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