Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Yard Waste Composting Facility
ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 825 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBE 4, 2001: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Terry Contracting and Materials~ Inc, Riverhead, NY in the amount of $321~000.00 for the development ora compost site on land adjacent to the Southold Landfill, as per specifications for same developed by the Town, and be it Further RESOLVED that the Town Board authorizes and directs Supervisor Jean Cochran to execute a contract with Terry Contracting for development of the compost site, subject to review and approval of the Town Attorney and the Solid Waste Coordinator. Elizabeth A. Neville Southold Town Clerk ' ELIZABETH A. NEVILLE TOWN CLERK REGISTtiAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 6, 2001 William H. Doremus, President James McCullagh Co. Inc. 75 E Bethpage Rd Plainview NY 11803 Dear Mr. Doremus: The Southold Town Board, at its regular meeting of November 8, 200l, accepted the bid of Terry Contracting & Materials Inc. for the Southold Town Solid Waste District's Yard Waste Composting Facility. A certified copy of this resolution is enclosed. Also, returned herewith is the Bid Bond you submitted. Thank you for submitting your bid. Very truly yours, Southold Town Clerk lie Enclosure THE AMERICAN INSTITUTE OF ARCHITECTS AJA Document A310 Bid Bond ~ ~ ~ ~:~ ~ [lm~l~# t~[t~ We JAMES MCCULLAGH CO., INC. 75 EAST SETHPAGE ROAD, PLAINVlEW, NY t180:3 LIBERTY MUTUAL INSURANCE COMPANY 1211 AVENUE OF THE AMERICAS, NEW YORK, NY 10036 a. C~:~'[~3~'~.~C~t dt2~.~' cu.~i~,ed t~31~' ~} ~ O~ ~ ~ ~ MASSACHUSETTS TOWN O~ SOUIHO~O ~ly, f!~ly ~ ~ ~. Si~l~d ~ ~1~ ~ 29TH (Wtt~ess) · (Witmms) AiA~A310 · ~ 1~ · AIA @ · ~ 1970 ED · T~ A~IiICAN II~a'i'rl~TE OF AI~I~L'II~JI~, 1735 N.Y. AVE., N.W., l~l~, D.C. 20006 d QROUP cc7 March 21,2002 James Bunchuck Solid Waste Coordinator Southold Town Solid Waste District P. O. Box 962 Cuthogue, New York 11935-0962 Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construc'don Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m~h2rn.com web: www. h2m.com RECEIVED Re: Yard Waste Composting Facility Construction Observation Services Lp-02-070 Dear Mr. Bunchuck: MAR 2 5 So~thold Town Clerk As you recently requested, Holzmacher, McClendon & Murrell, P.C. (H2M) is pleased'to present this proposal for providing construction observation services for the construction of the yard waste compost site adjacent to the Cuthogue landfill. Our office had prepared the design plans and specifications for the project and is acutely aware of the requirements of the project. I have enclosed the personnel resumes of the two inspectors that our office proposes to use on the project. One of the two inspectors will be present at the site full time during the construction operations and will be responsible for daily operations of the contractor, coordination between the Town and contractor, conducting job progress meetings and completing required paperwork to document compliance. Mr. Frank Battista and Mr. Robert E. Young have over 40 years and 12 years of highway, bridge and municipal project experience in the construction field. They are both certified by the National Institute for Certification of Engineering Technologies (NICET) as construction inspectors for highway/earthwork projects. It is expected that a maximum of twenty five (25) days of construction observation services will be required for the project. It is proposed to be reimbursed by the town at a rate of $70.00 per hour for only the hours worked at the site for the project. Travel expenses will be at no additional cost to the Town. If you have any questions, please contact our office at (631) 756-8000 Extension 1610. I can be available to be at the Town Board Meeting on March 26, 2002 if any questions arise regarding our services. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. George W. Desmarais, P.E. Vice President GWD:hap Enclosure CC: Town Board (w/encl.) Gregory F. Yakaboski, Esq. (w/encl.) L:\LPS\Dept4500~2002\Lp02-070.doc PROFESSIONAL EXPERIENCE H2M (1999 - Present) CERTIFICATION National Institute for Certification of Engineering Technologists (NICET) 7/01 FRANK BATTISTA Chief Inspector Mr. Battista has over 40 years of highway, bridge and municipal project related experience in the areas of inspection and material testing. The vast majority of this experience was with the New York State Department of Transportation (NYSDOT), Region 10 from 1957 to 1995. Since retiring from the NYSDOT, Mr. Battista's work experience has been exclusively in the construction discipline on projects for the NYSDOT, Suffolk County, Long Island Water Districts, and the Villages of Farlningdale, Bayville and Great Neck. Representative projects include: · Chief Inspector on miscellaneous roadway and drainage projects (P/t inspector) for the Villages of Farmingdale and Great Neck. Soil boring oversight on behalf of the Village of Great Neck for private development approval. (2001-2002). · Chief Inspector for the extension of water mains requiring open cut excavation and replacement of pavement for the Riverhead Water District (2002). · Chief Inspector under D01048h PIN 0806.54 - Bridge Deck Sealing of over 80 bridges in Nassau and Suffolk Counties inclusive of bridges on the Long Island Expressway (NY 495) and Sunrise Highway (NY 27). Project involved extensive maintenance and protection of traffic with right, left and center lane closures. PIN 0806.43 - Emergency Standby Contract involved miscellaneous emergency repairs - replacement of temporary asphalt surface on the Wantagh Parkway Bridge at Jones Beach; replacement of a steel girder on the North Ocean Avenue Bridge over Sunrise Highway, deck repairs, sidewalk and curb; tower repair on Meadowbrook Parkway Bridge at Jones Beach (2000-2001). · Senior