Well 5 WTP Backwash Lagoon Expansion

expired opportunity(Expired)
From: East Lyme(Town)

Basic Details

started - 01 Feb, 2024 (2 months ago)

Start Date

01 Feb, 2024 (2 months ago)
due - 16 Feb, 2024 (2 months ago)

Due Date

16 Feb, 2024 (2 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Town of East Lyme

Customer / Agency

Town of East Lyme
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 OFFICIAL BID ADVERTISEMENT East Lyme Water and Sewer Department “Well 5 WTP Backwash Lagoon Expansion” Sealed bids will be received at the Water & Sewer Office, East Lyme Town Hall until 10 AM Friday February 16, 2024. This bid advertisement entails expanding the existing lagoon from approximately 15,508 CF to 40,418 CF. The Well 5 WTP backwash lagoons are located adjacent to 21 Filosi Rd, East Lyme, CT 06333. This work will include; site work, ductile iron pipe work and a perimeter fence. The Standard Bid and Contract Terms and Conditions and the Bid Forms and Technical Specifications can be found on the Town’s website at eltownhall.com. A mandatory pre-bid meeting will be held at the Well 5 WTP site on Wednesday January 31, 2024 at 10am. Contact East Lyme Water below to get directions and register. Any questions regarding this bid should be emailed to Matthew Garneau (mgarneau@eltownhall.com) no later than 4 PM on Friday
February 9, 2024, in case an addendum needs to be sent to all prospective bidders. The East Lyme Water and Sewer Department reserves the right to accept or reject any or all bids; to waive any informality, or; to accept any bid deemed in the best interests of the East Lyme Water and Sewer Department. East Lyme Water and Sewer Department AN AFFIRMATIVE ACTION/EQUAL OPPORTUNITY EMPLOYER MBE/WBE AND SBE’s are encouraged to bid East Lyme Water and Sewer Department http://www.eltownhall.com/ mailto:mgarneau@eltownhall.com 2 PO Box 519 108 Pennsylvania Ave, Niantic, CT 06357 STANDARD BID & CONTRACT TERMS AND CONDITIONS All Invitations for Bids issued by the Town of East Lyme Water and Sewer Department (“East Lyme Water and Sewer Department”, “Water and Sewer Department”, or “Town”) will bind Bidders to the terms and conditions listed below, unless specified otherwise in any individual Invitation for Bid. Submission of Bids 1. Bids must be submitted on forms supplied by the Town of East Lyme Water and Sewer Department. Telephone or facsimile bids will not be accepted in response to any Invitation for Bids. 2. All blank spaces for bid prices must be filled in, in ink or typewritten. 3. Each bid must be submitted in a sealed envelope bearing on the outside, the name of the bidder, his/her address, and the name of the project for which the bid is submitted. 4. If it becomes necessary to revise any part of this request or if additional data is necessary to enable interpretation of provisions of this document, an addenda will be provided to all prospective firms who receive this document, or notify the Town that they wish to submit a bid; such addenda will additionally be posted on the following website: eltownhall.com. The addenda document would need to be acknowledged on the Bid Form. The Town of East Lyme Water and Sewer Department does not assume responsibility for any contractor that does not receive an addenda, where the contractor has not acknowledged receipt of any portion thereof. 5. Incomplete Bid forms may result in the rejection of the Bid. Amendments to Bids received by the Town after the time specified for opening of Bids, shall not be considered. Bids shall be computer prepared, typewritten or handwritten in ink. All Bids shall be signed by a person duly authorized to sign Bids on behalf of the Bidders. Errors, alterations or corrections on both the original and copy of the Bid schedule to be returned must be initialed by the person signing the Bid or their authorized designee. In the event an authorized designee initials the correction, there must be written authorization from the person signing the Bid to the person initialing the erasure, alterations, or correction. Failure to do so shall result in rejection of Bid for those items erased, altered or corrected and not initialed. 6. The Town of East Lyme Water and Sewer Department reserves the right to accept or reject any and all Bid responses, in whole or in part, to waive technical defects, irregularities and omissions if, in its judgment, the best interests of the Town will be served. 7. Conditional Bids are subject to rejection in whole or in part. A conditional Bid is defined as one which limits, modifies, expands or supplements any of the terms and conditions and/or specifications of the invitation for Bids. 8. Pursuant to Section 12-412 of the Connecticut General Statutes, municipalities are exempt from the payment of excise, transportation and sales taxes imposed by the Federal Government and/or the State. Such taxes must not be included in Bid prices. 9. By its submission, the Bidder represents that the Bid is not made in connection with any other Bidders submitting a Bid for the same commodity or commodities and is in all respects fair and without collusion or fraud. http://www.eltownhall.com/ 3 Qualifications of the Bidder The East Lyme Water and Sewer Department may make whatever investigations it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Water and Sewer Department all information and data for this purpose as the Water and Sewer Department may request. The Water and Sewer Department reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the Water and Sewer Department that the bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Insurance Requirements The Town of East Lyme Water and Sewer Department requires the Contractor to carry the following insurance coverages insurance to protect it from loss. The following minimum limits shall be met:  General Liability: $1,000,000 each occurrence; $2,000,000 aggregate  Automobile Liability: $1,000,000 for owned, non owned and leased vehicles in a combined single limit for each accident  Workers’ Compensation: Shall be in accordance with State of Connecticut requirements at the time of the contract. The policy must contain a waiver of subrogation in favor of the Town of East Lyme, executed by the insurance company  Umbrella/Excess Liability: $5,000,000 each occurrence; $5,000,000 aggregate and providing coverage over the Commercial General Liability, Commercial Automobile Liability and the Employer Liability section of the Workers Compensation coverage.  Pollution Liability: $1,000,000 each occurrence; $1,000,000 aggregate The Town of East Lyme, the Town of East Lyme Water and Sewer Department, its officers (both elected and appointed), employees, and agents shall be named as additional insured per contract on all policies, except Workers Compensation, on a primary and non- contributory basis. A waiver of subrogation applies in favor of the Town of East Lyme with respect to GL, Auto, Umbrella/ Excess and WC. Thirty (30) days’ notice of cancellation is required and must be provided to the Town of East Lyme via certified mail. If the Contractor has any subcontractors perform work on this project, the Water and Sewer Department would need to have a list of the contractors, what work they are performing and their insurance limits and requirements, including additional insured status of Town, that also meets the above standards. 4 Bid Bond All Bidders shall furnish with their Bid a bid security in the form of a bid bond, cash or a certified check, treasurer’s check or cashier’s check issued by a responsible bank or trust company, in the amount of 5% of the total amount of the Bid and made payable to the Town of East Lyme. Payment Bond Contractor shall furnish a payment bond, in an amount at least equal to the Contract Price, as security for the faithful payment of all of Contractor’s obligations under the Contract. These bonds shall remain in effect until one year after the date when final payment becomes due. Indemnification To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Town of East Lyme and the Town of East Lyme Water and Sewer Department from and against any and all claims, expenses (including attorney fees), judgments, damages to property or injuries to or death of any person or persons, including but not limited to property and employees or agents of the Town and the Water and Sewer Department and shall defend suits, actions or proceedings of any kind or nature including workmen’s compensation claims, of or by anyone whomsoever in any way resulting from or arising out of this project and from the operations of the contractor or subcontractors hired by Contractor to perform this Work. Insurance coverage specified herein constitutes the minimum requirements and said requirements shall in no way lessen or limit the liability of the Contractor under the terms of the contract. The Contractor shall procure and maintain, at his own cost and expense, any additional kinds and amount of insurance which in his own judgment, may be necessary for his proper protection in the execution of his work. The Contractor agrees to well and truly save and indemnify and hold harmless the Town of East Lyme and the Town of East Lyme Water and Sewer Department against all liability, judgments, costs and expenses which may in any way come against the Town and the Water and Sewer Department or which may in any way result from carelessness, omission or neglect of the contractor or his agent, subcontractors, employees or workmen in any way arising or resulting from the operation in connection herewith. This provision shall survive the termination of this Contract for services. Damage to Abutting Properties The Contractor shall be liable and responsible for, and reimburse the Town of East Lyme Water and Sewer Department, adjacent property owners and/or others for, any and all losses, damage or expense which the Town or those others may suffer, either directly or indirectly or through any claims of any person or party, for any trespass outside the spaces and rights of way provided by the Water and Sewer Department to the Contractor, for any property damage caused in whole or in part by Contractor and any of his employees or subcontractors while performing this Work, and or any violation or disregard of the terms and conditions established for the use or occupancy of those rights or for negligence in the exercise of those rights. The Water and Sewer Department may retain or deduct from any sum or sums 5 due or to become due to the Contractor such amount or amounts as may be proper to insure the Water and Sewer Department against loss or expense, by reason of the failure of the Contractor to observe the limits and conditions of the rights of way, rights of access, etc., provided