to familiarize himself with the existence
of aerial, surface or sub -surface structures of municipal and other public service
corporations within the construction site. The Contractor's attention is also directed
to the fact that during the life of this Contract, the Owners and Operators of utilities
may make changes in their facilities. The Contractor will be required to determine
the exact locations and elevations of all pertinent structures, utilities and facilities,
before construction work and new installations are started, so that there will be no
GC -40
40
interference with the Work. Conflict between existing structures, utilities and
facilities and new work shall be ascertained by the Contractor and called to the
• attention of the Engineer. The Contractor shall take these conditions into
consideration in making up his bid.
The Contractor shall cooperate with the public utility corporations whose structures
(aerial, surface or sub -surface) are within the limits of or along the outside of the
Work, to make it possible for them to maintain uninterrupted service. The
Contractor shall conduct his operations in such a way as to delay or interfere as little
as practicable with the work of the utility corporations.
The Contractor shall give the utility corporations involved reasonable notice, but not
0 less than 48 hours, in advance of operations which may or will affect their structures.
The Contractor shall protect in a suitable manner all utilities encountered and shall
repair any damage to structures, utilities and facilities caused by his operations. If
the nature of the damage is such as to endanger the satisfactory functioning of the
utilities and the necessary repairs are not immediately made by the Contractor, the
Work may be done by the respective owning companies and the cost thereof charged
against the Contractor.
It is understood and agreed that the Contractor has considered in his bid all of the
permanent and temporary utility in his bid all of the permanent and temporary utility
appurtenances, and that no additional compensation will be allowed for any delays,
inconveniences, or damage sustained by him due to any interference from the utility
appurtenances.
Notice of Property Owners and Residents:
17.9 In general, construction work shall be conducted in such a manner as to
provide no interference of normal pedestrian or vehicular traffic. In some cases it
may be necessary to block streets, walks, and driveways for a short period of time.
Prior to blocking or obstructing, the Contractor shall notify a responsible person in
each residence or commercial establishment with sufficient notice so that the
necessary preparations can be made and minimum inconvenience be made to the
residents and business people.
Occupying Private Land:
•
17.10 The Contractor shall not (except after written consent from the proper
parties) enter or occupy with men, tools, materials, or equipment, any land outside
the rights-of-way or property of the Owner. A copy of the written consent shall be
given to the Engineer.
•
GC -41
41
Inspection of Site:
17.11 All bidders shall visit the site of the Work and familiarize themselves with
existing conditions prior to submission of their bid.
•
•
•
•
•
GC -42
0
7
•
0
TECIiNICAL SPECIFICATIONS
PAGE
C
SECTION 1 -
Scope of Work
1-1 thru 1-2
SECTION 2 -
Mechanical Bar Screen
2-1
SECTION 3 -
Grit Removal System
3-1 thru 3-4
SECTION 4 -
Odor Control Piping Modifications
4-1
SECTION 5 -
Concrete
5-1 thru 5-8
•
SECTION 6 -
Masonry
6-1 thru 6-2
SECTION 7 -
Air Compressor
7-1
•
SECTION 8 -
Electrical Work
8-1 thru 8-3
SECTION 9 -
Sound -Proof Door
9-1
SECTION 10 - Roofing
10-1 thru 10-2
•
SECTION 11 - Painting
11-1 thru 11-6
7
•
0
•
0
A. The work to the performed under this Contract shall include, but not be
limited to, removal of the existing bar rack and grit screw, installation of a
mechanical bar screen, construction of an extension of the building, installation of
• the new grit removal system, modification of the influent channel and headworks
building, installation of floor plates over the influent channel, extension of odor
control piping in the headworks building, modification and relocation of the odor
control piping in the equalization tank, installation of a sound -proof door between
the office area and blower room, installation of an air compresor, electrical work,
relocation of existing plumbing, and all other miscellaneous work required to
complete the work as shown on the drawings, as specified herein, and as directed by
the Engineer.
B. The Contractor shall furnish all labor, materials, equipment, tools and
accessories necessary to complete all work in accordance with the Specifications, as
• indicated on the Drawings, or as requested by the Engineer. The work shall include
all miscellaneous materials, equipment and work not specifically mentioned within
these specifications or shown on the drawings, but that are necessary for the proper
completion of the work.
• C. The Contractor shall have sole and absolute responsibility for the safety and
well being of his workers, municipal employees, the public and all others who enter
onto the site of the work.
D. Prior to bidding, the Contractor shall carefully inspect the site, becoming
• completely familiar with all aspects of the work required to be performed under this
Contract, and obtain complete knowledge and understanding of the conditions under
which the work is to be performed. Only firms considering themselves experts in this
type of work should submit a proposal on this Contract or perform any of the work
required.
•
E. STANDARD SPECIFICATIONS
1. Where reference is made in these specifications to the specifications of the
American Society of Testing Materials (A.S.T.M.) or other standards, the
• specification or standard referred to shall become a part of this Contract and
specification.
2. The latest revision of all standard specifications shall apply; all addendums,
recommendations, notes, etc. shall be considered a requirement of these
• specifications, unless specifically modified herein.
1-1
0
F. The Contractor shall bear the cost of all contingencies related to the work.
The Contractor shall repair or replace all areas disturbed during the construction to
a condition which is equal or better than the condition which existed prior to the
commencement of the work.
G. The Engineer shall require testing for assurance of conformance with the
specification. All testing of materials (including soils) shall be performed by a N.Y.S.
laboratory, and paid for by the Contractor. Compensation for all costs for testing,
as required by the specifications or directed by the Engineer, shall be included in the
lump sum and unit prices bid by the Contractor in the Proposal. All costs for testing
shall be borne by the Contractor.
H. Compensation for all work required by the Contract Documents shall be
included in the lump sum and unit prices bid in the Proposal. These specifications
are divided into various sections for clarity and ease of understanding. However, at
times, various aspects of the work are described under different sections. Whenever
a type of labor, material or construction is necessary, the requirements governing the
type of work shall apply regardless of where they may be found in the Contract
Documents and regardless of the specific section, title or heading.
I. The Contractor's attention is called to the Information for Bidders, Proposal,
General Terms and Conditions, Contract, Bonds and Drawings. They, together with
these Detailed Specifications form this Contract and are referred to as the "Contract
• Documents".
J. Unless otherwise specified, the work performed under this Contract shall be
guaranteed for a period of one year from the date of final acceptance thereof, against
defective materials, designs and workmanship. Upon receipt of notice from the
• Owner or failure of any part of the work during the guarantee period, the affected
part or parts shallbe replaced promptly by and at the expense of the Contractor.
K. Because of the differences in the dimensions of the equipment specified to be
installed, the final dimensions of the final installation shall be determined by the
• Contractor. The dimensions shown on the drawings are for minimum clearances to
be maintained for access purposes and to describe to the Contractor the intended
layout. The Contractor, with the approval of the Engineer, may move the equipment
for ease of installation. However, above all, it is required that the Contractor make
the equipment fit and shall provide all adapters, brackets, supports, and accessories
• to complete the intended installation.
•
1-2
0
SECTION 2 MECHANICAL RAR SCREEN
A. SCOPE
The Contractor shall provide all labor, materials, tools, equipment, and accessories as may
be required to remove the existing bar rack and install a new mechanically operated bar
screen unit as shown on the drawings, as specified herein, and as directed by the Engineer.
B. REMOVE EXISTING BAR RACK
1. The Contractor shall remove the existing bar rack from the influent channel. The
removal shall include all brackets, anchor bolts, concrete fillets, and any other
obstruction that would interfere with installing the new bar screen.
2. The Contractor shall remove the existing floor grating. New floor plates shall be
installed as shown on the Drawings, after installing the new bar screen.
C. MECHANICAL BAR SCREEN
1. The Contractor shall furnish and install a new mechanical bar screen unit. The unit
shall be a Rotamat, 24 inch screen O.D., as manufactured by Lakeside Equipment
Corp. (708-837-5640).
2. The Contractor shall provide for all modifications to support brackets, mounting
brackets, influent channel, water connection and discharge piping, and all other items
required to install the unit in the position shown on the drawing.
•
3. The screen shall have a maximum spacing of 1/4 inch.
4. The unit shall be constructed of 304 stainless steel.
5. The Contractor shall make all connections for wash water supply and discharge
piping, and all electrical connections. Electrical connections shall be as described in
Section 8.
D. COMPENSATION
Compensation for all work performed under this Section shall be included in the lump sum
price bid in the Proposal for Item No. 1, Mechanical Bar Screen, complete.
•
2-1
0
n
u
Ll
SECTION 3 - GRIT REMOVAL SYSTEM
A. SCOPE
The Contractor shall provide all labor, materials, tools, equipment, and accessories, as may
be required to install a new grit removal chamber as shown on the drawings, as described
herein, and as directed by the Engineer.
1. The Contractor shall furnish and install a new grit removal system within the existing
A chamber, as shown on the drawings. The new grit removal system shall be a
MECTAN grit chamber, as supplied by Metro-Watertech (201-471-8244) or a JETA
grit chamber, as supplied by Burde, Inc. (P7 '1 *-6^4-3H86), or approved equal.
2. The Contractor shall remove existing concrete as necessary, where shown on the
• drawings to form a 4 foot diameter chamber. The dimensions shown on the drawings
are for sizing of equipment and the intended layout of the grit chamber. The final
dimensions of the new unit shall be determined by the manufacturer and Contractor
with shop drawings submitted to the Engineer for approval prior to forming and
placing of concrete. The Contractor shall take this into account in preparing his bid,
• as no extras will be allowed because of dimensional discrepancies.
•
3. The Contractor shall furnish and install any supports and brackets as necessary to
complete the installation in the positions shown on the drawings.
C. CYCLONE
1. The Contractor shall furnish and install a new cyclone grit concentrator as shown on
the drawings. The cyclone shall be a Krebs Cyclone Model TV -10-1212 as provided
by Metro-Watertech or a Jones & Attwood Size _ 10 as provided by Burde, Inc.
• 2. The new cyclone shall be installed above the hopper of the grit conveyor. The Jones
& Attwood model attaches to a mounting plate provided on the Jones & Attwood
grit conveyor. The Krebs model requires brackets to be fabricated for proper
mounting. The Contractor shall fabricate and install any necessary brackets to
complete the installation.
•
3. The dimensions shown on the drawings are for sizing of equipment and the intended
layout of the cyclone. The final dimensions shall be determined by the manufacturer
and Contractor, with shop drawings submitted to the Engineer for approval prior to
installation of the cyclone. The Contractor shall take this into account in preparing
his bid, as no extras will be allowed because of dimensional discrepancies.
3-1
D. GRIT CONVEYOR
1. The Contractor shall furnish and install a new grit conveyor as shown on the
drawings. The grit conveyor shall be a SAM grit conveyor Model 14-12-25 as
provided by Metro-Watertech or a Jones & Attwood Size 14 grit conveyor as
provided by Burde, Inc.
Im 2. The dimensions shown on the drawings are for sizing of equipment and the intended
layout of the grit conveyor. The final dimensions shall be determined by the
manufacturer and Contractor, with shop drawings submitted to the Engineer for
approval prior to installation of the grit conveyor. The Contractor shall take'this into
account in preparing his bid, as no extras will be allowed because of dimensional
Ah discrepancies.
E. DIAPHRAGM PUMP
1. The Contractor shall furnish and install a new air operated double diaphragm pump.
• The new diaphragm pump shall be a Wilden Model M-15 as provided by Barish
Pump (516-563-3080), or approved equal.
2. The pump shall be constructed of 316 stainless steel with neoprene diaphragms.
• 3. An air supply for the diaphragm pump shall be installed as described in Section 7.
F. PIPING, FITTINGS, AND VALVES
1. The Contractor shall furnish and install ductile iron piping, galvanized steel piping,
and copper piping where indicated on the drawings and as required to complete the
• installation.
2. Ductile Iron Pipe
a. All interior piping 3 inch and larger shall be ductile iron grooved joint pipe,
• as manufactured by Victaulic Co. All piping shall conform to AWWA
dimensions.
3. Fitt�nas
• a. All fittings for piping 3 inch and larger shall be Victaulic Co. grooved -end
pipe fittings, conforming to AWWA/ANSI C606.
b. Flanges of flange adapters shall be drilled in accordance with ANS1 B16.1,
125 pound template.
3-2
C. Bolts shall be supplied with fittings in sufficient quantities to complete the
work.
Aft
d. Gaskets shall be full face gaskets for Class 125 flanged joints, No. F-1950, as
manufactured by Claw Corp., or approved equal. Gaskets shall be made from
sheet rubber.
4. Steel EW*
a. All piping under 3 inch size shall be Schedule 40 galvanized steel conforming
to ASTM A-120, with threaded ends.
b. Piping shall be supported with hangers or wall brackets at intervals not to
exceed 6 feet.
5. Steel Fin!=
a. Fittings for steel pipe shall be threaded galvanized fittings conforming to
ASTM A -234 -WPB.
b. A sufficient number of unions shall be installed to permit ease of
disassembling.
• 6. C=per Ming and Fittinga
•
a. All piping for flush water shall be copper piping, hard drawn Type K,
conforming to ASTM B88. Copper fitting shall conform to ANS 1 B16.22,
soldered fittings.
7. Valves
a. Valves for ductile iron piping shall be flanged plug .valves, drilled to 125
pound template. Valve shall be Clow F-5412, rated for 175 psi working
• pressure, or approved equal.
b. Valves for steel piping shall be Stockham, wedge seat gate valves, threaded
ends, or approved equal.
• C. Valves for copper piping shall be bronze solid wedge gate valves with rising
spindles, Jenkins Fig. 47 for threaded ends and Fig. 1242 for soldered ends.
d. Check valves shall be swing check, renewable disc, all bronze, Jenkins Fig. 92
for threaded ends and Fig. 1222 for soldered ends.
C
3-3
•
•
•
•
3-4
•
e. Solenoid valves shall be two way solenoid valves, ASCO Bulletin 8210-23, or
approved equal.
8.
Painting
a. All exposed piping shall receive two coats of rust inhibitive paint, conforming
to the approved color code requirements of the Health Department.
b. All piping in contact with concrete shall receive two coats of bitumastic paint,
prior to pouring concrete.