Inspector for NYSDOT, Region 10 bridge painting in Nassau and Suffolk Counties. Responsibilities included maintenance and protection of traffic, nighttime closures of the LIE, contractor adherence to the Lead Health and Safety Plan and OSHA requirements (1997-1998). · Resident Engineer for NYSDOT permit adherence relative to highway and intersection construction of NY 454 at Orville Drive. Work included pavement widening, drainage and the installation ora new traffic signal (1998). · Senior Inspector for NYSDOT, Region 10, ITS enhancements on the Southern State Parkway from the New York City border into western Suftblk County. Work included open cut excavation and jacking of conduit (1999). · Senior Inspector for Suffolk County Department of Public Works highway resurfacing on various county roads (1999). · NYSDOT - Construction inspection, material plant inspection oversight (concrete, asphalt, guide rail, and fencing), and highway design. (1957-1995). Former Assistant Materials Engineer for NYSDOT region 10. · PROFESSION.N. EXPERIENCE H2M (2001 - Present) L.K. McKlean (1989-2001) EDUCATION Course work towards B.S. in Civil Engineering CERTIFICATIONS Certified Health and Safety Operations at Hazardous Waste Sites (OSHA) National Institute for Certification of Engineering Technologists (NICET): Level IV - Highway Construction Level I - Geosynthetic Liner Installation Inspection ROBERT E. YOUNGj ,JR. Chief Inspector Mr. Young has over 12 years of comprehensive construction inspection experience with an emphasis on highway/bridge inspection and municipal improvements. Specific projects include: Cherry Grove Dock - Replacement to dock and bulkhead for the main access area to Cherry Grove for the Town of Brookhaven. Project involved new steel sheeting, widening of the dock/pedestrian walkway and an extension of the walkway onto the Island (2001-2002). · Town of Brookhaven Phase I and II Overliner: Construction inspector for the placement of HDPE and VLDPE liner within the Brookhaven Landfill on various areas of new cells and closed cells. Work consisted heavily on earthwork liner testing (destructive and nondestructive) and methane gas piping. · Roe Boulevard Reconstruction, Village of Patchogue - Resident Engineer for a $600,000 roadway and bridge upgrading using NYSDOT multi-modal funding. Project included drainage improvements, curb, sidewalk, pavement repairs, and full asphalt resurfacing (2001). · August Road Culvert Replacement, Town of Babylon - Resident Engineer for the replacement of an existing concrete culvert with a aluminum (pre-fabricated) box culvert. Work inclusive of slope protection, guide rail, and new asphalt pavement (2001). · Chief Inspector on the replacement of four Variable Message Signs (VMS) on the Long Island Expressway for the NYSDOT, Region I0 (2001). · New York State Route 27A Bridge Replacement over Long Island Rail Road, Great River - NYSDOT Region 10: Chief Inspector for the replacement of an 87-year old bridge over the Long Island Rail Road in Great River. Work included roadway realignment, approach roadways to bridge, GRES wall and MSE retaining wall, bridge abutments, new water, gas and electric utilities with pipe jacking and final paving (1998-2000). · Senior Inspector on the $23 million installation of new Variable Message Signs (VMS) on the Southern State Parkway. 1NFORM system project for the NYSDOT (1998). · TYCO Submarine System (TSSL): Inspector for the installation of an underground, nine-duct bank system from an industrial park adjacent to the Long Island Expressway along William Floyd Parkway to Smith Point County Park. Work consisted of conduit installation, concrete placement, precast manholes, directional boring (underground - land and waterway) for this six-mile stretch of roadway (1997). ROBERT E. YOUNG JR. (con~ued) · Route 25A Roadway Reconstruction, Shoreham - NYSDOT Region 10: Senior Inspector for construction of this multi-million dollar NYSDOT roadway widening project. Work consisted of all phases of roadway reconstruction. Responsible mainly for all earthwork, drainage and paving operations (1996-1997). · North Shore University Hospital: Inspection of traffic signal/pedestrian signals installation to control traffic flow to and fi.om parldng garage. Work included fiber optic cable/power cable replacement, concrete pole foundation construction and interaction with hospital personnel. · Sand/Salt Sheds, Town of Brookhaven: Inspection of forming of foundations and slabs, concrete placement and installation of prefabricated domes for housing of winter sand/salt for Highway Department facilities. Work also included original topographic survey and project layout. · Town of Brookhaven Scalehouse/Landfill Entrance Road: Inspection of new scales and entrance roadway, earthwork, drainage, utility work and final paving of facility as well as Horseblock Road, Suffolk County Route 16. · Town of East Hampton 1PF Building/Composting Facility: Inspection of all phases of site development fi.om clearing and grubbing to final acceptance of this multimillion dollar solid waste facility at the Springs-Fireplace Road Landfill. · Long Island MacArthur Airport Signage and Lighting Project: Resident Engineer for project overseeing inspection for the upgrading of rtmway/taxiway signs, as well as 5KV cable placement for reconditioning of runway/taxiway edge lighting. Heavy interaction with airport officials and the FAA. Utilized the MURK System. · Cedar Beach Marina Bulkhead/Trestle Piers: Inspection for the reconstruction of two timber bulkheads and four trestle piers, which were damaged by the storm of 1992. · Town of Brookhaven Landfill MRF: Construction inspection for this multimillion dollar recycling facility. Work consisted of pm- engineered building erection, internal recycling equipment, site development and final paving. · Pineneck Marina/Davis Park/Corey Creek Marina (1990): construction