by the Water and Sewer Department. Relationship Between Parties There is no employment relationship, express or implied, between Contractor and the Town of East Lyme. All Contractors, including successful bidder, are independent contractors. Timing of Work It is the intention of the Water Department to have the work substantially completed by June 1, 2024, at the latest unless there are weather or other events that are out of the control of the Contractor. The Water and Sewer Department will be the party that determines if the delays are caused by conditions out of the Contractor’s control. Site Limitations, Safety and Maintenance and Protection of Traffic The Contractor should be aware of the space limitations and road access available on this site. Several site restrictions will likely cause consideration of special means and methods that may become necessary as a result of the limited space available. A SITE VISIT IS REQUIRED PRIOR TO THE SUBMISSION OF BID. The Contractor shall comply with all requirements of the Occupational Safety and Health Act (OSHA). If required for the safe operation and site access of equipment and vehicles it is the Contractor’s responsibility to set up a safe traffic work zone pursuant to the latest edition of the Manual of Uniform Traffic Control (MUTCD). The cost of setting up the work zone safety pattern and hiring authorized and qualified traffic control personnel shall be incorporated into the pricing on the bid form, including lump sum. Measurement of Quantities & Payment The Contractor will be paid monthly by the approximate percent complete as approved by the East Lyme project manager. The Water and Sewer Department will make every effort to pay the Contractor in a timely fashion upon receipt of the invoice. Award of Bid The Water and Sewer Department intends to award a contract to a responsible bidder that the Water and Sewer Department determines can properly complete the job in the time period requested at the lowest total price as indicated on the Bid Form. 6 Prevailing Wages This should be considered a prevailing wage job. As such, the contractor and any subcontractors should be paid at least the minimum as identified in the attached Prevailing Wage document from the State of Connecticut. Attached to any invoice, the contractor must provide to the town certified payrolls for all contractor and subcontractor employees assigned to the job showing that the prevailing wage rate was paid. Technical Specifications and Design The contractor shall conform to the specifications outlined in the attached, enclosed, or otherwise referenced “EAST LYME WELL 5 BACKWASH LAGOON EXPANSION”. Any questions regarding this specifications and design should be brought to the East Lyme Water and Sewer Department prior to submitting a bid, a thorough review of these specifications is strongly encouraged. 7 BID FORM Well 5 WTP Backwash Lagoon Expansion FROM: __________________________________________________ (Bidder) TO: Town of East Lyme Water and Sewer Department Public Works Office – Lower Level of Town Hall PO Box 519, 108 Pennsylvania Ave, Niantic, CT 06357 The undersigned proposes to furnish through his bid price all charges, including all supervision, technical personnel, labor, materials, equipment, tools, appurtenances, services, and anything else necessary to perform and complete this Contract pursuant to the Standard Bid & Contract Terms and Conditions and Technical Specifications for the price(s) as listed below. Description Backwash Lagoon Construction according to the Technical Specification/Design Drawing: Base Bid (Lump Sum) _______________________ TOTAL AMOUNT BID = _______________________ LIST OF REFERENCES NAME ORGANIZATION CONTACT # 1. _______________ ____________________ __________________ 2. _______________ ____________________ __________________ ADDENDA RECEIPT Receipt of the following Addenda is hereby acknowledged: Addendum No. ____________________ Dated______________ The undersigned agrees to complete this work based on the project specifications for the above referenced bid price(s) if awarded. Signature __________________________ Main Contact # _______________________ Print Name __________________________ Address ________________________ Email Address __________________________ 8 EXAMPLE CONTRACT FOR “EAST LYME WELL 5 BACKWASH LAGOON EXPANSION” BETWEEN (Contractor) AND THE TOWN OF EAST LYME WATER AND SEWER DEPARTMENT THIS AGREEMENT, made this xx th day of (month), 2024 by and between the Town of East Lyme Water and Sewer Commission, Connecticut, herein called the “Owner”, acting herein through its Chairman, Mr. Dan Cunningham, and Contractor of Town, in xxx County, and the State of Connecticut, hereinafter called the “Contractor”. WITNESSETH: That for and in consideration the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and the CONTRACTOR hereby agrees with the OWNER to provide “EAST LYME WELL 5 BACKWASH LAGOON EXPANSION” in accordance with the attached Contract Terms and Conditions bid documents, and the Bid Form that are hereby made part of this contract. This agreement shall extend from the date it is signed until completion of the work. The parties further agree to be contractually bound to submit themselves to the personal jurisdiction of the courts of Connecticut. The venue for any court proceeding shall be in the Judicial District for New London at New London, Connecticut. The failure of any party to insist in any one or more instances upon performance of any of the terms or conditions of this Agreement shall not be construed as a waiver or a relinquishment of any right granted hereunder or of the future performance of any such term, covenant, or condition; but the obligations of the parties with respect thereto shall continue in full force and effect. This Agreement cannot be changed, modified or amended in any respect except by a written instrument signed by the parties hereto. Parties acknowledge and agree that all understandings and agreements heretofore made between the parties are merged in this agreement. This instrument contains the entire agreement of the parties. It may not be changed orally, but only by an agreement in writing signed by the party against whom enforcement of any waiver, change, modification, extension or discharge is sought. This agreement may not be assigned by any party hereto without the written consent of the other party. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this contract in the year and day first above mentioned. TOWN OF EAST LYME Name of Contractor WATER AND SEWER DEPARTMENT (OWNER) (CONTRACTOR) BY: BY: Dan Cunningham Authorized Representative TITLE: Chairman, First Selectman TITLE: DATE: DATE: PENAL SUM FORM EJCDC® C‐430, Bid Bond (Penal Sum Form). Published 2013. 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— Include Location): BOND Bond Number: Date: Penal sum $ (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid 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 Title Note: Addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. PENAL SUM FORM EJCDC® C‐430, Bid Bond (Penal Sum Form). Published 2013. 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 of the penal sum is the extent of Bidder’s and Surety’s liability. Recovery of such penal sum under the terms of this Bond 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 Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding 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 (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents 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 when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, 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 of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety’s written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre‐paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern 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. EJCDC® C‐615, Payment Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 1 of 3 PAYMENT BOND CONTRACTOR (name and address): SURETY (name and address of principal place of business): OWNER (name and address): CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: Description (name and location): BOND Bond Number: Date (not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Modifications to this Bond Form: None See Paragraph 18 Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY (seal) (seal) Contractor’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 Title Notes: (1) Provide supplemental execution by any additional parties, such as joint venturers. (2) Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. EJCDC® C‐615, Payment Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 2 of 3 1. The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials, and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds harmless the Owner from claims, demands, liens, or suits by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. 3. If there is no Owner Default under the Construction Contract, the Surety’s obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 13) of claims, demands, liens, or suits against the Owner or the Owner’s property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. 4. When the Owner has satisfied the conditions in Paragraph 3, the Surety shall promptly and at the Surety’s expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit. 5. The Surety’s obligations to a Claimant under this Bond shall arise after the following: 5.1 Claimants who do not have a direct contract with the Contractor, 5.1.1 have furnished a written notice of non‐ payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and 5.1.2 have sent a Claim to the Surety (at the address described in Paragraph 13). 5.2 Claimants who are employed by or have a direct contract with the Contractor have sent a Claim to the Surety (at the address described in Paragraph 13). 6. If a notice of non‐payment required by Paragraph 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant’s obligation to furnish a written notice of non‐payment under Paragraph 5.1.1. 7. When a Claimant has satisfied the conditions of Paragraph 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety’s expense take the following actions: 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and 7.2 Pay or arrange for payment of any undisputed amounts. 7.3 The Surety’s failure to discharge its obligations under Paragraph 7.1 or 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 7.1 or 7.2, the Surety shall indemnify the Claimant for the reasonable attorney’s fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. 