Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Thomas Geleason Inc
thereto, has read all addenda furnished prior to the opening of bids, and has satisfied himself/herself relative to the work to be performed. If the undersigned fails to perform any of the promises made herein, the certified check, which is herewith deposited with the Town Clerk, will be paid to the Town of Wappinger or payment of the bond herewith deposited will be enforced for the benefit of the Town of Wappinger as liquidated damages for such default; otherwise the check or bond will be returned to the undersigned. ADDENDA: Receipt of the following addenda (if any) is hereby acknowledged and the provision(s) thereof is (are) included in this bid: ADDENDUM NO. DATE SIGN TU E ~_ ~ ~~'3 ~, ~ ~~ ~ The bidder proposes to perform the work required in accordance with the Contract Documents for the sum of: BASE BID (GENERAL CONSTRUCTION) ~~ ~vr ~ s ~ K~~~~ 1 ~g oa . c~ (in writing) (and figures) Dated: ~ , 20 e SIGN BID HERE ~ -QS Authorize 'gnature Title Print Name Legal Company Name Address City, State, Zip Telephone No. Federal I.D. # ~. BID FORM E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00310_General.doc 00310-2 ~. I ~f ~- Iy~ ~~7a~3 ~ ~ ~ a BASE BID SHEET GENERAL CONSTRUCTION CONSTRUCTION BID AND CONTRACT onQCO-rc r~nnn CFA/~R IMPRfI\/F~AFNT~ ITEM NO./DESCRIPTION EST. PAYMENT UNIT PRICE BID TOTAL QTY. UNIT WRITTEN AMOUNT IN FIGURES PRICE BID 1. Furnish and install all materials, ~~ hV nC~..c~ -~,,J~2-~Y 2.. supplies, equipment and other 1 L.S. .~I(l(~5~~~u(`~ facilities as required for construction rts Road Sewer f R b dp~~(~ d ~ ~o~ ~ MLI~ , ~~ e o o l G ~! ~~ ~~ f ~© ~~~ ( enera Improvements- Construction, including all incidentals, as shown and as ~ ! ~ G- , ~ (j., specified in the Contract Documents. i 2. Rock Excavation 30 C.Y. ~ ~~ n ~ ~~ ~ ~ dQ~~ 3. Authorized Additional Excavation 30 C.Y. -~r bD i~ Gd CQ~~ 4. Lift Station Abandonment 1 EA (~_ Q~ Cps .~ ALLOWANCE #1 $5,000.00 Testing Services -------- ------------------- --------------------------- -------------------- ALLOWANCE #2 $20,000.00 Contingency Allowance -------- ------------------- --------------------------- -------------------- TOTAL BASE BID ~L~g ~~ ~ f n, , ~ ~\~- -,~ coin nc eerTtnni ~ i ~~ MAYC~~.=.3 TOU ~l5i w.aa_° p~ )~i F'y ~Il~ 1c4.€5 ADDENDUM No. 2 UNITED WAPPINGER SEWER DISTRICT ROBERTS ROAD SEWER IMPROVEMENTS FOR THE TOWN OF WAPPINGER 20 MIDDLEBUSH ROAD WAPPINGERS FALLS, NEW YORK CONTRACT NO. 12-012 -GENERAL CONSTRUCTION MA#W21205.00 MAY 2, 2013 PREPARED BY: E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cation_Addendum_2\Addendum_2.doc 1 ~'""~, ADDENDUM No. 1 May 2, 2013 DIVISION 2 SECTION 02535 LIFT STATION ABANDONMENT Delete: 3.1, F. in its entirety. Add: "3.1, F. Contractor shall pump sewage as often as necessary to prevent overflow or spillage. Any overflow or spillage shall be immediately cleaned up by the Contractor and immediately reported to the Engineer and the authority having jurisdiction. Historical average day flows to the pump station vary from 3,400 gpd to 7,400 gpd and maximum day flows vary from 5,300 gpd to 16,700 gpd." E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Specification_Addendum_2\Addendum_2.docPage ADI-2 Of 2 ADDENDUM No. 1 UNITED WAPPINGER SEWER DISTRICT ROBERTS ROAD SEWER IMPROVEMENTS FOR THE TOWN OF WAPPINGER 20 MIDDLEBUSH ROAD WAPPINGERS FALLS, NEW YORK CONTRACT NO. 12-012 -GENERAL CONSTRUCTION MA#W21205.00 APRIL 25, 2013 PREPARED BY: E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specification_Addendum_1 Wddendum_1.doc ADDENDUM No. 1 DIVISION 0 SECTION 00030 ADVERTISEMENT FOR BIDS Delete: Section 00030 Advertisement for Bids in its entirety. Add: New Section 00030 Advertisement for Bids (attached). DIVISION 2 SECTION 02225 CONTROLLED DENSITY FILL Delete: 1.2, A. in its entirety. Add: "1.2 SUMMARY April 25, 2013 A. This Section specifies ready-mix Controlled Density Fill (CDF) for the following applications: 1. Beddings and encasements for piping. 2. General backfill applications for trenches. 