703
Contract Documents for Tarbell Hill Pump Station Improvements Town of Moriah Port Henry, New York Contract No. 1 – General PREPARED BY: Environmental Design & Research, Landscape Architecture, Engineering & Environmental Services, D.P.C. 217 Montgomery Street, Suite 1000 Syracuse, New York 13202 2020 It is a violation of the New York State Education Law for any person unless he is acting under the direction of a licensed professional engineer, to alter an item on this specification in any way. If an item is altered, the altering engineer shall affix to the item his seal and the notation “altered by” followed by his signature and the date of such alteration, and a specific description of the alteration.

Contract Documents for Tarbell Hill Pump Station ... Tarbell Hill...Tarbell Hill Pump Station Improvements Town of Moriah Port Henry, New York Contract No. 1 – General PREPARED BY:

  • Upload
    others

  • View
    11

  • Download
    0

Embed Size (px)

Citation preview

  • Contract Documents

    for Tarbell Hill Pump Station Improvements

    Town of Moriah Port Henry, New York

    Contract No. 1 – General

    PREPARED BY:

    Environmental Design & Research, Landscape Architecture, Engineering & Environmental Services, D.P.C.

    217 Montgomery Street, Suite 1000 Syracuse, New York 13202

    2020

    It is a violation of the New York State Education Law for any person unless he is acting under the direction of a licensed professional engineer, to alter an item on this specification in any way. If an item is altered, the altering engineer shall affix to the item his seal and the notation “altered by” followed by his signature and the date of

    such alteration, and a specific description of the alteration.

  • 19016 Tarbell Hill Pump Station Improvements TOC-1 TABLE OF CONTENTS

    TABLE OF CONTENTS PAGE INVITATION TO BID ..................................................................................................................... 00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS .................................................................................................... 00100-1 thru 00100-9 BID FORM .................................................................................................................................... 00410-1 thru 00410-7

    Attachments: Bid Bond; Penal Sum Form Bid Security Statement of Surety’s Intent Bidder’s Qualification Statement List of Proposed Subcontractors Contractor’s License No. or Evidence of Bidder’s Ability to Obtain State Contractor’s License Non-Collusive Bidding Certification

    AGREEMENT ............................................................................................................................... 00520-1 thru 00520-7

    Exhibit A - Notice of Award, Notice to Proceed Exhibit B - Performance Bond and Payment Bond Exhibit C - Certificates of Insurance (to be inserted later) Exhibit D - Identification of Drawings

    Standard General Conditions of the Construction Contract, (EJCDC C-700, 2007 Edition) (Contains its own Table of Contents) ..................................................................................................... Pages 1 thru 63 Supplementary Conditions .......................................................................................................... 00800-1 thru 00800-14 TECHNICAL PROVISIONS SECTION TITLE PAGE DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work ........................................................................................................................... 1 thru 7 01019 Contract Considerations ................................................................................................................. 1 thru 4

    Attachments: Application for Payment Certificate of Substantial Completion Work Change Directive Change Order Field Order

    01026 Lump Sum Items (Bid Item Descriptions) ....................................................................................... 1 thru 5 01039 Coordination ................................................................................................................................... 1 thru 7 01300 Submittals ....................................................................................................................................... 1 thru 5 01310 Progress Schedules ....................................................................................................................... 1 thru 5 01380 Construction Documentation .......................................................................................................... 1 thru 3 01400 Quality Control ................................................................................................................................ 1 thru 5 01410 References ..................................................................................................................................... 1 thru 4

  • TABLE OF CONTENTS (continued)

    TECHNICAL PROVISIONS (continued) SECTION TITLE PAGE

    19016 Tarbell Hill Pump Station Improvements TOC-2 TABLE OF CONTENTS

    01500 Temporary Facilities ....................................................................................................................... 1 thru 6 01540 Temporary Bypass Pumping .......................................................................................................... 1 thru 7 01564 Erosion Control ............................................................................................................................... 1 thru 8 01600 Materials and Equipment ................................................................................................................ 1 thru 3 01640 Equipment-General ........................................................................................................................ 1 thru 6 01660 Testing and Startup ........................................................................................................................ 1 thru 6 01700 Record Documents ......................................................................................................................... 1 thru 3 DIVISION 2 - SITE WORK 02030 Demolition ....................................................................................................................................... 1 thru 4 02110 Site Clearing ................................................................................................................................... 1 thru 3 02112 Pavement Cutting ........................................................................................................................... 1 thru 2 02141 Removal of Water ........................................................................................................................... 1 thru 3 02205 Protection of Existing Facilities ....................................................................................................... 1 thru 4 02222 Excavating ...................................................................................................................................... 1 thru 4 02223 Backfilling ....................................................................................................................................... 1 thru 5 02225 Trenching ........................................................................................................................................ 1 thru 7 02228 Compaction .................................................................................................................................... 1 thru 6 02576 Pavement Patching ........................................................................................................................ 1 thru 3 02980 Site Rehabilitation ........................................................................................................................... 1 thru 6 DIVISION 3 - CONCRETE 03001 Concrete ....................................................................................................................................... 1 thru 19 03600 Grout ............................................................................................................................................... 1 thru 2 DIVISION 5 - METALS 05500 Miscellaneous Fabrications ............................................................................................................ 1 thru 8 05505 Concrete and Masonry Anchors ..................................................................................................... 1 thru 4 DIVISION 9 - FINISHES 09900 Painting ......................................................................................................................................... 1 thru 22 DIVISION 11 - FINISHES 11303 Submersible Pumps ..................................................................................................................... 1 thru 12 DIVISION 15 - MECHANICAL 15018 HVAC Requirements ...................................................................................................................... 1 thru 9 15019 HVAC Firestopping ......................................................................................................................... 1 thru 6 15060 Process Piping .............................................................................................................................. 1 thru 10 15070 Testing, Adjusting, and Balancing for HVAC .................................................................................. 1 thru 5 15076 Identification for HVAC Piping and Equipment ............................................................................... 1 thru 3