G.
SLIDE GATES
Ah
1W
1.
The Contractor shall furnish and install 3 aluminum slide gates in the influent
channel, as shown on the drawings.
2.
Slide gates shall be constructed of 3/8 inch thick aluminum plate, 6061-T6 alloy.
Hand holes shall be provided to remove the slide gates.
40
3.
Gates shall slide in an extruded aluminum channel, anchored into the concrete.
4.
All aluminum in contact with concrete shall be coated with a bituminous paint.
40
H.
ELECTRICAL CONNECTION
1.
All electrical connections for the new equipment and solenoid valves shall be as
described in Section 8.
•
I.
COMPENSATION
Compensation for all work performed under this Section shall be included in the lump sum
price bid in the Proposal for Item No. 2, Grit Removal System, complete.
•
•
•
3-4
•
r
SECTION 4 - ODOR CONTROL PIPING MODIFICATIONS
A. SCOPE
The Contractor shall provide all labor, materials, tools, equipment, and accessories
as may be required to modify the existing odor control piping system, as shown on
the drawings, as described herein, and as directed by the Engineer.
B. MATERIALS
1. All new PVC piping, fittings, and flange adaptors shall be Schedule 80 PVC
40 of the sizes indicated on the drawings.
2. Expansion joints shall be METRA 201 rubber flexible joints, as manufactured
by the Metraflex Co., or approved equal.
3. Floor plates shall be constructed of 1/4 inch aluminum (6061-T6 alloy)
diamond tread plate, as supplied by Ryerson (212-964-1313), or approved
equal. Floor plates shall be installed flush with the concrete floor using
aluminum curb angles. All aluminum in contact with concrete shall be coated
with an asphalt mastic to prevent corrosion.
4. PVC valves shall be Hayword True Union PVC ball valves, or approved
equal.
C. INSTALLATION
1. All existing gratings shall be removed from over the influent channel. Curb
angles shall, be installed as shown on the drawings to accept the new floor
plates, where applicable.
2. The odor control piping over the equalization tank shall be attached to the
cover plates with flanges. The Contractor shall cut holes where required in
the cover plates and attach the flanges with stainless steel bolts. A seal shall
be made with a flat rubber gasket and silicone sealant.
3. The Contractor shall fabricate brackets for supporting the new piping over the
equalization tank as shown on the drawings. Brackets and fastening hardware
shall be stainless steel.
D. COMPENSATION
Compensation for all work performed under this Section shall be included in the
lump sum price bid in the Proposal for Item No. 3, Odor Control Piping
Modifications, complete.
4-1
A. GENERAL
All work and materials shall conform to applicable provisions of all local Building
Laws and Code, "Requirements for Reinforced Concrete," (A.C.I. 318, latest
revision). The more stringent of the two (Building Code or A.C.I. 318) shall be
deemed applicable if conflicting provisions occur. Where A.S.T.M. Designations are
referred to, the most recent edition of that designation shall apply. All concrete
work shall be in conformity with best industry standards and practices, and A.C.I.
recommendations.
B. SCOPE
The Specifications in this section cover the general work necessary to furnish and
install cast -in-place concrete, as shown on the Drawings and specified herein.
Separate sections are included in these detailed Specifications which describe in
further detail the work necessary for various individual items. All cast -in-place
concrete shall be air -entrained. Only concrete from an approved plant shall be
permitted. Tickets shall be presented to the Engineer.
C. CEMENT
1. All cement used shall be Portland Cement, Type II, of a brand which has
been on the market and used successfully for at least five (5) years in projects
similar in size and character to that contemplated herein. The Contractor
shall obtain the approval of the brand before ordering cement and, except as
otherwise approved, all cement shall be supplied from the same source.
2. All cement shall be dry, free from lumps, and shall conform to the current
Standard Specifications for Portland Cement, A.S.T.M. Designation C 150,
and the current standard specifications for Air -Entraining Portland Cement,
A.S.T.M. Designation C 175.
D. AGGREGATES
1. Fine and coarse aggregates shall conform to A.S.T.M. C 33, Standard
Specifications for Concrete Aggregates.
2. Coarse aggregate shall be 3/4" nominal top size for this project.
•
5-1
0
E. WATER
Mixing water shall be clean and free from injurious amounts of oils, acids, alkalines,
organic material or other deleterious substances. Only potable water shall be used
for concrete.
F. ADMIXTURES
1. Air Entraining - Admixture shall conform to A.S.T.M. Designation C 260, Air
Entraining Admixtures for Concrete.
2. Water Reducing Admixture - Admixture shall conform to A.S.T.M.
• Designation C 494, and shall be Pozzolith as manufactured by Master
Builders, Cleveland, Ohio, or approved equal.
G. PROPORTIONING
1. The aggregate, cement, water, air entraining agent and water reducing
admixture shall be proportioned in accordance with A.C.I. 613,
"Recommended Practice for Selecting Proportions for Concrete" to form a
dense and high structural strength concrete.
• 2. A minimum of seven (7) bags of cement shall be used per cubic yard of
concrete.
3. The compressive strength of twenty-eight (28) day concrete shall not be less
than 4000 P.S.I.
• 4. Slump shall be the minimum required to secure proper placement and
compaction of concrete, however, shall not exceed 4 inch maximum.
5. The water -cement ratio for the concrete shall not exceed 5.0.
• 6. Incorporate water reducing admixture and air -entraining admixture in all
concrete. Air content shall be 6% with a tolerance of plus or minus 1%.
7. The mix shall be of such consistency that it can be readily placed, will not
segregate, will thoroughly surround the steel where required, and form a
• concrete free of honeycombs or voids.
H. INSPECTION AND TESTING
1. During the progress of the Work, at least three (3) test cylinders shall be
• made and stored in accordance with A.S.T.M. C 31, and tested in accordance
5-2
•
FJ
with A.S.T.M. Designation C 39. One (1) of the specimens shall be tested
after seven (7) days and two (2) cylinders after twenty-eight (28) days. The
• seven (7) day strength shall have a strength equal to 70% of the twenty-eight
(28) days concrete. All test cylinders shall be made by personnel from the
approved testing laboratory. All tests shall be performed by an approved
independent testing laboratory at the expense of the Contractor.
• 2. One slump test shall be conducted from each truckload or batch of concrete
to be poured, and from each batch from which cylinder is taken, or as
directed by the Engineer. Slump tests of concrete shall be performed in
accordance with A.S.T.M. Designation C 143, by the approved laboratory
personnel on the site.
•
3. Where test cylinder strength falls below the required strength, the Contractor
shall remove the defective concrete and replace it with new concrete meeting
the requirements of the specifications.
• 4. All expenses in connection with the concrete testing as required by these
specifications shall be borne by the Contractor. After careful study by the
Engineer, it may be deemed that payments for concrete shall be made in the
same proportion as the tested core strength twenty-eight (28) day test bears
to the speed strength.
• I. FORMING
1. Forms shall be of such cross section and strength and so secured as to resist
the pressure of the concrete when placed and the impact and vibration of any
equipment they support, without springing or settlement. The method of
• connection between sections shall be such that the joints shall not move any
direction. The maximum deviation of the top surface shall not exceed 1/4
inch in 10 feet.
2. Setting Forms
•
a. The subgrade under the forms shall be compacted and cut to grade so
that the form, when set, will be uniformly supported for their entire
length at the specified elevation. All forms shall be cleaned and oiled
each time they are used.
3. Grade and Alignment
a. The Contractor shall check and correct alignment and grade elevations
of the forms immediately before placing the concrete. When any form
has been disturbed or any grade has become. unstable, the form shall
5-3
•
be reset and rechecked.
• b. When forms are removed, if any voids are discovered, the defective
work shall be removed and the space refilled with suitable material in
a manner satisfactory to the Engineer.
I MIXING
•
1. Unless specifically permitted in writing by the Engineer, all concrete shall be
prepared at a batching -plant and delivered in truckmixers. The batching plant
shall be computer operated and equipment shall be subject to the approval
of the Engineer. The mixing plant shall have accurate weighing devices for
• measuring separately, cement and aggregates, and accurate means for quickly
determining surface moisture of aggregates and allowing therefor. Means
shall be available at the plant for heating ingredients so that the concrete
shall reach the forms at the specified temperatures. Truck mixers shall be of
modem construction of the drum type and be equipped with separate water
• tanks with accurate gauges and locks.
2. Each batch of concrete delivered to the site in a truck mixer shall be mixed
not less than 50, no more than 150, revolutions of the drum at a rate of
rotation specified by the manufacturer as mixing speed. Additional mixing,
if any, shall be done at a slower speed specified by the manufacturer for
• agitation. The size of any batch shall not exceed the rated capacity of the
mixer as stated by the manufacturer and stamped on metal in a prominent
place on the mixer.
3. The Contractor shall advise the Engineer twenty-four (24) hours in advance
• relative to pouring operations. He shall also notify the Approved Testing
Laboratory twenty-four (24) hours in advance of pouring so arrangements can
be made for inspection and testing.
4. Drivers of mixing trucks shall deliver to the representative of the Engineer at
• the site a load ticket for each batch of concrete. These tickets shall be
furnished for each batch of concrete. These tickets shall show for each batch
the date, time of adding cement to the aggregates, the yardage of concrete
contained, the individual weights of cement, sand and stone, the number of
quarts of admixture and the total gallons of water contained in the aggregate
• as surface moisture.
5. No hand mixing of the concrete will be permitted unless specific written
permission is obtained from the Engineer.
5-4
•
K. DEPOSITING - PLACING
• 1. No concrete shall be deposited in or under water nor on muddy or frozen
ground. Subgrade shall be moist at the time concrete is placed.
2. No concrete shall be placed in freezing weather, nor when freezing
temperatures are likely to follow, unless proper provision has been made for
• heating aggregates and for protection of concrete. The concrete shall, under
all conditions be delivered to forms at a temperature of at least 70 degrees
F., and not in excess of 85 degrees F. Thereafter, the concrete shall be
maintained at a temperature of at least 70 degrees F. for a period of three (3)
days, or at a lower temperature for a longer period, but the concrete shall not
• be allowed to reach a temperature of less than 50 degrees F. for at least seven
(7) days after pouring. No concrete shall be placed on, or against frozen
surfaces.
3. Except by specific authorization, concreting shall cease when the descending
• air temperature in the shade and away from artificial heat, falls below 50
degrees F. When concrete has been placed in cold weather and the
temperature may drop below 35 degrees F, straw hay, insulated curing
blankets, or other suitable material shall be provided along the line of work.
Whenever the air temperature may reach the freezing point during the day or
• night, the material shall be spread over the concrete deep enough to prevent
freezing of the concrete. Concrete shall be protected from freezing
temperature until it is at least ten (10) days old. Concrete injured by frost
action shall be removed and replaced at the Contractor's expense.
4. Formwork and trenches will be free of water and debris. Drainage shall be
arranged so that water does not pass through concrete and wash the cement
from the mixture. Where concrete is to be placed on earth bottom, care
shall be exercised to prevent the admixture of earth with concrete. Earth
which has been puddled or loosened shall be removed just prior to placing of
concrete.
•
5. Concrete shall be handled from the mixer to the place of final deposit as
expeditiously as possible, and in such a manner as will not cause separation
or loss of any of the mixture.
6. The concrete shall be evenly distributed in the forms, and shall not be piled
up and rehandled, nor flowed in the forms. Where chutes are used for
placing the concrete, they shall be of metal and have a curved invert. Chutes
shall be of minimum practical length, and shall not be placed in such a
manner as to cause separation of the ingredients.
•
5-5
0
•
7. Concrete shall be placed continuously until a unit is completed.
® 8. All reinforcements shall be in place before commencing the placement of
concrete and shall be rigidly fastened in such a manner as not to be shifted
by the pouring operation. All castings, sleeves, pipe works, conduits, etc.,
shall be in place before concrete is poured.
• 9. Joints shall be made where noted on the Drawings or ordered by the
Engineer. Construction joints shall be as hereafter specified or detailed on
the Plans, or as approved by the Engineer.
10. Concrete, during and immediately after disposition shall be thoroughly spaded.
All concrete shall be spaded with a mechanical device and vibrated into place,
so that there will be no voids or honeycombing in the completed work.
Vibrators shall be of the internal type of approved design for the type of work
to be performed. An adequate number of vibrators, with sufficient standby
units, including gas engines, generators, and motors, shall be maintained at
• the site to insure uninterrupted placing of each pour of concrete. The number
and design of vibrator units shall be subject to the approval of the Engineer.
Only workmen skilled in the use of this equipment shall be employed on this
work.
0 L. CONSOLIDATION AND FINISHING
1. The sequence of operations shall be strike -off and consolidation, floating if
necessary, straight edging and final surface finish.
2. In general, adding water to the surface of the concrete to assist in finishing
• operations shall not be permitted. If it is permitted, it shall be applied as a
fog spray with approved spray equipment.
M. CURING
• 1. The Contractor shall obtain the Engineer's approval for the type and method
of curing to be employed. Concrete shall be cured by protecting it against
loss of moisture, rapid temperature change, and mechanical injury for at least
three (3) days after placement. Moist curing, waterproof paper, white
polyethylene sheeting, liquid membrane compound, or a combination thereof
0 may be used. After finishing operations have been completed, the entire
surface of the newly placed concrete shall be covered by whatever curing
medium is applicable to local conditions and approved by the Engineer. The
edges of concrete curbs and sidewalks exposed by the removal of forms shall
be protected immediately to provide these surfaces with continuous curing
• treatment equal to the method selected for curing the slab and curb surface.
5-6
0
•
The Contractor shall have at hand and ready to install before actual
• placement begins, the equipment needed for adequate curing.
2. Moist Curing: Moist curing shall be accomplished by a covering of
burlap or other approved fabric mat used singly or in combination. Curing
mats shall be thoroughly wet for the duration of the moist -curing period.
Burlap or fabric mats shall be long enough to cover the entire width and
• edges of the concrete and lapped at joints to prevent drying between adjacent
sheets.