inspection of reconstruction of floating docks, precast concrete launching ramps and timber docks at the above Town of Brookhaven facilities. · Fireman's Park (Ridge) and Atlantic Avenue (East Moriches) Ballfield Lighting: Construction inspection for the erection of lighting towers for baseball field lights. Work included power cable placement and precast building for electrical equipment. · 6/01 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 763 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 8, 2001: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids for the materials and labor necessary, for the construction of a yard waste compost facili .ty pursuant to NYSDEC Part 360 Regulations, upon receipt of specifications reviewed and approved by the Town Attorney and Solid Waste Coordinator. Elizabeth A. Neville Southold Town Clerk RESOLUTION NOVEMBER 8, 2001 V -763 RESOLVED that the Town Board of the Town of Southold hereby .authorizes Town Clerk Elizabeth Neville to advertise for bids for the materials and labor necessary for the construction of a yard waste compost facility pursuant to NYSDEC Part 360 Regulations, upon receipt of specifications reviewed and approved by the Town Attorney and Solid Waste Coordinator. JAMES BUNCHUCK SOLID WAS'I'll2 COORDINATOR FH:; ~113. :1F,117~:47'37£ Il,l,' '. 07 21!101 iai: I?F'[I F'3 P,O Box 962 Cutehogae, New York 11935-0962 Tel: (631) 734-7685 Fax: (631) 734~7976 November 7, 2001 SOUTHOLD TOWN SOLID WASTE DISTRICT MEMORANDUM TO: Town Board Members FROM: ~Iim Bunchuck SUBJECT: Compost Site Preparation Bid Please consider the lblloWnng resolution to authorize advertisement ora bid to develop the compost site: RESOLU'TION RESOLYED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids for the materials and labor necessary for the construction of a yard waste cumpost facility pursuant to NYSDEC Part 360 ReguIat/ons, upon receipt of specifications reviewed and approved by thc Town Attorney and Solid Waste Coordinator. SUPPORTING EXCELLENCE ~N ENGINEERING December 5, 2001 Cn'egory F. Yakaboski, Esq. Town Attorney Town of Southold 53095 Main Road Southold, New York 11971 DEC Southold Town Cled. r~c~'rlYRlalzmacher, McLandon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 6944122 e-mail: h2m~h2m.com web: www. h2m.com Re: Southold Solid Waste District Yard Waste Composting Facility Conformed Contracts SOHT 01-01 Dear Mr. Yakabowski: Enclosed are five (5) copies of the conformed contracts for the above referenced project. The bids for the project were opened on November 29, 2001 and the Town Board awarded the project to the lowest responsible bidder on December 4, 2001. After execution by Supervisor Cochran and the contractor, we suggest distribution of the copies as follows: 2. 3. 4. 5. Town Attorney's Office Town Clerk's Office Solid Waste Coordinator James Bunchuck Holzmacher, McLendon & Murrell, P.C. Terry Contracting & Materials, Inc. The contract documents include the total lump sum bid of $321,000.00. The contact person for the contractor is Bob Terry, President at (631) 727-0170. Please call me at 756-8000, Exension 1610 if you have any questions concerning this letter. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. George W. Desmarais, P.E. GWD:hap Enclosures cC: Supervisor Jean W. Cochran Town Board Elizabeth A. Neville James Bunchuck P:~OV~D\gfy1205.doc November 30, 2001 Supervisor Jean W. Cochran Town of Southold 53095 Main Road Southold, New York 11971 · -,,,,noi~H~zl~Cl~l~cLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc.· H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m.com web: www. h2m.com Re: Southold Solid Waste District Yard Waste Composting Facility SOHT 01-01 Dear Supervisor Cochran: Bids were received on Thursday, November 29, 2001 at town hall for the project entitled "Yard Waste Composting Facility." The project includes the installation of base material on the 17 acre site adjacent to the Cutchogue Landfill. A copy of the bid tab summary sheet for the contractor quotes is attached. A total of two bids were received. Based on the bids received, Terry Contracting and Materials, Inc. of Riverhead, New York was the lowest bidder, with a total lump sum bid of $321,000.00. The only other bidder on the job was James McCullagh Co., Inc. of Plainview, New York at a total lump sum of $649,723.00. After review of the bid proposal unit prices and discussions with the contractors, the reason for the wide disparity of the two bids is that the unsuccessful bidder is not a local firm, would have to truck in the base material from Nassau County and this type of work is not the primary work of the firm. Based on the qualifications and references submitted by the lowest bidder, Terry Contracting has successfully completed numerous projects of similar size and scope and is currently the contractor on the landfill capping project. After the bid opening, the President from Terry Contracting indicated to me that his firm is satisfied with the bid presented and would fulfill the contract. Based on the above information, it is our recommendation that the project be awarded to Terry Contracting & Materials, inc. at a Base Project Cost of $321,000.00. If you have any questions, please contact our office at 756-8000 Extension 1610. I can be available to be at the Town Board Meeting on December 4, 2001 if any questions arise and will prepare the project documents for conforming once we are notified the Board intends to award. Very truly yours, HOLZMACHER, MCLENDON & MURRELL, P.C. George W. Desmarais, P.E. GWD:hap Enclosure CC: Town Board (w/encl.) Gregory F. Yakaboski, Esq. (w/encl.) Elizabeth A. Neville (w/encl.) James Bunchuck (w/encl.) T:\1997JOBS~RSB9705'~J~c~:~dLecE R s · A R C H I T E C T S · S C I E N T I S T S TOWN OF SOUTHOLD SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY SOHT 01-01 BIDDER NAME BID DATE: THURSDAY, NOVEMBER 29, 2001 11:00 a.m. SOUTHOLD TOWN HALL BID BOND LUMP SUM BID PRICE Terry Contracting & Materials, Inc. Riverhead, New York James McCullagh Co., Inc. Plainview, New York Corazzini Asphalt, Inc. Cutchogue, New Y6rk Sound Shore Excavation Southold, New York Ferran Development Corp. Farmingdale, New York 10% 5% $321,000.00 $649,723.00 DID NOT BID DID NOT BID DID NOT BID Paul Corazzini, Jr. & Sons Greenport, New York TJS Hauling Ronkonkoma, New York DID NOT BID DID NOT BID P:\GWD\tosh 1128.doc December 5, 2001 Gregory F. Yakaboski, Esq. Town Attorney Town of Southold 53095 Main Road Southold, New York 11971 DEC 1 0 2002 Southold Town Clert. F~EC.