  • TABLE OF CONTENTS (continued)

    TECHNICAL PROVISIONS (continued) SECTION TITLE PAGE

    19016 Tarbell Hill Pump Station Improvements TOC-3 TABLE OF CONTENTS

    15086 Duct Insulation ................................................................................................................................ 1 thru 7 15100 Process Valves ............................................................................................................................... 1 thru 9 15140 Supports and Anchors .................................................................................................................... 1 thru 9 15170 Motors ........................................................................................................................................... 1 thru 11 15722 Centrifugal HVAC Fans .................................................................................................................. 1 thru 4 15762 Unit Heaters .................................................................................................................................... 1 thru 2 15810 HVAC Ducts and Casings............................................................................................................... 1 thru 3 15850 Air Outlets and Inlets ...................................................................................................................... 1 thru 3 DIVISION 16 - ELECTRICAL 16051 Electrical Demolition ....................................................................................................................... 1 thru 3 16055 Basic Electrical Requirements ........................................................................................................ 1 thru 7 16060 Power Systems Analysis ................................................................................................................ 1 thru 8 16095 Control Panels and Integration ..................................................................................................... 1 thru 31 16100 Grounding and Bonding for Electrical Systems .............................................................................. 1 thru 8 16110 Conduit ......................................................................................................................................... 1 thru 12 16120 Low-Voltage Electrical Power Conductors and Cables................................................................. 1 thru 12 16130 Boxes .............................................................................................................................................. 1 thru 8 16140 Wiring Devices ................................................................................................................................ 1 thru 7 16191 Hangers and Supports for Electrical Systems ................................................................................ 1 thru 6 16196 Identification of Electrical Systems ................................................................................................. 1 thru 9 16200 Electrical Firestopping .................................................................................................................... 1 thru 6 16201 Equipment Wiring ........................................................................................................................... 1 thru 3 16250 Equipment for Hazardous Locations ............................................................................................... 1 thru 5 16301 Underground Electrical Work .......................................................................................................... 1 thru 8 16442 Enclosed Switches ......................................................................................................................... 1 thru 6 16448 Fuses .............................................................................................................................................. 1 thru 3 16449 Surge Protection Devices ............................................................................................................... 1 thru 4 16470 Panelboards ................................................................................................................................. 1 thru 10 16497 Transfer Switches ........................................................................................................................... 1 thru 8 16501 Interior Lighting ............................................................................................................................... 1 thru 9 16502 Exterior Lighting .............................................................................................................................. 1 thru 6 16620 Engine Generators ....................................................................................................................... 1 thru 15 DIVISION 17 - CONTROLS 17000 Instrumentation ............................................................................................................................... 1 thru 5 17010 Control System Integrator ............................................................................................................. 1 thru 11 17100 Programmable Logic Controllers (PLC) ........................................................................................ 1 thru 26 17101 PLC Programming .......................................................................................................................... 1 thru 7 17375 Level Measurement ........................................................................................................................ 1 thru 4 17400 Flowmeters (Magnetic Type) .......................................................................................................... 1 thru 5

  • 19016 Tarbell Hill Pump Station Improvements 00050-1 INVITATION TO BID

    INVITATION TO BID TARBELL HILL PUMP STATION IMPROVEMENTS

    TOWN OF MORIAH PORT HENRY, NEW YORK

    Sealed Bids for construction of Tarbell Hill Pump Station Improvements Project for the Town of Moriah in Port Henry, NY will be received by the Town in their office at 38 Park Place, No. 1, Port Henry, NY until 1 p.m. local time on February 11th, 2020 and at that place and time will be publicly opened and read aloud. Separate sealed Bids will be received for the following:

    Contract No. 1 - General The work consists of rehabilitation of the existing Tarbell Hill Pump Station, complete with all equipment and accessories, in accordance with the Bidding Documents heretofore prepared by Environmental Design & Research, Landscape Architecture, Engineering & Environmental Services, D.P.C. (EDR). The Contract Documents may be examined at the following locations:

    EDR Town of Moriah – Town Hall 217 Montgomery Street, 10th Floor 38 Park Place, No. 1 Syracuse, NY 13202 Port Henry, NY 12974 Eastern Contractors Association, Inc. Construction Contractors Association 6 Airline Drive of the Hudson Valley, Inc. Albany, NY 12205330 Meadow Avenue Newburgh, NY 12550

    Copies of Bidding Documents are available electronically (via email) upon request. Paper copies of the Bidding Documents will not be provided. All other questions shall be submitted via e-mail to Cosimo Pagano, PE at [email protected]. The subject heading for all e-mails shall be:

    Subject: Tarbell Hill Pump Station Improvements No response will be given to questions received less than 7 business days before the Bid opening date. Bidders shall review and acknowledge all Addenda on the Bid Form. A Bid must be accompanied by Bid security made payable to Owner in an amount of 5 percent of Bidder’s maximum Bid price and in the form of a certified check, bank money order, or a Bid Bond (on the form included in the Bidding Documents) issued by a surety meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions. If, upon acceptance of a Bid, a Bidder fails to enter into a Contract with the Town of Moriah of Port Henry, NY, the bid security shall be forfeited to and become the property of the Town. No Bidder may withdraw its Bid within 60 days after the date of the Bid opening. The successful Bidder must furnish a 100% Performance Bond and a 100% Payment Bond with a surety company satisfactory to the Town of Moriah and conforming to the prerequisite requirements of Article 5 of the General Conditions.

