Loading...
Precise LandscapingSECTION 00310 -BID FORM ~ ` ~ ~ U ~ I~ CONTRACT NO. 12-012 ~ MAY Q 8 2013 GENERAL CONSTRUCTION T®Vl~'IV OF Vi/APp.~I~~ER -rr~~~'~I ~i ~~ , . ,. .. ! a, BID FORM TO: The Town Board of the Town of Wappinger. In compliance with your Advertisement for Bids, published in the CDC NEWS dated APRIL 8-13 ,the undersigned, MICHAEL FURIA having carefully examined the Contract Documents and any Addenda thereto, proposes and agrees as follows: To fumish all the equipment, and incidentals, and to furnish labor and do all the work required, to construct, furnish, and complete the Contract No. 12- 012, Roberts Road Sewer Improvements -General Construction and associated work in accordance with the prices so named in this bid in a worker like manner, in accordance with the plans and specifications, all of which are a part of the contract hereto annexed. 2. To complete all the work as shown and specified, on which this bid is based, within the timeframe(s) specified in these Contract Documents and any Addendum thereto. 3. To fumish the Town within five (5) calendar days from the date of the request, if identified as the apparent low bidder and if requested by the Town, a Statement of Quaycations. 4. To enter into a contract and to furnish, with suitable surety to be approved by the Town Board, performance and labor and material payment bonds, the amount of each of the bonds to be the full amount of the awarded bid price as it appears in this proposal, within thirty (30) calendar days from the date of acceptance of this bid 5. To comply with the Davis-Bacon Act and other federal labor standards or provisions and to pay New York State prevailing wage rates applicable to this contract. In compliance with the Instructions to Bidders, the undersigned declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done. He/she has examined the plans and spec cations for the work and the contract documents relating BID FORM 00310-1 E:Wocuments\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00310_General.doc then3liD, has read alf adde~a famished prior to the opening of bxis, and has satisfied h~nsefffierse~ ~ fhe 1AAOtk ~ be Pte. If t1~1e W'ldet8j~'1ed•{~g ~ i ~ Ofi the pn~nises ~e ~ tfle c~'iified check, which ~ Ilenew#h ~ w~ the Taws Cterk, wtU be _ ~ ~' RalR~t ofi fhe band ~ de~osibed w~i be for the benefit of the ToNm of V~Vappi~ ~ ~ far such de~'au1t; a tfi~ check or -- bond w~i be rammed ~ the unders~g ~.~~~: _ --- °~ the taaotivag ~ any) ~ hereby acimo~wiedged and the urn(s) ~ (are) inducted in this bid: - ADDENDt,~Nt~lO Rw~' - ~ ~ f d -J/~y, r-t3 _ ~°z ~ • ---r--- ~ - ~=~ 3 -- - T~ bides Pis m perfiom~ the work ~ a with the Contr~t Documents forthe sum ofi: ~- ~ BASE BtD (GENERAL CONSTRUCTtp~ HUNDREDTHIRTYSEVE11I4'EOUSANDNINEHUNDRED _ $ 137.900.00 ~~ Dated: APRIL 29 20 13 SIGN BID HERE ~ szDEN~r _ r~~c ~ ~ Print Name Lagal Corr~enyName' PR$CISE _LAND3CAP.ING INC. - Address 1903 ALBANY POST RD (,'`j(y~ ~~ 7... W11T.T.7tTT.T_ N.Y 12589 T~hone No. 1-845-778-2414 FAB 1845-778-1369 • Federal i.D. # 14-180-8470 61D FORM 00310-2 zos~aseP~ c BASE BID SHEET GENERAL CONSTRUCTION CONSTRUCTION BID AND CONTRACT ROBERTS ROAD SEWER IMPROVEMENTS ITEM NO./DESCRIPTION EST. PAYMENT UNIT PRICE BID TOTAL QTY. UNIT PRICE BID WRITTEN AMOUNT IN FIGURES 1. Furnish and install ail materials, supplies, equipment and other 1 L.S. facilities as required for construction of Roberts Road Sewer Improvements- General Construction, including all HUNDREDTHREETHOUSAN incidentals, as shown and as if C t t D t d i th THREEHUNDRED ZER / 1 00 1 0 3.3 0 0.0 0 1 0 3.3 0 0.0 0 spec ie e on rac ocumen n s. O 2. Rock Excavation 30 C.Y. EIGHTY ZERO /100 80..00 2.400.00 3. Authorized Additional Excavation 30 C.Y: EIGHTY ZERO 1 00 80.00 2.400.00 4. LiftStati6nAbandonment 1 F_A FOURTHOU9ANDEIGHT- 4.800.00 4.800.00 ALLOWANCE #1 $5,000.00 Testing Services ------ ----------------- -------------------------- ------------------- ALLOWANCE #2 $20,000.00 Contingency Allowance -------- ----------------- -_--- ---_---_ __~_____~____ TOTAL BASE BID 1 37.900.00 -END OF SECTION- ~~G~fCio MAY Q ~ 2013 TOVIf~Ny Oiw ~~v°~z SINGER ~. n ~~~.