8. The Surety’s total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney’s fees provided under Paragraph 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner’s priority to use the funds for the completion of the work. 10. The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. 11. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. EJCDC® C‐615, Payment Bond Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 3 of 3 12. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 13. Notice and Claims to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. 14. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16. Definitions 16.1 Claim: A written statement by the Claimant including at a minimum: 1. The name of the Claimant; 2. The name of the person for whom the labor was done, or materials or equipment furnished; 3. A copy of the agreement or purchase order pursuant to which labor, materials, or equipment was furnished for use in the performance of the Construction Contract; 4. A brief description of the labor, materials, or equipment furnished; 5. The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; 6. The total amount earned by the Claimant for labor, materials, or equipment furnished as of the date of the Claim; 7. The total amount of previous payments received by the Claimant; and 8. The total amount due and unpaid to the Claimant for labor, materials, or equipment furnished as of the date of the Claim. 16.2 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic’s lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms of “labor, materials, or equipment” that part of the water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor’s subcontractors, and all other items for which a mechanic’s lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. 16.3 Construction Contract: The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. 16.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 16.5 Contract Documents: All the documents that comprise the agreement between the Owner and Contractor. 17. If this Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 18. Modifications to this Bond are as follows: CLASSIFICATION Hourly Rate Benefits Well 5 WTP Backwash Lagoon ExpansionProject: Minimum Rates and Classifications for Heavy/Highway Construction ID#: By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and will apply only where the contract is advertised for bid within 20 days of the date on which the rates are established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund shall pay this amount to each employee as part of his/her hourly wages. Project Number: State#: Project: FAP#: Project Town: Well 5 WTP Backwash Lagoon Expansion East Lyme Connecticut Department of Labor Wage and Workplace Standards 24-56796 1) Boilermaker 45.21 29.05 1a) Bricklayer, Cement Masons, Cement Finishers, Plasterers, Stone Masons 41.63 34.50 2) Carpenters, Piledrivermen 37.61 27.61 2a) Diver Tenders 37.61 27.61 3) Divers 46.07 27.61 03a) Millwrights 40.56 28.87 4) Painters: (Bridge Construction) Brush, Roller, Blasting (Sand, Water, etc.), Spray 56.25 25.15 4a) Painters: Brush and Roller 37.62 24.55 4b) Painters: Spray Only 40.62 24.55 As of: January 8, 2024 4c) Painters: Steel Only 39.62 24.55 4d) Painters: Blast and Spray 40.62 24.55 4e) Painters: Tanks, Tower and Swing 39.62 24.55 4f) Elevated Tanks (60 feet and above) 46.62 24.55 5) Electrician (Trade License required: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 V- 1,2,7,8,9) 42.6 33.21+3% of gross wage 6) Ironworkers: Ornamental, Reinforcing, Structural, and Precast Concrete Erection 42.37 40.02 + a 7) Plumbers (Trade License required: (P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2) and Pipefitters (Including HVAC Work) (Trade License required: S- 1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4 G-1, G-2, G-8, G-9) 48.28 35.50 ----LABORERS---- - 8) Group 1: General Laborers and concrete specialist 33.5 25.59 8) Group 1a: Acetylene Burners (Hours worked with a torch) 34.5 25.59 9) Group 2: Chain saw operators, fence and guard rail erectors, pneumatic tool operators, powdermen 33.75 25.59 10) Group 3: Pipelayers 34.0 25.59 11) Group 4: Jackhammer/Pavement breaker (handheld); mason tenders (cement/concrete), catch basin builders, asphalt rakers, air track operators, block paver, curb setter and forklift operators 34.0 25.59 As of: January 8, 2024 12) Group 5: Toxic waste removal (non-mechanical systems) 35.5 25.59 13) Group 6: Blasters 35.25 25.59 Group 7: Asbestos/lead removal, non-mechanical systems (does not include leaded joint pipe) 36.5 25.59 Group 8: Traffic control signalmen 20.1 25.59 Group 9: Hydraulic Drills 34.25 25.59 Group 10: Toxic Waste Removers A or B With PPE 36.5 25.59 ----LABORERS (TUNNEL CONSTRUCTION, FREE AIR). Shield Drive and Liner Plate Tunnels in Free Air.---- 13a) Miners, Motormen, Mucking Machine Operators, Nozzle Men, Grout Men, Shaft & Tunnel Steel & Rodmen, Shield & Erector, Arm Operator, Cable Tenders 35.73 25.59 + a 13b) Brakemen, Trackmen, Miners' Helpers and all other men 34.76 25.59 + a ----CLEANING, CONCRETE AND CAULKING TUNNEL---- 14) Concrete Workers, Form Movers, and Strippers 34.76 25.59 + a 15) Form Erectors 35.09 25.59 + a ----ROCK SHAFT LINING, CONCRETE, LINING OF SAME AND TUNNEL IN FREE AIR:---- As of: January 8, 2024 16) Brakemen, Trackmen, Tunnel Laborers, Shaft Laborers, Miners Helpers 34.76 25.59 + a 17) Laborers Topside, Cage Tenders, Bellman 34.65 25.59 + a 18) Miners 35.73 25.59 + a ----TUNNELS, CAISSON AND CYLINDER WORK IN COMPRESSED AIR: ---- 18a) Blaster 42.22 25.59 + a 19) Brakemen, Trackmen, Groutman, Laborers, Outside Lock Tender, Gauge Tenders 42.02 25.59 + a 20) Change House Attendants, Powder Watchmen, Top on Iron Bolts 40.04 25.59 + a 21) Mucking Machine Operator, Grout Boss, Track Boss 42.81 25.59 + a ----TRUCK DRIVERS----(*see note below) Two Axle Trucks, Helpers 32.16 30.51 + a Three Axle Trucks; Two Axle Ready Mix 32.27 30.51 + a Three Axle Ready Mix 32.33 30.51 + a Four Axle Trucks 32.39 30.51 + a Four Axle Ready-Mix 32.44 30.51 + a As of: January 8, 2024 Heavy Duty Trailer (40 tons and over) 34.66 30.51 + a Specialized earth moving equipment other than conventional type on-the road trucks and semi-trailer (including Euclids) 32.44 30.51 + a Heavy Duty Trailer (up to 40 tons) 33.39 30.51 + a Snorkle Truck 32.54 30.51 + a ----POWER EQUIPMENT OPERATORS---- Group 1: Crane Handling or Erecting Structural Steel or Stone, Hoisting Engineer (2 drums or over). (Trade License Required) 52.78 27.80 + a Group 1a: Front End Loader (7 cubic yards or over); Work Boat 26 ft. and over. 48.37 27.80 + a Group 2: Cranes (100 ton rate capacity and over); Bauer Drill/Caisson. (Trade License Required) 52.41 27.80 + a Group 2a: Cranes (under 100 ton rated capacity). 51.51 27.80 + a Group 2b: Excavator over 2 cubic yards; Pile Driver ($3.00 premium when operator controls hammer). 48.0 27.80 + a Group 3: Excavator; Gradall; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber Tire Excavator (Drott- 1085 or similar);Grader Operator; Bulldozer Fine Grade (slopes, shaping, laser or GPS, etc.). (Trade License Required) 47.1 27.80 + a Group 4: Trenching Machines; Lighter Derrick; CMI Machine or Similar; Koehring Loader (Skooper). 46.64 27.80 + a Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Spreader; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; 45.92 27.80 + a As of: January 8, 2024 Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" mandrel) Group 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller. 45.92 27.80 + a Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer). 45.55 27.80 + a Group 7: Asphalt Roller; Concrete Saws and Cutters (ride on types); Vermeer Concrete Cutter; Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and under Mandrel) 45.14 27.80 + a Group 8: Mechanic, Grease Truck Operator, Hydroblaster, Barrier Mover, Power Stone Spreader; Welder; Work Boat under 26 ft.; Transfer Machine. 44.67 27.80 + a Group 9: Front End Loader (under 3 cubic yards), Skid Steer Loader regardless of attachments (Bobcat or Similar); Fork Lift, Power Chipper; Landscape Equipment (including hydroseeder), Vacuum Excavation Truck and Hydrovac Excavation Truck (27 HG pressure or greater). 44.14 27.80 + a Group 10: Vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc. 41.69 27.80 + a Group 11: Conveyor, Earth Roller; Power Pavement Breaker (whiphammer), Robot Demolition Equipment. 41.69 27.80 + a Group 12: Wellpoint Operator. 41.61 27.80 + a Group 13: Compressor Battery Operator. 40.92 27.80 + a Group 14: Elevator Operator; Tow Motor Operator (Solid Tire No Rough Terrain). 39.54 27.80 + a As of: January 8, 2024 Group 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator. 39.06 27.80 + a Group 16: Maintenance Engineer. 38.28 27.80 + a Group 17: Portable Asphalt Plant Operator; Portable Crusher Plant Operator; Portable Concrete Plant Operator., Portable Grout Plant Operator, Portable Water Filtration Plant Operator. 43.46 27.80 + a Group 18: Power Safety Boat; Vacuum Truck; Zim Mixer; Sweeper; (minimum for any job requiring CDL license). 40.54 27.80 + a **NOTE: SEE BELOW ----LINE CONSTRUCTION----(Railroad Construction and Maintenance)---- 20) Lineman, Cable Splicer, Technician 48.36 16.92 21) Heavy Equipment Operator 42.26 6.5% + 19.88 22) Equipment Operator, Tractor Trailer Driver, Material Men 40.96 6.5% + 19.21 23) Driver Groundmen 26.5 6.5% + 9.00 23a) Truck Driver 40.96 6.5% + 17.76 ----LINE CONSTRUCTION---- 24) Driver Groundmen 30.92 6.5% + 9.70 25) Groundmen 22.67 6.5% + 6.20 As of: January 8, 2024 26) Heavy Equipment Operators 37.1 6.5% + 10.70 27) Linemen, Cable Splicers, Dynamite Men 41.22 6.5% + 12.20 28) Material Men, Tractor Trailer Drivers, Equipment Operators 35.04 6.5% + 10.45 Welders: Rate for craft to which welding is incidental. *Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers. **Note: Hazardous waste premium $3.00 per hour over classified rate Crane with 150 ft. boom (including jib) - $1.50 extra Crane with 200 ft. boom (including jib) - $2.50 extra Crane with 250 ft. boom (including jib) - $5.00 extra Crane with 300 ft. boom (including jib) - $7.00 extra Crane with 400 ft. boom (including jib) - $10.00 extra All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate". Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of each apprentice in a specific trade. ~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~ The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project. Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor's responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page: www.ct.gov/dol. For those without internet access, please contact the division listed below. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access. Contracting Agencies are under no obligation pursuant to State labor law to pay any increase due to the annual adjustment provision. Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage As of: January 8, 2024 All Person who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification. All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al) Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person. ~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)). Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790. As of: January 8, 2024 Informational Bulletin THE 10-HOUR OSHA CONSTRUCTION SAFETY AND HEALTH COURSE (applicable to public building contracts entered into on or after July 1, 2007, where the total cost of all work to be performed is at least $100,000) (1) This requirement was created by Public Act No. 06-175, which is codified in Section 31-53b of the Connecticut General Statutes (pertaining to the prevailing wage statutes); (2) The course is required for public building construction contracts (projects funded in whole or in part by the state or any political subdivision of the state) entered into on or after July 1, 2007; (3) It is required of private employees (not state or municipal employees) and apprentices who perform manual labor for a general contractor or subcontractor on a public building project where the total cost of all work to be performed is at least $100,000; (4) The ten-hour construction course pertains to the ten-hour Outreach Course conducted in accordance with federal OSHA Training Institute standards, and, for telecommunications workers, a ten-hour training course conducted in accordance with federal OSHA standard, 29 CFR 1910.268; (5) The internet website for the federal OSHA Training Institute is http://www.osha.gov/fso/ote/training/edcenters/fact_sheet.html; (6) The statutory language leaves it to the contractor and its employees to determine who pays for the cost of the ten-hour Outreach Course; (7) Within 30 days of receiving a contract award, a general contractor must furnish proof to the Labor Commissioner that all employees and apprentices performing manual labor on the project will have completed such a course; (8) Proof of completion may be demonstrated through either: (a) the presentation of a bona fide student course completion card issued by the federal OSHA Training Institute; or (2) the presentation of documentation provided to an employee by a trainer certified by the Institute pending the actual issuance of the completion card; (9) Any card with an issuance date more than 5 years prior to the commencement date of the construction project shall not constitute proof of compliance; (10) Each employer shall affix a copy of the construction safety course completion card to the certified payroll submitted to the contracting agency in accordance with Conn. Gen. Stat. § 31-53(f) on which such employee’s name first appears; (11) Any employee found to be in non-compliance shall be subject to removal from the worksite if such employee does not provide satisfactory proof of course completion to the Labor Commissioner by the fifteenth day after the date the employee is determined to be in noncompliance; (12) Any such employee who is determined to be in noncompliance may continue to work on a public building construction project for a maximum of fourteen consecutive calendar days while bringing his or her status into compliance; (13) The Labor Commissioner may make complaint to the prosecuting authorities regarding any employer or agent of the employer, or officer or agent of the corporation who files a false certified payroll with respect to the status of an employee who is performing manual labor on a public building construction project; (14) The statute provides the minimum standards required for the completion of a safety course by manual laborers on public construction contracts; any contractor can exceed these minimum requirements; and (15) Regulations clarifying the statute are currently in the regulatory process, and shall be posted on the CTDOL website as soon as they are adopted in final form. (16) Any questions regarding this statute may be directed to the Wage and Workplace Standards Division of the Connecticut Labor Department via the internet website of http://www.ctdol.state.ct.us/wgwkstnd/wgemenu.htm; or by telephone at (860)263-6790. THE ABOVE INFORMATION IS PROVIDED EXCLUSIVELY AS AN EDUCATIONAL RESOURCE, AND IS NOT INTENDED AS A SUBSTITUTE FOR LEGAL INTERPRETATIONS WHICH MAY ULTMATELY ARISE CONCERNIG THE CONSTRUCTION OF THE STATUTE OR THE REGULATIONS. http://www.ctdol.state.ct.us/wgwkstnd/wgemenu.htm THIS IS A PUBLIC WORKS PROJECT Covered by the PREVAILING WAGE LAW CT General Statutes Section 31-53 If you have QUESTIONS regarding your wages CALL (860) 263-6790 Section 31-55 of the CT State Statutes requires every contractor or subcontractor performing work for the state to post in a prominent place the prevailing wages as determined by the Labor Commissioner. NOTICE TO ALL CONTRACTING AGENCIES Please be advised that Connecticut General Statutes Section 31-53, requires the contracting agency to certify to the Department of Labor, the total dollar amount of work to be done in connection with such public works project, regardless of whether such project consists of one or more contracts. Please find the attached “Contracting Agency Certification Form” to be completed and returned to the Department of Labor, Wage and Workplace Standards Division, Public Contract Compliance Unit. Inquiries can be directed to 860.263.6790. CONNECTICUT DEPARTMENT OF LABOR WAGE AND WORKPLACE STANDARDS DIVISION Contracting Agency Certification Form I, , acting in my official capacity as , Authorized Representative Title for , located at , Contracting Agency Address do hereby certify that the total dollar amount of work to be done in connection with , located at , Project name and number Address shall be $ , which includes all work, regardless of whether such project contains of one or more contracts. Contractor Information Name: Address: Authorized Representative: Approximate Starting Date: Approximate Completion Date: Signature Date Return to: Connecticut Department of Labor Wage & Workplace Standards Division 200 Folly Brook Blvd. Wethersfield, CT 06109 Rate Schedule Issued (Date): Rev. 4/22 CONNECTICUT DEPARTMENT OF LABOR WAGE AND WORKPLACE STANDARDS DIVISION CONTRACTORS WAGE CERTIFICATION FORM Construction Manager at Risk/General Contractor/Prime Contractor I, of Officer, Owner, Authorized Rep. Company Name do hereby certify that the Company Name Street City and all of its subcontractors will pay all workers on the Project Name and Number Street and City the wages as listed in the schedule of prevailing rates required for such project (a copy of which is attached hereto). Signed Subscribed and sworn to before me this day of , . Notary Public Return to: Connecticut Department of Labor Wage & Workplace Standards Division 200 Folly Brook Blvd. Wethersfield, CT 06109 Rate Schedule Issued (Date): Connecticut Department of Labor Wage and Workplace Standards Division FOOTNOTES  Please Note: If the “Benefits” listed on the schedule for the following occupations includes a letter(s) (+ a or + a+b for instance), refer to the information below. Benefits to be paid at the appropriate prevailing wage rate for the listed occupation. If the “Benefits” section for the occupation lists only a dollar amount, disregard the information below. Bricklayers, Cement Masons, Cement Finishers, Concrete Finishers, Stone Masons (Building Construction) and (Residential- Hartford, Middlesex, New Haven, New London and Tolland Counties) a. Paid Holiday: Employees shall receive 4 hours for Christmas Eve holiday provided the employee works the regularly scheduled day before and after the holiday. Employers may schedule work on Christmas Eve and employees shall receive pay for actual hours worked in addition to holiday pay. Elevator Constructors: Mechanics a. Paid Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Veterans’ Day, Thanksgiving Day, Christmas Day, plus the Friday after Thanksgiving. b. Vacation: Employer contributes 8% of basic hourly rate for 5 years or more of service or 6% of basic hourly rate for 6 months to 5 years of service as vacation pay credit. Glaziers a. Paid Holidays: Labor Day and Christmas Day. Power Equipment Operators (Heavy and Highway Construction & Building Construction) a. Paid Holidays: New Year’s Day, Good Friday, Memorial day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day, provided the employee works 3 days during the week in which the holiday falls, if scheduled, and if scheduled, the working day before and the working day after the holiday. Holidays falling on Saturday may be observed on Saturday, or if the employer so elects, on the preceding Friday. Ironworkers a. Paid Holiday: Labor Day provided employee has been on the payroll for the 5 consecutive work days prior to Labor Day. Laborers (Tunnel Construction) a. Paid Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. No employee shall be eligible for holiday pay when he fails, without cause, to work the regular work day preceding the holiday or the regular work day following the holiday. Roofers a. Paid Holidays: July 4 th , Labor Day, and Christmas Day provided the employee is employed 15 days prior to the holiday. Sprinkler Fitters a. Paid Holidays: Memorial Day, July 4th, Labor Day, Thanksgiving Day and Christmas Day, provided the employee has been in the employment of a contractor 20 working days prior to any such paid holiday. Truck Drivers (Heavy and Highway Construction & Building Construction) a. Paid Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas day, and Good Friday, provided the employee has at least 31 calendar days of service and works the last scheduled day before and the first scheduled day after the holiday, unless excused. Rev. 7/1/19 Information Bulletin Occupational Classifications The Connecticut Department of Labor has the responsibility to properly determine "job classification" on prevailing wage projects covered under C.G.S. Section 31-53(d). Note: This information is intended to provide a sample of some occupational classifications for guidance purposes only. It is not an all-inclusive list of each occupation's duties. This list is being provided only to highlight some areas where a contractor may be unclear regarding the proper classification. If unsure, the employer should seek guidelines for CTDOL. Below are additional clarifications of specific job duties performed for certain classifications: • ASBESTOS WORKERS Applies all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems. • ASBESTOS INSULATOR Handle, install apply, fabricate, distribute, prepare, alter, repair, dismantle, heat and frost