  • 19016 Tarbell Hill Pump Station Improvements 00050-2 INVITATION TO BID

    The Town of Moriah reserves the right to waive any informalities or to reject any or all Bids. Bidders are required to certify, under penalty of perjury, that Bids have been prepared without collusion with other Bidders, subcontractors, suppliers, etc. This certification is included with the Bid Form and each Bidder must sign in the space provided. A pre-bid conference will be held at 9 a.m. local time on January 28th, 2020 at 38 Park Place, No. 1, Port Henry, NY, representatives of Engineer are available to discuss the project. Bidders are encouraged to contact Cosimo Pagano as described above. Town of Moriah Dated: __________________

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-1 INSTRUCTIONS TO BIDDERS

    SECTION 00100

    INSTRUCTIONS TO BIDDERS

    ARTICLE 1 - DEFINED TERMS

    1.1 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below:

    A. Issuing Office - The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered.

    B. Prefixes to Referenced Paragraph Numbers are as follows: Supplementary Conditions; “SC-____.”

    ARTICLE 2 - COPIES OF BIDDING DOCUMENTS

    2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the advertisement or invitation to bid may be obtained from the Issuing Office. The deposit will be refunded to each document holder of record who returns a complete set of Bidding Documents in good condition within 30 days after opening of Bids.

    2.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

    2.3 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use.

    ARTICLE 3 - QUALIFICATIONS OF BIDDERS

    3.1 To demonstrate Bidder’s qualifications to perform the Work, within five days of Owner’s and/or Engineer’s request, Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be identified herein or requested by Owner and/or Engineer.

    3.2 Evidence of Bidder’s authority to do business in New York State.

    3.3 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder’s representations and certifications.

    ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE

    4.1 Subsurface and Physical Conditions

    A. The Supplementary Conditions identify:

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-2 INSTRUCTIONS TO BIDDERS

    1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site.

    2. Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except underground facilities).

    B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents. Bidder is responsible for any interpretation or conclusion Bidder draws from any data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings.

    4.2 Underground Facilities

    A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others.

    4.3 Hazardous Environmental Condition

    A. The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site.

    B. Copies of such reports and drawings referenced in Paragraph 4.03A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents. Bidder is responsible for any interpretation or conclusion Bidder draws from any data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings.

    4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions.

    4.5 On written request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates.

    4.6 Reference is made to Article 7 of the Supplementary Conditions for the identification of the general nature of other work that is planned to be performed at the Site by others (such as utilities, other prime contractors, and Owner) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work if they exist.

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-3 INSTRUCTIONS TO BIDDERS

    4.7 Paragraph 6.13.C of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Supplementary Conditions.

    4.8 It is the responsibility of each Bidder before submitting a Bid to:

    A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents;

    B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work;

    C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work;

    D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in Paragraph 4.02 of the Supplementary Conditions, and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the Supplementary Conditions;

    E. consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder’s safety precautions and programs;

    F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents;

    G. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents;

    H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents;

    I. promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and

    J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work.

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-4 INSTRUCTIONS TO BIDDERS

    4.9 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work.

    ARTICLE 5 - PRE-BID CONFERENCE

    5.1 A pre-Bid conference will be held as indicated in the Invitation to Bid.

    ARTICLE 6 - SITE AND OTHER AREAS

    6.1 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor.

    ARTICLE 7 - INTERPRETATIONS AND ADDENDA

    7.1 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions received after the deadline stated at the Pre-Bid Meeting or as modified in subsequent Addenda will not be answered.

    7.2 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer.

    ARTICLE 8 - BID SECURITY

    8.1 A Bid must be accompanied by Bid security made payable to Owner in an amount of 5 percent of Bidder’s maximum Bid price and in the form of a certified check, bank money order, or a Bid Bond (on the form attached) issued by a surety meeting the requirements of paragraphs 5.01 and 5.02 of the General Conditions.

    8.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award and the Bid Security of that Bidder will be forfeited. Such forfeiture shall be Owner’s exclusive remedy if Bidder defaults. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned.

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-5 INSTRUCTIONS TO BIDDERS

    8.3 Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening.

    ARTICLE 9 - CONTRACT TIMES

    9.1 The number of days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Agreement.

    ARTICLE 10 - LIQUIDATED DAMAGES

    10.1 Provisions for liquidated damages, if any, are set forth in the Agreement.

    ARTICLE 11 - SUBSTITUTE AND “OR-EQUAL” ITEMS

    11.1 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or “or-equal” items. Whenever it is specified or described in the Bidding Documents that a substitute or “or-equal” item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement.

    ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS AND OTHERS

    12.1 The Bid Form requires identification of Subcontractors on the form provided. In addition, if the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid.

    12.2 If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions.

    12.3 Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection.

    ARTICLE 13 - PREPARATION OF BID

    13.1 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from Engineer.

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-6 INSTRUCTIONS TO BIDDERS

    13.2 All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid Item listed therein. In the case of optional alternatives, the words “No Bid,” “No Change,” or “Not Applicable” may be entered.

    13.3 A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown.

    13.4 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown.

    13.5 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown.