~~~ SECTION 00480-CERTIFICATION OF NON-COLLUSION ~ MAY ~ ~ 2~J13 CERTIFICATION OF NON-COLLUSION BY BIDDER A 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: MICHAEL FURIA ~' 1903 ALBANY POST RD WALLKILL N.Y. 12589 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: 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 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. 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 Wappingerla W2012\W21205 Roberts Rd Pump StationlSpecifications\00480.doc 1. !+ the bid a signed statement which sets forth in detail the reasons therefore. Where I, 2 and 3 above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (cj has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one. Any bid hereafter made to any political subdivision of the State or any public department, agency or official thereof by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in subdivision one of this section, shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. MICHAEL FURIA PRESIDENT 1903 ALBANY POST D WALLKILL N.Y. 12589 -END OF SECTION - o ~~ ~~~~~' ~~ `~~ G~ MAY ~ ~ ~`?'~3 3 r"1 ~; i'~ ~~~t ~.t~G~e TO~~~ ~i °~~ ~ .~ ~~ ~ ~,, CERTIFICATION OF NON-COLLUSION 00480-2 E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00480.doc SECTI4M fJ0410-8lD BOND BID BOND FORM KNOW ALA PERSONS BY THESE PRESENTS: that '' PRECISE LANDSCAPING AND LAWN MAINTENANCE, INC. a5 Principal; and ** ALLEGHENY CASUALTY COMPANY aS Surety, are hereby held and firmly bound un#a the Tawn Board, Town trf Wappinger, New York in the amount of: Fj~~, ~,~RCENT 0,~' ,AMOUNT ,BID__ DOIIars (~ 5$ OF AMOUNT BID ) for the payment whereof Principal and Surety bind ourselves, our heirs, executors, administrators, successors and assigns, join#ly and severally, firmly by these presents. Signed this 15TH day flf APRIL- 2a 13 WHERF~+S, 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 lrnprovements in the Town of IlVappinger, New York, as shown and specified in the contract, plans and specifications. NO-W THEREFORE, (a) if said Bid shall be rejected, or in the alternate (b) If said Bid shalt 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 far any anti all claims hereunder shall, in no event, exceed the amount of this obligation as herein s#ated. The Surety, for value received, hereby stipulates and agrees that the obligations of said -- Surety and its bond shall in noway be impaired or affected by any extension of the time within which the Prinapal may accept such bid; and said Surety does herel;y waive notice of any such extension. *insert Bidder's Narne **Insert Surety`s Narne BiD BOND ~ QO~F~a-1 - ~:kJocumentslT wappingerla w2p121w21205 Roberts Rd Pump SfatlanlSpe~ificatipns~aJ1 a.dvc IN WITNESS WNEREUF, 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 Corpflration) PRECISE LANDSCAPING AND LAWN MAINTENANCE INC. PRINCIPAL ALLEGHENY CASUALTY COMPANY ey: AN ONY SE H TORNEY-IN-F T (Corporate Seal of Surety Co.) (fJ#f;cEr's/Partner's/individual's) signature .~ _ (Offcer' artner'sflndividual's) name printed ~ ~~ ~» i4~L F~a t ~ test DEv t (Corporation//Partnership/lndi i Graf) Warne printed STATE of 1~1t-5 CIO ~ ~ ._.) CC7UNTY of ~-~~,~ e~ ) ss: On this ~~_ day at rn C).,1,1 - , 20 ~ 3 . before me pers4napy came m ~~ aP.l A riGi, to me known and known to me to be the person described in and who executed the foregoing instrum/e~nt, and hie/she duty acknowledged that he/she executed the same. / I /~ / n ~ _ Public, Na. County ii~~ Term Expires ~ ~ ~c~ ~ U~ CAROL A. AMTHOR Notary Public, State of New York _ ENp pp SECTION- No. 01 AM6033694 Qualified in Uist~ r County Commission Expires November 22, 20~ B1D BOi~ID 4~4'f 0-2 E:ldocurnenlslT Wapping~ria W20121W21245 Roberts ltd Pump Stati~an4SpecffiratiansU30410.doc CONSENT OF SURETY TO FINAL PAYMENT