insulation, including penetration and fire stopping work on all penetration fire stop systems. • BOILERMAKERS Erects hydro plants, incomplete vessels, steel stacks, storage tanks for water, fuel, etc. Builds incomplete boilers, repairs heat exchanges and steam generators. • BRICKLAYERS, CEMENT MASONS, CEMENT FINISHERS, MARBLE MASONS, PLASTERERS, STONE MASONS, PLASTERERS. STONE MASONS, TERRAZZO WORKERS, TILE SETTERS Lays building materials such as brick, structural tile and concrete cinder, glass, gypsum, terra cotta block. Cuts, tools and sets marble, sets stone, finishes concrete, applies decorative steel, aluminum and plastic tile, applies cements, sand, pigment and marble chips to floors, stairways, etc. • CARPENTERS, MILLWRIGHTS. PILEDRIVERMEN. LATHERS. RESILEINT FLOOR LAYERS, DOCK BUILDERS, DIKERS, DIVER TENDERS Constructs, erects, installs and repairs structures and fixtures of wood, plywood and wallboard. Installs, assembles, dismantles, moves industrial machinery. Drives piling into ground to provide foundations for structures such as buildings and bridges, retaining walls for earth embankments, such as cofferdams. Fastens wooden, metal or rockboard lath to walls, ceilings and partitions of buildings, acoustical tile layer, concrete form builder. Applies firestopping materials on fire resistive joint systems only. Installation of curtain/window walls only where attached to wood or metal studs. Installation of insulated material of all types whether blown, nailed or attached in other ways to walls, ceilings and floors of buildings. Assembly and installation of modular furniture/furniture systems. Free-standing furniture is not covered. This includes free standing: student chairs, study top desks, book box desks, computer furniture, dictionary stand, atlas stand, wood shelving, two-position information access station, file cabinets, storage cabinets, tables, etc. • LABORER, CLEANING • The clean up of any construction debris and the general (heavy/light) cleaning, including sweeping, wash down, mopping, wiping of the construction facility and its furniture, washing, polishing, and dusting. • DELIVERY PERSONNEL • If delivery of supplies/building materials is to one common point and stockpiled there, prevailing wages are not required. If the delivery personnel are involved in the distribution of the material to multiple locations within the construction site then they would have to be paid prevailing wages for the type of work performed: laborer, equipment operator, electrician, ironworker, plumber, etc. • An example of this would be where delivery of drywall is made to a building and the delivery personnel distribute the drywall from one "stockpile" location to further sub‐locations on each floor. Distribution of material around a construction site is the job of a laborer or tradesman, and not a delivery personnel. • ELECTRICIANS Install, erect, maintenance, alteration or repair of any wire, cable, conduit, etc., which generates, transforms, transmits or uses electrical energy for light, heat, power or other purposes, including the Installation or maintenance of telecommunication, LAN wiring or computer equipment, and low voltage wiring. *License required per Connecticut General Statutes: E-1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9. • ELEVATOR CONSTRUCTORS Install, erect, maintenance and repair of all types of elevators, escalators, dumb waiters and moving walks. *License required by Connecticut General Statutes: R-1,2,5,6. • FORK LIFT OPERATOR Laborers Group 4) Mason Tenders - operates forklift solely to assist a mason to a maximum height of nine (9) feet only. Power Equipment Operator Group 9 ‐ operates forklift to assist any trade, and to assist a mason to a height over nine (9) feet. • GLAZIERS Glazing wood and metal sash, doors, partitions, and 2 story aluminum storefronts. Installs glass windows, skylights, store fronts and display cases or surfaces such as building fronts, interior walls, ceilings and table tops and metal store fronts. Installation of aluminum window walls and curtain walls is the "joint" work of glaziers and ironworkers, which require equal composite workforce. • IRONWORKERS Erection, installation and placement of structural steel, precast concrete, miscellaneous iron, ornamental iron, metal curtain wall, rigging and reinforcing steel. Handling, sorting, and installation of reinforcing steel (rebar). Metal bridge rail (traffic), metal bridge handrail, and decorative security fence installation. Installation of aluminum window walls and curtain walls is the "joint" work of glaziers and ironworkers which require equal composite workforce. • INSULATOR • Installing fire stopping systems/materials for "Penetration Firestop Systems": transit to cables, electrical conduits, insulated pipes, sprinkler pipe penetrations, ductwork behind radiation, electrical cable trays, fire rated pipe penetrations, natural polypropylene, HVAC ducts, plumbing bare metal, telephone and communication wires, and boiler room ceilings. • LABORERS Acetylene burners, asphalt rakers, chain saw operators, concrete and power buggy operator, concrete saw operator, fence and guard rail erector (except metal bridge rail (traffic), decorative security fence (non-metal). installation.), hand operated concrete vibrator operator, mason tenders, pipelayers (installation of storm drainage or sewage lines on the street only), pneumatic drill operator, pneumatic gas and electric drill operator, powermen and wagon drill operator, air track operator, block paver, curb setters, blasters, concrete spreaders. • PAINTERS Maintenance, preparation, cleaning, blasting (water and sand, etc.), painting or application of any protective coatings of every description on all bridges and appurtenances of highways, roadways, and railroads. Painting, decorating, hardwood finishing, paper hanging, sign writing, scenic art work and drywall hhg for any and all types of building and residential work. • LEAD PAINT REMOVAL • Painter’s Rate 1. Removal of lead paint from bridges. 2. Removal of lead paint as preparation of any surface to be repainted. 3. Where removal is on a Demolition project prior to reconstruction. • Laborer’s Rate 1. Removal of lead paint from any surface NOT to be repainted. 2. Where removal is on a TOTAL Demolition project only. • PLUMBERS AND PIPEFITTERS Installation, repair, replacement, alteration or maintenance of all plumbing, heating, cooling and piping. *License required per Connecticut General Statutes: P-1,2,6,7,8,9 J- 1,2,3,4 SP-1,2 S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4. • POWER EQUIPMENT OPERATORS Operates several types of power construction equipment such as compressors, pumps, hoists, derricks, cranes, shovels, tractors, scrapers or motor graders, etc. Repairs and maintains equipment. *License required, crane operators only, per Connecticut General Statutes. • ROOFERS Covers roofs with composition shingles or sheets, wood shingles, slate or asphalt and gravel to waterproof roofs, including preparation of surface. (demolition or removal of any type of roofing and or clean-up of any and all areas where a roof is to be relaid.) • SHEETMETAL WORKERS Fabricate, assembles, installs and repairs sheetmetal products and equipment in such areas as ventilation, air-conditioning, warm air heating, restaurant equipment, architectural sheet metal work, sheetmetal roofing, and aluminum gutters. Fabrication, handling, assembling, erecting, altering, repairing, etc. of coated metal material panels and composite metal material panels when used on building exteriors and interiors as soffits, facia, louvers, partitions, canopies, cornice, column covers, awnings, beam covers, cladding, sun shades, lighting troughs, spires, ornamental roofing, metal ceilings, mansards, copings, ornamental and ventilation hoods, vertical and horizontal siding panels, trim, etc. The sheet metal classification also applies to the vast variety of coated metal material panels and composite metal material panels that have evolved over the years as an alternative to conventional ferrous and non-ferrous metals like steel, iron, tin, copper, brass, bronze, aluminum, etc. Fabrication, handling, assembling, erecting, altering, repairing, etc. of architectural metal roof, standing seam roof, composite metal roof, metal and composite bathroom/toilet partitions, aluminum gutters, metal and composite lockers and shelving, kitchen equipment, and walk‐in coolers. To include testing and air –balancing ancillary to installation and construction. • SPRINKLER FITTERS Installation, alteration, maintenance and repair of fire protection sprinkler systems. *License required per Connecticut General Statutes: F-1,2,3,4. • TILE MARBLE AND TERRAZZO FINISHERS Assists and tends the tile setter, marble mason and terrazzo worker in the performance of their duties. • TRUCK DRIVERS ~How to pay truck drivers delivering asphalt is under REVISION~ Truck Drivers are requires to be paid prevailing wage for time spent "working" directly on the site. These drivers remain covered by the prevailing wage for any time spent transporting between the actual construction location and facilities (such as fabrication, plants, mobile factories, batch plant, borrow pits, job headquarters, tool yards, etc.) dedicated exclusively, or nearly so, to performance of the contract or project, which are so located in proximity to the actual construction location that it is reasonable to include them. *License required, drivers only, per Connecticut General Statutes. For example: • Material men and deliverymen are not covered under prevailing wage as long as they are not directly involved in the construction process. If, they unload the material, they would then be covered by prevailing wage for the classification they are performing work in: laborer, equipment operator, etc. • Hauling material off site is not covered provided they are not dumping it at a location outlined above. • Driving a truck on site and moving equipment or materials on site would be considered covered work, as this is part of the construction process. ➢ Any questions regarding the proper classification should be directed to: Public Contract Compliance Unit Wage and Workplace Standards Division Connecticut Department of Labor 200 Folly Brook Blvd, Wethersfield, CT 06109 (860) 263-6790. [New] In accordance with Section 31-53b(a) of the C.G.S. each contractor shall provide a copy of the OSHA 10 Hour Construction Safety and Health Card for each employee, to be attached to the first certified payroll on the project. In accordance with Connecticut General Statutes, 31-53 PAYROLL CERTIFICATION FOR PUBLIC WORKS PROJECTS Connecticut Department of Labor Certified Payrolls with a statement of compliance