    13.6 A Bid by an individual shall show the Bidder’s name and official address.

    13.7 A Bid by a joint venture shall be executed by each joint venture in the manner indicated on the Bid form. The official address of the joint venture must be shown.

    13.8 All names shall be printed in ink below the signatures.

    13.9 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form.

    13.10 Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown.

    13.11 The Bid shall contain evidence of Bidder’s authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder’s state Contractor license number, if any, shall also be shown on the Bid Form.

    ARTICLE 14 - BASIS OF BID; COMPARISON OF BIDS

    14.1 Lump Sum

    A. Bidders shall submit a Bid on a lump sum basis as set forth in the Bid Form.

    14.2 Allowances

    A. For cash allowances the Bid price shall include such amounts as the Bidder deems proper for Contractor's overhead, costs, profit, and other expenses on account of cash allowances, if any, named in the Contract Documents, in accordance with Paragraph 11.02.B of the General Conditions.

    14.3 Completion Time Comparisons

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-7 INSTRUCTIONS TO BIDDERS

    A. Bid prices will be compared after adjusting for differences in the time designated by Bidders for Substantial Completion. The adjusting amount will be determined at the rate set forth in the Contract Documents for liquidated damages for failing to achieve Substantial Completion for each day before or after the desired date appearing in Article 9 above.

    ARTICLE 15 - SUBMITTAL OF BID

    15.1 With each copy of the Bidding Documents, a Bidder is furnished one copy of the Bid Form, and, if required, the Bid Bond Form. The copy of the Bid Form is to be completed and submitted with the Bid security and all required attachments to the Bid stated in the Bid Form.

    15.2 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in a plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation “BID ENCLOSED.”

    ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID

    16.1 A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids.

    16.2 If, within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work.

    ARTICLE 17 - OPENING OF BIDS

    17.1 Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.

    ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE

    18.1 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid Security prior to the end of this period.

    ARTICLE 19 - EVALUATION OF BIDS AND AWARD OF CONTRACT

    19.1 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder.

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-8 INSTRUCTIONS TO BIDDERS

    19.2 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest.

    19.3 In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award.

    19.4 In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions.

    19.5 Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents.

    19.6 If the Contract is to be awarded, Owner will award the Contract to the Bidder who is in the best interests of the Project.

    ARTICLE 20 - CONTRACT SECURITY AND INSURANCE

    20.1 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner’s requirements as to performance and payment bonds and insurance. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds.

    ARTICLE 21 - SIGNING OF AGREEMENT

    21.1 When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within ten days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification.

    ARTICLE 22 - COPIES OF CONTRACT DOCUMENTS

    22.1 Owner will furnish copies of Contract Documents to Contractor as follows:

    One set of full-size drawings. One set of bound Contract Documents.

    ARTICLE 23 - SALES AND USE TAXES

    23.1 Owner is exempt from state sales and use taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Bid. Refer to Paragraph 6.10 of the Supplementary Conditions for additional information.

  • This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00100-9 INSTRUCTIONS TO BIDDERS

    ARTICLE 24 - RETAINAGE

    24.1 Provisions concerning Contractor’s rights to deposit securities in lieu of retainage are set forth in the Agreement.

    ARTICLE 25 - STATE WAGE RATES

    25.1 Contractor must comply with prevailing wage rates as set forth by the New York State Department of Labor (NYSDOL) and outlined in the General Contract Conditions.

    25.2 Contractor must comply with prevailing wage rates as set forth by the NYSDOL and outlined in the General Conditions. Wage rates for this project are available on the NYSDOL website. To retrieve the Wage Rate Schedule, follow the steps outlined below:

    1. Go to www.labor.state.ny.us. 2. Click the link Prevailing Wage in the quicklinks at the bottom of the page. 3. To download the schedule, click the link Original Wage Schedule in the upper right of the page.

    END OF SECTION

    http://www.labor.state.ny.us/

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-1 BID FORM

    CONTRACTOR’S BID FOR

    CONSTRUCTION OF CONTRACT NO. 1 - GENERAL TARBELL HILL PUMP STATION IMPROVEMENTS

    TOWN OF MORIAH PORT HENRY, NEW YORK

    ARTICLE 1 - BID RECIPIENT

    1.1 THIS BID IS SUBMITTED TO:

    Town of Moriah 38 Park Place, No. 1 Port Henry, NY 12974

    1.2 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

    ARTICLE 2 - BIDDER’S ACKNOWLEDGEMENTS

    2.1 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

    ARTICLE 3 - BIDDER’S REPRESENTATIONS

    3.1 In submitting this Bid, Bidder represents that:

    A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged:

    Addendum No. Addendum Date ______________ ______________ ______________ ______________ ______________ ______________

    B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

    C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work.

    D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in SC-4.02 as containing

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-2 BID FORM

    reliable “technical data”, and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC-4.06 as containing reliable “technical data.”

    E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder’s safety precautions and programs.

    F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

    G. Bidder is aware of the general nature of work to be performed by others at the Site that relates to the Work as indicated in the Bidding Documents.

    H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder.

    I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.

    ARTICLE 4 - BIDDER’S CERTIFICATION

    4.1 Bidder certifies that:

    A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;

    B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;

    C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

    D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Article:

    1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process;

    2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-3 BID FORM

    3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

    4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

    ARTICLE 5 - BASIS OF BID

    5.1 Bidder will perform the Work in accordance with the Contract Documents for the prices shown in the Bid Schedule that follow.