3. Filling of existing lift station chamber." DIVISION 2 SECTION 02530 SANITARY SEWERAGE Delete: 2.4, A. 6. in its entirety. Add: "2.4, A. 6. Manhole Frames and Covers: Neenah Foundry, Inc. Model R-1642 (24") or equivalent for built-up manholes. All lids to be heavy duty. Include indented top design with lettering cast into cover, using wording "SANITARY SEWER". a. Material: ASTM A 48/A 48M, Class 35 gray iron, unless otherwise indicated." DIVISION 2 SECTION 02535 LIFT STATION ABANDONMENT Delete: Section 02535 Lift Station Abandonment in its entirety. Add: New Section 02535 Lift Station Abandonment (attached). DRAWING 2 OF 4 PLAN AND PROFILE Delete: Drawing 2 of 4 Plan and Profile in its entirety. Add: New Drawing 2 of 4 Plan and Profile attached herewith. (General description of revision: identified three (3) trees near station 7+00 to be removed). E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specification_Addendum_1\Addendum_1.docPage ADI-2 Of 2 SECTION 00030 -ADVERTISEMENT FOR BIDS The Town of Wappinger invites sealed bids for construction of the "ROBERTS ROAD SEWER IMPROVEMENTS" as set forth in Contract Documents prepared by Morris Associates, PLLC, 9 Elks Lane, Poughkeepsie, NY 12601. Separate sealed Bids completed on forms provided with the Contract Documents will be received by the Town Clerk, Town of Wappinger, 20 Middlebush Road, Wappingers Falls, NY 12590 until 11:00 a.m. (local time) on May 8, 2013 at which time they will be publicly opened and read aloud. All bids shall be submitted in sealed envelopes so marked "ROBERTS ROAD SEWER IMPROVEMENTS", along with the associated contract (i.e. "CONTRACT NO. 12-012, GENERAL CONSTRUCTION"). Bids shall be received for the following Contracts: Contract No. Title 12-012 General Construction The Contract Documents may be reviewed at and obtained from the office of the Town Clerk, Town of Wappinger, 20 Middlebush Road, Wappingers Falls, NY 12590 after April 2, 2013. Pursuant to the provisions of GML 102, persons desiring to take a copy may obtain them, subject to a deposit in the amount of $100.00 for each set, payable by check or money order made out to the Town of Wappinger, to guarantee their safe return, such deposits to be refunded or partially refunded under the provisions of GML 102. A Pre-Bid meeting will be held at the Town of Wappinger Town Hall on-April 17, 2013 at 10:00 a.m. Bidders will have access to the site at that time to inform him/her self of the conditions relating to the work required under this project and the employment of labor thereon. Each bid shall be accompanied by an acceptable form of Bid Deposit Guarantee in the amount of five (5) percent of the amount of the Base Bid payable to the Town of Wappinger as a guarantee that if the Bid is accepted, the Bidder will complete the items bid upon in accordance with the specifications and under the terms of the contract documents. The Bid Deposit shall be in the form of a Certified Check payable to the Town of Wappinger, or Bid Bond. OWNER'S RIGHTS RESERVED: The Town of Wappinger reserves the right to reject any or all Bids and to waive any formality or technicality in any Bid in the interest of the Town of Wappinger. ADVERTISEMENT FOR BIDS 00030-1 E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specification_Addendum_1\00030.doc STATEMENT OF NON-COLLUSION: Bidders are required to execute the non-collusion bidding certificate attached thereto pursuant to Section 103-d of the General Municipal Law of the State of New York. Bidders are also required to comply with the provision of Section 291-299 of the Executive Law of the State of New York. The Town of Wappinger hereby notifies all Bidders that it will affirmatively insure that in regard to any agreement entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of an award. BY ORDER OF THE TOWN BOARD - END OF SECTION - ADVERTISEMENT FOR BIDS 00030-2 E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specification_Addendum_1\00030.doc SECTION 00410-BID BOND KNOW ALL PERSONS BY THESE PRESENTS: that Principal; and > ** hereby held and firmly bound unto the Town Board, Town of Wappinger, New York in the amount of: BID BOND FORM L~ ~ •~ ~~~~ v c _, } ~,.~ ~`~~~ ~ r~ Q- x ~ ~ ~' /~C~ {dM1 V as Surety, are Dollars ($ ) for the payment whereof Principal and Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed this day of 20 WHEREAS, The condition of the above obligation is such that, whereas the Principal has submitted to the Town Board a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the Roberts Road Sewer Improvements in the Town of Wappinger, New York, as shown and specified in the contract, plans and specifications. 