Wage and Workplace Standards Division shall be submitted monthly to the contracting agency. WEEKLY PAYROLL 200 Folly Brook Blvd. Wethersfield, CT 06109 CONTRACTOR NAME AND ADDRESS: SUBCONTRACTOR NAME & ADDRESS WORKER'S COMPENSATION INSURANCE CARRIER POLICY # PAYROLL NUMBER Week-Ending PROJECT NAME & ADDRESS Date EFFECTIVE DATE: EXPIRATION DATE: PERSON/WORKER, APPR MALE/ WORK DAY AND DATE Total ST BASE HOURLY TYPE OF GROSS PAY TOTAL DEDUCTIONS GROSS PAY FOR ADDRESS and SECTION RATE FEMALE CLASSIFICATION S M T W TH F S Hours RATE FRINGE FOR ALL FEDERAL STATE THIS PREVAILING CHECK # AND % AND BENEFITS WORK RATE JOB NET PAY RACE* Trade License Type TOTAL FRINGE Per Hour PERFORMED LIST & Number - OSHA Total BENEFIT PLAN 1 through 6 THIS WEEK FICA WITH- WITH- OTHER 10 Certification Number HOURS WORKED EACH DAY O/T Hours CASH (see back) HOLDING HOLDING 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 12/9/2013 *IF REQUIRED WWS-CP1 *SEE REVERSE SIDE PAGE NUMBER OF OSHA 10 ~ATTACH CARD TO 1ST CERTIFIED PAYROLL *FRINGE BENEFITS EXPLANATION (P): Bona fide benefits paid to approved plans, funds or programs, except those required by Federal or State Law (unemployment tax, worker’s compensation, income taxes, etc.). Please specify the type of benefits provided: 1) Medical or hospital care 4) Disability 2) Pension or retirement 5) Vacation, holiday 3) Life Insurance 6) Other (please specify) CERTIFIED STATEMENT OF COMPLIANCE For the week ending date of , I, of , (hereafter known as Employer) in my capacity as (title) do hereby certify and state: Section A: 1. All persons employed on said project have been paid the full weekly wages earned by them during the week in accordance with Connecticut General Statutes, section 31-53, as amended. Further, I hereby certify and state the following: a) The records submitted are true and accurate; b) The rate of wages paid to each mechanic, laborer or workman and the amount of payment or contributions paid or payable on behalf of each such person to any employee welfare fund, as defined in Connecticut General Statutes, section 31-53 (h), are not less than the prevailing rate of wages and the amount of payment or contributions paid or payable on behalf of each such person to any employee welfare fund, as determined by the Labor Commissioner pursuant to subsection Connecticut General Statutes, section 31-53 (d), and said wages and benefits are not less than those which may also be required by contract; c) The Employer has complied with all of the provisions in Connecticut General Statutes, section 31-53 (and Section 31-54 if applicable for state highway construction); d) Each such person is covered by a worker’s compensation insurance policy for the duration of his employment which proof of coverage has been provided to the contracting agency; e) The Employer does not receive kickbacks, which means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided directly or indirectly, to any prime contractor, prime contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contract or in connection with a prime contractor in connection with a subcontractor relating to a prime contractor; and f) The Employer is aware that filing a certified payroll which he knows to be false is a class D felony for which the employer may be fined up to five thousand dollars, imprisoned for up to five years or both. 2. OSHA~The employer shall affix a copy of the construction safety course, program or training completion document to the certified payroll required to be submitted to the contracting agency for this project on which such persons name first appears. (Signature) (Title) Submitted on (Date) ***THIS IS A PUBLIC DOCUMENT*** ***DO NOT INCLUDE SOCIAL SECURITY NUMBERS*** Weekly Payroll Certification For PAYROLL CERTIFICATION FOR PUBLIC WORKS PROJECTS Week-Ending Date: Public Works Projects (Continued) Contractor or Subcontractor Business Name: WEEKLY PAYROLL PERSON/WORKER, APPR MALE/ WORK DAY AND DATE Total ST BASE HOURLY TYPE OF GROSS PAY TOTAL DEDUCTIONS GROSS PAY FOR ADDRESS and SECTION RATE FEMALE CLASSIFICATION S M T W TH F S Hours RATE FRINGE FOR ALL WORK FEDERAL STATE THIS PREVAILING CHECK # AND % AND BENEFITS PERFORMED RATE JOB NET PAY RACE* Trade License Type TOTAL FRINGE Per Hour THIS WEEK & Number - OSHA Total BENEFIT PLAN 1 through 6 FICA WITH- WITH- OTHER 10 Certification Number HOURS WORKED EACH DAY O/T Hours CASH (see back) HOLDING HOLDING 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ 1. $ $ 2. $ Base Rate 3. $ 4. $ $ 5. $ Cash Fringe 6. $ *IF REQUIRED 12/9/2013 WWS-CP2 NOTICE: THIS PAGE MUST BE ACCOMPANIED BY A COVER PAGE (FORM # WWS-CP1) PAGE NUMBER OF STATUTE 31-55a - SPECIAL NOTICE - To: All State and Political Subdivisions,Their Agents, and Contractors Connecticut General Statute 31-55a - Annual adjustments to wage rates by contractors doing state work. Each contractor that is awarded a contract on or after October 1, 2002, for (1) the construction of a state highway or bridge that falls under the provisions of section 31-54 of the general statutes, or (2) the construction, remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project that falls under the provisions of section 31-53 of the general statutes shall contact the Labor Commissioner on or before July first of each year, for the duration of such contract, to ascertain the prevailing rate of wages on an hourly basis and the amount of payment or contributions paid or payable on behalf of each mechanic, laborer or worker employed upon the work contracted to be done, and shall make any necessary adjustments to such prevailing rate of wages and such payment or contributions paid or payable on behalf of each such employee, effective each July first. The prevailing wage rates applicable to any contract or subcontract awarded on or after October 1, 2002 are subject to annual adjustments each July 1st for the duration of any project which was originally advertised for bids on or after October 1, 2002. Each contractor affected by the above requirement shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s Web Site. The annual adjustments will be posted on the Department of Labor Web page: www.ctdol.state.ct.us. For those without internet access, please contact the division listed below. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access. Any questions should be directed to the Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at (860)263-6790. http://www.ctdol.state.ct.us/ CO MERRYW JEF FERS ON DR. M ON TICELL M ONT East Lyme NELS ON DR. FI LOS I DR . ROAD ROAD M I L L PA TT AG AN SE TT DR . 1 LEGENDARY RD. LEGENDARY RD . T RA I L RO AD SU NR IS E HE RI TA GE RO AD DR . DR .D RIVE CH AR TE R O A K PARKE R ROAD ANCIENT HW Y. WAYNE DRIVE WE BS TE R LA. DR . LA NE MORRIS M ACK INNON CHURCH LANE CHRIS ALAN WAG ON W HEEL RO AD COLONIA L DR. DECATURDR. CHA RTE R OA K POST BO S T ON IRVINGDELL PLAC E D RABIK ROAD BITTERSWEE T DR I V E R O S E LAN E PO PPY LA N E IS LA ND A CT . CROSSING CT. Pl ot te d O n: Ja n 03 , 20 24 -1 :3 3p m B y: A PW La st S av ed :1 /2 /2 02 4 Ti gh e & B on d: \\ tig he bo nd .c om \d at a\ D at a\ Pr oj ec ts \E \E 06 10 E as t Ly m e\ 03 4 - W el l 5 W TP L ag oo ns \D ra w in gs \A ut oC A D \S he et \E 06 10 -0 34 -G -0 01 -C O V ER .d w g COMPLETE SET 9 SHEETS LOCATION MAP SCALE: 1" = 1000' JANUARY 2024 EAST LYME WELL 5 BACKWASH LAGOON EXPANSION PREPARED BY: PREPARED FOR: EAST LYME WATER AND SEWER 108 PENNSYLVANIA AVENUE NIANTIC, CONNECTICUT ANDREW P. WHITE, PE, ENV SP PETER B. GALANT, PE PROJECT LOCATION DRAWING NO. DRAWING TITLE GENERAL G-001 COVER SHEET CIVIL C-001 GENERAL NOTES, STANDARD ABBREVIATIONS, & LEGEND C-002 EXISTING CONDITIONS PLAN C-003 SITE DEMOLITION PLAN C-101 SITE PLAN C-201 SITE GRADING AND UTILITIES PLAN C-301 SITE RESTORATION AND SOIL EROSION CONTROL PLAN C-302 SOIL EROSION AND SEDIMENTATION CONTROL DETAILS C-401 SITE DETAILS - 1 27761 AN DRE W P. WHITE 01/03/2024 PBG Model C-001 CS APW PBG DESIGNED/CHECKED BY: DRAWN BY: FILE: APPROVED BY: DATE: PROJECT NO: Pl ot te d O n: Ja n 03 , 20 24 -1 :3 3p m B y: A PW La st S av ed : 1/ 2/ 20 24 Ti gh e & B on d: \\ tig he bo nd .c om \d at a\ D at a\ Pr oj ec ts \E \E 06 10 E as t Ly m e\ 03 4 - W el l 5 W TP L ag oo ns \D ra w in gs \A ut oC A D \S he et \E 06 10 -0 34 -C -0 01 -G EN R .d w g MARK DATE DESCRIPTION E0610-034-C-001-GENR.dwg SCALE: AS SHOWN East Lyme, CT East Lyme Well 5 Lagoon Expansion Town of East Lyme Water and Sewer Commission JANUARY 2024 E0610-034 LEGENDS, GENERAL NOTES, STANDARD ABBREVIATIONS GENERAL NOTES 1. THIS PROJECT IS BEING PERFORMED IN AN ACTIVE PUBLIC WATER SUPPLY WELL RECHARGE AREA. TAKE ALL NECESSARY MEASURES TO PROTECT GROUNDWATER QUALITY INCLUDING, BUT NOT LIMITED TO, THE FOLLOWING: · PETROLEUM PRODUCTS, SOLVENTS OR CONSTRUCTION CHEMICALS SHALL NOT BE STORED ON-SITE. · VEHICLE EQUIPMENT MAINTENANCE AND REFUELING SHALL BE PERFORMED OFF SITE TO THE EXTENT FEASIBLE AND PROHIBITED WITHIN 200 FEET OF ANY WELL. · USE OF HERBICIDES OR PESTICIDES, OR SEED MIXES CONTAINING THESE PRODUCTS, SHALL BE PROHIBITED. · SPILL CONTAINMENT MATERIAL SHALL BE AVAILABLE ONSITE. · ANY SPILL OR RELEASE OF HAZARDOUS MATERIAL SHALL IMMEDIATELY BE REPORTED TO THE OWNER AND ENGINEER. 2. UTILITY, STRUCTURE AND FACILITY LOCATIONS SHOWN HEREON WERE PLOTTED FROM INFORMATION SUPPLIED BY RESPECTIVE UTILITY COMPANIES AND DATA OBTAINED FROM FIELD SURVEYS AND AS-BUILT DRAWINGS. THE ACCURACY AND COMPLETENESS OF SUBSURFACE INFORMATION SHOWN ON THESE DRAWINGS IS NOT GUARANTEED. THE CONTRACTOR SHALL DETERMINE, THE LOCATIONS AND ELEVATIONS OF ALL UTILITIES WHICH MAY AFFECT CONSTRUCTION OPERATIONS. THE CONTRACTOR MUST ADEQUATELY PROTECT AND SUPPORT UTILITIES AND SHALL BE RESPONSIBLE FOR ALL DAMAGE INCURRED AT NO EXPENSE TO THE OWNER. ANYONE USING UTILITY INFORMATION AND DATA PROVIDED HEREIN SHALL CONTACT "CALL BEFORE YOU DIG", 1-800-922-4455 OR WWW.CBYD.COM, 72 HOURS IN ADVANCE TO VERIFY THE LOCATION OF UTILITIES PRIOR TO STARTING CONSTRUCTION. 3. REFERENCE IS MADE TO KEYES SITE PLAN AND DETAILS FOR WELL PUMPING STATION NO.5, DATED SEPTEMBER 1990. 4. REFERENCE IS MADE TO NEAR MAPS AERIAL IMAGE, DATED APRIL 10, 2023. 5. REFERENCE IS MADE TO CT ECO LIDAR MAPPING, DATED 2016. 6. ELEVATIONS REFER TO THE NORTH AMERICAN VERTICAL DATUM OF 1988. 7. REFERENCE IS MADE TO DRAWING ENTITLED "PROPOSED REPLACEMENT WELL 5A" AS PREPARED BY THE EAST LYME ENGINEERING DEPARTMENT, DATED JULY 2021. 8. IT IS THE RESPONSIBILITY OF EACH BIDDER IN EVALUATING THESE PLANS TO MAKE EXAMINATIONS IN THE FIELD BY VARIOUS METHODS AND OBTAIN NECESSARY INFORMATION FROM AVAILABLE RECORDS, UTILITY COMPANIES, AND INDIVIDUALS AS TO THE LOCATION OF SUBSURFACE STRUCTURES. 9. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REVIEW ALL OF THE DRAWINGS AND SPECIFICATIONS ASSOCIATED WITH THIS PROJECT WORK SCOPE PRIOR TO THE INITIATION OF CONSTRUCTION. SHOULD THE CONTRACTOR FIND A CONFLICT WITH THE DOCUMENTS RELATIVE TO THE DRAWINGS, SPECIFICATIONS OR APPLICABLE CODES, IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE TOWN OF EAST LYME IN WRITING PRIOR TO THE START OF CONSTRUCTION. FAILURE BY THE CONTRACTOR TO NOTIFY THE TOWN OF EAST LYME SHALL CONSTITUTE ACCEPTANCE OF FULL RESPONSIBILITY BY THE CONTRACTOR TO COMPLETE THE SCOPE OF WORK AS DEFINED BY THE DRAWINGS AND IN FULL CONFORMANCE WITH LOCAL REGULATIONS AND CODES. 10. AT ALL LOCATIONS WHERE THE CONTRACTOR IS REQUIRED TO REMOVE EXISTING PAVEMENT (WHICH ARE NOT TO BE RECONSTRUCTED) FOR THE INSTALLATION OF THE PROPOSED UTILITIES, THE PAVEMENT SHALL BE REPAIRED AS SHOWN ON THE CONTRACT DRAWINGS. 11. AS CONSTRUCTION IS COMPLETED, THE CONTRACTOR SHALL REMOVE ALL EXCESS MATERIAL, DEBRIS, ETC. AND RESTORE OR REPLACE ANY DAMAGE TO LANDSCAPING. 12. AREAS OUTSIDE THE PROJECT LIMIT LINE DISTURBED BY CONSTRUCTION SHALL BE RETURNED TO THEIR ORIGINAL CONDITION OR BETTER AND SHALL BE GRADED TO MEET PROPOSED CONSTRUCTION AS DIRECTED BY THE TOWN OF EAST LYME. COST FOR THIS WORK SHALL BE BORNE BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER. 13. THE CONTRACTOR SHALL PROCURE ALL THE NECESSARY PERMITS AND LICENSES, AT THE TIME REQUIRED, PAY ALL THE CHARGES AND FEES, AND GIVE NOTICES AS NECESSARY AND DUE IN CONNECTION WITH THE LAWFUL EXECUTION OF THE WORK AT NO ADDITIONAL COST TO THE OWNER. 14. ALL UTILITY BOXES, FRAMES, AND GRATES, ETC. AFFECTED BY THE CONSTRUCTION ACTIVITIES SHALL BE RESET/RECONSTRUCTED TO THE PROPER GRADE. ALL COST RELATED TO SUCH WORK SHALL BE CONSIDERED INCLUDED IN THE BID PRICE. 15. EXCAVATION OF ANY TYPE SHALL BE ACCOMPLISHED IN SUCH A MANNER THAT UNDERGROUND UTILITIES OR STRUCTURES ARE NOT DAMAGED. IT SHALL BE THE CONTRACTOR'S SOLE RESPONSIBILITY FOR ANY DAMAGES INCURRED DURING EXCAVATION OPERATIONS. ALL EXCAVATION SHALL BE IN CONFORMANCE WITH THE LATEST OSHA REQUIREMENTS. 16. ALL DRIVEWAYS, PARKING AREAS, AND ROADS DISTURBED BY THE CONSTRUCTION IN OR OUTSIDE THE PROJECT LIMIT LINE SHALL BE RETURNED TO THEIR ORIGINAL CONDITION OR BETTER AND SHALL BE GRADED TO MEET THE PROPOSED CONSTRUCTION AS DIRECTED BY THE TOWN OF EAST LYME AT NO ADDITIONAL COST TO THE OWNER. 17. THE CONTRACTOR SHALL SUFFICIENTLY COVER ALL DISTURBED AREAS AT THE END OF EACH WORK DAY TO AVOID ANY RISK OF INJURY TO PEDESTRIAN OR VEHICULAR TRAFFIC. THE CONTRACTOR SHALL INSTALL TEMPORARY SUPPORT SYSTEMS OVER TRENCH EXCAVATIONS THAT ARE TAMPER RESISTANT AND SAFE FOR VEHICULAR AND PEDESTRIAN TRAFFIC. THE CONTRACTOR SHALL INSTALL BARRICADES TO PROTECT AGAINST PEDESTRIAN ACCESS. THE CONTRACTOR SHALL OBTAIN APPROVAL OF THE TEMPORARY SAFETY MEASURES BY THE TOWN OF EAST LYME. ALL MAINTENANCE AND PROTECTION OF BOTH PEDESTRIAN AND VEHICULAR TRAFFIC ARE INCLUDED IN THE LUMP SUM BID PRICE FOR THIS PROJECT. 18. THE STANDARD SPECIFICATIONS (FOR SITE /CIVIL WORK) SHALL BE THE STATE OF CONNECTICUT, DEPARTMENT OF TRANSPORTATION, STANDARD SPECIFICATIONS FOR ROADS, BRIDGES, AND INCIDENTAL CONSTRUCTION, FORM 818, 2020, INCLUDING ALL SUPPLEMENTS THERETO. FORM 818 IS AVAILABLE FOR VIEWING ON THE CTDOT WEBSITE WWW.CT.GOV.DOT/SITE UNDER THE "PUBLICATIONS" TAB. 19. ALL DISTURBED AREAS NOT PROVIDED WITH SPECIFIC SITE IMPROVEMENTS (PAVING, CONCRETE SIDEWALK, LANDSCAPING, ETC.) SHALL HAVE TOPSOIL INSTALLED AND TURF ESTABLISHED IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS. 20. THE CONTRACTOR SHALL RECORD THE LOCATIONS OF ALL UNDERGROUND UTILITIES INSTALLED OR FOUND DURING CONSTRUCTION. THE UTILITIES SHALL BE MEASURED FROM PERMANENT SURFACE FEATURES AND COMPILED BY THE CONTRACTOR ON RECORD DRAWINGS. AN AS-BUILT SURVEY, SHALL BE PREPARED BY THE TOWN OF EAST LYME PREFERRED SURVEYOR LICENSED IN THE STATE OF CONNECTICUT AND IN ACCORDANCE WITH THE TOWN OF EAST LYME PROJECT CLOSE OUT REQUIREMENTS, AND SUBMITTED TO THE OWNER AND ENGINEER FOR REVIEW AND APPROVAL 2 WEEKS PRIOR TO APPLYING FOR CERTIFICATE OF OCCUPANCY. 21. THE CONTRACTOR SHALL COMPLETE ALL WORK SO THAT ANY MATERIALS WHICH ARE TO REMAIN IN PLACE OR WHICH ARE TO REMAIN THE PROPERTY OF THE OWNER, WILL NOT BE DAMAGED. IF THE CONTRACTOR DAMAGES ANY MATERIALS WHICH ARE TO REMAIN, OR WHICH ARE TO REMAIN THE PROPERTY OF THE OWNER, THE DAMAGED MATERIALS SHALL BE REPLACED TO THE SATISFACTION OF THE TOWN OF EAST LYME AT THE EXPENSE OF THE CONTRACTOR. 22. AFTER CONSTRUCTION IS COMPLETED, THE CONTRACTOR SHALL REMOVE ALL EXCESS MATERIAL, DEBRIS, EQUIPMENT, ETC. AND RESTORE OR REPAIR ANY DAMAGE TO LANDSCAPING AS DIRECTED BY THE TOWN OF EAST LYME. 23. THE CONTRACTOR SHALL ANTICIPATE IN HIS BID THAT THE AREA OF HIS PROPOSED WORK MAY BE ENCUMBERED BY UTILITY COMPANIES FOR THE REMOVAL/RELOCATION/ADJUSTMENT/CONSTRUCTION OF UTILITIES. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE REQUIRED NOTIFICATIONS. THE CONTRACTOR SHALL COORDINATE ALL ASPECTS OF HIS WORK WITH SAID UTILITY COMPANIES. 24. THE CONTRACTOR SHALL EXCAVATE AND LEGALLY DISPOSE OF OFF-SITE ANY EXCESS PAVEMENT AND/OR BASE. THE COST FOR THIS WORK SHALL BE INCLUDED IN THE LUMP SUM BID FOR THE PROJECT AND AT NO ADDITIONAL COST TO THE OWNER. 25. ALL PROPOSED WORK MAY BE VARIED IN THE FIELD BY THE TOWN OF EAST LYME TO MEET EXISTING CONDITIONS. INC INCORPORATED INV INVERT L LENGTH OF CURVE LT LEFT LOC LOCATION LP LIGHT POLE MAX MAXIMUM MIN MINIMUM MH MANHOLE MISC MISCELLANEOUS MON MONUMENT NIC NOT IN CONTRACT N NORTH CATV CABLE TELEVISION NTS NOT TO SCALE N/A NOT APPLICABLE N/F NOW OR FORMERLY OH OVERHEAD PC POINT OF CURVATURE PCC POINT OF COMPOUND CURVATURE PCPP PERFORATED CORRUGATED POLYETHYLENE PED PEDESTRIAN PI POINT OF INTERSECTION PT POINT OF TANGENCY PRC POINT OF REVERSE CURVATURE PS PARKING SPACES PVC POLYVINYL CHLORIDE R RADIUS REV REVISION ROW RIGHT OF WAY RT RIGHT SAN SANITARY SCH SCHEDULE SF SQUARE FEET S SOUTH STA STATION STD STANDARD STRM STORM T TANGENT LENGTH TEL TEL-DATA TF TOP OF FRAME TYP TYPICAL TC TOP OF CURB TW TOP OF WALL W WATER WG/WV WATER GATE/VALVE XFMR TRANSFORMER & AND STANDARD ABBREVIATIONS @ AT ABDN('D) ABANDON(ED) AC ACRE/AIR CONDITIONING AOBE AS ORDERED BY THE ENGINEER BSMT BASEMENT BCLC BITUMINOUS CONCRETE LIP CURBING BOW BACK OF WALK BL BASELINE BW BOTTOM OF WALL BIT BITUMINOUS BC BOTTOM OF CURB BLDG BUILDING BOT BOTTOM CATV CABLE TELEVISION CIP CAST IRON PIPE CB CATCH BASIN CL CENTERLINE CLF CHAIN LINK FENCE CL&P CONNECTICUT LIGHT & POWER CTDEEP CONNECTICUT DEPT. OF ENERGY & ENV. PROTECTION CTDOT CONNECTICUT DEPT. OF TRANSPORTATION CONC CONCRETE CO CLEAN-OUT CPP CORRUGATED POLYETHYLENE PIPE CY CUBIC YARDS DIP DUCTILE IRON PIPE DWG DRAWING E EAST/ELECTRIC EOP EDGE OF PAVEMENT ELEC ELECTRIC EL/ELEV ELEVATION EMH ELECTRIC MANHOLE EX/EXIST EXISTING EG EXISTING GRADE FF FIRST FLOOR FFE FIRST FLOOR ELEVATION G GAS GEN GENERATOR GG GAS GATE GRC GALVANIZED RIGID CONDUIT HC HANDICAP HYD HYDRANT IN INCHES 340 336 DESCRIPTION EXISTING PROPOSED x 23.6 PROJECT LIMIT LINE PROPERTY LINE SETBACK LINE 100' AND 200' UPLAND REVIEW 100-YEAR FLOOD PLAIN MINOR CONTOUR MAJOR CONTOUR SPOT ELEVATION WETLAND FLAGS WETLAND BOUNDARY TREES TREE LINE EDGE OF PAVEMENT CURB LINE HEADWALL BUILDING FENCE CHAIN LINK SECURITY FENCE GATE SIGN & SIGN POST BOLLARD STORM SEWER BIO RETENTION SWALE WATER MAIN WATER VALVE HYDRANT OVERHEAD WIRES UTILITY POLE LIGHT POLE UNDER DRAIN SILT FENCE STRAW WATTLE CONSTRUCTION ENTRANCE SOIL STOCKPILE AREA CLEANOUTS TEST PIT PERCOLATION TEST TRAFFIC BOUND GRAVEL GRAVEL SAND W OE 120 115 LEGEND W UD 337.5 WV C.O. 27761 AN DRE W P. WHITE 01/03/2024 PBG Model W Z on e A E (F lo od w a y) Zon e A E (Fl ood way ) C-002 EXISTING CONDITIONS PLAN ZNH APW PBG DESIGNED/CHECKED BY: DRAWN BY: FILE: APPROVED BY: DATE: PROJECT NO: Pl ot te d O n: Ja n 03 , 20 24 -1 :3 3p m B y: A PW La st S av ed : 1/ 2/ 20 24 Ti gh e & B on d: \\ tig he bo nd .c om \d at a\ D at a\ Pr oj ec ts \E \E 06 10 E as t Ly m e\ 03 4 - W el l 5 W TP L ag oo ns \D ra w in gs \A ut oC A D \S he et \E 06 10 -0 34 -C -1 00 -E X C N .d w g MARK DATE DESCRIPTION E0610-034-C-100-EXCN.dwg SCALE: AS SHOWN East Lyme, CT East Lyme Well 5 Lagoon Expansion Town of East Lyme Water and Sewer Commission JANUARY 2024 E0610-034 EXISTING CONDITIONS LEGEND PROJECT LIMIT LINE PROPERTY LINE MINOR CONTOUR MAJOR CONTOUR SPOT ELEVATION WETLAND FLAGS WETLAND BOUNDARY TREES TREE LINE BUILDING FENCE LINE EDGE OF GRAVEL STORM SEWER WATER VALVE HYDRANT WATER MAIN OVERHEAD WIRES UTILITY POLE APPROXIMATE TEST PIT LOCATION APPROXIMATE PERCOLATION TEST LOCATION 100' UPLAND REVIEW AREA 100-YEAR FLOODPLAIN* W *NOTE: 100 YEAR FLOOD PLAIN IS BASED ON FEMA PATTAGANSETT RIVER PROFILE EXISTING CONDITIONS NOTES 1. THIS PROJECT IS BEING PERFORMED IN AN ACTIVE PUBLIC WATER SUPPLY WELL RECHARGE AREA. TAKE ALL NECESSARY MEASURES TO PROTECT GROUNDWATER QUALITY INCLUDING, BUT NOT LIMITED TO, THE FOLLOWING: · PETROLEUM PRODUCTS, SOLVENTS OR CONSTRUCTION CHEMICALS SHALL NOT BE STORED ON-SITE. · VEHICLE EQUIPMENT MAINTENANCE AND REFUELING SHALL BE PERFORMED OFF SITE TO THE EXTENT FEASIBLE AND PROHIBITED WITHIN 200 FEET OF ANY WELL. · USE OF HERBICIDES OR PESTICIDES, OR SEED MIXES CONTAINING THESE PRODUCTS, SHALL BE PROHIBITED. · SPILL CONTAINMENT MATERIAL SHALL BE AVAILABLE ONSITE. · ANY SPILL OR RELEASE OF HAZARDOUS MATERIAL SHALL IMMEDIATELY BE REPORTED TO THE OWNER. 2. UTILITY, STRUCTURE AND FACILITY LOCATIONS SHOWN HEREON WERE PLOTTED FROM INFORMATION SUPPLIED BY RESPECTIVE UTILITY COMPANIES AND DATA OBTAINED FROM FIELD SURVEYS AND AS-BUILT DRAWINGS. THE ACCURACY AND COMPLETENESS OF SUBSURFACE INFORMATION SHOWN ON THESE DRAWINGS IS NOT GUARANTEED. THE CONTRACTOR SHALL DETERMINE, THE LOCATIONS AND ELEVATIONS OF ALL UTILITIES WHICH MAY AFFECT CONSTRUCTION OPERATIONS. THE CONTRACTOR MUST ADEQUATELY PROTECT AND SUPPORT UTILITIES AND SHALL BE RESPONSIBLE FOR ALL DAMAGE INCURRED AT NO EXPENSE TO THE OWNER. ANYONE USING UTILITY INFORMATION AND DATA PROVIDED HEREIN SHALL CONTACT "CALL BEFORE YOU DIG", 1-800-922-4455 OR WWW.CBYD.COM, 72 HOURS IN ADVANCE TO VERIFY THE LOCATION OF UTILITIES PRIOR TO STARTING CONSTRUCTION. 3. REFERENCE IS MADE TO KEYES SITE PLAN AND DETAILS FOR WELL PUMPING STATION NO.5, DATED SEPTEMBER 1990. 4. REFERENCE IS MADE TO NEAR MAPS AERIAL IMAGE, DATED APRIL 10, 2023. 5. REFERENCE IS MADE TO CT ECO LIDAR MAPPING, DATED 2016. 6. ELEVATIONS REFER TO THE NORTH AMERICAN VERTICAL DATUM OF 1988. 7. REFERENCE IS MADE TO DRAWING ENTITLED "PROPOSED REPLACEMENT WELL 5A" AS PREPARED BY THE EAST LYME ENGINEERING DEPARTMENT, DATED JULY 2021. 8. IT IS THE RESPONSIBILITY OF EACH BIDDER IN EVALUATING THESE PLANS TO MAKE EXAMINATIONS IN THE FIELD BY VARIOUS METHODS AND OBTAIN NECESSARY INFORMATION FROM AVAILABLE RECORDS, UTILITY COMPANIES, AND INDIVIDUALS AS TO THE LOCATION OF SUBSURFACE STRUCTURES. 9. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REVIEW ALL OF THE DRAWINGS AND SPECIFICATIONS ASSOCIATED WITH THIS PROJECT WORK SCOPE PRIOR TO THE INITIATION OF CONSTRUCTION. SHOULD THE CONTRACTOR FIND A CONFLICT WITH THE DOCUMENTS RELATIVE TO THE DRAWINGS, SPECIFICATIONS OR APPLICABLE CODES, IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE OWNER IN WRITING PRIOR TO THE START OF CONSTRUCTION. FAILURE BY THE CONTRACTOR TO NOTIFY THE OWNER SHALL CONSTITUTE ACCEPTANCE OF FULL RESPONSIBILITY BY THE CONTRACTOR TO COMPLETE THE SCOPE OF WORK AS DEFINED BY THE DRAWINGS AND IN FULL CONFORMANCE WITH LOCAL REGULATIONS AND CODES. PERC HOLE #1 & #2 - CONDUCTED ON JULY 20, 2023 CONDUCTED BY ELYSA GOLDBERG AND ANDREW WHITE, PE PERCOLATION TEST 01 DEPTH: 18" DIAMETER: 12" TIME INTERVAL DEPTH DROP RATE RATE COMMENTS (minutes) (inches) (inches) (min./inch) (in/hr) 9:10 AM 6 START PRE-SOAK 9:40 AM 30.00 14 8 END PRE-SOAK 9:41 AM 1 REFILLED AND START TEST 9:46 AM 5.00 3 2 2.50 24.00 9:51 AM 5.00 4 1/4 1 1/4 4.00 15.00 9:56 AM 5.00 5 1/2 1 1/4 4.00 15.00 10:01 AM 5.00 6 1/4 3/4 6.67 9.00 10:06 AM 5.00 7 3/4 6.67 9.00 10:11 AM 5.00 8 1/4 3/4 6.67 9.00 END TEST RESULT PERCOLATION RATE 7.00 9.00 PERCOLATION TEST 02 DEPTH: 18" DIAMETER: 13" TIME INTERVAL DEPTH DROP RATE RATE COMMENTS (minutes) (inches) (inches) (min./inch) (in/hr) 9:16 AM 0 START PRE-SOAK 9:46 AM 30.00 10 10 END PRE-SOAK 9:47 AM 0 REFILLED AND START TEST 9:52 AM 5.00 1 3/4 1 3/4 2.85 21.00 9:57 AM 5.00 3 1 1/2 4.00 18.00 10:02 AM 5.00 4 1 5.00 12.00 10:07 AM 5.00 5 1 5.00 12.00 10:12 AM 5.00 5 3/4 3/4 6.67 9.00 10:17 AM 5.00 7 1 1/4 4.00 15.00 10:22 AM 5.00 8 1 5.00 12.00 10:27 AM 5.00 8 1/2 1/2 10.00 6.00 10:32 AM 5.00 9 1/2 10.00 6.00 10:37 AM 5.00 9 1/2 1/2 10.00 6.00 END TEST RESULT PERCOLATION RATE 10.00 6.00 DEEP TEST HOLE #1 & #2 - CONDUCTED ON JULY 20, 2023 CONDUCTED BY ELYSA GOLDBERG AND ANDREW WHITE, PE, TIGHE & BOND TEST PIT 01 LOCATION: TP-01 8:30 AM GROUND ELEVATION: 54.6 0" - 12" TOPSOIL 12" - 28" F-M BROWN SILTY SAND 28" - 40" M-C SAND WITH SOME COBBLE NO LEDGE NO MOTTLING GROUNDWATER @ 40" TEST PIT 02 LOCATION: TP-02 9:00 AM GROUND ELEVATION: 54.8 0" - 12" TOP SOIL 12" - 20" F-M DARK BROWN SILT 20" - 22" F SILTY CLAY 22" - 30" M-C LIGHT BROWN SAND WITH TRACE SILT 30" - 40" SAND NO LEDGE NO MOTTLING GROUNDWATER @ 40" WELL 5 BUILDING EXISTING LAGOON 100-YEAR FLOOD LINE ELEV: 52.63 LIMIT OF WORK 00 20' 40' SCALE: 1" = 20' N 27761 AN DRE W P. WHITE 01/03/2024 PBG Model W Z on e A E (F lo od w a y) Zon e A E (Fl ood way ) C-003 SITE DEMOLITION PLAN EG APW PBG DESIGNED/CHECKED BY: DRAWN BY: FILE: APPROVED BY: DATE: PROJECT NO: Pl ot te d O n: Ja n 03 , 20 24 -1 :3 3p m B y: A PW La st S av ed : 1/ 2/ 20 24 Ti gh e & B on d: \\ tig he bo nd .c om \d at a\ D at a\ Pr oj ec ts \E \E 06 10 E as t Ly m e\ 03 4 - W el l 5 W TP L ag oo ns \D ra w in gs \A ut oC A D \S he et \E 06 10 -0 34 -C -2 01 -D EM O .d w g MARK DATE DESCRIPTION E0610-034-C-201-DEMO.dwg SCALE: AS SHOWN East Lyme, CT East Lyme Well 5 Lagoon Expansion Town of East Lyme Water and Sewer Commission JANUARY 2024 E0610-034 00 20' 40' SCALE: 1" = 20' SITE DEMOLITION NOTES 1. UTILITY, STRUCTURE AND FACILITY LOCATIONS SHOWN HEREON WERE PLOTTED FROM INFORMATION SUPPLIED BY RESPECTIVE UTILITY COMPANIES AND DATA OBTAINED FROM FIELD SURVEYS AND AS-BUILT DRAWINGS. THE ACCURACY AND COMPLETENESS OF SUBSURFACE INFORMATION SHOWN ON THESE DRAWINGS IS NOT GUARANTEED. THE CONTRACTOR SHALL DETERMINE THE LOCATIONS AND ELEVATIONS OF ALL UTILITIES WHICH MAY AFFECT CONSTRUCTION OPERATIONS. THE CONTRACTOR MUST ADEQUATELY PROTECT AND SUPPORT UTILITIES AND SHALL BE RESPONSIBLE FOR ALL DAMAGE INCURRED AT NO EXPENSE TO THE OWNER. ANYONE USING UTILITY INFORMATION AND DATA PROVIDED HEREIN SHALL CONTACT "CALL BEFORE YOU DIG", 1-800-922-4455 OR WWW.CBYD.COM, 72 HOURS IN ADVANCE TO VERIFY THE LOCATION OF UTILITIES PRIOR TO STARTING CONSTRUCTION. 2. THE CONTRACTOR SHALL OBTAIN ALL REQUIRED PERMITS FROM THE TOWN OF EAST LYME PRIOR TO ANY WORK BEING PERFORMED WITHIN TOWN RIGHT-OF-WAY. 3. ANY AND ALL WORK PERFORMED WITHIN THE TOWN OF EAST LYME RIGHT-OF-WAY SHALL BE REQUIRED TO MEET THE TOWN STANDARDS. 4. THE CONTRACTOR SHALL TAKE EXTREME CARE TO PROTECT ALL EXISTING STRUCTURES, SURFACE IMPROVEMENTS, LANDSCAPING, ETC. OUTSIDE THE PROJECT LIMIT LINE AND SHALL RESTORE ANY DAMAGE TO THESE ITEMS TO PRE-DAMAGE CONDITION OR BETTER. 5. CONTRACTOR TO DEMOLISH, REMOVE, AND LEGALLY DISPOSE OF MISCELLANEOUS POLES, BIT CONC PAVEMENT, CONCRETE WALK, CURBING, PAVERS, LANDSCAPING, UTILITY PIPING, ETC. AND ALL ITEMS INDICATED TO BE REMOVED WITHIN THE PROJECT LIMIT LINE. 6. THE CONTRACTOR SHALL PROTECT EXISTING UTILITY STRUCTURES NOT IDENTIFIED FOR REMOVAL DURING UTILITY AND SURFACE DEMOLITION OPERATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE INCURRED TO EXISTING UTILITY STRUCTURES AND SHALL REPAIR OR REPLACE THE EXISTING UTILITY STRUCTURES TO PRE-DAMAGED CONDITION OR BETTER TO THE SATISFACTION OF THE OWNER AND AT NO ADDITIONAL COST TO THE OWNER. 7. THE PLAN IS PROVIDED TO SHOW THE GENERAL EXTENT OF THE SITE UTILITY REMOVAL AND DEMOLITION. NOT ALL ITEMS REQUIRING REMOVAL MAY BE SHOWN OR CALLED OUT. THE CONTRACTOR IS RESPONSIBLE TO REMOVE AND PROPERLY DISPOSE OF ALL ITEMS ON THE SITE (ABOVE GROUND OR BELOW GROUND) WHICH ARE NOT REQUIRED TO BE SAVED OR PROTECTED AND WHICH WILL NOT BE INCORPORATED INTO THE FINAL CONSTRUCTION. 8. THE PROVISIONS OF WORKER SAFETY AND/OR HEALTH PROTOCOLS THAT ADDRESS COMPLIANCE WITH THE RULES, LAWS AND REGULATIONS PERTAINING TO CONSTRUCTION SAFETY AND/OR THE POTENTIAL AND/OR ACTUAL RISK OF EXPOSURE TO SITE SPECIFIC PHYSICAL OR CHEMICAL HAZARDS POSED TO THE CONTRACTOR'S EMPLOYEES IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR. REFER TO APPLICABLE HEALTH AND SAFETY SPECIFICATIONS. 9. PRIOR TO DEMOLITION WORK OF ANY UTILITY COMPANY, THE CONTRACTOR SHALL CONTACT THE RESPECTIVE UTILITY COMPANY. THE CONTRACTOR SHALL COORDINATE ANY REMOVAL OF EXISTING UTILITIES WITH THE RESPECTIVE UTILITY COMPANY. 10. CONTRACTOR SHALL PROTECT ALL EXISTING UTILITIES NOT IDENTIFIED FOR REMOVAL OR ABANDONMENT. COORDINATE REMOVAL LIMITS AND SEQUENCE WITH PROPOSED UTILITY WORK. 11. ALL ITEMS IDENTIFIED FOR REMOVAL/DEMOLITION SHALL BE DISPOSED OF LEGALLY OFF-SITE. 12. CONTRACTOR TO COMPLY WITH THE REQUIREMENTS FOR EROSION AND SEDIMENTATION CONTROL. 13. THE CONTRACTOR SHALL MAINTAIN EXISTING STORM SEWER FLOWS BY PUMPING OR OTHER MEANS APPROVED BY THE OWNER'S REPRESENTATIVE DURING CONSTRUCTION OF THE PROPOSED STORM SEWER IN LOCATIONS WHERE STORM SEWER ARE BEING INSTALLED, REPLACED OR RELOCATED. 14. CONTRACTOR TO COORDINATE ALL REMOVALS WITH THE TOWN OF EAST LYME PRIOR TO DEMOLITION. LEGEND DEMOLISH EXISTING GRAVEL DEMOLISH EXISTING UTILITY STRUCTURE/TREE ABANDON STRUCTURE CUT AND CAP PIPE PROJECT LIMIT LINE 100-YEAR FLOODPLAIN DEMOLISH EXISTING UTILITY PIPE DEMOLISH EXISTING FENCE LIMIT OF TREE CLEARING N WELL 5 BUILDING EXISTING LAGOON 100-YEAR FLOOD LINE ELEV: 52.63 LIMIT OF TREE CLEARING (TYP) DEMOLISH GRAVEL DRIVE PROTECT EXISTING WATER MAIN DEMOLISH EXISTING FENCE GATE DEMOLISH EXISTING CHAIN LINK FENCE PROTECT EXISTING GRAVEL DRIVE PROTECT EXISTING 6" DI PIPE PROTECT EXISTING 6" DI PIPE DEMOLISH EXISTING 6" DI PIPE DEMOLISH EXISTING 6" DI PIPE TEMPORARILY CUT AND CAP EXISTING 6" DI PIPE REMOVE, STOCKPILE, PROTECT, AND REINSTALL EXISTING CONCRETE FLARED END REMOVE, STOCKPILE, PROTECT, AND REINSTALL EXISTING CONCRETE FLARED END LIMIT OF WORK TEMPORARILY CUT AND CAP EXISTING 6" DI PIPE DEMOLISH EXISTING CHAIN LINK FENCE TO NEAREST POST DEMOLISH EXISTING CHAIN LINK FENCE TO NEAREST POST 27761 AN DRE W P. WHITE 01/03/2024 PBG Model W Z on e A E (F lo od w a y) Zon e A E (Fl ood way ) W Z on e A E (F lo od w a y) Zon e A E (Fl ood way ) 21+ 55 20+ 00 21+ 00 S72° 15' 12"E 154.88' 13+05 10+ 00 11+ 00 12+00 13+ 00 N8 ° 3 5' 41 "W 6.5 6' N4° 04 ' 06 "E 21. 16' N2 ° 2 2' 5 1"E 36. 44' S72° 17' 46"E 150.58' C6 C7 C8 31+68 30 +0 0 31 +0 0 N1 5° 1 2' 40 "W 3. 71 ' N5° 36 ' 03 "E 10. 70' N2 5° 1 1' 0 4" W 28 .3 7' C1 C2 C3 C4 C5 STA: 10+00.00 N:196,435.26 E:744,275.46 STA: 20+00.00 N:196,483.37 E:744,295.79 STA: 30+00.00 N:196,356.30 E:744,493.54 STA: 13+05.40 N:196,524.49 E:744,446.90 ALIGNMENT - 3 STA. 31+67.63= ALIGNMENT - 1 STA. 12+91.92 ALIGNMENT - 2 STA. 21+54.88= ALIGNMENT - 1 STA. 12+16.95 N 49 ° 39 ' 1 8" W 4. 83 ' CURVE TABLE CURVE # C6 C7 C8 C1 C2 C3 C4 C5 P.C. P.I. P.T. P.C. P.I. P.T. P.C. P.I. P.T. P.C. P.I. P.T. P.C. P.I. P.T. P.C. P.I. P.T. P.C. P.I. P.T. P.C. P.I. P.T. STATION 11+50.58 - 11+93.21 11+99.77 - 12+40.43 12+61.59 - 12+68.95 30+03.71 - 30+09.59 30+09.59 - 30+23.03 30+23.03 - 30+44.64 30+55.35 - 31+07.73 31+36.11 - 31+62.80 NORTHING N: 196,389.44 N: 196,379.16 N: 196,412.59 N: 196,419.07 N: 196,439.26 N: 196,459.62 N: 196,480.73 N: 196,484.40 N: 196,488.08 N: 196,359.88 N: 196,362.73 N: 196,365.29 N: 196,365.29 N: 196,371.18 N: 196,377.96 N: 196,377.96 N: 196,388.73 N: 196,399.53 N: 196,410.18 N: 196,436.89 N: 196,461.19 N: 196,486.86 N: 196,499.13 N: 196,507.90 EASTING E: 744,418.90 E: 744,451.10 E: 744,446.05 E: 744,445.07 E: 744,442.02 E: 744,443.47 E: 744,444.97 E: 744,445.23 E: 744,445.38 E: 744,492.57 E: 744,491.80 E: 744,490.31 E: 744,490.31 E: 744,486.88 E: 744,486.11 E: 744,486.11 E: 744,484.89 E: 744,485.95 E: 744,486.99 E: 744,489.61 E: 744,478.19 E: 744,466.12 E: 744,460.35 E: 744,450.02 DELTA (D) 116° 17' 55.7" 12° 39' 47.0" 1° 41' 14.3" 14° 57' 59.9" 23° 41' 55.0" 12° 04' 48.4" 30° 47' 07.0" 24° 28' 14.1" TANGENT 33.80' 20.42' 3.68' 2.96' 6.82' 10.85' 26.84' 13.55' LENGTH 42.63' 40.67' 7.36' 5.88' 13.44' 21.61' 52.39' 26.69' RADIUS 21.00' 184.00' 250.00' 22.50' 32.50' 102.50' 97.50' 62.50' C-101 SITE PLAN EG APW PBG DESIGNED/CHECKED BY: DRAWN BY: FILE: APPROVED BY: DATE: PROJECT NO: Pl ot te d O n: Ja n 03 , 20 24 -1 :3 4p m B y: A PW La st S av ed : 1/ 2/ 20 24 Ti gh e & B on d: \\ tig he bo nd .c om \d at a\ D at a\ Pr oj ec ts \E \E 06 10 E as t Ly m e\ 03 4 - W el l 5 W TP L ag oo ns \D ra w in gs \A ut oC A D \S he et \E 06 10 -0 34 -C -1 01 -S IT E. dw g MARK DATE DESCRIPTION E0610-034-C-101-SITE.dwg SCALE: AS SHOWN East Lyme, CT East Lyme Well 5 Lagoon Expansion Town ...

PO Box 509, 108 Pennsylvania Avenue, Niantic, CT 06357Location

Address: PO Box 509, 108 Pennsylvania Avenue, Niantic, CT 06357

Country : United StatesState : Connecticut

You may also like

Chlorine and Chlorine Gas for Water Disinfection at WTP Plants and Well Sites

Due: 06 Nov, 2024 (in 6 months)Agency: City of Peoria

C-100753 ITB 21-28 - Water Station 5 Reservoirs and Pump Station

Due: 05 Jan, 2025 (in 8 months)Agency: City of Vancouver

GAOA - WELL P18 REPAIR AT MERCED NWR

Due: 15 Aug, 2024 (in 3 months)Agency: U.S. FISH AND WILDLIFE SERVICE