    5.2 Bidder acknowledges that Bidder’s price(s) constitute Bidder’s sole compensation for performing all Work required by the Contract Documents, and if a particular part of the Work is not listed specifically in the Bid Item Descriptions, Bidder has included that part of the Work in the Bid Item Description which it most logically belongs.

    CONTRACT NO. 1 - GENERAL

    A. Schedule A: Base Bid - General

    1. Base Bid items include all Work in the Contract Documents except items specifically identified as Allowances.

    Bid Item No.

    Estimated Quantity Description Total Price

    A-1 Lump Sum Mobilization / Demobilization (Cannot exceed 5% of total Contract No. 1) $ A-2 Lump Sum General Construction $ A-3 Lump Sum Record Documents – General $ SUBTOTAL SCHEDULE A (Sum of Bid Items A-1 thru A-3) $

    A. Schedule B: Additive Alternates - General

    1. Additive Alternate Bid items include all Work as outlined in the Contract Drawings and Specifications.

    Bid Item No.

    Estimated Quantity Description Total Price

    B-1 Lump Sum SCADA System $ B-2 Lump Sum SCADA System Integration $ B-3 Lump Sum Valve Vault Resurfacing $ SUBTOTAL SCHEDULE B (Sum of Bid Items B-1 thru B-3) $

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-4 BID FORM

    B. Schedule C: Total Bid Price - General

    1. Determination of the apparent low Bidder shall be based on Schedule A: Base Bid – General Price determined as follows.

    2. All mathematical errors will be corrected. In case of a discrepancy between unit prices bid and extended totals, unit prices will govern. In case of discrepancy between the correct sum of individual bid items and the (incorrectly) calculated sum, the correct sum of individual bid items will govern.

    Schedule Total Price Schedule A: Base Bid - General $ Schedule B: Additive Alternates - General $ TOTAL BID PRICE - CONTRACT NO. 1 $

    BASE BID - GENERAL PRICE, CONTRACT NO. 1 (in words) ADDATIVE ALTERNATE - GENERAL PRICE, CONTRACT NO. 1 (in words)

    ARTICLE 6 - Not used.

    ARTICLE 7 - TIME OF COMPLETION

    7.1 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

    7.2 Bidder accepts the provisions of the Agreement as to liquidated damages.

    ARTICLE 8 - ATTACHMENTS TO THIS BID

    8.1 The following documents are submitted with and made a condition of this Bid:

    A. Required Bid Security in the form of a Bid Bond.

    B. Statement of Surety’s Intent.

    C. Bidder’s Qualification Statement.

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-5 BID FORM

    D. List of Proposed Subcontractors.

    E. Contractor’s License No.:______ or Evidence of Bidder’s Ability to Obtain a State Contractor’s License.

    F. Non-Collusive Bidding Certification.

    G. Standard Clauses for New York State Department of Environmental Conservation Contracts.

    H. EEO Policy Statement.

    I. Iran Divestment Act Certification.

    J. New York State Vendor Responsibility Questionnaire.

    K. New York State Sexual Harassment Policy and Plans.

    L. New York State Department of Environmental Conservation M/WBE-EEO Utilization Plan

    ARTICLE 9 - DEFINED TERMS

    9.1 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-6 BID FORM

    ARTICLE 10 - BID SUBMITTAL This Bid is submitted by: If Bidder is: An Individual Name (typed or printed): By

    (Individual’s Name)

    Doing business as: A Partnership Partnership Name: (SEAL) By

    (Signature of general partner--attach evidence of authority to sign) Name (typed or printed): A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By

    (Signature--attach evidence of authority to sign) Name (typed or printed): Title: Attest: (CORPORATE SEAL)

    (Signature of Corporate Secretary) Date of Qualification to do business in State where project is located is:

  • BID FORM

    This document has been modified from its original form as an EJCDC document and the user did not highlight the modification. You are encouraged to read the document carefully and consult Legal Counsel prior to its execution.

    Copyright ©2007 National Society of Professional Engineers for EJCDC. All rights reserved.

    19016 Tarbell Hill Pump Station Improvements 00410-7 BID FORM

    A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By (Signature of joint venturer partner--attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By (Signature--attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) Bidder’s Business Address Phone No. ___________________________________ Fax No. Email ______________________________________ SUBMITTED on ___________________, 20_______ State Contractor License No. __________________ if applicable.

    END OF SECTION

  • PENAL SUM FORM

    EJCDC C-430 Bid Bond (Penal Sum Form)Prepared by the Engineers Joint Contract Documents Committee.

    Page 1 of 2

    BID BOND

    Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.

    BIDDER (Name and Address):

    SURETY (Name and Address of Principal Place of Business):

    OWNER (Name and Address):

    BID Bid Due Date: Description (Project Name and Include Location):

    BOND Bond Number: Date (Not earlier than Bid due date): Penal sum $

    (Words) (Figures)

    Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause thisBid Bond to be duly executed by an authorized officer, agent, or representative.

    BIDDER SURETY(Seal) (Seal)

    Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal

    By: By:Signature Signature (Attach Power of Attorney)

    Print Name Print Name

    Title Title

    Attest: Attest:Signature Signature

    Title TitleNote: Above addresses are to be used for giving any required notice. Provide execution by any additionalparties, such as joint venturers, if necessary.

  • PENAL SUM FORM

    EJCDC C-430 Bid Bond (Penal Sum Form)Prepared by the Engineers Joint Contract Documents Committee.

    Page 2 of 2

    1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors,and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment ofthe penal sum is the extent of Bidder’s and Surety’s liability. Recovery of such penal sum under the terms of thisBond shall be Owner’s sole and exclusive remedy upon default of Bidder.