3. Waterproof Paper or White Polyethylene: Waterproof paper or white
polyethylene sheets shall be in pieces large enough to cover the entire width
t and edges of the concrete and shall be lapped not less than 18 inches. The
paper or polyethylene shall be adequately weighted to prevent displacement
or billowing due to wind, and material folded down over the side of the
concrete edges shall be secured by a continuous bank of earth. Tears or holes
appearing in the paper or polyethylene during the curing period shall be
• immediately repaired.
4. Membrane: The membrane method of curing shall be applied behind the
final finishing operation after all free water has disappeared from the surface.
Complete and uniform coverage at the required rate of 150 square feet per
gallon shall be required. The compound shall be kept agitated to prevent the
pigment from settling, and it shall be applied to the concrete edges
immediately after the forms have been removed. Membrane curing will not
be permitted in frost -affected areas on paving that will be exposed to de-icing
chemicals within thirty (30) days after completion of the curing period.
• N. JOINT FILLER
1. Expansion joint material shall be premolded, asphalt impregnated fiber board,
manufactured and supplied in accordance with ASTM D 1751.
• 2. Expansion joint material shall be installed where shown on the Drawings and
in accordance with the provisions of these detailed Specifications.
O. REINFORCEMENT
0 1. All reinforcing steel, unless otherwise noted shall be in accordance with the
latest A.C.I. code.
2. Welded wire fabric shall meet the requirements of A.S.T.M. Designation A
185.
•
5-7
0
0
P. CONCRETE PROTECTION FOR REINFORCEMENT
The following minimum concrete cover (inches) shall be provided for reinforcement:
Concrete cast against and
permanently exposed to earth 3"
Concrete exposed to earth,
weather or liquid 2"
Concrete not exposed to weather
or in contact with ground:
L-A
Slab, Walls 1"
Beams, Columns 1-1/2"
Exterior Slabs 21
1
0 Q. EPDXY BONDING COMPOUND
1. Epoxy bonding compound shall be applied to all surfaces where new concrete
abuts existing concrete.
0 2. Epoxy bonding compound shall be "Nitobond RWC", as manufactured by
Preco-Industries, (516-935-9100), or approved equal.
3. Epoxy shall be stored, mixed, and applied in accordance with manufacturers
recommendations.
R. EPDXY SEAL COATING
1. Epoxy seal coating shall be applied to all interior surfaces of the influent
channel. Two coats shall be applied.
2. Epoxy seal coating shall be "Nitoflor FC 140", as manufactured by Preco
Industries, or approved equal.
3. Epoxy shall be stored, mixed, and applied in accordance with manufacturers
recommendations.
0
S. COMPENSATION
Compensation for all work performed under this Section shall be included in the
lump sum price bid in the Proposal for Item No. 4, Concrete, complete.
•
5-8
0
0
0
A. SCOPE
The Contractor shall provide all labor, materials, equipment, tools, and accessories
as may be required to demolish existing masonry, install new masonry and install new
lintels for the grit conveyor opening, in accordance with these Specifications, as
shown on the Drawings, and as directed by the Engineer.
B. MATERIALS
IN 1. Concrete blocks shall be 8 inch hollow, load-bearing, concrete masonry units,
produced in accordance with ASTM C90, to match the existing masonry.
2. Cap blocks shall be 4 inch solid, load-bearing, concrete masonry units,
produced in accordance with ASTM C90, to match the existing masonry.
0 C. INSTALLATION
•
1. Concrete block shall be laid in full joints. External comers shall be laid up
with selected material showing no chipping or spalling.
2. All blockwork shall be protected from any and all kinds of damage until the
final completion and acceptance of the building.
3. The tops of walls and all unfinished work shall be covered and protected,
when not being worked on, against all damage by frost or the elements, by
means of waterproof paper, canvas, boards or other approved means.
4. Masonry reinforcement shall be continuous around the structure in all
masonry work, placed every course and shall be Dur -O -Eye as manufactured
by Dur -O -Wal, Inc.
5. Mortar shall be Type A-2 (N.Y.S. Building Code), with a minimum
compressive strength of 1800 psi.
6. Joints shall be struck off with a smooth, neat appearance using rounded, steel
r edged tools.
D. LINTELS
1. Lintels shall be double 3 1/2" x 4" x 3/8" steel angle, with a minimum 8 inch
bearing on each end. Long leg shall be vertical.
6-1
0
0
2. Lintels shall be painted with a rust inhibitive primer and top coat.
• E. COMPENSATION
Compensation for all work performed under this Section shall be included in the
lump sum price bid in the Proposal for Item No. 5, Masonry, complete.
r,
u
•
•
6-2
11
•
n0010�0
The Contractor shall provide all labor, materials, tools, equipment, and accessories,
as may be required to install an air compressor and air piping for the diaphragm grit
• pump, as shown on the drawings, as described herein, and as directed by the
Engineer.
B. MATERIALS
1. The air compressor shall be a Powerex 5 HP, 230/460 VAC, 3 phase electric
motor compressor, Model No. 72809 as supplied by W.W. Grainger, Inc., or
approved equal. Unit shall be supplied with a 60 gallon ASME code storage
tank.
• 2. Piping shall be 3/4 inch galvanized steel. Valves shall be 3/4 steel gate
valves.
3. Flexible air hose shall be 1/2 inch Speedair nylon coiled hose, oil and
moisture resistant as supplied by W.W. Grainger, Inc., or approved equal.
4. Air regulator shall be a Wilkerson Model GPA -95-225, 1/2 inch combination
filter/water separator/regulator/lubricator, as supplied by W.W. Grainger,
Inc., or approved equal. Unit shall be supplied with mounting bracket,
modular sleeves, and modular end block, as required.
1 C. INSTALLATION
1. The Contractor shall mount the compressor where shown on the drawings,
with galvanized steel anchor bolts. .
• 2. The Contractor shall provide and install all brackets and mounting hardware
for the air piping system. Brackets and hardware shall be stainless steel
within the influent/grit room.
3. All electrical connections shallbe as described in Section 8.
r7
.-A
D. COMPENSATION
Compensation for all work performed under this Section shall be included in the
lump sum price bid in the Proposal for Item No. 6, Air Compressor, complete.
•
7-1
0
:7
SECTION 8 - ELECTRICAL WORK
A. SCOPE
The Contractor shall provide all labor, materials, tools, equipment and accessories,
as may be required, to disconnect existing equipment, and install new wiring, motor
starters, circuit breakers, lighting and solenoid valve controls, to complete the work
as shown on the drawings, as specified herein, and as directed by the Engineer.
B. DESCRIPTION OF WORK
1. Mechanical bar screen - install, motor starter in existing panel, install conduit,
wiring, and circuit breaker, and connect 2 HP, 3 phase, 240/480 volt motor.
Bar screen shall be connected with a flexible conduit, of sufficient length to
allow tilting of the unit for service.
• 2. Grit chamber drive - install motor starter in existing panel, install conduit,
wiring and circuit breaker, and connect 1/2 HP, 3 phase, 240/480 volt motor.
3. Grit conveyor - disconnect existing grit screw, reuse motor starter in the
existing panel, reuse existing circuit breaker, install new wiring and conduit,
• and connect 3 HP, 3 phase, 240/480 volt motor.
4. Air compressor - install motor starter in existing panel, install conduit, wiring
and circuit breaker, and connect 5 HP, 3 phase, 240/480 volt motor.
5. Control panel and solenoid valves - fabricate new control panel, install wiring,
• conduit and circuit breakers, and connect 6 solenoid valves.
6. Lighting - Install lighting fixtures, wiring, conduit, circuit breakers, and
switches, and connect 3 fixtures.
• C. MATERIALS
1. Standards
a. The Contractor's work and materials shall comply with the appropriate
sections of the 1987 National Electrical Code for Class I Hazardous
locations.
b. All motor starters, circuit breakers, and other equipment within the
existing office area (motor control center and distribution panels) shall
be listed by Underwriters Laboratories. All enclosures within the
8-1
•
grit/influent rooms shall comply with NEMA 4x.
MWOMITf "I, 'Famm, CRIT -PS -1
a. The equipment installed in the grit/influent room shall be resistant to
corrosion by water, hydrogen sulfide vapors, and sulfuric acid and shall
be made with plastic, fiberglass or other non-metallic materials.
•
b. Only stainless steel hardware and fasteners will be permitted.
3. Motor starters and motor circuit protectors shall be installed in the existing
panel in the office of the main building, and shall match the existing.
4. Circuit breakers shall be molded case, having the full load and interrupting
ratings required for the intended use and motor sizes. Breakers for 480V
systems shall have a 480V rating.
5. Conduits shall be PVC, Schedule 80 having the required size for the intended
use. Flexible conduits shall be non-metallic.
6. Junction and Pull Boxes shall be plastic, as per Crouse Hinds type NJB, or
approved equal.
7. Switch Boxes shall be plastic FS, as per Carlon type FSE, FSC, FSS, or FSCC,
or approved equal.
8. Wiring shall be copper conductor, type THW, 75 degrees C. The minimum
size shall be # 12AWG.
•
9. Lighting
a. Interior fixtures shall be fluorescent, surface mounted, 2-F40W, 120 V,
corrosion resistant with brackets, as per Crouse Hinds NFW 4240, or
approved equal. The luminaries shall have a fiberglass housing with
plastic latches.
b. Outdoor fixture shall be wall mounted, fully enclosed, with gasket,
stainless steel hardware, with 50 watt high pressure sodium lamp, as
per Lithonia Hi -Tek Type TWL 50SNLP, or approved equal.
10. Switches shall be toggle, 1P, 20A, 120V, as per Bryant #4901, or approved
equal. Cover plates shall be plastic.
•
8-2
:j
•
D. COMPENSATION
0 Compensation for all work performed under this Section shall be included in the
lumps sum price bid in the Proposal for Item No. 7, Electrical Work, complete.
•
•
•
7
0
8-3
0
,.,MMMVI ..
The Contractor shall provide all labor, materials, tools, equipment, and accessories
as may be required to install a new partition wall and sound -proof door between the
office and blower room, as shown on the drawings, as specified herein, and as
directed by the Engineer.
u _ y M
0 1. New door shall be a CHEM-PRUF FRP door and frame, as supplied by
Plastic Engineered Products, Inc. (908-534-6111), or approved equal. Door
shall be provided with a rectangular lite and stainless steel hardware. Door
shall open as shown on the drawings.
2. Partition wall shall be constructed of wood sills, top plates, and studs; 5/8"
"Type V gypsum wallboard on each side; and 31/2" inch fiberglass insulation,
as shown on the drawings. Partition shall be continuous to the roof for a
complete sound barrier.
3. Color of door shall be light tan or off-white.
•
I
•
4. Partition shall be finished on both sides, with all wallboard joints taped and
spackled to a smooth finish. Walls shall be painted with one coat of latex
primer and two coats of latex semi -gloss wall paint, color to match the existing
walls.
C. COMPENSATION
Compensation for all work performed under this Section shall. be included in the
lump sum price bid in the Proposal for Item No. 8, Sound -Proof Door, complete.
9-1
•
10-1
•
SECTION 10 - ROOFING, FLASHING, AND LEADERS
•
A. SCOPE
The Contractor shall provide all labor, materials, tools, equipment, and accessories,
as may be required to install a roof with side flushing and rain leaders on the new
•
extension of the existing influent room, as shown on the drawings, specified herein,
and as directed by the Engineer.
B. MATERIALS
•
1. Roofing
a. The roofing system and components shall be as manufactured by
Johns -Manville, Celotex, or approved equal. Membrane shall be a
four ply fiberglass built-up roof with a white gravel finish, to match the
•
existing roof.
2. Flashing
a. Flashing shall be a minimum two ply system of fiberglass finishing felts.
•
3. Edge Curb
a. The roof edge curb shall be a preformed aluminum curb to match the
existing curb. Color shall match existing.
A
4. Rain Leaders
a. Roof scupper shall be formed from 16 gauge aluminum, to match
existing.
•
b. Leaders shall be 6" x 6" aluminum, to match existing. The leader shall
be securely fastened to the wall.
C. INSTALLATION
1. The roof system shall be installed in strict accordance with the manufacturers
requirements.
2. Asphalt shall be applied at the Equiviscous Temperature (EVT), plus or
minus 25 degrees F.
•
10-1
•
3. Felts shall be placed perpendicular to the roof slope.
• 4. Broom all felts solidly into the hot asphalt. Asphalt shall be between and
under layers of felt so that at no point does felt touch felt. The top coating
shall be a heavy uniform mopping of hot asphalt.
5. Flashing shall be installed with materials consistent with the roofing system
• used and shall be in accordance with the manufacturer's recommendations.
New flashing shall be installed around the edge curb, rain scupper, and all
other areas necessary to properly complete the work.
6. The Contractor shall submit a certificate from the roofing manufacturer that
• the roofing system complies with Underwriters Fire Hazard Classification,
Class A, and conforms to Factory Mutual specifications.
7. Roofing shall be applied only during dry weather, when the ambient
temperature is above 32 degrees F and a wind speed less than 20 mph.
•
D. COMPENSATION
Compensation for all work performed under this Section shall be included in the
lump sum price bid in the Proposal for Item No. 9, Roofing, Flashing, and Leaders,
• complete.
•
10-2
•
SECTION 11 - PAINTING
A. SCOPE
The Contractor shall provide all labor, materials, tools, equipment, and accessories
as may be required to perform field painting, as specified herein, and as directed by
0 the Engineer.
B. GENERAL
1. It is the object of these specifications to provide the materials and
workmanship necessary to obtain a job of the highest quality in accordance
with the best painting practices. Paints to be applied shall be used as
furnished by the manufacturer without modification or extension unless
authorized otherwise, and the painting shall be done strictly in accordance
with the manufacturer's directions, satisfactory to the Owner. The Work shall
0 be performed by a Contractor having past experience with the use and
application of epoxy coatings or by a Contractor who has had prior
instructions, before application, on the use and application of epoxy coatings
by the manufacturer.
2. Mixing and curing instructions and safety precautions shall be rigidly followed.
3. All materials shall be delivered in their original containers with seals
unbroken, bearing the manufacturer's label, specifying trade name, brand,
quality and mixing ratio. They shall be ordered in large enough quantities
and shall be delivered in ample time to facilitate the Work.