SURETY ACKNOWLEDGMENT State of New Jersey County of Essex On the 15th day of April, 2013 personally came Anthony Joseph Panno to me known, who being by me duly sworn did depose and say that he/she is an Attorney-in-Fact of Hudson Insurance Company in and which executed the above Instrument know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. ~~~--uuru~i i~ J~~~D~P,~' eq~~i~4~ `. „ o~~,~sslonr~~9 =~r;~ JAN 9~';'~ .z; 03 :~ ~° : 2018 ~9. ~ ~~i9~iOG'O # 242:• ~~`~~ ''''~~~ / 1111 1 ~~ ~~`~~ Tel (J73) 624-7200 ~~~~ ~ Q F f~'~T 1 ~~ 1 ~1 ~ I ' INTERNATIONAL FIDELITY INSURANCE COMRANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY WSURANCE COMPANY , a corporation organized and' existing under 'the laws of the SState of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsyivahia, having their. principal office in the City of Newark, New Jersey, do hereby constitute and appoint _ __ f MARK W. TODlSCO, MICHAEL J. IANNACONI, ANTHONY JOSEPH F'ANNO, B. SCOTT ERICKSON I C Fairfield, NJ. their true and lawful attorney( )-in-fact to execute, seal and deliver for and on its behalf as Surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory iin the nature thereof, which are or may be allowed, required or permitted by law, statute rule, re ulation, contract or otherwise and the execufion of such instrumeht(s) in ursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE .COMPANY -and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed: and acknowledged by their regularly elected officers at their principal offices. This Power.. of Attorney is executed,'and may be revoked, pursuant to and by authority of the By-Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and y author of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held: on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000: "RESOLVED, that (1) the President, Vice President, or Secretary of ,the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys-ih-Fact.. or agents with power and authority as defined or limited in their respective powers of attorneyy and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, unddertakings, recognizances, contracts of indemnit}yy and other written obligations in the nature thereof. or related thereto; and (2),ahy such Officers of the Corporation may appoint and revoke the appointmenfs ofjoint-control custodians, agents for acceptance of process, ahd Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3} She signature of any such Officer of the Corporatioh;and the: Corporation s, seal may be affixed byy facsimile to any power of attorney or certification gven,for the execution of any bond, undertaking, recoggnizance contract of indemnity or other written obfigatipn in the nature thereof or related thereto, such signature :and seals when so used whether herefofore or hereafter, being hereby adopted by the corporation as the original signature of such officer and the original weal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN'<WITNESS WHEREOF, 1NTERNATIONAt FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each: executed and attested these presents on this 12th day of March, 2012. r~t~TYI STATE dF NEW JERSEY ~ ~~SUA~rr ~ ~\~ ~~~~ County of Essex ~`'~ ~"a ~ ~~ ~' ~ G~~' ~ 193E ~ ~ soy rfJ~,~' ~'~ ROBERT W. MINSTER o~,-~ J?`f Executive Vice President/Chief Operating Officer ~- "~+YSYLUP~~'4 ~~ ~ ~ (International Fidelity insurance Company) and President (Allegheny Casualty Company) On this 12th day'<of March 2012, .before me came the individual who executed the preceding instrument, o me personally known, and, being by me duly .sworn,.: said he is the therein described and authorized officer of INTERNATIONAL FIDELITY' INSURANCE .COMPANY and ALLEGHENY CASUALTY COMPANY ; that the seals affixed to said instrument are the Corporate Seals of said Companies, that the said Corporate'Seals and his signature were duly affixedby order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. `,,`fyfl fflfllllr lfr'' ~-~ /~ ~` = A NOTARY PUBLIC OF NEW JERSEY ~''S, ' ~~8~-rG `4~"~~, My Commission Expires Mar. 27, 2014 ~'Ir+ll+lrru~rw~`s~ CERTIFICATION I, the undersigned officer of INTERNATIONAL. FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that hhave compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the lay-Laws of said Companies as set forth ir. said Power of Attorney, with the originals'on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originais,'and that the said Power of Attorney has not been revoked and is now in full force and effect -'~ IN TESTIMONY WHEREOF, I have hereunto set my hand this ~ day of ~1 Q,,ll.~ , ~ t Y~ ALLEGHENY CASUALTY CQMPANY ONE NEWARK CENTER, 20Ttj FLOOR, NEWARK, NEW JERSEY U7I02-5207 STATEMENT OF ASSETS, LIAIILITIES, SURPLUS ANI7 OTHER FUNDS AT JUNE 30, 201.2 ASSETS Bonds (Amortized Value) .................................. 515,714,547 Prefen•ed Stocks ......................................... 1,500,000 Cash & Bank Deposits .................................... 14,732,383 Short Term .Investments ................................... 360,001 Unpaid Premiums R: Assumed Balances ....................... 2,272,322 Reinsurance Recoverable from Reinsurers ...................... 849,413 Investment Income Due and Accrued ......................... 260,854 Receivables from Parent Subsidiaries & Affiliates ................. 127,1.24 Net Deferred Taa Assets .................................. 846,603 TOTAL ASSETS .............. . ........ . ........ ~:..5~6,.563,2=1;7_ LIABILITIES SURPLUS fc OTHER FUNDS Losses (Reported Losses Net as to Reinsurance Ceded and Incurred But Not Reported Losses) ........................... $254,203 Lass Adjushnent Expenses ................................. 50,841 Commissions Payable, Contingent Commissions & other similar charges 109,552 Other Expenses (Excluding Taxes, Licenses and Fees) .............. 127,800 Taxes, Licenses & Fees (Excluding Federal Income Tax) ............ 60,786 Current Federal & Foreign Income taxes ....................... 483,171 Unearned Premiums .............. . ...................... 2,600,065 Ceded Reinsurance Premiums Payable .................. . ..... 3,173,189 Amounts Withheld by Company for Account of Others ............ 11,046,128 Provision For reinsurance .................................. 3,820 Payable to Parent, Subsidiaries and Affiliates. .. 340,988 Other LiaUilTties ......................................... 2,348 TOTAL LIABILITIES ......................... ~~~,25~3,19_1 Common Capital Stock .................................... 51,500,000 Preferred Capital Stock .................................... 3,200,000 Gross Paid-in & Contributed Surplus ......................... 1,000,000 Unassigned Funds (Surplus) ................................ 13,970,052 Less Treasury Stock at Cost ................................. 1,26Q000 Surplus as Regards Polic}~holders ................ $'18,410,052 TOTAL LIABILI'T'IES, SUP.PLUS & OTHER FUNDS ... ___. ~,24~ I, V. Mark Riccordella, Secretary of ALLEGHENY CASUALTY COMPANY, certify that the foregoing is a fair statement of Assets, T iabi.tities, Surplus and Other Funds of this Company, at the close of business, June 30, 2012, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the Suite of Pennsylvania. IN TESTIMONY WHEREOF,1 have set my hand and affixed the seal of the Company, this 8~~~ day of August, 2012. ALLEGHENY CASUALTY COMPANY ,''~'~ GQ n Fq~T1-'~-., U i '1936 `s' - W~~~ ,y~~A~~~,~Zy ~ v !' 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\Addendum_i.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_1Wddendum_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. 12-012 Title 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\Specfication_Addendum_1\00030.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. LffT 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. G 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. I. 