    2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the BiddingDocuments (or any extension thereof agreed to in writing by Owner) the executed Agreement required by theBidding Documents and any performance and payment bonds required by the Bidding Documents.

    3. This obligation shall be null and void if:

    3.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (orany extension thereof agreed to in writing by Owner) the executed Agreement required by the BiddingDocuments and any performance and payment bonds required by the Bidding Documents, or

    3.2 All Bids are rejected by Owner, or

    3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety whenrequired by Paragraph 5 hereof).

    4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days afterreceipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonablepromptness, identifying this Bond and the Project and including a statement of the amount due.

    5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice ofAward agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Awardincluding extensions shall not in the aggregate exceed 120 days from Bid due date without Surety’s writtenconsent.

    6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of defaultrequired in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid duedate.

    7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located inthe state in which the Project is located.

    8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addressesshown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by UnitedStates Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effectiveupon receipt by the party concerned.

    9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing theauthority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, anddeliver such Bond and bind the Surety thereby.

    10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of anyapplicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth atlength. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shallgovern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.

    11. The term “Bid” as used herein includes a Bid, offer, or proposal as applicable.

  • 19016 Tarbell Hill Pump Station Improvements BID SECURITY

    BID SECURITY

    (ATTACH BID SECURITY TO THIS PAGE IF CERTIFIED CHECK.)

  • 19016 Tarbell Hill Pump Station Improvements STATEMENT OF SURETY’S INTENT

    STATEMENT OF SURETY’S INTENT

    (To be completed if Bid Security is to be Certified or Bank Cashier’s Check)

    To: ____________________________________________________________________________________

    (Owner)

    We have reviewed the Bid of _________________________________________________________ (Contractor)

    of ___________________________________________________________________________________

    (Address) for ___________________________________________________________________________________ ______________________________________________________________________________________

    (Project) Bids for which will be received on ___________________________________________________________

    (Bid Opening Date)

    and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him, it is our present intention to become surety on the performance bond and labor and material bond required by the Contract.

    Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assume no liability to you or third parties if for any reason we do not execute the requisite bonds.

    We are duly authorized to do business in the State of ____________________. Attest: _____________________________ __________________________________________

    __________________________________________ Surety’s Authorized Signature(s)

    Attach Power of Attorney (Corporate seal if any. If no seal, write “No Seal” across this place and sign.)

    (This form must be completed prior to the submission of the bid.)

  • 19016 Tarbell Hill Pump Station Improvements BIDDER’S QUALIFICATION STATEMENT

    BIDDER’S QUALIFICATION STATEMENT To induce the making of this Contract, the Bidder represents to the Owner the following, as evidence of Bidder’s Qualifications to perform the work herein specified:

    1. How many years has your organization been in business under the name in which you propose to execute this Contract?

    Years

    2. What projects of character similar to that proposed has your present organization completed? Give the information indicated by the following tabulations:

    NAME, ADDRESS, AND PHONE

    NO. OF OWNER FOR WHOM WORK WAS DONE

    DESCRIPTION OF WORK

    APPROXIMATE AMOUNT OF CONTRACT

    APPROXIMATE DATE WORK WAS DONE

    3. Has your present organization ever failed to complete any work awarded to it? If so, state when,

    where and why. _____________________________________________________________________________________ ________________________________________________________________________________________

    4. Do you have, or can you procure the necessary personnel, equipment, facilities and financial resources to immediately undertake and satisfactorily complete the work contemplated in this Contract?

    5. (Other requirements as pertinent)

  • 19016 Tarbell Hill Pump Station Improvements LIST OF PROPOSED SUBCONTRACTORS

    LIST OF PROPOSED SUBCONTRACTORS

    This document is an Attachment to the Bid Form and is a legally binding part thereof;

    Each Bidder shall complete this “List of Proposed Subcontractors” in its entirety. Failure to do so shall render the Bid Form non-responsive and be grounds for its rejection by Owner. If Bidder intends to self perform the type of work indicates, write “Self Perform” under Subcontractor Name.

    Type of Work

    Subcontractor Name & Address

    Certified Disadvantage

    Business Enterprise? or

    applicable terminology

    Subcontract Amount

    State Contractor

    License Number

    Mechanical

    Electrical

    Dewatering

    Civil/Site

    Masonry

    Painting

    Roofing

    HVAC

    Plumbing

    Concrete

    Total Subcontracted Amount: $___________________

    Percent of Total Contract: _________________%

  • 19016 Tarbell Hill Pump Station Improvements CONTRACTOR’S LICENSE NO. OR STP

    CONTRACTOR’S LICENSE NO.

    OR

    EVIDENCE OF BIDDER’S ABILITY TO OBTAIN STATE CONTRACTOR’S LICENSE

  • 19016 Tarbell Hill Pump Station Improvements Non-Collusive Bidding Certification

    NON-COLLUSIVE BIDDING CERTIFICATION Section 103-d of the General Municipal Law requires the following statement subscribed by the bidder as true under the penalties of perjury: Non-Collusive Bidding Certification.

    (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in a case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief:

    (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor.

    (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder 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.

    Section 103-d of the General Municipal Law, as amended by Chapter 675 L 1966, in addition to requiring the above certification, provides as follows:

    (b) 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 the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political sub-division, 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 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 (a).