4. The materials shall be stored on the premises where directed by the Owner.
The storage space shall be kept clean and dry and the temperatures of the
storage space shall not fall below 40 degrees F. Every precaution shall be
taken to avoid excessive high temperatures in the storage space and contact
with flame. Curing compounds or hardeners shall not be used in or on
concrete surfaces to be painted.
5. Surfaces to be coated with types or brands to be used, are hereinafter stated
for the convenience of the Contractor and indicates the paints required for
the various surfaces but in no way relieves him from doing a complete
painting job throughout the Work in accordance with generally approved
practices for work of high quality. Work which is customarily painted, shall
be painted with appropriate paints regardless of whether or not the surfaces
are specifically mentioned; and only omitted if so specified under separate
items or directed by the Owner. Colors shall be as selected by the Owner.
r�
u
C. MATERIALS
• 1. The paints, paint products and thinners of the Dural Materials Corp., 95
Brook Avenue, Deer Park, New York, (516-586-1655) shall be applied as
required. Products of other manufacturers, comparable in quality, type and
performance to those specified will be acceptable as equal if said paints are
offered by the Contractor with data showing satisfactory performance in like
paints for a period of not less than five (5) years.
D. COMPATIBILITY OF COATINGS
1. It is essential that paints and primers applied by fabricators and suppliers as
shop coatings and those applied as final coatings be compatible.
2. Where necessary, each successive coat shall be tinted so as to distinguish it
from preceding coats.
E. SURFACE PREPARATION
1. In all cases, surface preparation shall immediately precede painting and no
painting shall begin before the prepared surfaces have been approved by the
Engineer.
2. Steel (factory primed). If the steel to be coated has been factory primed,
surface preparation required is that it be clean, dry, and free of other coatings
or contaminants which might prevent proper adhesion. In small areas where
the factory primer is chipped, cracked, or peeled off the steel, a wire brushing
over these areas before applying paint is required.
3. Steel (un -primed). If the steel to be coated has not been factory primed and
shows evidence of rust and/or corrosion, it must be sandblasted. Unprimed
steel surfaces should be dry grit blasted to a commercial gray metal blast as
specified by the "Steel Structures Painting Council Specification SP -6
Commercial Blast". All rust, mill scale, dirt, grease, oil, dust and other
contaminants or coatings must be removed. After blasting, the surfaces shall
be brushed and blown off with compressed air or cleaned by vacuum before
application of the primer. All steel surfaces that are to be coated after
sandblasting shall first be primed with Duralkote 305 Zinc Rich Primer.
Primer shall be applied as soon as possible after the blast cleaning. In no
case should the time interval exceed 24 hours. If any visible rusting does
occur after blasting, regardless of the time interval, the surface shall be re -
blasted prior to applying the primer coat.
4. Galvanized Steel and Aluminum: The surfaces to be coated shall be dry,
11-2
clean and dust free. All oils, grease and other contaminants must be removed
0 prior to application. All surfaces must be solvent wiped and allowed to dry
fully before applying paint. Solvent wipe shall remove any zinc dust and mill
scale from the surfaces.
5. Concrete Block: Surfaces shall be clean and dry before applying the material.
• All grease, dirt, grime, paint, excess mortar, or other deleterious or loose
material which might interfere with proper adhesion of the coating to the
surface shall be removed. All holes, honeycombs, fins, and cracks, shall be
repaired before application of paint.
6. Concrete: Before application of coating material, concrete shall be
• thoroughly sandblasted to roughen the surface and remove all flaky material,
dirt, oil, grease or other deleterious or loose material. The surface prior to
painting shall be that of fine grained sandpaper.
a. Acid etching may be employed as a surface preparation when
permitted by the Engineer. The etching solution shall consist of a
solution of one part of hydrochloric acid to two parts of water, by
volume, applied with a stiff bristled broom. Care shall be taken to
insure a reaction between the acid and the concrete over the entire
surface as evidenced by bubbling of the concrete surface. After the
acid etch, the entire surface shall be rinsed with a dilute ammonia
solution, flushed with clear water and allowed to dry.
b. Surface preparation and subsequent painting shall commence no
earlier than 28 days after all concrete is placed. Surface preparation
shall immediately precede painting.
7. Woodwork and Sheetrock
a. Wood surfaces shall be free of all -foreign matter, with all nail holes,
open joints, cracks and other defects properly filled with an approved
spackling putty. Surfaces shall then be sandpapered with a smooth fine
sandpaper and dusted clean.
b. The underside of the plywood roof deck, along with the wood roof
joists, shall be painted to match existing.
F. APPLICATION OF PAINT
1. The Contractor shall provide and use ample drop cloths to protect equipment,
materials and work from spots, stains, or injury as well as maintain all tools
and equipment necessary for the satisfactory completion of the Work.
11-3
2. Where necessary, prior to the application of the finish field paints, damaged
or abraded areas of the shopcoating shall be touched up with the correct
touch up or field primer material. The touch up coat shall be in addition to,
and not considered as the first finish coat, even if applying an entire extra
coat is necessary.
3. All painting shall be done by skilled painters under dry favorable weather
• conditions at the coverage rate specified for application taking care that coats
e
are carefully applied to a smooth even coat, uniform in gloss, finish and color.
Each coat shall be thoroughly dry before the next coat is applied unless
otherwise required. No painting shall be done when the temperature is below
40 degrees F., or may be reasonably expected to fall below same during a 24
• hour period, or when the relative humidity exceeds 85 percent or is expected
to do so. In all cases, the resulting paint film produced shall be satisfactory
r in all respects to the Owner.
G. GENERAL PAINTING SCHEDULE
1. The painting schedule below gives the types and principal surfaces to be
painted:
a. All interior metal surfaces, woodwork, concrete block, exposed interior
piping, and equipment shall be painted with two coats of Duralkote
305 one component epoxy coating. Surfaces requiring priming shall
receive the required primer and then two coats of Duralkote 305.
Each coat shall have a dry thickness of 6 mils.
b. Aluminum surfaces in contact with concrete or masonry shall receive
two heavy coats of asphaltum.
C. All exterior metal surfaces, piping and equipment, and wood surfaces
shall be painted with two coats of Duralkote 304 consisting of a color
coat followed by a clear protective coat. Surfaces requiring priming
shall receive the required primer and then two coats of Duralkote 304.
Each coat shall have a dry thickness of 5 mils.
H. FLOORS
1. Floors shall receive an epoxy protective floor coating which shall be
100% solid epoxy material equal to that of Duralkote 203. The
material shall be applied by use of brush or roller and attain a dry
thickness of 13 mils.
11-4
•
I. IDENTIFICATION AND SAFETY PAINTING
• 1. The various visible pipe lines shall be identified by painting as noted
in the following table or as directed by the Owner. Arrows shall be
stencilled in to indicate direction of flow.
Piping Color Code
•
Service Color
Potable Water Blue
• Grit/Sludge Brown
Air Green
J. COATING SCHEDULE
• 1. A coating schedule generally describing the various coatings to be used
in the various areas follows. The schedule is for the convenience of
the Contractor, and if there are any discrepancies in describing a
particular surface, other portions of these specifications shall govern.
•
Dry Mil
Thickness
General area
to be coated
Material
Number
of Coats
Per Coat
(Mil)
1. Unprimed metal
1. Primer -if reqd.
•
interior surfaces, misc.
Duralkote 305, Zinc
1
2
surfaces, except concrete.
Rich Primer.
2. Finish -
Duralkote 305
2
6
•
2. Exterior Metal
1. Primer -if reqd.
1
2
2. Duralkote 304
2
5
3. Interior Concrete
1. Duralkote 203
1
13
floors
4. Interior surfaces
1. Primer -if reqd.
1
2
surfaces including (wood,
2. Finish -
sheetrock ceilings, block
Duralkote 305
2
6
walls, piping, etc,)
•
11-5
•
•
K. COMPENSATION
• Compensation for all work performed under this Section shall be included in the
lump sum price bid in the Proposal for Item No. 10, Painting, complete.
•
•
11-6
40
CAMERON ENGINEERING, P.C.
811 Jericho Turnpike
Smithtown, New York 11787
Tel. 516-265-9617
Fax 516-265-0466
September 4, 1991
Mr. Scott Harris, Supervisor
Town of Southold
Main Road
Southold, NY 11971
Re: Town of Southold Scavenger Waste Treatment Plant
Final Draft Plans and Specifications
CE091A
Dear Mr. Harris:
Enclosed please find three (3) sets of draft plans and specifications for your review. Please
review these documents and make any corrections that you may have.
We will arrange for a meeting for all concerned to discuss any comments and incorporate
them in the final bid documents.
If you have any questions, please call me at 265-9617.
Sincerely,
CAMERON ENGINEERING, P.C.
Kurt Dietrich
KD:cbr
Enclosure
cc: Jim Monsell, Village of Greenport
Merle Wiggin, Peconic Associates
I
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
Tromel Construction Corp.
P.O. Box 49717•
Bay Shore, New York 11706
Gentlemen:
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 5%
Bid Bond.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned Tromel Construction Corp.
as Principal, and Aetna Casualty & Surety Company as Surety, are
Five Percent of the Amount Bid...
hereby held firmly bound unto Town of Southold
in the Penal Sum of
for the payment of which, well
and truly to be made, we hereby jointly and severally bind ourselves, our
heirs,executors, administrators, successors, and assigns.
Signed this �.6th day of February , 19 92.
TIIE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WHEREAS
the Pruicipal has submitted to ..Town of Southold
a certain bid, attached hereto and hereby made a part hereof, to enter into a
Contract in writing, for the
Scavenger Waste Treatment Plant Modifications, Greenport, NY
NOW, TTIEREI~OP,E,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be accepted and the Principal shall execute and deliver an
Agreement in the forin attached hereto (properly completed in accordance
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furnishing
materials in connection therewith and shall in all other respects perform the
Agreement created by the acceptance of said Bid.
Then, this obligation shall be void, otherwise the same shall remain in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
0
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
the time within which the Obligee may accept such bid; and said Surety does hereby
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their, corporate
seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
TromeI Construct ion Corp.
Principal
c
by
Aetna Casualty & Surety Compauv
by __ _
Jos VII—Storz
h Storzo, t rney-In-Fact
BB -2
THE ,4ETNA CASUALTY AND SURETY COMPANY
Harrford. Connecticut 06156
LIFE b CASUALTY
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SHN-FACT
KNOW ALL MEN BY THESE PRESENTS.'HAT THE ATNA CASUALTY AND SURETY COMPANY, a corporation duly organized under the laws of the
State of Connecticut, and having its principal office in the City of Hartford. County of Hartford. State of Connecticut, hath made, constituted and
appointed. and does by these presents make, constitute and appoint Joseph Sforzo, Thomas Keating, Robert W.
O'Kane or Robert M. Kempner - -
of New York, New York its true and lawful Attorneys) -in -Fact, with ful t power and a uthorityherecy con ferrec
to sign, execute and acknowledge. at any place within the United States. or, if the following line be filled in, within the area :here cesig-
nated , the following instrument(s):
by his/her sale signature and act. any and all bonds, recognizances. contracts of indemnity, and other writings obligatoryin the nature of a bcnc.
recognizance. or conditional undertaking, and any and all consents incidents thereto
and to bind THE ATNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as if the same were signed by the duly
authorized officers of THE fFTNA CASUALTY AND SURETY COMPANY, and all the acts of said Attorneys) -in -Fact. pursuant to the authority herein
given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force
and effect: -
VOTED: That each of the following officers: Chairman. Vice Chairman, President, Any Executive Vice President, Any Senior Vice President. Any Vice
President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident
Assistant Secretaries, Attorneys -in -fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his
certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds. recognizances, contracts of
indemnity, and other writings obligatory in the nature of a bond. recognizance. or conditional undertaking, and any of said officers or the Board of
Directors may at any time remove any such appointee and revoke the power and authority given him.
VOTED: That any bond. recognizance, contract of indemnity, orwriting obligatoryin the nature of a bond, recognizance. or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the Chairman, the Vice Chairman, the President, an Executive Vice President. a
Senior Vice President, a Vice President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the
certificate of authority of such Resident Vice President. and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary
or by a Resident Assistant Secretary,pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary; crib) ouIy
executed (under seal, if required) by one or more Attorneys -in -Fact pursuant to the power prescribed in his or their certificate or cemficates of
authority.
This Power of Attorney and Certificate of Authority is signed and seated by facsiritile under and by authority of the following Standing Resolution
voted by the Board of Directors of THE ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, President, Any Executive Vice President. Any Senior Vice
President, Any Vice President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or
Attorneys-in-Factforpurposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any
such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such
power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with
respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, THE )ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its
Senior Vice President and its corporate seal to be hereto affixed this 6th
day of August 19 91
THE CASUALTY AIiD SURETY COMPANY
By
State of Connecticut 1 J seph P. Kiernan
S
County of Hartford ss. Hartford Senior Vice President
)
On this 6th day of August 19 91 before me personally came JOSEPH P. KIERNAN
to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of
THE *ETNA CASUALTYAND SURETY COMPANY, the corporation described in and which executed the above instrument: that he/she knows the
seal of said corporation: thatthe seal affixed to the said instrument is such corporate seal: and that he/she executed the said instrument on behalf
of the corporation by authority of his/her office under the Standing Resolunons thereof.
'. +o TA
M commnmon exptrm M 37, 19 93 Notary Public
` Dorothy L. M i
CERTIFICATE
1, the undersigned. Secretary of THE sETNA CASUALTY AND SURETY COMPANY!a stock corporation of the
State of Connecticut. DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and
has not been revoked: and furthermore, that the Standing Resolutions of the Board of Directors. asset forth in the Certificate of Authority, are now
in force. (I G
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Conn cti t. gated this V th day of
February 19 92 I
By w
a.J60nWelc
e etary
(S-1921) (M) 2-90 -•^^'" PRINTED IN U.S A
THE AETNA CASUALTY AND SURETY COMPANY
"Ne r. Hartford, Connecticut 06156
LIFE & CASUALTY BARBARA ?IMM
ATTORNEY - IN - FACT JUSTIFICATION Nary public, SUtel of New York
PRINCIPAL'S ACKNOWLEDGMENT—No. 4713363, Suffolk County
1F A CORPORATION � _� f- y
Commission Expires — -
State of New York, County of Suffolk ss.