~EIVECHolzmacher, McLendon & Murrell, P.e. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m,com web: www. h2m.com Re: Southold Solid Waste District Yard Waste Composting Facility Conformed Contracts SOHT 01-0f Dear Mr. Yakabowski: Enclosed are five (5) copies of the conformed contracts for the above referenced project. The bids for the project were opened on November 29, 2001 and the Town Board awarded the project to the lowest responsible bidder on December 4, 2001. After execution by Supervisor Cochran and the contractor, we suggest distribution of the copies as follows: 2. 3. 4. 5. Town Attorney's Office Town Clerk's Office Solid Waste Coordinator James Bunchuck Holzmacher, McLendon & Murrell. P.C. Terry Contracting & Materials, Inc. The contract documents include the total lump sum bid of $321,000.00. The contact person for the contractor is Bob Terry, President at (631) 727-0170. Please call me at 756-8000, Exension 1610 if you have any questions concerning this letter. Very truly yours, HOLZMACHER, IdcLENDON & MURRELL, P.C. George W. Desmarais, P.E. GWD:hap Enclosures CC: Supervisor Jean W. Coctu'an Town Board Elizabeth A. Neville James Bunchuck P:\GWD\gfy1205.doc ld C-IVOUP November 30, 2001 Roger Evans Regional Permit Administrator Division of Environmental Permits NYSDEC - Region 1 SUNY, Building 40 Stony Brook, New York 11790-2356 SUPPORTING EXCELLENCE Holzmacher, McLendon & Mu~ll, P.C. k H2M Associa~, Inc. H2M Labs, Inc. ~ H2M Construction Mana~emen~ Inc. 575 Broad Hollow Road, Melville, N~Yo~ 11747 ¢31) 7~-8000, F~: (631) 6~122 e-mail: h2m~h2m.~m Via Federal Express ~b: ~.h2m.~m Re: Town of Southold Yard Waste Composting Facility Permit to Construct Application SOHT 01-01 Dear Mr. Evans: On behalf of the Town of Southold, I have enclosed for your review three (3) copies of the Engineering Report for the Permit to Construct Application of a Yard Waste Composting Facility on a 17.2 acre site adjacent to the Cutchogue Landfill. The project was discussed at a meeting with Igor Sikiric and Carl Fritz of the Division of Solid & Hazardous Materials on September 12, 2001. The Engineering Report has been prepared based on the requirements of NYCRR Part 360-5, Composting Facilities. An original of the Application For A Solid Waste Management Facility Permit (NYSDEC Form 47-19-2(11/89)-10e) has been enclosed as executed by Town Supervisor Jean W. Cochran. The Town of Southold is very anxious to commence construction of the project, purchase equipment and beginning processing operations. The town is also finalizing an intermunicipal agreement with the Town of Huntington for a solid waste for yard waste swap. Therefore, we request that the Department provide an expeditious review of the permit application documents. Our office along with Southold Solid Waste Coordinator James Bunchuck would be glad to meet with the Department during the week of December 3, 2001 to discuss the project. Please contact our office at 756-8000 Extension 1610 if any questions arise concerning the project. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. Desmarais, P.E. GWD:hap Enclosures cc: Anthony J. Cava, P.E. (w/encl.) Igor Sikiric (w/encl.) Supervisor Jean W. Cochran (w/encl.) Town Board (w/encl.) Gregory F. Yakaboski, Esq. (w/encl.) James Bunchuck (w/encl.) J ] ] ] ] FILE IN TOWN CLERK'S OFFICE TOWN OF SOUTHOLD SOLID WASTE DISTRICT APPLICATION TO CONSTRUCT A YARD WASTE COMPOSTING FACILITY CUTCHOGUE, NEW YORK 6 NYCRR PART 360 ENGINEERING REPORT NOVEMBER 2001 APPLICANT: TOWN OF SOUTHOLD SOLID WASTE DISTRICT 53095 ROUTE 25 SOUTHOLD, NEW YORK 11971-0959 SUBMII-FED TO: ROGER EVANS DIVISION OF ENVIRONMENTAL PERMITS NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION REGION ONE BUILDING 40 - SUNY STONY BROOK, NEW YORK 1179O-2356 HOLZMACHER, McLENDON & MURRELL, P.C. 575 Broad Hollow Road Melville, New York 11747-5076 Engineers · Architects · Scientists · Planners · Surveyors TOWN OF SOUTHOLD SOLID WASTE DISTRICT APPLICATION TO CONSTRUCT A YARD WASTE COMPOSTING FACILITY CUTCHOGUE, NEW YORK 6 NYCRR PART 360 ENGINEERING REPORT NOVEMBER 2001 APPLICANT: TOWN OF SOUTHOLD SOLID WASTE DISTRICT 53095 ROUTE 25 SOUTHOLD, NEW YORK 11971-0959 SUBMrI-FED TO: ROGER EVANS DIVISION OF ENVIRONMENTAL PERMITS NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION REGION ONE BUILDING 40 - SUNY STONY BROOK, NEW YORK 11790-2356 HOLZMACHER, McLENDON & MURRELL, P.C. 575 Broad Hollow Road Melville, New York 11747~5076 Engineers · Architects · Scientists · Planners · Surveyors I I I I I I I I I I I I I I I I I I I TOWN OF SOUTHOLD SOLID WASTE DISTRICT APPLICATION TO CONSTRUCT A YARD WASTE COMPOSTING FACILITY CUTCHOGUE, NEW YORK 6 NYCRR PART 360 ENGINEERING REPORT NOVEMBER 200'1 APPLICANT: TOWN OF SOUTHOLD SOLID WASTE DISTRICT 53095 ROUTE 25 SOUTHOLD, NEW YORK 11971-0959 SUBMITTED TO: ROGER EVANS DIVISION OF ENVIRONMENTAL PERMITS NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION REGION ONE BUILDING 40- SUNY STONY BROOK, NEW YORK 11790-2356 TOWN OF SOUTHOLD SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY 6 NYCRR PART 360 ENGINEERING REPORT NOVEMBER 2001 PERMIT TO CONSTRUCT A I I I YARD WASTE COMPOSTING FACILITY ENGINEERING REPORT TABLE OF CONTENTS I 2.0 I 3.0 INTRODUCTON STATEMENT OF COMPLIANCE WITH THE GOALS AND OBJECTIVES OF THE NEW