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 the Contract Agreement in the form attached hereto (properly completed in accordance with said Bid) and furnish such performance bond and labor and material payment bond as required, 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 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 in no way be impaired or affected by any extension of the time within which the Principal may accept such bid; and said Surety does hereby waive notice of any such extension. '`Insert Bidder's Name '`*Insert Surety's Name BID BOND 00410-1 E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00410.doc IYIs 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. (Seal of Principal if a Corporation) PRINCIPAL By: (Corporate Seal of Surety Co.) (Officer's/Partner's/Individual's) signature (Officer's/Partner's/Individual's) name printed (Corporation/Partnership/Individual) name printed STATE of COUNTY of ) ss: On this day of , 20 . before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument, and he/she duly acknowledged that he/she executed the same. Notary Public, County No. Term Expires -END OF SECTION- BID BOND 00410-2 '~ E:\documents\T Wappinger\a W20121W21205 Roberts Rd Pump Station\Spec~cations\00410.doc ®ir SECTION 00480-CERTIFICATION OF NON-COLLUSION CERTIFICATION OF NON-COLLUSION BY BIDDER The undersigned represents that pursuant to Sections 103-a and 103-b of the General Municipal Law of the State of New York, no person referred to in the attached proposal who is the bidder or who is or was a member, partner, director or officer of the bidding firm or entity under this proposal has refused to sign a waiver of immunity or to answer any relevant questions relating to any transaction or contract with the State of New York, any political subdivision thereof, or any public authority, during the period of five years prior to the date hereof. The undersigned agrees that any contract awarded as a result of this bid may be canceled without penalty upon the grounds set forth in Sections 103-a and 103-b of the said General Municipal Law of the State of New York. The names and addresses of all persons and parties interested in the foregoing bid are as follows: nn ~S 1~~~~ ~an c _ ~~ 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 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 prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3. No attempt has been made orationbt submib orhnotldtoesubmia a bidnfo~tthe person, partnership or corp purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where 1, 2 and 3 above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with CERTIFICATION OF NON-COLLUSION 00480-1 ~' E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00480.doc ~r e bid a signed statement which sets forth in detail th not be cons dered fo award Inor th and 3 above have not been complied with, the bid shat urchasing unit of the political shall any award be made unless the head of the p ublic department, agency or official thereofdte foh thetpurp'ose ofarestnct nlg subdivision, p designee, determines that such disclosure was not ma competition. The fact that a bidder (a) has published price lists, rateos, osedror pending pub) cation) of procured, (b) has informed prospective customers ohas sold the same items to other new or revised price lists for such items, or (c) customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one. olitical subdivision of the State or any public Any bid hereafter made to any p department, agency or official thereof by a corporate bidder for work or services erformed or to be performed or goods sold or to be nddvvhe ees °h b d Iconbtatls She p required by statute, rule, regulation, or local law, a certification referred to in subdivision one of this seefioandhsul he authonzat onashablt be authorized by the board of directors of the bidd , deemed to include the signing and submission of thf the cordoration fusion therein of the certificate as to non-collusion as the act nd deed o p ll r - END OF SECTION - 00480-2 CERTIFICATION OF NON-COLLUSION 'r E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00480.doc ,~l~la©~3 Bid Bond SURETY DEPARTMENT KNOW ALL MEN BY THESE PRESENTS, BOND NO. 16BCSGM8321 THE HARTFORD That we, Thomas Gleason Inc. 501 Salt Point Turnpike, Poughkeepsie, NSt 12603 ~ pd~pal herelnatter called the Prirtelpal, and the Hartford Fire Insurance Company , a corporation creased and ezisring under the laws of the Stele of ...C.Oi}F.1~.GC.~.GU.tti .................................whose principal office Is in ..Ii'}.x':.