On this 5th day of February 1992 , before me personally appeared a Thomas V. Healy
to me known, who, being by me duly swom, deposes and says: That he/she resides in the City of Bay Shore, NY
that he/she is the president of Tromel Construction Corp
the corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed to
said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, an hat he/she signed his/her
name thereto by like order. -�
PRINCIPAL'S ACKNOWLEDGMENT—IF INDIVIDUAL OR FIRM
State of New York, County of ss.
On this day of 19 before me personally appeared
to me known to be (the individual) Ione of the firm of I described in and who ex-
ecuted the within instrument, and he/she thereupon duly acknowledged to me that he/she executed the same las the act and deed of said firm).
SURETY COMPANY'S ACKNOWLEDGMENT
State of New York, County of Suf f ol,k )
ss.
19 On this
6th day df February92 appeared
Joseph Sforzo
before me personally a
to me known, who, being by me duly sworn, did depose and say: That he/she resides in the City of Centerport, NY
that he/she is Attomey-in-Fact of THE .ETNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed the within
instrument: that he/she knows the corporate seal of said Company; that the seal affixed to said instrument is such corporate seal: that it was so
affixed by him/her and that he/she signed said instrument as Attomey-in-Fact by authority of the Board of Directors of said Company: anc affiant
did further depose and say that the Superintendent of Insurance of the State of New York has. pursuant to Chapter 882 of the Laws of the State
of New York for the year 1939, constituting Chapter 28 of the Consolidated Laws of the State of New York known as the Insurance Law as
amended, issued to THE ETNA CASUALTY AND SURETY COMPANY his/her certificate that said Company is qualified to become and be ac-
cepted as surety or guarantor on all bonds, undertakings, recognaances, guaranties, and other ons required or permitted by law; and that
such certificate has not been revoked.
NOTAf Ap
Use alone, or with S-1921 (M).
S-1922 Wl. or S-1923 (M)
IS -1879-1-C7 (M) 3-7 8 'cit:C'•+ �� ` t
C MINTED IN U. S.A
THE ATNA CASUALTY AND SURETY COMPANY
HARTFORD, CONNECTICUT _ 06156
FINANCIAL STATEMENT AS OF December 31, 1990
AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK
CAPITAL STOCK s 257000,000
ASSETS
LIABILITIES
Cash & Invested Cash 5
654,913,176
Unearned premiums
S 1,416,992,554
Bonds
4,890,744,924
Losses
6,395 400,250
Stocks
2,17$,481,$33
Loss adjustment expenses
1,458,095,894
Mortgage Loans
2,270 660 065
Accrued expenses and other liabilities
643,247,806
Real Estate
77,047 406
Federal income taxes
1,188,000
Investment income due
Reserve for reinsurance in companies
and accrued
13 ,328,201
not authorized in New York
M 443 239
Premium balances
1,322,552,834
Total Liabilities
S 10,M4, -W,743
Other assets
916,042,350
Surplus Funds 35,109,000
_
Capital Stock 25,0M,000
Paid in surplus 1,129,055,706
Other surplus 1,207,238,392
Surplus to policyholders
2,396,403, 1111
Total Assets 5
12,430,770,843
Total
5 12,430,770,843
Securities carried at S 123,5657021
in above
statement are deposited with public authorities,
as required by law.
i
0
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
Bid Of Tromel Construction Corp
herein after called 'Bidder", a
New York
(State)
a partnership/an individual doing business as
corporation/
to Thomas V Healy P.E. hereafter called "Owner".
0
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of
.�-� V �� .✓ (; y=ir c�> � � %%= 'J2 w /� � r� ice- � ,�� ^• � /1'4�Ji=r��/JT.���S
having examined the Bidding Documents and the following Addenda (receipt of
1W which if hereby acknowledged):
Ah
Date Number
2/4/92 Addendum #1
and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
of which this Proposal becomes a part thereof.
PROPOSAL
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
• Lump sum price for Mechanical Bar Screen, complete.
In Words:-r;���� �� Dollars
and .4,o Cents
In Figures: $; o00
Item No. 2 - Grit Removal System
Lump sum price for Grit Removal System, complete.
•
In Words: �Q����Jc /2;.v ��A�� j „�,ti�Dollars
and Cents
In Figures: $ 7 7, 3 oo � '
0
Item No. 3 - Odor Control Piping Modifications
Lump sum price for Odor Control Piping Modifications, complete.
In Words:
��= r��-J %.d-,���-� ,,.b ,o w� �,s,/��-<� Dollars
and ,vo Cents
In Figures: $ /,S', moo
MIN
Item No. 4 - Concrete
Lump sum price for Concrete, complete.
In Words:
sxT��� ✓,�sa� �,� Dollars
and ii% Cents
In Figures: $ _ 14,
00o w
iso
Item No. 5 - Masonry
Lump sum price for Masonry, complete.
In Words:, j hfu��;� �� ,, °`'�„ Dollars
and ,(/o Cents
In Figures: $
Item No. 6 - Air Compressor
r Lump sum price for Air Compressor, complete.
In Words: �,yu' A „�,� ,�/��� Dollars
and Cents
•
In Figures: $�
0
M.
U
Item No. 7 - Electrical Work
Lump sum price for Electrical Work, complete.
In Words: j ,4i� . s,o �,� Dollars
ander Cents
In Figures: $ /o 00o ""iso
Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
In Words:.- e T/y .s 4o r', ,c/ -. Dollars
and Cents
Uu
In Figures: $
Item No. 9 - Roofing
Lump sum price for Roofing, complete.
In Words: �„ e��SA �,� �,� 5 Dollars
and Cents
In Figures: $
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: Ole Dollars
and „�� Cents
In Figures: $
I'
TOTAL OR GROSS BID IN FIGURES: % y 3 'goo
TOTAL OR GROSS BID WRITTEN IN WORDS:
�i►C f�/vno^e�Y Gil,! l�`n d �%I'"`-'e- �c:��jAu•, �.�r,+fi� hly�Or�=eY
�)c2 and Allo C1-1Vr
* Dollars Cents
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
guarantees are in accordance with the requirements contained in the Contract
Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
days from the date of Award of Contract.
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
NAME OF BIDDER Tromel Construction Corp
ADDRESS OF BIDDER 260 W Main Street, P O Box 497P
Bay Shore, New York 11706
TELEPHONE NUMBER 516-968-8264
SIGNED BY
' TITLE
DATE
President
February 5, 1992
6-.
NON -COLLUSIVE BIDDING CERTIFICATION
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 party thereto certifies as to its
0 own organization under penalty of perjury, that to the best of his knowledge and
belief:
1. The prices in this Bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
s competition, as to any matter relating to such prices with any other bidder or
with any competitor;
0
LJ
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
Dated Z - 6 , 19 �i z
Tromel Construction Corp.
Legal Name of Person, Firm
or Co
�
THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF THE
BIDDER IS A CORPORATION:
Resolved that
Thomas V Healy, President,Tromel Construction Corp
= (Name and Title of Signator and Name of Corporation)
be authorized to sign and submit the Bid Proposal of this corporation for the
following project.
NC -1
i
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by Tromel
(Name of
Construction Corporation at a meeting of its Board of Directors held on the
Corporation)
day of x=16 _ , 19 '.
(SEAL OF CORPORATION)
NC -2
TARY)
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
WHM Plumbing & Heating Contractors Inc.
6H Enterprise Drive
East Setauket, New York 11733
Gentlemen:
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 5%
Bid Bond.
Very truly yours,
Judith T. Terry %
Southold Town Clerk
Enclosure
KNOB' ALL MEN BY THESE PRESENTS:
W.H.M. PLUMBING & HEATING CONTRACTORS, INC.
flat We, the under.ijpeed _ 6H Enterprise Drive, East Setauket, New York 117 33
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Principal,aiid3o0 Bro_adacres. Dr., Su-!,tQ 200, u1nnmfig&xCty12st
New Jersey 07003
FIVE PERCENT (5%N n - m the Penal Sum of
hereryheldfirnZlyboaoduntoTOWN OF SOUTHOLD -
Main Road�Solltho-j dr taw Park-11?81—for tbC payment of Which, we -
and truly to be rr,,-, :e, w-, herebv jointly and sever fly bind ourselves, our
heirs, exQNtors, ad.,lin-istratars, Si:cces-zUIs, and assigns,
Signed this ---6th _ _ day of February , 1992
THE CONDITIOIN OF THE ABOVE OBLIGATION IS SUCH, that, WHER.E.�
the Principal has submitted to TOWN OF sOUTHOr.n
a certain bid, attac:,,ed hereto and hereby made a par! hereof, to eater into
Contract in writing, for the
Plumbing Wk�Tn=fig atiarr ��11_SewaaTao' mont pi
Equi2ment and Associated Piping
! 0—OW. THEREFORE,
a) ' if said Bid shalt be rejected, or is the Otcatate
b) if sed Bid sha_'I be accepted and the Principal shall execute and deliver a:,
,kgreein, ant Ln the form attached hereto (properly completed in accorda:rce
%4�lth said Bid) and shall furnish a Bond for his faithful performance of sold
Agreement, and for the pa)mert of all persors per:orrn'crS labor or fur. .
materials in coanection therexith 2nd shall in all other respects perfo.,,
Agrcenitnt created by the 2.ccept:.nc: of said Bid.
They this obligation shall be void, othe-rwiae the same shall remain in force G.d
effect; it b-eing expr.ssly understood and agreed that the liability of the Surety for any
and ail claims hexa nder shall, is no event, exceed the penal amount of ti-h's
obligation as herein stated.
am
The Surety, for value received, hereby stipulates and agrees that the obligations of
said Surety and its bond shall be in no way impaired or affected by any extension of
the time within which the Oblijee may accept such bid; and said Surety does hereby
waive notice of any such extension,
IN Wi1TtM WHEREOF, the Principal and the Surety have hereunto set their
hands and seals and such of them as are corporations have caused their corporate
seals to be hereto affixed and these pr:sents to be signed by their proper officers, the
day and year first set forth above.
W.H.M. PLUMBING & HEATING CONTRACTORS, INC.
Attest;: ` ` PTS Ci�al
By' J� !�Z�f� /�L,�%, by;
Attest: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
tBy
Surety
By er ^/t
Susan Hammel, As -To -Surety Irene Gallehue, Attorney -Ii: -Fact
BB -2
Acknowledgment of Corporation
State of
County of
Qn, this day of fffv� C-1 188{ before me personally came
'77
147—
f6— me known, . who,, being � by me duly, sworn, did depose and say that he resides in
that he is
"j of the
It C�' z- "-Mte� 91,94'J" the
corporation describedin and whictvexecuted the attached instrument; that he knows the corporate
seal of the said corporation; that the -seal affixed to said instrument ' is such corporate seal; and that
it was so affixed by order of the Board of Directors of said Corporation, and that he signed his name
thereto by like order.
Id
TONT ANN RICCIARDI
Notary Public. State of New York Notary:
Suffolk Co. No. 498009
Comm. Expires April 8,
k
i .e.ity
110 IE OFFICE
STATE OF NEW JERSEY
COUNTY oF_—_Essex----------------
and Deposit
OF MARYLAND
Company
BALTIMORE, MD 2120.1
On this6th ----------------- —day of_ -Feb ru a ry Igg 9 2 before me the subscriber, a Notary Public in and for the State of New
Jersey, duly commissioned and sworn, personally came_rr e n 2 —TTd 17. eh u e
who, being by me duly sworn, on his oath says that he is the Attorney -in -Fact of the Fidelitv and Deposit Company of Maryland, a corporation of the State
of Maryland; that he resides in the Town of Bloomfield, State of New Jersey; that he knows the corporate seal of the said Company; that the seal affixed
to the foregoing instrument is such corporate seal, and that it was affixed thereto by him as Attorney -in -Fact of said Company; that said instrument was signed
by him as Attorney -in -Fact of said Company by order, and as a voluntary act and deed, of said company; that the said Company has duly complied with
all the requirements of Chapter 134 of the Laws of the State of New Jersey of the year Nineteen Hundred and Two (1902) as amended; that the good, available
assets of said Company exceed its liabilities, as such liabilities are ascertained by the Law of that State and under its Charter to become surety on bonds and
obligations such as are mentioned in said Charter; and also has on deposit with the Treasurer of the State of Maryland, good securities worth at least Four
Hundred Thousand Dollars ($400,000) held for security of its obligations and has fully paid up, safely invested an unimpaired capital of Four Million Five
Hundred Thousand Dollars ($4,500,000); and said Company by a duly executed instrument, filed in the Department of Insurance of the State of New Jersey,
has constituted the Commissioner of Insurance of the State of New Jersey, and his successor in office, its true and lawful Attorney, upon whom all original
process in any action or legal proceeding against it may be served, and that the following is a true copy of the portion of the By -Laws of said Company authoriz-
ing the execution of Bonds on behalf of said Company:
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or
any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company
may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, con-
tracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the
seal of the Company thereto."
Sworn and subscribed to before me this
6th --- -day oI F e b r u a r --------19.9 2 �-- �-� - - - ------ = - `
- - —y----------- y -- - ------------------
L_�%�_ Irene Gallehue
This Power�gf"Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind
the Compaw/except in the manner and to the extent therein stated.
FLfv1YRA C. i iLi 4't POWER OF ATTORNEY
tNOTA R V P ''1 1 J-t'5R1` Fidelity and Deposit Company of Maryland
t;?'/ t.i� •. ,,i.,;i a c_. Home Office: Baltimore, Md.