YORK STATE SOLID WASTE MANAGEMENT PLAN PLANS I I I I 3.1 Regional Map 3.2 Site Vicinity Map 3.3 Site Plan 3.4 Auxiliary Plans 4.0 DESCRIPTION OF THE ULTIMATE USE FOR THE FINISHED COMPOST 4.1 4.2 4.3 4.4 Case Histories Method for Removal Poor Quality Compost Change in Market Condition I 5.0 I I I DESCRIPTION OF FACILITY OPERATION 5.1 Schedule of Operation a). Days and Hours b). Preparations before Opening c). Procedures for Closing 5.2 Anticipated Daily Traffic Flow a). Present/Projected Traffic b). Traffic Routing c). Traffic Conditions I I 5.3 Procedure for Unloading Vehicles a). Frequency/Rate b). Method PAGE NO. 4 4 4 4 5 5 6 10 10 11 11 11 11 12 12 12 12 13 13 14 14 14 PAGE NO. 5.4 6.0 7.0 8.0 9.0 10.0 Special Precautions or Procedures for Operation During Inclement Weather a). Wind b). Heavy Rain c). Snow/Freezing Conditions DESCRIPTION OF FACILITY DESIGN 6,1 Equipment Needs 6.2 Surface Water Control Methods 6.3 Seed Material Description 6.4 Process Time 6.5 Window Construction 6.6 Aeration Method/Procedures 6.7 Site Access Control 6.8 Fire Safety Procedures 6.9 Process Flow Diagram OWNERSHIP/LEASING ARRANGEMENT PERSONNEL REQUIREMENTS/RESPONSIBILITIES SOIL/GROUNDWATER CHARACTERISTICS YARD WASTE COMPOSITIONS 10.1 Source of Yard Waste 10.2 Yard Waste Quantities 10.3 Composition of Yard Waste 11.0 MONITORING 11.1 Compost Process Monitoring 11.2 Site Monitoring 12.0 CONTINGENCY PLAN 12.1 Equipment Breakdown 12.2 Odor Control 12.3 Vector Control 12,4 Spill Control 12.5 Delivery of Unapproved Wastes 12,6 Emergency Responses Arrangements 12.7 Emergency Equipment 12.8 Evacuation Procedures 14 15 15 16 17 17 18 19 2O 2O 21 21 21 22 23 24 25 25 25 26 29 29 3O 3O 32 32 32 33 33 34 34 35 35 13.0 OPERATING RECORDS I 14.0 I I 15.0 FACILITY MAINTENANCE MEASURES 14.1 Roadway Maintenance 14.2 Equipment Maintenance 14.3 Utility Maintenance 14.4 Closure PERMIT TO CONSTRUCT APPLICATION PAGE NO. 36 37 37 37 37 37 38 TABLE NO. i 6-1 10-2 EQUIPMENT REQUIREMENTS YARD WASTE AS A PERCENTAGE OF WEIGHT OF TOTAL WASTE STREAM LIST OF FIGURES 27 i 6-9 PROCESS FLOW DIAGRAM REGIONAL MAP APPENDIX NO.: I 2 3 I 4 SITE VICINITY MAP SITE PLAN (1:1200) EXISTING LAND USE I 5 6 I 7 EXISTING ZONING GENERALIZED GEOLOGIC CROSS-SECTION PROPOSED ZONING I 8 NYSDEC 9/4/01 LETTER TO SOUTHOLD RE: REGISTRATION FOR BRUSH PROCESSING SITE I 9 10 OPERATING DATA/LOG SHEETS PERMIT TO CONSTRUCT APPLICATION/SEQR DETERMINATION 1.0 INTRODUCTION The Town of Southold Solid Waste District (Southold) has commissioned the preparation of the following engineering report to supplement the submission of a Part 360 Permit Application lbr the development of a yard waste composting facility (Facility). The Town proposes to locate a yard waste compost facility at a 17.22 acre site on Middle Road (County Road 48) in the Hamlet of Cutchogue. The site is identified in The County of Suffolk Tax Maps as District 1000, Section 96, Block 01, Lot 02. Development of the Facility, in accordance with 6 NYCRR Part 360 regulations dated November 24, 1999, supports the efforts of the town to implement an integrated solid waste management program that combines waste-to-energy with recycling, waste reduction and landfilling in contbrmance with the New York State Solid Waste Management Plan t 988/1989 Update. The Town of Southold is facing a waste disposal crisis as landfills continue to fill up and the disposal capacity is not replaced. The Town is currently developing several alternatives to avert the crisis and is in the process of capping its landfill. As part of the Town's overall waste management strategy, yard waste composting offers a viable alternative by eliminating such waste from the landfill-bound wastestream and converting it into a use,t'ul and lnarketable product. At present, yard waste within the Town of Southold is transported to the Cutchogue Landfill for processing and lbr disposal. A portion of the northwest property line of the proposed site is contiguous with the south property line of the Cuthogue Landfill. This site was selected on the basis of case of access, existing availability of utilities, traffic patterns, existing land use, maximum buffer, minimal environmental impact, land availability, drainage control and access to existing facilities at the Cutchogue Landfill. The site is to be constructed with adequate access roads, substructure soil stability and drainage control to provide tbr a permanent facility. The facility will accept yard waste from sources within the Town of Southold and will accept yard waste from the Town of Huntington based on an intermunicipal agreement. I I I I I I I I I I I I I I I I I I I Municipal waste collected routinely from households includes a heterogeneous mixture of glass, plastic, metal, ceramic, leather, paper, cardboard, food ~aaste, and yard waste (leaves, grass clippings, small branches and wood chips). Leaves differ from the rest of the wastestream in that they occur seasonally and are easier to segregate from the overall wastestream. In season, leaves may account for up to 50 percent (by volume) of the municipal waste collected. On a yearly basis~ leaves may account for 2 to 20 percent of the total municipal solid waste (MSW) collected. These values depend on factors such as land use, population and character (urban, suburban or rural) of a comnmnity. Because segregated leaf waste is homogeneous, seasonal, and organic in nature, it lends itself to treatment by relatively uncomplicated composting procedures. The end product of the process is compost, which can serve as an organic amendment for soil or be utilized as a supplement to landfill cover material. Composting is a biological process in which organic matter is broken down under aerobic and thermophilic conditions into a humus-type end product. The composting process is dependent upon biological and environmental factors, including the population of microorganisms, the carbon-nitrogen content of the substrate material, temperature, oxygen concentration, moisture and pH. Composting is used to decompose the organic materials in municipal solid waste sewage sludge, agricultural wastes, industrial wastes and yard wastes. The properties of the end product, known as "compost," make it useful as a soil conditioner. Composting has been identified by the New York State Department of Environmental Conservation (NYSDEC) as an acceptable form of recycling. The Town of Southold is committed to the integration of yard waste composting as a valuable component of the Town's comprehensive recycling program. 