£.9Kd.,....GT..............................., as Surety, hereinafter called the Surety, aro ftekl and firmly botmd undo Town of Wappinger as Obligee, h{rreinatter called Mle Obligee, in the sum of 5~ of the attached bid Dollere ,~ 54 of the a_tached ~' bid for the payment of which sum, well and truly to be made, the eak! Principal and the said Surety, bind ourselves, our heirs, executors, adminletrators, successors and assigns, jointly and severally, flrmy by these preserrta. WMreas, the Principal has aubmllted a bid for Roberts Road Sewer Improvements Contract #12-012 NOW, THEREFORE, if the Obligee shall atxept the bid of the Pdndpal and the Principal ahaN enter MKO a conhad with the Obligee in accordance with Ute terms of such bid, and give such bord or horde as may be specified m the bidding or contras documents wfth good and etAficient surety for the laithfui peAOrmanoe of such contract and for the prompt payment of labor end msterlal famished in the prosecution thereof, a in the event of the failure of the Princpal to ente- such conUad and glue such bond or bonds, 'rf fife Prindpel shell pay 1n Vle Obliges fife ditterertce not ro exceed the penalty hereof between the amount apecilied in said bid and each larger amount for whk:h the Obligee may in good faith oonuact with another party to perform the work covered by Bald bld, then thls oWigetbn shall be null and void, otherwise b remain in iull force and sited. ......................................................... MaY................................................... A.D. X9S 2 0.13 Sgned and sealed .h ....................... Nlitne .... Tho~,gg„ ,season,.Iny/~r~~ -v`.ISEAU (H Indw ~ SEAL) ............................. ..................................... . omas L. Gleason, President rims! Afte ,. ...................................... .......................................................................................... {eEALI .................. . .................................. itt Corpaa~ion) ., i;~.rt f or~i..Fire,,.InsuranGe,,, Company......... sEAu ~. ~, ~1~, (Approved by The American Institute of Architects, A.LA. Document No. A•310, Fab., 1970 Edison) "V-~+ ~....{SEALI ~, r~.-~:(~Qa....~1..~........... Carmella M. Grassi, Attorney-' -Fact tTei.l Form S•34e6~ Printed in U.9.A. 12-'70 ACKNOWLEDGMENT OF PRINCIPAL - IF A CORPORATION STATE OF NEW YORK ~ ss COUNTY OF Dutchess On this ............. 8.th „,,,,,,,,,,,,,,...,,.........day of ...MaY....................., 2.13 before me personally appeared ..Thomas. L. Gleason ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,to be known, who, being by me duly sworn, did depose and say; that he/she resides at...... Staatsburg, NY that he/she is the .................. President of ......... Thomas, Gleason..Inc ..the corporation described in and which .......................................... executed the within insurance instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and j~t~~/~Nggsiggs/her name thereto by like order fJotary Public, State of New York Qualified In Ulster County .... Q. .................. ...... .... .................................... Reg. No. 4719731 Commission Expires Dec. 31.20 ACKNOWLEDGMENT OF PRINCIPAL - IF INDIVIDUAL OR FIRM STATE OF NEW YORK ~ ss COUNTY OF On this ....................................................day of .........................., ......... before me personally appeared ...............................................................................to me know to be (the individual) (one of the firm of .................................................................), described in and who executed the within instrument and he/she thereupon acknowledged to me that he/she executed the same (as the act and deed of said firm). ACKNOWLEDGMENT OF SURETY COMPANY STATE OF New York ~ ss COUNTY OF Dutchess On this May.,B,,,, 20.1,3 .......................... before me personally came ..carme,l.la..M,:..Grassi..,,................. to me known, who, being by me duly sworn, did depose and say; that he/she resides in Kingston, NY • that he/she is the Attorney-in-Fact of the ~axt~.ox~..F.~-x~..~x~~ux:axes..GQmga~,y.,.•• ................................... the corporation described in which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order; and the affiant did further depose and say that the Superintendent of Insurance of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State of New York, issued to .I~ax~~o.r~..> i.re..z.