KNOW ALL AIEN BY THESE PRESENTS:
That the Fidelity and Deposit Company of Maryland, a corporation of the State of Maryland, by C. M. Pecot, Jr., Vice -President and C. W. Robbins, Assis-
tant Secretary in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which reads as follows:
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents
specifically authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary
or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company
may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, con-
tracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the
seal of the Company thereto."
does hereby nominate, constitute and appoint Louis M. Calucci, Robert J. Miedema, Craig J. Woehr, Joyce A. Lombardi, Ronald J. Plesniarski, Patricia
LaRocca, Joanne F. Wasacz, Vera M. Handel, Irene Gallehue, Elizabeth J. Tomasulo, Maria Jinks, Timothy J. Davidow, Lori A. Amatulli and Brenda
E. Horne, all of Bloomfield, New Jersey, EACH
This Power of Attorney revokes that dated August 2, 1990, on behalf of Louis M. Calucci, Robert J. Miedema, Craig J. Woehr, Joyce A. Lombardi, Teresa
F. Allen, Ronald J. Plesniarski, Patricia LaRocca, Joanne F. Wasacz, Linda Donellan, Kathleen Hamilton Cuva, Vera M. Handel, Irene Gallehue, Elizabeth
J. Tomasulo, Maria Jinks, Timothy J. Davidow, Paul Matrale, Lori A. Amatulli and Brenda E. Horne, all of Bloomfield, New Jersey, EACH
The said Assistant Secretary does hereby certify that the foregoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereto subscribed their names and affixed the corporate seal of the said
Fidelity and Deposit Company of Maryland, this 17th day of September, 1990.
Attest: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
(SIGNED) C. W. Robbins By C. M. Pecot, Jr.
Assistant Secretary Vice -President
(SEAL)
STATE OF MARYLAND 'SS-.
CITY OF BALTIMORE
On this 17th day of September, A.D., 1990, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commis-
sioned and qualified, came the above-named Vice -President and Assistant Secretary of the Fidelity and Deposit Company of Maryland, to me personally known
to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth. and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to
the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and
subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written.
(SIGNED) CAROL J. FADER
(SEALI Notary Public
My Commission Expires August 1, 1992
CERTIFICATE.
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND do hereby certify that the original Power of
Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -
President who executed the said Power of Attorney was one of the additional Vice -Presidents specifically authorized by the Board of Directors to appoint
any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
Resolved; "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever
appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and
effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this ------ 6th --------- day of
--_-------_-Februar _ 19-22-
-- =------------- --- - - - ry------------------------
BR(93121d—IM, 9-90 232891 istent Secreta
L1-'58ffws)-21,000, 8-91 234566
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
HOME OFFICE: BALTIMORE, MD. 21203
Statement of Financial Condition
AS OF JUNE 30, 1991
The
U
Companies
ASSETS
Bonds............................................................................$ 237,876,686
Stocks........................................................................... 207,056,440
Real Estate....................................................................... 7,062,871
Cash in Banks and Offices and Short Term Investments .................................. 4,051,789
Premiums in Course of Collection (less than 90 days old) ................................. 28,918,229
Reinsurance and Other Accounts Receivable ............................................ 15,820,610
TOTAL ADMITTED ASSETS..........................................................$ 500,786,625
LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Unearned Premiums.....................................................$ 133,714,670
Reserve for Claims and Claim Expenses ............................................... 138,583,545
Reserve for Taxes and Expenses...................................................... 8,743,601
Miscellaneous...................................................................... 7,283,093
TOTAL LIABILITIES................................................................................$ 288,324,909
Capital Stock, Paid Up ........................................ $ 5,000,000
Surplus ...................................................... 207,461,716
Surplus as regards Policyholders...................................................... 212,461,716
TOTAL..........................................................................$ 500,786,625
Securities carried at $4,682,920 in the above statement are deposited as required by law.
Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of
June 30, 1991 market quotations for all bonds and stocks owned, the Company's total admitted assets would be
$507,637,756 and surplus as regards policyholders $219,312,847.
I, JOSEPH J. GALLAGHER, Treasurer of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that
the foregoing statement is a correct exhibit of the assets and liabilities of the said Company, on the 30th day of June,
1991, according to the best of my information, knowledge and belief.
reasurer
STATE OF MARYLAND
CITY OF BALTIMORE } SS:
Subscribed and sworn to, before me, a Notary Public of the State of Maryland, in the City of Baltimore, this 31st
day of July, 1991.
3.
NOTARY �'�]//,.ff,� /
PUBLIC -------------u ----.%C-=-4;sem-----
aa�* Notary Public
My commission expires November 1, 1993.
� r ,
BID
SCAVENGER WASTE TREATMENT PLANT MODIFICATIONS
TOWN OF SOUTHOLD, NEW YORK
Bid of
herein after called "Bidder", a —IL -e --
(State)
a oing business as
corporation/
to
G �10 6) hereafter called "Owner".
Gentlemen:
The Bidder, in
for bids -for the
having examined the Bidding Documents and the following Addenda (receipt of
which if hereby acknowledged):
Date Number
and the site of the Proposed Work, and being familiar with all of the conditions
surrounding the construction of the Proposed Project including the availability of
materials and labor, hereby proposes to furnish all labor, materials, and supplies and
to construct the Project in accordance with the Bidding Documents, within the time
set forth therein and at the prices stated below. These prices are to cover all
expenses incurred in performing the Work required under the Bidding Documents,
of which this Proposal becomes a part thereof.
PROPOSAL `
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
MODIFICATIONS
Item No. 1 - Mechanical Bar Screen
Lump sum price for Mechanical Bar Screen, complete.
In Words: sixty four thousand seven hundred thirty fiveD011ars
and -0- Cents
In Figures: $_64,735-00
Item No. 2 - Grit Removal System
Lump sum price for Grit Removal System, complete.
In words: ' a thousan five hundred and thirty fourpollars
and -0- Cents
In Figures: $ 10,534-00
Item No. 3 - Odor Control Piping Modifications
Lump sum price for Odor Control Piping Modifications, complete.
In Words: Thirteen thousand two hundred tan ------- Dollars
and -0- Cents
In Figures: $ 13,210.00
MN
Item No. 4 - Concrete
Lump sum price for Concrete, complete.
In words: Thirty nine thousand eight hundred sixty oneD011ars
and -0- Cents
In Figures: $ 39,861.00
Item No. 5 - Masonry
Lump sum price for Masonry, complete.
In words: Nine thousand four hundred -------------- DO11aiS
and -0- Cents
In FigureS: $ 9,400.00
Item No. 6 - Air Compressor
Lump sum price for Air Compressor, complete.
In words: Six thousand one hundred twenty five ------ Dollars
and -0- Cents
In Figures: $ 6,125.00
M.
11
11
Item No. 7 - Electrical Work
Lump sum price for Electrical Work, complete.
In Words: Fourteen thousand four hundred and fifty Dollars
and =o- Cents
In Figures: $ 14,450.00
Item No. 8 - Sound -Proof Door
Lump sum price for Sound -Proof Door, complete.
In Words: Seven thousand three hundred forty five ---- Dollars
and -0- Cents
In Figures: $ 7,345-00
Item No. 9 - Roofing
Lump sum price for Roofing, complete.
In Words: Two thousand one hundred and fifty -------- Dollars
and -0- Cents
III Figures: $ 2,150.00
Item No. 10 - Painting
Lump sum price for Painting, complete.
In Words: Eighteen thousand three hundred sixty ------ DollarS
and -0- Cents
In Figures: $ 18,360.00
TOTAL OR GROSS BID IN FIGURES: $ 246,170-00
TOTAL OR GROSS BID WRITTEN IN WORDS:
Two hundred and forty six thousand one hundred and seventy
and -0-
Dollars Cents
The work performed under this Contract is hereby guaranteed for a period of one
(1) year from the date of final acceptance by the Owner. All equipment furnished
and installed under this Contract is hereby guaranteed for the same term. The
guarantees are in accordance with the requirements contained in the Contract
Documents and Specifications.
If the Proposal, or any alternate, is accepted, the Contractor will start work within
15 days after the date of the Award of Contract and will complete the work within
days from the date of Award of Contract.
The Bidder shall submit a list of all materials and equipment which he proposed to
install, with his bid, including a copy of the manufacturer's specifications for each
item. All items shall be subject to the approval of the Engineer.
This Bid may be withdrawn at any time prior to the scheduled time for the opening
of Bids or any authorized postponement thereof.
The undersigned declare that the only persons interested in this proposal or the
Contract proposed to be taken, as principals, are as stated; that this proposal is in
all respects made without collusion or fraud; that the undersigned will, within fifteen
(15) days after the mailing or delivery of notice of acceptance of this Bid, execute
and deliver a Contract in the Form of Contract shown in the Proposal Section of
these Contract Documents.
NAME OF BIDDER
ADDRESS OF BIDDER
/), � ii
TELEPHONE
l � ' MIDN's1i
DATE
I C, //��J
/l�-) <{73 -35& J'
R
W1 Ll- 1,404 R. M A u r F
NON -COLLUSIVE BIDDING CERTIFICATION
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 party thereto certifies as to its
own organization under penalty of perjury, that to the best of his knowledge and
belief:
1. The prices in this Bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or
with any competitor;
2. Unless otherwise required by law, the prices which have been quoted in this
Bid have not been knowingly disclosed by the Bidder and will not knowingly
be disclosed by the Bidder and prior to opening, directly or indirectly, to any
bidder or to any competitor; and
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
purpose of restricting competition.
Dated
19&
Le al Name, of rson, Firm 7TH
Corpo a 'on ; j
by
AA-
LIL 1A P V*f--F
THE FOLLOWING RESOLUTION FORM MUST BE COMPLETED IF THE
BIDDER IS A CORPORATION:
(Name and Titl& of Signatbf and Name of
/Y( "/�'
We 5.
be authorized to sign and submit the Bid Proposal of this corporation for the
following project.
NC -1
3 ud1f 6f SJRbtK
And to include in such bid the Certificate as to Non -Collusion required by Section
103-D of the General Municipal Law as the act and deed of such corporation and
for any inaccuracies or misstatements in such Certificate this Corporate Bidder shall
be liable under the penalties of perjury.
The foregoing is a true and correct copy of the resolution adopted by
C f
rporation),
%iC �s �n(&rporation at a meeting of its Board of Directors held own the
day of 19 I!L.
(SEAL OF CORPORATION)
6orn to me o the _10day of
� � 1992
TOM ANN 8
Comma I' Is pN i
W
11W C
NC -2
JUDITH T. TERRY Town Hall, 53095 Main Road
TOWN CLERK P.O. Box 1 179
REGISTRAR OF VITAL STATISTICS Southold, New York 11971
MARRIAGE OFFICER Fax (516) 765-1823
Telephone (516) 765-1801
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 2, 1992
James McCullagh Co., Inc.
75 East Bethpage Road
Plainview, New York 11803
Gentlemen:
Bensin Contracting Inc. has executed the necessary contract
documents for the Modifications to the Town of Southold Scavenger Waste
Treatment Plant at Greenport, therefore, I am returning herewith your 5%
Bid Bond.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
— Y
'Is
1 ,
131D BONI)
KNOW ALL NIEN BY 'I HESE, PRESENTS:
That Nye, the undersigned JAMES McCULLAGH CO. , INC.
as Principal, and INSURANCE COMPANY OF NORTH AMERICA
ii.i -Su rG'ty, arc
hereby held firmly bound unto TOWN OF SOUTHOLD'
in the penal sum of FIVE PERCENT OF TOTAL BID AMOUNT--------
( 5% OF BID
for the payment of which, well
and truly to be made,, we hereby jointly and severally bind ourselves, our
licirs,executors, administrators, successors, and assigns.
Signed this 6th -- Clay Of FEBRUARY 119 92
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that, WI-IEREAi>
the Principal has submitted to TOWN OF SOUTHOLD
a certain bid, attached hcrelo and hereby made a part hereof, to enter into a
Contract in writing, for the
MODIFICATIONS TO TOWN OF SOUTHOLD SCAVENGER WASTE TREATMENT PLANT
NOW, THEREFORE,
a) if said Bid shall be rejected, or in the alternate
b) if said Bid shall be acalpted and the Principal shall execute and deliver an
Agreement in the form attached hereto (properly completed iii accordanc(:
with said Bid) and shall furnish a Bond for his faithful performance of said
Agreement, and for the payment of all persons performing labor or furbishing
materials in connection therewith and shall in all other respects perforin thi;
Agreement created by the acceptance of said Bid.
Then) this obligation shall be, void, otherwise the same shall remairt-in force and
effect; it being expressly understood and agreed that the liability of the Surety for any
and all claims hereunder shall, ' in no event, exceed the penal amount of this;
obligation as herein stated.
BB -1
44uY:J:v��'i1,��:y'yr�l�1
The Surcty, for value received, hereby stipulates acid a Tree$
;aid Surety and its bond shall be iii rio way i111pait'cd aagre ctehat the obligations of
he time within which 1110 Ob(igec may accept such bid' an
valve notice Of any such cxte:r:� Obligee
d by arty (jo ensioIl of
d said Surety does hereby
K'ITNEss WHEI�Epr� 1110 principal and 1110 Surct
ands and seals and such of them as are col�oratials llavc c'
:als to be hereto affixed and these Te )Have hereunto set their,
3Y and year first set forth above. p sc nts to be signed by their 1 ruseoper officeir or , the
JAMES McCULLAGH CO., INC. '
Principal .�
by
INSURANCE COMPANY OF NORTH AMERICA
Surety ����
BY :
CHRISTINE MURRA', RNEY IN FACT
BB -2
A=0W1EDGD-1ENT BY PRLNTCIPAL, IF A CORPORATION
STATE OF NEW YORK
COUNTY OF NASSAU
On this 6th day of FEBRUARY , 19 92 , before ire personally
came WILLIAM H. DOREMUS to me }nom,; to be the person duly sworn did depose and say,
that he resides in JERICHO, NY that he is the PRESIDENT
of the JAMES McCULLAGH CO., INC. _ the corporation described in and which excuted
the foregoing instrument; that he knew the seal of said corporation; that the seal
affixed to said instrument was such corporate seal; that it was affixed by order of the
Board of Directors of said corporation, and that he signed his name thereto by like order.