    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 bids and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. Dated: , 20____

    Signed: ______________________________Name

    ______________________________Title

    ______________________________Company

    ______________________________Address Corporate Seal

  • Page 1 of 19, Attachment A-1 Agency Specific Terms and Conditions September 2017

    ATTACHMENT A-1

    PROGRAM SPECIFIC TERMS AND CONDITIONS

    Standard Clauses for All New York State

    Department of Environmental Conservation Contracts

    The parties to the attached contract, license, lease, grant, amendment or other agreement of any kind (hereinafter "the

    contract" or "this contract") agree to be bound by the following clauses which are hereby made a part of the contract. The word

    "Contractor" herein refers to any party to the contract, other than the New York State Department of Environmental Conservation

    (hereinafter "Department").

    A) AGENCY SPECIFIC TERMS AND CONDITIONS

    I. Postponement, suspension, abandonment or termination by the Department: Within 15 days of receipt of notice, the Contractor shall deliver to the Department all data, reports, plans, or other documentation related to the performance of this

    contract, including but not limited to source codes and specifications, guarantees, warranties, as-built plans and shop drawings.

    In any of these events, the Department shall make settlement with the Contractor upon an equitable basis as determined by the

    Department which shall fix the value of the work which was performed by the Contractor prior to the postponement, suspension,

    abandonment or termination of this contract. This clause shall not apply to this contract if the contract contains other provisions

    applicable to postponement, suspension or termination of the contract.

    II. Conflict of Interest (a) Organizational Conflict of Interest - To the best of the Contractor's knowledge and belief, the Contractor warrants that

    there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as herein defined, or

    that the Contractor has disclosed all such relevant information to the Department.

    (1) An organizational conflict of interest exists when the nature of the work to be performed under this contract may, without

    some restriction on future activities, impair or appear to impair the Contractor's objectivity in performing the work for the

    Department.

    (2) The Contractor agrees that if an actual, or potential organizational conflict of interest is discovered at any time after

    award, whether before or during performance, the Contractor will immediately make a full disclosure in writing to the

    Department. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after

    consultation with the Department, to avoid, mitigate, or minimize the actual or potential conflict.

    (3) To the extent that the work under this contract requires access to personal, proprietary or confidential business or

    financial data of persons or other companies, and as long as such data remains proprietary or confidential, the Contractor shall

    protect such data from unauthorized use and disclosure and agrees not to use it to compete with such companies.

    (b) Personal Conflict of Interest - The following provisions with regard to management or professional level employee

    personnel performing under this contract shall apply until the earlier of the termination date of the affected employee(s) or the

    duration of the contract.

    (1) A personal conflict of interest is defined as a relationship of an employee, subcontractor employee, or consultant with

    an entity that may impair or appear to impair the objectivity of the employee, subcontractor employee, or consultant in performing

    the contract work. The Contractor agrees to notify the Department immediately of any actual or potential personal conflict of

    interest with regard to any such person working on or having access to information regarding this contract, as soon as Contractor

    becomes aware of such conflict. The Department will notify the Contractor of the appropriate action to be taken.

    (2) The Contractor agrees to advise all management or professional level employees involved in the work of this contract,

    that they must report any personal conflicts of interest to the Contractor. The Contractor must then advise the Department which

    will advise the Contractor of the appropriate action to be taken.

  • Page 2 of 19, Attachment A-1 Agency Specific Terms and Conditions September 2017

    (3) Unless waived by the Department, the Contractor shall certify annually that, to the best of the Contractor's knowledge

    and belief, all actual, apparent or potential conflicts of interest, both personal and organizational, as defined herein, have been

    reported to the Department. Such certification must be signed by a senior executive of the Contractor and submitted in accordance

    with instructions provided by the Department. Along with the annual certification, the Contractor shall also submit an update of

    any changes in any conflict of interest plan submitted with its proposal for this contract. The initial certification shall cover the

    one-year period from the date of contract award, and all subsequent certifications shall cover successive annual periods thereafter.

    The certification is to be submitted no later than 45 days after the close of the previous certification period covered.

    (4) In performing this contract, the Contractor recognizes that its employees may have access to data, either provided by

    the Department or first generated during contract performance, of a sensitive nature which should not be released without

    Department approval. If this situation occurs, the Contractor agrees to obtain confidentiality agreements from all affected

    employees working on requirements under this contract including subcontractors and consultants. Such agreements shall contain

    provisions which stipulate that each employee agrees not to disclose, either in whole or in part, to any entity external to the

    Department, Department of Health or the New York Department of Law, any information or data provided by the Department

    or first generated by the Contractor under this contract, any site-specific cost information, or any enforcement strategy without

    first obtaining the written permission of the Department. If a Contractor, through an employee or otherwise, is subpoenaed to

    testify or produce documents, which could result in such disclosure, the Contractor must provide immediate advance notification

    to the Department so that the Department can authorize such disclosure or have the opportunity to take action to prevent such

    disclosure. Such agreements shall be effective for the life of the contract and for a period of five (5) years after completion of the

    contract.

    (c) Remedies - The Department may terminate this contract in whole or in part, if it deems such termination necessary to

    avoid an organizational or personal conflict of interest, or an unauthorized disclosure of information. If the Contractor fails to

    make required disclosures or misrepresents relevant information to the Department, the Department may terminate the contract,

    or pursue such other remedies as may be permitted by the terms of Clause I of this Attachment or other applicable provisions of

    this contract regarding termination.

    (d) The Contractor will be ineligible to make a proposal or bid on a contract for which the Contractor has developed the

    statement of work or the solicitation package

    (e) The Contractor agrees to insert in each subcontract or consultant agreement placed hereunder (except for subcontracts

    or consultant agreements for well drilling, fence erecting, plumbing, utility hookups, security guard services, or electrical

    services) provisions which shall conform substantially to the language of this clause, including this paragraph (e), unless

    otherwise authorized by the Department.