~.suxa~ca..Company ..................................... his/her certificate of qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving it as such; and that such certificate has not been revoked. ~-- ROVJN ... .~...... ~~:~... ~ . .................................... KATHLEEN A. B ~Jotary Public, State of New York Notary Public Qualified in Ulster County Reg. No. 4719731 / C.` Commission Expires Dec. 31, 20 Direct Inquiries/Claims to: JEtl ~I E 1 THE HARTFORD POWER OF ATTO Bond T-4 One Hartford Plaza Hartford, Connecticut 06755 call: 888-266-3488 or fax: 860-757-5835) KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 16 510418 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of UNLIMITED ' FRANK S. MARANTO, JR., KEVIN A. VIANA, MARY ANN SZCZYPCA, TIMOTHY RYCHCIK, KATHLEEN A. BROWN, CARMELLA M. GRASSI, ELEANOR MENGES OF POUGHKEEPSIE, NEW YORK their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009, the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. y,~0.'1 L~5: jJ` ~~ '„'~`+ne nc~~+~ ~htAM~' ~~ ty79 ~~ ~1QT9 I¢t1 '# • J+` Wesley W. Cowling, Assistant Secretary STATE OF CONNECTICUT ss. COUNTY OF HARTFORD ......~7 /`~~~ M. Ross Fisher, Vice President Hartford On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto _bjy like authority. Kathleen T. Maynard CERTIFICATE Notary Public My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of May S , 2 013 Signed and sealed at the City of Hartford. L~l tri ~ Li~4,L Ap max, _._.., ~,~ t v e t rr+rti, t eM""`a, ~, ~i 1$87 .~„ 3 ~~ ~:~~no ~n~fa ~gtaLL- ~ IY79. ~IN7o ,i~T .g. Ig41 • ~. ~. -~~~~ ~- Gary W. Stumper, Vice President POA 2012 HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut Financial Statement, December 31, 2012 (Statutory Basis) ASSETS LIABILITIES U.S. Government Bonds ................... $ 468,076,524 Reserve for Claims Bonds of Other Governments ............. 225,576,451 and Claim Expense.......................... State, County Municipal Reserve for Unearned Premiums ............... Miscellaneous Bonds ............ 12,051,050,206 Reserve for Taxes, License Stocks ............................... 5,407,687,599 and Fees ....................................... Short Term Investments ................... 565,906,440 Miscellaneous Liabilities .......................... $ 18,718,297,220 Total Liabilities .................................... Real Estate ................................... $ 201,114,123 Cash ........................................... 89,214,243 Agents' Balances (Under 90 Day) ...... 2,837,315,710 Other Invested Assets ..................... 539,241,941 Miscellaneous ............................... 2,235,154,560 Total Admitted Assets ................... $ 24,620,337,797 STATE OF CONNECTICUT COUNTY OF HARTFORD SS. CITY OF HARTFORD Capital Paid In $ 54,740,000 Surplus ................ 12,957,797,573 Surplus as regards Policyholders........... Total Liabilities, Capital and Surplus .................................... $ 7,358,097,206 1,948,066,149 66,134,885 2,235,501,984 $ 11,607,800,224 $ 13,012,537,573 $ 24,620,337,797 M. Ross Fisher, Vice President ,and Wesley W. Cowling, Assistant Secretary of the Hartford Fire Insurance Company, being duly sworn, each deposes and say that the foregoing is a true and correct statement of the said company's financial condition as of December 31, 2012. Subscribed and sworn to before me this 19th day of April, 2013. Kathleen T. Maynard Notary Public My Commission Expires July 31, 2016 1'~=~ M. Ross Fisher, Vice President Wesley W. Cowling, Assistant Secretary Form CS-19-37 HF printed in U.S.A. SECTION 00310 -BID FORM CONTRACT NO. 12-012 GENERAL CONSTRUCTION BID FORM TO: The Town Board of the Town of Wappinger. In compliance with your Advertisement for Bids, published in the dated ,the undersigned, C having carefully examined the Contract Documents and any Addenda thereto, proposes and agrees as follows: ~. ~. ,~ 1. To furnish all the equipment, and incidentnd coin leteuthe Cont~a t No ~12I the work required, to construct, furnish, a p 012, Roberts Road Sewer Improvements -General Construction and associated work in accordance with ithethe1Ceansoand spec'ficatio sta all of worker like manner, in accordance w p which are a part of the contract hereto annexed. 2. To complete all the work as shown andhese'fContracty Documt ebts to d any within the timeframe(s) specified in t Addendum thereto. calendar days from the date of the 3. To furnish the Town within five (5) request, if identified as the apparent low bidder and if requested by the Town, a Statement of Qualifications. 