Sworn before me this 6th day of FEBRUARY 19 92
GAYE CONKLIN
Notary Public, State of New York
No. 01004982812
Qualified in Nassau C
Commission Expires June 10.ounty 9� Notary Public
ACKNOWLEDGIMENI' BY SURETY
STATE OF NEW YORK
COUNTY OF SUFFOLK
6th FEBRUARY 92
On this day of , 19 , before me, the undersigned,
a Notary Public in and for said county, personally appeared CHRISTINE MURRAY
who is to me well known, who being duly sworn, did depose and say that he resides in '
WEST ISLIP, NY , that he is the Attorney -In -Fact of INSURANCE COMPANY OF
NORTH AMERICA , the corporation described in and who executed the written
instrument as Surety. That he knows the seal of said corporation; that the seal affixed to
said instrument is such corporate seal; that it was thereto affixed by order of the Board of
Directors of said corporation, and that he signed his name thereto by like order.
Sworn before me this 6th day of FEBRUARY 19 92
GAYE CONKLIN
Notary Public, State of No* York //I
No. 01004982812 /�/; -7-
Qualified
7Qualified it,
Commission Expires June 10, Is Notary Public
POWER OF
ATTORNEY
Insurance Company of North America
a CIGNA company
w*■ 370947
Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth
of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, adopted by the Board of
Directors of the said Company on December 5, 1983, to wit:
"RESOLVED. That pursuant to Articles 3.18 and 5.1 of the By -Laws, the following Rules shall govem the execution for the Company of bonds, undertaltings, recognizances,
contracts and other writings in the nature thereof:
(1) That the President, any Senior Vice President. any Vice President, any Assistant Vice President, or any Attomey-in-Fact, may execute for and on behalf of the Company any and all bonds,
undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant Corporate Secretary, and
the seal of the Company affixed thereto; and that the President, any Senior Vice President, any Vice President or any Assistant Vice President may appoint and authorize any other Officer
(elected or appointed) of the Company, and Attorneys -in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto.
(2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested to by the Corporate Secretary.
(3) The signature of the President, or a Senior Vice President, or a Vice President. or any Assistant Vice President and the seal of the Company may be affixed by facsimile on any power of attorney
granted pursuant to this Resolution, and the signature of a certifying Officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company.
(4) Such other Officers of the Company, and Attorneys -in -Fact shall have authority to certify or verity copies of this Resolution, the By -Laws of the Company, and any affidavit or record of the
Company necessary to the discharge of their duties.
(5) The passage of this Resolution does not revoke any earlier authority granted by Resolutions of the Board of Directors adopted on June 9,1953. May 28,1975 and March 23,1977.'
does hereby nominate, constitute and appoint WILLIAM A. MARINO, DAVID W. ROSEHILL, GEORGE O. BREWSTER,
VINCENT A. WALSH, ERNEST W. (ARFT.T,A, CHRISTINE MIJRRAY, EILE EN GROSSMAN, and FRANCIS X.
FRAMER, all of the City of Roslyn Heights, State of New York------__��—
O
CL
O
Y �
to U
to
� C
N �
U
O
O O
L co
()) >
670
OO
L
OO
o(l)
C�
a3
6
0) rn
(a (3)
CM O
O C
N
O Rf
'0 9,
> C
O
Z�
U
_, each individually if there be more than one
named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds,
undertakings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding FORTY SIX MILLION ---
______ _— _DOLLARS ($ 46,000, 000. ) each, and the execution of
such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed
and acknowledged by the regularly elected officers of the Company at its principal office.
IN WITNESS WHEREOF, the said R. E. Giveans, Vice -President, has hereunto subscribed his name and affixed the
corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this
day of December
a♦' w
i
COMMONWEALTH OF PENNSYLVANIA
SS.
COUNTY OF PHILADELPHIA
18 h
19
INSURANCE COMPANY OF NORTH AMERICA
c
R. E. GIVEANS, Vice President
On this 18th day of Deceinber ,A.D. 19 91 , before me, a Notary Public of
the Commonwealth of Pennsylvania in and for the County of Philadelphia came R. E. Giveans, Vice -President of the INSURANCE COMPANY
OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged
that he executed the same, and that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said
corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the
Board of Directors of till? pany, referred to in the preceding instrument, is now in force.
IN T�Rl N141}�JHf(J�I I have hereunto set my hand and affixed my official seal at the City of Philadelphia the day and year
first above %p2i�t`
L(" t,ON�V� J' NOTARIAL SEAL
'A.
/0��� "9�� �� CARRIE FA RAYSOR, Notary u' r
(SEAL)= * U O F S _ Philadelchia, Philadelphia Court j, PA Notary Public
\� * My Commission Exoire3 October 30, '905
I, the underseed~,�S tID1C�1NCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of
which the foregoing is a f!dkt/ earic� , �r�t��t'Copy, is in full force and effect.
In witness whereof; f ��i�s�t hereunto subscribed my name as Secretary, and affixed the corporate seal of the Corporation, this
♦> 6th day of FEBRUARY t9 92
Darryl F. Taylor Secretary
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER December1R, 1991
BS -33363b Ptd. in U.S.A.
STATE OF
COUNTY OF
On this day of , 19 , before me personally appeared
to me known who, being by me duly sworn. did depose and say.: That he
resides in ; that he s Attorney -in -Fact of the INSURANCE COMPANY OF NORTH
AMERICA, the corporation described in and which executed for foregoing instrument: that he knows the corporate seal of the said Corporation:
that the seal affixed to said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said Corporation: and that
he signed his name thereto as Attorney -in -Fact by order of the Board of Directors of said Corporation; and the deponent saith further that the
Superintendent of Insurance of the State of New York has, pursuant to Section 327 of the Insurance Law of the State of New York, issued to the
INSURANCE COMPANY OF NORTH AMERICA his certificate that said Company is qualified to become and be accepted as surety or guarantor
on all bonds. undertakings and other obligations or guarantees, as provided in the Insurance Law of the State of New York and all laws
amendatory thereof and supplementary thereto: and that such certificate has not been revoked; and that the assets of said Company,
unencumbered and Fable to execution exceed its debts and liabilities of every nature whatsoever, by Six Hundred Nineteen Million Dollars
(S6 19.000,000) .
Witness my hand and seal the day and year aforesaid:
(Seal)
COPY OF RESOLUTION
BE IT REMEMBERED, that at a meeting of the Board of Directors of the INSURANCE COMPANY OF NORTH AMERICA, duly called and held at .
the office of the Company, in the City of Philadelphia, State of Pennsylvania, on the 5(h day of December, 1983, a quorum being present, the
following Resolution was duly adopted:
RESOLVED. That pursuant to Articles 3. 18 and 5. 1 of the By -Laws the following Rules shall govern the execution for the Company of bonds.
undertakings. recognizances, contracts and other writings in the nature thereof:
( 1) That the President, or any Senior Vice President, any Vice President, any Assistant Vice President, or any Attorney -in -Fact, may execute for
and on behalf of the Company any and all bonds, undertakings, recognlzances, contracts and other writings in the nature thereof, the same to
be attested when necessary by the Corporate Secretary, or any Assistant Corporate Secretary and the seal of the Company affixed thereto:
and that the President, any Senor Vice President, any Vice President. or any Assistant Vice President may appoint and authorize any other
Officer (e!ected or appointed) of the Company, and Attorneys -in -Fact to so execute or attest to the execution of all such writings on behalf of
the Comoany and to affix the seal of the Comoany thereto.
(2) Any such writing executed in accordance with these Rules shall be as binding upon the Company as though signed by the President and
attested to by the Corporate Secretary.
(3) The signature of the Pres dent, or a Senor Vice Pres cent. or a Vice President, or an Assistant Vice President and the seal of the Comoany
may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying Officer and the seat
of the Company may be affixed by facsimile to any certificate of any such power, and any such power or cenificate bearing such facsimile
signature and seal shall be valid and binding on the Company.
(4) Such other Officers of the Company, and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the
Company, and any affidavit or record of the Company necessary to the discharge of their duties.
(5) The passage of this Resolution does not revoke any earlier authority granted by Resolutions of the Board of Directors adopted on June 9.
1953, .May 28, 1975, and March 27. 1977.
Financial Statement December 31, 1990
Assets
Bonds ........
S 1.718.033.028
Short -Term Investments ........
197.570.338
Stocks .........................
813,827,695
Real Estate ......................
10,691,957
Cash on Hand and in Bank ............
20.739,086
Premium in Course of Collection' ........
243,317,190
Interest Accrued ............... .
... 41,31 7,067
Other Assets .....................
1,843,417,17 7
TOTAL ASSETS ............... S4,888.913.538
(*Excludes premiums more than 90 days due.)
Liabilities
Reserve for Unearned Premiums .... .... S 718,01 1,306
Reserve for Losses .................. 3,179.361 .406
Reserve for Taxes .................. 10,821 ,325
Funds Held Under Reinsurance Treaties .. . 0
Other Liabilities .................... 360.756,532
TOTAL LIABILITIES ........... . 4,268,950,569
Capital: 1 1,357,109 Shares. S5 par value 56,785.545
Capital: Paid In .................... 533,382,275
Surplus (Unassigned) ................ (20.204.855)
SURPLUS TO POLICYHOLDERS .... 619,962.965
TOTAL ................ S4.888,913.534
Its hereby certified that CHRISTINE MURRAY
has been appointed Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA at', ROSLYN, NY
that said appointment is in full force and effect as of the date hereof, that said appointment was made under and by authority of the
foregoing Resolution, or one of the aforementioned earlier Resolutions, which said Resolution has been compared by me with the original thereof
as recorded in the minute book of said Comoany and is a true and correct transcript thereof and is in full force and effect, and that the foregoing is
a true and correct statement of the financial condition of the said Company, as of December 31 , 1990.
IN FEBRUARY HE1Rg c1F2 I have hereunto set my hand and affixed the seal of said corporation this 6th day of
Secrerary
3S -15581k Pic n USA
Y
i
t
co) s .. .
r
4 LU J.
9
Fin
i_ 1.^i �... ''`- L.... ....._W.. .? f...f ��[ as}� 1 I l
r-1 r=l
; }''w`-,,,,si 1„1t1 `'
r7"N r7-3
71
i'Wu.+w-..*' ...e ........w...v,. ............a._.o. ... V ..-J .. ._ ._, ...._........ ... ..... .. �« ...... .` ....<...J _..a.......a..wr.n ...-.«tl1 _.. .......,..a..J
Vi
KEY MAP LIST OF DRAWINGS
s
E7
COVER SHEET
SUPERVISOR �� v to'&FTN
oP
9`MGM
; o��o --"', 25
o ST 1 INFLUENT/GRIT CHAMBER
SCOTT L. HARRIS , , N
REMOVAL PLAN
COUNCIL MEMBERS ��� = �.� itvA► oe�OPD z and a
- E, a , Lake STPEfT 'SE �,EP>}N� �, y ee 2 INFLUENT/GRIT CHAMBER
� 1, -•- � ' G- S r,G do �
W C H M RUTH D. 0 res 1 '•�22 aRT� 25'xol ® h REMOVAL SECTIONS
THOMAS H. I K A OLIVA
Moi
l Ef C .r CE '
0 GEORGE L. PENNY IV y, 'STREET -, p e'Y �J` /' 3 INFLUENT GRIT CHAMBER
E-iLLEN M. LATSON r s..a� N „aRi" = 2 Y /
.yaltr _ J (MADISON Sy ST r
�;'
SITE z i .MS si ,� NEW PLAN
W. EDWARDS i , <
NJ RAYM0ND ✓ /
SiR�/ j `RONt.° 4 INFLUENT GRIT CHAMBER
_..- ``
TOWN CLERK �i �:� y 25 a ,' PARTIAL PLANS AND DETAILS
> � % 114
JUDITH TERRY ,, -_ H' z SiREEi
5 SECTIONS AND DETAILS
t 1 ♦ C )5 Wi ,}NS H I Z t5O'ND o/,�
JJ Z I S1 'ni`�f] /
1 Iy (1pW N /y V
"`"' SiREI I ^% 6 ELEVATIONS AND SECTIONS
25 ;i (/NNEi BpOWN ST
FIs >.
i
7 INFLUENT GRIT CHAMBER
ELECTRICAL PLAN
8 IMPROVEMENTS TO EQUALIZATION TANK
PLAN AND SECTIONS
P R K TP A R"E""D Rry* r
T,�, Ei , a Lt it ', `7
7 j
�f
T - v 0j,,,77,7\ E, T, i
�U
A
I
i
8
DIRECTORY: SOUTHOLD
FILE NAME: HW—NPLAN
DATE: 05 /21/91
PLOT SCALE: 3 8 ! 1'-0"
se>�ewae�
NO. I DATE
NEW GYPSUM
\ WALLBOARD PARTITION
WALL
NEW AIR
COMPRESSOR
3' X 6' X 6" HIGH
CONCRETE PAD
ROUGHEN EXISTING SLAB
SLAB AND EPDXY COAT
PRIOR TO POURING
1" GATE VALVE
1" UNION-----/
i DRIP TRAP
I
REVISION DESCRIPTION I INT.
EXISTING 2"0 WATER
SERVICE AND RPZ
BACKFLOW PREVENTER
NEW SLIDE GATES
(SEE DETAIL DWG
N0. 4) —�
CONNECT NEW 1"0
WATER TO EXISTING
GATE VALVE ON RISER
1" WATER SCOUR
PIPE. RUN AT
:: CEILING
1" AIR LIFT AND
AIR SCOUR PIPE
RUN AT CEILING--�
INSTALL NEW 2" X 1"
RED. TEE ON EXIST
2" AIR PIPE
NEW 6"0
OVERFLOW PIPE
5
NEW 4' DIA.