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 fmal 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 02535 - 2 LIFT STATION ABANDONMENT 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 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 wn Maintenance, Inc. ise Landscaping &B X 93 prec P•O• 12589 Wallkillg~ 78_2414 Office. ( 778_1367 Fax. (845) E_rnail: recise fry n_ ~-ere--- t To Whom It May Concern, intenanCe Inc. was established in I9 ed a 1 Precise Landscaping & L'a~ Ma the company has perform New York State. For the past thirteen years, work awarded in a tunely and professional manner. e President of the company and has owner the has ess 1Vlichael Feria is th ~ & Lawn Maintenan ~ eC~ that since established. Precise Landscap g roved jobs. Prof erformed in residential, comrilerci a~.se no construction, demolition, p leted include all ph have been comp excavation, and landscaping. ecise Landscaping & Lawn Maintenance Inc. will ~b o t a Upon request, Pr detailed financial statement as well as a reference list of past contra similar nature. ' re uire any further assistance, please call the office at the above If you q number. Precise Landscaping & Lawn Maintenance Inc. looks forwar to working with You. Respectfully, I .-- ~-~' Michael Funa President Precise Landscaping & Lawn Maintenance Inc. Precise Landscaping & Lawn Maintenance, Inc. P.O. Box 93 Wallkill, NY 12589 Office: (845)778-2414 Fax: (845)778-1367 E-mail: precise(a~frontiernet.net FIRM BACKGROUND: Precise Landscaping Inc. was established in 1998 in New York. For the past 12 years the company has performed all work awarded in a timely manner. NAME & RESUME INFORMATION: Michael Furia is the president of the company and has owned the business since established. Precise Landscaping Inc. has performed in residential, commercial and state approved jobs. Enrico Furia: Project manager. Once retiring from being President and Owner of E & M Construction, Enrico decided to work with Precise Landscaping as project manager. Enrico has over 35 years in the construction industry and estiXnation work. EXPERIENCE OF THE FIRM: 1. City of Kingston: Sidewalk accessibility City of Kingston: Park Pavilion 2. Bethel Wood's Performing Art Center: Excavation, Concrete Landscaping 3. Town of Fallsburg: Mountaindale Rails to Trails Gateway 4. Town of Union Vale: Tymor Park: ADA Accessibility Improvements 5. Valley Central School District :Excel Project 6. Dutchess County Community College 7 Village Of Millerton 8. Town Of Pleasant Valley 9. City of Middletown References: 1. Ralph E. Swenson PE City of Kingston Engineer 420 Broadway Kingston, NY 12401 (845) 334-3967 2. William H. Illing Town of Fallsburg Engineer 19 Railroad Plaza So. Fallsburg, NY 12779 (845)434-8810 3. Valley Crest Development Jeremy (617) 254-1700 4. Lawrence J. Paggi PE, Town of Union Vale 1070 Rte. 9 Suite 205 Fishkill, NY 12524 (845) 897-2375 5. Jason S Jantzi, A/A -Bernier ,Carr & Associates, P.C. 327 Mullin Street Watertown, NY 13601 (315) 782-8130 ~ 6. Peter Setaro PE, Morns AssociateS~ PLLC 9 Elks Lane Pougl-lceepsie, NY 12601 (84554-3411 7 gay Jwkowski, PE, Morris Associates 64 Green Street Hudson, NY 12534 (518)828-2300 Clark Patterson Lee C,,.~ 900 Corporate Blvd. Newburgh, NY 12550 GTeg Bolner, PE (845)567-2011 ext. 2119 O9. Fusco Engineering 1^~ 233 East Main Stree940 1^ Middletown, NY (845)344-5863 10. Mark J. Edsall veers, P.C. McGoey, Hauser and gdsall Consulting Engi 33 Airport Center Drive Suite 202 12553 New Windsor, NY (845)567-3100 mheny(~mhepc.com If further assistance is required, please call the office at the above number. Precise Landscaping, & Lavin Maintenance, Inc. P.O. Box 93 Wallkill, NY 12589 Offices: (840778-2414 Fauc (845)778-1367 ~r~cise(c'~frbntie~n~ ~~ 2004 Woma~su Pc200 E~xarr~or 2000 New h Swdsbeer L-S1~ 1894 New Hotfand 455 D 4x4 Bscldtoe 1~ Hysfier' Fmk L~ 1992 Yarrrms~ B27 Mini E~ocavabor 1992 450D Jdm Deere Dover 1896 Ford Tn~ck 1998 Ford Van 2000 UD 2001 Ford Truck 2004 Ford Meson Dwnp 2010 Mitsubishi FE145