4. 5 To enter into a contract and to furnish, with suitable surety to be approved by the Town Board, performance and the full amount of theaawardedobidsprice amount of each of the bonds to be t as it appears in this proposal, within thirty (30) calendar days from the date of acceptance of this bid To comply with the Davis-Bacon Act and othergederal labor staid able to provisions and to pay New York State prevailin wage rates app this contract. In compliance with the Instructions to Bidders, the undersigned declares that he/she has examined the site of the work and ~nhe wotlk t s t f/ber doneully He/she r has all conditions pertaining to the place where t examined the plans and specifications for the work and the contract doc 00310 1 elating BID FORM '~ E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00310_General.doc SECTION 02535 -LIFT STATION ABANDONMENT PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Connecting new sewer pipe to existing manhole # 1. 2. Plugging existing manhole # 1 outlet. 3. Abandonment of the existing lift station, sewer pipe and force main. 4. Pumping sewage (as necessary to prevent overflow or spillage) during construction and until new sewer pipe is connected to existing manhole # 1. 1.3 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated 1.4 UNIT PRICES A. Unit prices for lift station abandonment are included in Division 1 Section "Unit Prices." B. Lift station abandonment measurement: Number of lift stations actually abandoned. Unit prices for lift station abandonment include permit costs/fees, coordination with owner, locating existing lift station components, plugging of existing manhole # 1 outlet, pumping sewage, removal of existing sewer pipe from existing manhole # 1 to lift station, removal of lift station components, cutting steel lift station chamber, filling lift station chamber, disconnection and removal of existing electrical service including coordination with utility company, abandonment of existing force main, reconstruction of existing manhole # 1 trough and bench to direct flow to new sewer pipe, all required excavation and backfill and cleanup of any sewage overflow or spillage. LIFT STATION ABANDONMENT 02535 - 1 PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.1 CONSTRUCTION A. Coordinate all work with the owner. B. The Owner shall have first right of refusal for lift station equipment removed. C. Contractor shall be responsible for obtaining all required permits to abandon the existing lift station and shall pay all costs associated with those permits. D. All work shall be in accordance with the requirements of the authority having jurisdiction. E. Contractor shall plug existing manhole # 1 outlet with watertight seal. F. Contractor shall pump sewage as often as necessary to prevent overflow or spillage. Any overflow or spillage shall be immediately cleaned up by the Contractor and immediately reported to the Engineer and the authority having jurisdiction. G. Contractor shall remove existing sewer pipe from existing manhole # 1 to lift station in its entirety. H. Contractor shall remove all equipment and components from lift station chamber. L Contractor shall disconnect and remove the existing electrical. Contractor shall coordinate all work with the utility company. J. Existing lift station chamber shall be cut to five (5) feet below grade. Contractor shall fill station chamber with controlled density fill to five (5) feet below grade. Satisfactory soil compacted in 9 inch lifts shall be used to complete backfilling. Existing lift station chamber is estimated to be a straight cylinder approximately fifteen (15) feet deep from grade. K. Existing force main pipe shall be removed to a point five (5) feet from the existing lift station. Remaining force main shall be abandoned in place. Contractor shall cut discharge end of force main .flush to interior of receiving manhole wall and plug discharge end of force main with concrete. L. Backfill all excavations with satisfactory soil, compacted in 9 inch lifts. M. All removed materials, equipment and components shall be disposed of legally offsite. 3.2 SEWER CONNNECTION A. Make final connection of new sewer to existing manhole # 1 only after the Engineer indicates that the new sewer main is able to accept flow. END OF SECTION 02535 LIFT STATION ABANDONMENT 02535 - 2