2 2.0 STATEMENT OF COMPLIANCE WITH THE GOALS AND OBJECTIVES OF THE NEW YORK STATE SOLID WASTE MANAGEMENT PLAN The Town of Southold's proposed yard waste compost facility is compatible with the objectives of the New York State Solid Waste Management Plan. To promote integrated solid waste management, the plan advances a "solid waste management method hierarchy," or order of preference. This order is as follow's: }Vaste Reduction RecTcling and Reuse Waste-to-Enery;y and Lam~l'~lling By implementing a yard waste composting operation, the Town will be recycling the yard waste material which may otherwise be disposed of in a landfill. The end product of the composting process is compost, which is a soil conditioning material and, when used as such, is considered a recycled rnaterial. The recovery and reuse of such recyclable material will (1) reduce the consumption of and the demand tbr scarce landfill capacity, and (2) aid in the conservation of vital natural resources and energy. In making use of an otherwise unusable waste, yard waste composting furthers the State's goal to reduce reliance on landfilling. Finally, when properly operated a composting process will not produce a discharge or release to air or water. This asset, while not specifically addressed under the guise of solid waste management, furthers the goals and objectives of all environmental legislation whose fundamental purpose is to provide a sate and healthy environment for future generations. I I I I I I I I I I i I I I i I I I I 3.0 PLANS 3.1 Regional Map Located in the Hamlet of Cutchogue, the proposed site is north of Middle Road (CR 48), approximately 0.15 of a mile east of Depot Lane and 0.11 of a mile xvest of the Cutchogue Landfill entrance. A regional map (scale 1:62,500) has been provided in Appendix 1 that delineates (shaded portion) the eotire service area of the proposed composting facility. The regional map identifies the proposed and existing collection, processing and disposal operations, the major transportation systems in the area, including highways, airports, railways, ferry routes, and the closest population centers. 3.2 Site Vicinity Map The proposed site area is located between Depot Lane to the west and the Cutchogue Landfill to the east as shown in Appendix 2. The site is approximately 720 feet east of Depot Lane and includes a 420 foot frontage on Middle Road (CR 48). A vicinity map (scale I:24,000) has been provided in Appendix 2 that delineates the project area within one mile of the proposed facilities boundaries. Depicted on this map are local surface waters, residences, access roads, railroads, airports and any historic sites. 3.3 Site Plan The facility site plan and grading plan is provided in Appendix 3, which details the site in its relation to the Cutchogue Landfill complex. The grading plan (scale 1:1200) depicts two foot topographic contours, existing roads and utilities. The grading plan also shows the locations of any soil borings, monitoring wells, gates, parking areas, drainage, culverts, storage facilities, loading areas , surface water-bodies and drainage swales on the proposed site. 4 The site plan details the anticipated locations within the site facility of the bagged leaf storage area, shredding and grinding area, screening area, compost storage area, and windrow pile area along with optional areas for future storage buildings. 3.4 Auxiliary Plans Any wetlands and/or floodplains located within a 1,000 foot radius of the site are detailed in Appendix 3. Detailed information concerning land use, zoning, community facilities and a geological cross section of the area surrounding the facility are shown on plans located in Appendices 4 through 7. 4.0 DESCRIPTION OF THE ULTIMATE USE FOR THE FINISHED COMPOST A Final Marketing/Utilization Plan (Plan) of the processed compost cannot be defined until the material is actually produced, analyzed and evaluated for local growing conditions. Before the Plan will be finalized, any and all local, State and Federal requirements for compost end-products and particular uses will be met. The Plan will include a description of the labeling or other information necessary to specify the sources of waste from which the compost is derived, restrictions on usage, and suggested application rates. Initially, it is intended that the finished compost will be made available to local retail and residential users for gardening and soil enrichment purposes. It is also expected that finished compost will be used by the Town Parks and Highway Department in public projects to create natural berms and to improve water retention properties of the soil. Since the production of compost material by the yard waste composting facility is not expected to exceed the need for retail and town department purposes, there will not be a surplus of compost finished product at the site. The NYSDEC has already approved the use of the Cutchogue Landfill as a Brush Processing Site based on a registration validation letter from NYSDEC dated September 4, 2001 and has been included in Appendix 8. The facility will be designed with the flexibility to accept mechanical equipment capable of producing a high quality compost. The cost-effectiveness of 5 providing this additional equipment for producing high quality compost for sale to