    III. Dispute Resolution The parties agree to the following steps, or as many as are necessary to resolve disputes between the Department and

    the Contractor.

    (a) The Contractor specifically agrees to submit, in the first instance, any dispute relating to this contract to the designated

    individual, who shall render a written decision and furnish a copy thereof to the Contractor.

    (1) The Contractor must request such decision in writing no more than fifteen days after it knew or should have known of

    the facts which are the basis of the dispute.

    (2) The decision of the designated individual shall be the final DEC determination, unless the Contractor files a written

    appeal of that decision with the designated appeal individual (ADAI@) within twenty days of receipt of that decision.

    (b) Upon receipt of the written appeal, the DAI, will review the record and decision. Following divisional procedures in

    effect at that time, the DAI will take one of the following actions, with written notice to the Contractor.

    (1) Remand the matter to the program staff for further negotiation or information if it is determined that the matter is not

    ripe for review; or

    (2) Determine that there is no need for further action, and that the determination of the designated individual is confirmed;

    or

    (3) Make a determination on the record as it exists.

  • Page 3 of 19, Attachment A-1 Agency Specific Terms and Conditions September 2017

    (c) The decision of the DAI shall be the final DEC decision unless the Contractor files a written appeal of that decision

    with the Chair of the Contract Review Committee (ACRC@) within twenty days of receipt of that decision.

    The designated individual to hear disputes is:

    Joe DiMura, Director, Bureau of Water Compliance New York State Department of Environmental Conservation

    625 Broadway, 4th Floor, Albany, New York 12233-3506

    (518) 402-8117

    The designated appeal individual to review decisions is:

    Alan Fuchs, Director, Bureau of Flood Protection and Dam Safety

    New York State Department of Environmental Conservation

    625 Broadway, 4th Floor, Albany, New York 12233-3504

    (518) 402-8185

    The Chair of the Contract Review Committee is:

    Department of Environmental Conservation

    Nancy W. Lussier, Chair

    Contract Review Committee

    625 Broadway

    Albany, NY 12233-5010

    Telephone: (518) 402-9228

    (d) Upon receipt of the written appeal, the Chair of the CRC, in consultation with the members of the CRC and the Office

    of General Counsel, will take one of the following actions, or a combination thereof, with written notice to the

    Contractor.

    (1) Remand the matter to program staff for additional fact finding, negotiation, or other appropriate action; or

    (2) Adopt the decision of the DAI; or

    (3) Consider the matter for review by the CRC in accordance with its procedures.

    (e) Following a decision to proceed pursuant to (d) 3, above, the Chair of the CRC shall convene a proceeding in accordance

    with the CRC's established contract dispute resolution guidelines. The proceeding will provide the Contractor with an

    opportunity to be heard.

    (f) Following a decision pursuant to (d) 2 or (d) 3, the CRC shall make a written recommendation to the Deputy

    Commissioner for Administration who shall render the final DEC determination.

    (g) At any time during the dispute resolution process, and upon mutual agreement of the parties, the Office of Hearings and

    Mediation Services (OHMS) may be requested to provide mediation services or other appropriate means to assist in

    resolving the dispute. Any findings or recommendations made by the OHMS will not be binding on either party.

    (h) Final DEC determinations shall be subject to review only pursuant to Article 78 of the Civil Practice Law and Rules.

    (i) Pending final determination of a dispute hereunder, the Contractor shall proceed diligently with the performance of the

    Contract in accordance with the decision of the designated individual. Nothing in this Contract shall be construed as

    making final the decision of any administrative officer upon a question of law.

    (j)(1) Notwithstanding the foregoing, at the option of the Contractor, the following shall be subject to review by the CRC:

    Disputes arising under Article 15-A of the Executive Law (Minority and Women Owned Business participation), the

    Department's determination with respect to the adequacy of the Contractor's Utilization Plan, or the Contractor's

    showing of good faith efforts to comply therewith. A request for a review before the CRC should be made, in writing,

  • Page 4 of 19, Attachment A-1 Agency Specific Terms and Conditions September 2017

    within twenty days of receipt of the Department's determination.

    (2) The CRC will promptly convene a review in accordance with Article 15-A of the Executive Law and the regulations

    promulgated thereunder.

    IV. Tax Exemption Pursuant to Tax Law Section 1116, the State is exempt from sales and use taxes. A standard state voucher is sufficient

    evidence thereof. For federal excise taxes, New York=s registration Number 14740026K covers tax-free transactions under the Internal Revenue Code.

    V. Litigation Support In the event the Department becomes involved in litigation related to the subject matter of this contract, the Contractor

    agrees to provide background support and other litigation support, including but not limited to depositions, appearances,

    and testimony. Any compensation paid to the Contractor under this paragraph will be negotiated and based on the rates

    established in the contract, or as may otherwise be provided in the contract. No compensation for such support will be

    paid if the litigation is the result of the Contractors misconduct, negligence or omissions.

    VI. Inventions or Discoveries The Scope of work of this agreement shall not include any inventions. If however, an invention results from this project

    it shall be owned as follows:

    Any invention or discovery first made or conceived and reduced to practice in the performance of this Contract solely

    by the Contractor shall remain with the Contractor; provided that the Contractor shall grant to the Department and the

    State a nonexclusive, nontransferable, irrevocable, paid-up license to practice or have practiced for on behalf of the

    Department and the State th