GRIT CHAMBER —
4"0 PLUG VALVE-
470
ALVE-4"0 PIPE
4'0 TEE ---
EXTEND EXISTING
1-1/2"0 PVC DRAIN
\ PIPE AS SHOWN—
INSTALL NEW HOT
AND COLD WATER
7'-0" PIPES TO RELOCATED
WATER HEATER
0
PROVIDE 2 ESCUTHEON 6
00 PLATES FOR EXISTING 470
-- PIPE PENETRATIONS
EXISTING 2"0 AIR PIPE
TO GRIT CHAMBER
EL. 25.50'
EXISTING 4"0 AIR PIPE I
CE EL. 25.50'
NEW 1"0 B.I. AIR PIPE
TO DIAPHRAGM PUMP
� EL. 26.00'
RELOCATE HOT WATER I
HEATER AS SHOWN �•
t
N EW 3' X 6'— 8"
FIBERGLASS
1 DOOR
t �
t
EXISTING ODOR CONTROL
UNIT
UNAUTHORIZED ALTERATION OR ADDITION
TO THIS DOCUMENT IS A VIOLATION OF
SECTION 7209 OF THE NEW YORK STATE
EDUCATION LAW.
PROJECT ENGINEER: DRAWN BY:
KD MA
DESIGNED BY: CHECKED BY:
MA JDC
9 '
7
EXTEND EXISTING
1-1/2-0 PVC DRAIN
PIPE AS SHOWN
-----------
+/4
-------..
I
I � I
I I
I t I
I '
I
�.,ZUBBER
TOWER TO ROOF
PLAN AT ELEV 19.50'
SCALE: 3/8" = 1'-0"
'0
CAMERON ENGINEERING, P.C.
UNIONDALE, NEW YORK SMITHTOWN. NEW YORK
CUT NEW ROCK
TRAP IN EXISTING
CONCRETE
EXISTING AIR
BLOWER
NEW ROTAMAT
BAR SCREEN
�— 1" SPRAY WASH
HOSE CONNECT
TO ROTAMAT
1" SPRAY WASH &
FLUSHING WATER
TO ROTAMAT
ROTAMAT MOUNTING
SUPPORT LEGS. SEE
DETAIL DWG NO 4
INSTALL NEW CHK'D
PLATE COVER
�— 470 90' LR ELL (TYP)
4" X 3" RED. 5
s
�— NEW AIR OPERATED
DIAPHRAGM PUMP
15" x 13" x 12" HIGH
CONCRETE PAD
�— 1"0 GATE VALVE
1"0 UNION
FILTER
REGULATOR
LUBRICATOR
DRIP TRAP
I Z
W
"' T
1
0
CD 7—
x
x Z
Li
NEW GRIT
0 0-
CONVEYOR
r�
NEW
CYCLONE
GRIT
CONCENTRATOR
NEW 1"0 B.I. AIR�PIPE
TO DIAPHRAGM PUMA.
� EL. 26.00' �\
EXISTING 12"0 AIR
INTAKE FROM GRIT
CHAMBER
�. EXISTING 12"0 AIR
INTAKE FROM EQUALIZATION
TANKS
IMPROVEMENTS TO SCAVENGER
WASTE TREATMENT FACILITY
TOWN OF SOUTHOLD
WASTE WATER DISPOSAL DISTRICT
NEW 6"0 BYPASS
PIPE (� EL. 21.08'
NEW 6"0
OVERFLOW PIPE
q EL.
• EXISTING FIN. FL.
EL. 19.00'
8" CONCRETE
BLOCK WALL
NEW 6' X 8'
OVERHEAD DOOR
I
6A mmmit
0
I
� I
0
EXISTING 12"0 PVC
ODOR CONTROL PIPING
NEW 6"0 PLUG
VALVE
DRIVE
UNIT
t
I m
2�
L
ROTATING TURBINE
q
a
GRIT CHAMBER
AIRLIFT
0
SECTION 5-5
SCALE: 3/8" = 1'-0"
INFLUENT/GRIT CHAMBER
NEW PLAN
I�:yl
CONCRETE
FI LL
1" X 1/2- RED. BUSHING
1/2- NIPPLE
1/2" HOSE ADAPTER
1/2"0 NYLON
FLEXIBLE HOSE
CONNECT 1/2- HOSE
TO DIAPHRAGM PUMP
NEW 470 GRIT
PIPE TO DIAPHRAGM
PUMP. (� EL. 19.00'
NEW 1"0 SOLENOID
VALVE
NEW 1" AIR PIPE
3'-6" A.F.F.
INSTALL NEW CHK'D
PLATE COVER
(SEE DWG. NO. 4)
EXISTING FIN. FL.
EL. 17.50'
EXISTING GRADE
EL. 17.00'
— NEW GRIT
CHANNEL
NEW 48"0 GRIT
CHAMBER. DIMENSIONS
AS PER MANUFACTURER
PROJECT NO. DRAWING NO.
CE -091A
DATE:
AUGUST, 1991
SCALE-
r)
3/8" = 1'-0" DR OF
OF NG
m
DIRECTORY: SOUTHOLD
RLE NAME: HW-SPLAN
DATE: 05/21/91
PLOT iSCALE: 318" - 1'-0-
N0. 1 DATE
NEW S
(SEE C
DWG.)
ALUMIN
PLATE
THIS D
CRETE FILL
ANCHOR
X 12"
NP)
X 6"
PARTIAL PLAN
CHANNEL LOCATIONS
SCALE: 3/4" = 1'-0"
0
I
1N
1
(V
UNAUTHORIZED ALTERATION OR ADDITION
TO THIS DOCUMENT IS A VIOLATION OF
SECTION 7209 OF THE NEW YORK STATE
EDUCATION LAW.
PROJECT ENGINEER: DRAWN BY:
KID MWN
DESIGNED BY: CHECKED BY:
KD JDC
I
' 1 i
I I
t i ,
I I
I .��•ir� ?TTiT l: ST��y � I
NEW SLIDE GATES
(SEE DETAIL THIS
DWG.)
PARTIAL PLAN
CHECKERED PLATE COVER
SCALE: 3/8" = 1'-0"
;TALL NEW CHK'D
4TE COVERS AS
OWN
OVIDE HAND GRIPS
R PLATE REMOVAL
PER PLATE)
5"
TYPICAL 1/2- X 1/4 -
ALUMINUM
/4"ALUMINUM BAR
114!' ALUMINUM
CHK'D PLATE
2" X 2" X 1/4"
ALUMINUM ANGLE
1 /8" X 1" X 4"
ALUMINUM PLATE
AT 18" O.C.
MIN 2 PER SIDE
WELD TO ANGLE
CHECKERED PLATE
MOUNTING DETAIL
SCALE: 3" = 1'-0"
1-1/2" X 6" OVAL
SLOT
3/8" ALUM WEIR
PLATE
M
I
N
SLIDE GATE
SCALE: 3/47= 1'-0"
WEIR
v -O"
HLVM vRvvJE
SIDE GROOVE
DETAIL
HALF SCALE
SLIDE GATE DETAILS
SECTION 7-7
SCALE: 1"= 1'-0"
1'-9"
125'
1/4" BENT ALUMINUM
BAFFLE PLATE 30" HIGH
ALUMINUM BAFFLE
PLATE DETAIL
SCALE: 1-1/2" = 1'-0"
I�/PROVEMEhlTS TO SCAVENGER
WASTE TREATMENT FACILITY .
CAMERON ENGINEERING, P.C. TOWNh! OF SOUTHHOLD
UNIONDALE, NEW YORK S1dffHTOWN, NEW YORK WASTE WATER .DISPOSAL DISTRICT
6" x
PLAT
" SS ANCHOR
TS (TYP)
WEIR
HLUM vRUUJE
BOTTOM GROOVE
DETAIL
SCALE: 6"= 1'—O"
t�
w z
J
(D
z z
TYPICAL DRIP
SECTION 8-8
SCALE: 1"= 1'—O"
TRAP DETAIL
NO SCALE
1"0 B.I.
PIPE
1"0 GLOBE
✓ALVE
STEEL
6" X 14" X 6"
PLATE (/TYP)
OLTSS(Np�CHOR
PROJECT NO. DRAWING NO.
CE -091A
INFLUENT/GRIT CHAMBER DATE:
PARTIAL PLANS AND. DETAILS JULY 1991
SCALE:
AS SHOWN DRAWING
OF
- -- - - - -1 120V
I
2G
I
Cf
r
- - - - SOLENOID VALVE LIST
z y 1
w m
REUSE EXISTING GRIT SCREEN MOTORfNFL'JENT SCREEN SPRAY -' -- - - --- -- -- - - - - O Y NASH
i ---- CONTROL FOR NEW GRIT DEWATERI dG
CONVEYOR ?` _-- SOLENOID VALVE
F_ '
EX;STING 120,'240V ^J iiNF_
U-NT SCREEN
WATERI'4G CHAMBER FLUSHDISTiRBU7ON PANEL DE
w
SOLENOID VALVE
U
S3 GRIT CHAMBER A.iR SCOUR
SOLENOID ',,'A -'VE
2
SPARES AVAILABLE
S1 -��� GRIT
E�CODr�`ALVE BER IR LIFT
S0
O
S2
o GR;T CHAMBER. WATER SCOUR
'—HEW — NEW CONTROL PANEL
GRIT PUMP AIR SUPP' .I.
w �� 1 SOLENOID VALVE
S3
54
Qp
I
- --- - ---- - T P 2 - ;
l
RJB r r
�' �_CT EXISTING
W
ES ,4WD EXTEND '
/ WIRI�� TO RELOCATED
WATER HE/JER-
` c 2_D
LEGEND
P.
EXISTING
/20/2407 DISTRIBUTION PANEL
P2
EXISTING
MOTOR CONTROL CENTER
MCP
MOTOR CIRCUIT
PROTECTOR
S1 - S
SOLENDID
'VALVES
ifUNCTION
ByX
-
SWITCH
- - -- - -
ViN
EXTEP'OR
LIGHT FIXTURE
----------
INTERIOR
LIGHT FIXTURE
I0
I 2 H.
I
I
L
EXPOSED CONDUIT
C10R": SOIJTHOLD
i I: E ',AMC: H'%--EPLA'J
DATE: ^,A'? 5/91
Fr t , " _ -0'
NO.
DATE
REVISIC = ^F7SCRIPTION
ItiT.
EXIJi iNG
C-KANG" To MC[
✓MG
480V, 30 BUSS
No SCALE
r-----
-
-
---- - -
- - -- - -
--- - - -
- -- -
-
----------
- -
-----�
I0
I 2 H.
I
I
P.
2 H.P.
MCP
PLAN AT ELEV 19.50'
SCALE: 3/8" = 1'-0"
UNAUTHORIZED ALTERATION OR ADDITION
TO THIS DOCUMENT IS A VIOLATION OF
SEC?ION 7209 OF THE NEW YORK STATE
EDUCATION LAW.
PROJECT ENGINEER: DRAWN BY:
KD MWN
DESIGNED B": CHECKED RY:
KD JDC
CAMERON ENGINEERING, P.C.
UNIONDALE, NEW YORK SMITHTOWN, NEW YORK,
�G
CR1
—cs 1
—4(:--
CR2
- CS2
>
U
G
CR3
por- I S3
/CRI'
I
�G
CR4
OJF'r I - S4
CIA
-4:G
ORB
— CS5
p o �-r
G
CRG
p �) FF -CS6
CR7
poF= J G
0�
CR8
pc)r-
OF'V R
GR9
00 G
Ol
N
n
7Z"
�Li w<
J � ch
U a_
L u) cn
w
m
�O
U U
Ln
��
CD Q
(NIOTCR
0� `I J I
HP -RATED HP -RATED HP -RATED STARTER
MOTOR
CONTROL ---- - - -----�
CFNTER I f
T T T
MOTOR M -070R IMIDTOR
STARTER STAR T EP STAN: T ER
I I i
L---- — —---------- — ————— — — — — -- — — ----� I
2 H. P.
3 H. P.
INFLUEr�T GR;T GRIT
SCREEN CHAMBER DEWATERING
DRIVE CONVEYOR
MOTOR CONTROL
WIRING DIAGRAM
NO SCALE
IMPROVEMENTS TO SCAVENGER
WASTE TREATMENT FACILITY
TOWN OF SOUTHOLD
WASTE WATER DISPOSAL DISTRICT
INFLUENT/GRIT CHAMBER
ELECTRICAL PLAN
AIR
COMPRESSOR
z
0
` U
= VJ
U
�Q
G a-
� d
CL
N
LL Qr
O Q
F --
Z
w w
�w
U
z U�
LY
LlI
m
1w
E
0
Z- or
[Y 0
w �-
�r
OLw0
00U
PRESSURE
SWITCH
ON
COMPRESSOR
PROJECT N^,. DRAWING NO.
CE -091A
DATE:
AUGUST, 1991
SCALE:
AS SHOWN DRAWOF ING
I
CONTROL PANEL
EXIJi iNG
WIRING DIAGRAM
480V, 30 BUSS
No SCALE
r-----
-
-
---- - -
- - -- - -
--- - - -
- -- -
-
----------
- -
-----�
I0
I 2 H.
I
I
P.
2 H.P.
MCP
3 H.
10
P.
0I
—MCP 5
H.P.
MCP
I
I
�R8 'R8
^P9 CP9 ''R9
(NIOTCR
0� `I J I
HP -RATED HP -RATED HP -RATED STARTER
MOTOR
CONTROL ---- - - -----�
CFNTER I f
T T T
MOTOR M -070R IMIDTOR
STARTER STAR T EP STAN: T ER
I I i
L---- — —---------- — ————— — — — — -- — — ----� I
2 H. P.
3 H. P.
INFLUEr�T GR;T GRIT
SCREEN CHAMBER DEWATERING
DRIVE CONVEYOR
MOTOR CONTROL
WIRING DIAGRAM
NO SCALE
IMPROVEMENTS TO SCAVENGER
WASTE TREATMENT FACILITY
TOWN OF SOUTHOLD
WASTE WATER DISPOSAL DISTRICT
INFLUENT/GRIT CHAMBER
ELECTRICAL PLAN
AIR
COMPRESSOR
z
0
` U
= VJ
U
�Q
G a-
� d
CL
N
LL Qr
O Q
F --
Z
w w
�w
U
z U�
LY
LlI
m
1w
E
0
Z- or
[Y 0
w �-
�r
OLw0
00U
PRESSURE
SWITCH
ON
COMPRESSOR
PROJECT N^,. DRAWING NO.
CE -091A
DATE:
AUGUST, 1991
SCALE:
AS SHOWN DRAWOF ING