agricultural or horticultural markets will be studied by the Town at a later date. 4.1 Case Histories There are nnmerous yard waste composting facilities operating successfully in the United States at the present time. In the Tri-state area (New Jersey-New York-Connecticut), yard waste composting operations are experiencing success in marketing the compost to various users. A "market" for composted yard waste may be defined as a productive use for the material which would divert it from disposal. Users may pay for the compost, but this is not a necessary criteria for a successful marketing program. Tenafly, New Jersey has been composting leaves for thirty years. They also make wood waste available to residents in the form of firewood and wood chips at no charge. Two products are distributed, a shredded product which sells for $10.00 per cubic yard, and an unshredded product which sells for $6.00 per cubic yard. These prices are for commercial businesses such as nurseries and garden centers. Residents am allowed to pickup material free of charge. Early in the program, the product was sold at $5.00 per cubic yard and supply was exhausted in a short time. Subsequently, the Town Council raised the price in order to have more material available for residents. In Webster Groves, Missouri residents annually pickup 1,200 cubic yards of compost from stockpiles that the City maintains in several municipal parks. There is no fee for the material. The City applies 3,500 cubic yards annually to its parklands. The Missouri Botanical Gardens uses approximately 500 yards per year. Other special, one-time projects consume significant quantities. The Town of Wellesley, Massachusetts produces approximately 5,000 to 8,000 cubic yards per year of material used by the Town in municipal projects. During 1999, Wellesley sold 10,000 cubic yards of composted leaves to a nursery for a credit of $2,350 worth of plant material. Topsoil, which costs $8.00 to $10.00 per cubic yard, is no longer purchased for municipal projects. The public is allowed to take compost at no charge. 6 Greenwich, Connecticut composts leaf and yard waste with sewage sludge by the static pile method. Over 4,000 cubic yards of material are distributed annually with approximately 20 percent used in municipal prc[iects~ 20 percent used by residents and 60 percent sold to landscapers. The City allows residents to pickup the material at no charge and receive $7.00 to $9.00 per cubic yard from commercial landscapers. City officials estimate that several hundred individuals have used the compost product over the years. Since the material contains sewage sludge, the City analyzes the product for heavy metals and pathogens on a regular busis. Midland, Michigan has been operating a leaf composting operation since 1968. The product has been used in a variety of municipal projects, including the preparation of landfill cover material. It is also blended with soil to prepare topsoil for landscaping public parks. buildings, cemeteries and highways. The finished compost is available to the public and to professional users at no charge in bulk form. City officials estimate saving $37,000 per year in topsoil purchases. Topsoil sells for $5.00 per yard. At LaPere, Michigan approximately 2,000 to 3,000 cubic yards of compost are distributed annually. The City has not assigned a value to the product which is used entirely in municipal projects such as parks and cemeteries. One of the few composting operations that delivers compost to end users in Hennepin County, Minnesota. Approximately 35 commercial landscapers and five nurseries receive the material at no charge. Officials estimate that 40 percent of the material is distributed in this '~¢ay. Private residents pickup and use approximately 50 percent of the material produced. The remaining product is used by the municipalities. Total annual distribution is approximately 20,000 to 30,000 cubic yards. Two of the larger and more sophisticated leaf and yard waste composting operations in the country are in California. The City of Davis operates its own facility, while in Berkeley a private firm called Urban Ore, Inc. is used to operate the compost facility. At Davis, woody yard waste is ground and added to leaves and grass clippings to undergo composting. The high quality product is reground before distribution to create an even textured material. Due to the size constraints at the site, some material that is only partially decomposed is sold as mulch material. Other incompletely degraded material is dried and sold as boiler fuel. The City has found its primary markets to be local landscapers and nurseries. These users substitute the composted wastes for processed forest waste materials. However seasonal variation in materials received at the compost site results in variable products, thus limiting the value of the material to professional users who desire a consistent product. Approximately 25 percent of the compost produced is given free to residents for use in private gardens. The average price that Davis receives from commercial buyers is approximately $4.00 per cubic yard or $20.00 per ton. This is their breakeven cost. Urban Ore, Inc. has marketed its compost products primarily to homeowners and private landscape firms. Composts and mulches were sold primarily to the same landscape contractors who brought in the brush. Urban Ore also sold directly to homeowners, renters and property managers. Small quantities of bagged materials were kept on hand for these smaller users. Material that was delivered in bulk was hauled by independent truckers. Brookside Nurseries, Inc. of Darien, Connecticut provides complete leaf composting services to municipalities in Connecticut, New York, and New Jersey. Brookside's operations are unique in that the leaf compost is blended with other waste organics and inorganic materials to create more than 20 different soil amending products, mulches and soil substitutes. It has been the experience of Brookside that professional horticultural tradespeople do not want leaf compost per se. Where they do purchase leaf compost, they are blending it with other materials. Thus, the creation of the various specialty products from a leaf mold base is filling a well-defined need. The Town of Islip, New York currently operates a 100,000 cubic yard per year yard waste composting facility. The demand for compost for public landscaping projects at Town facilities such as parks, ball fields, buildings, traffic islands, golf courses, beaches, road shoulders, landfill cover, etc., has exceeded the production to date. The Town anticipates that any excess compost material will be made available to Town residents at no charge. 8 Landscapers in the Town of Islip have expressed an interest in utilizing this material in their businesses. Middlebush Compost Inc. currently operates a private composting facility in Somerset, New Jersey. The facility accepts from 100,000 cubic yards to 150,000 cubic yards of leaves per year from the New Jersey counties of Essex, Somerset, Middlesex and Union. Thc facility produces between 15,000 and 25,000 cubic yards of compost product per year which is sold to a local topsoil distributor. Thc topsoil distributor blends the leaf compost product with soil to increase the organic content of the soil. Different ratios of compost to soil are blended for sale to various uses such as at golf courses, garden centers and landscapers. To date the product demand has exceeded the production rate. The Town of Southold has been operating a small scale yard waste composting facility since the Fall. The Town has determined that it will take a similar approach to the Town of Islip in marketing the compost product. This approach will stress using the compost products within the Town. These uses include roadside plantings, parks development and maintenance, as a soil amendment in school yards, and as a landfill final cover material. In addition to these in-town uses, Southold will try to develop a cooperative program with a local college to utilize the material not only on campus, but also to evaluate the use of the material ~br a wide variety of commercial applications. It is anticipated that these plots will lead to the development of contact with commercial nurseries and topsoil blenders who will ultimately pay the Town fbr the compost and thereby defray some of the processing costs. A commercial operation for the processing of yard waste is currently operating in Yaphank, New York. The facility known as Long Island Compost Corporation utilizes approximately forty (40) one acre sites spread around the East End of Long island. Each of the sites is a mini-yard waste composting site where after the yard waste has been processed into compost it is transported to the bagging plant in Yaphank. The Yaphank plant currently bags up to four (4) million bags for commercial distribution in the retail market as a soil amendment. 9 I I I I I ! i I I I I i I I ! i I ! I As might be expected, such a wide variety of products demand a variety of prices. Cost is related to the degree of processing required to produce the material, whether the material is fortified with fertilizer~ and the quantity of material delivered. As examples, the lease expensive product, wood chips, is available at $13.50 a yard delivered in one yard quantities or for $5.50 per yard delivered in 25 to 35 yard loads. A product referred to as "Light and Leafy Pot Mix" sells for $52.50 per single yard load down to $44.50 per yard in 25 to 35 yard loads. The various other products are available for prices intermediate to those quoted above. 4.2 Method for Removal During the initial phases of the project when the product is used as a soil supplement, the compost product will be removed from the yard waste facility storage area with a front end loader, placed in dump trucks and transported to the Cuthogue Recycling Center at the Landfill Complex. If these dump trucks are required to transport the compost product on the Town roadways then the trucks will be equipped with tarps for covering the material during transport. If, after the initial stages of the project, the compost product is marketed to the general public or commercial operations, then the options of removal by pickup or bulk deliveries will be examined. 4.3 Poor Quality Compost Based on construction and operation permits previously issued by NYSDEC for yard waste composting facilities it is anticipated that periodic sampling and monitoring of the compost product will be required. The yard waste composting facility in the Town of lslip, New York is required to test on a periodic basis for cadmium, mercury, lead, copper, zinc, nickel, total chrominum and pH. The compost product is to be initially utilized as a soil amendment for local retail, homeowners and Town projects; any material not meeting NYSDEC testing guidelines will be disposed of at an offsite location. After the initial stages of the project, the compost product may be marketed to the general public or commercial operations. If the product does not meet NYSDEC testing guidelines, this material will then also be disposed of at an offsite location. 10 4.4 Change in Market Condition The final marketing/utilization plan would incorporated multiple markets to ensure against over-dependence upon a single user. This strategy provides an economic buffer should a change in specific markets inhibit sales. In the event of such an occurrence, municipal uses will serve as the primary backup. Landfilling the compost by off site disposal will serve only as thc "worst case" scenario means of disposal. It is anticipated that numerous yard waste composting facilities will become operational in the Tri-state area within the next decade. The increased cost of solid waste disposal and closure of many landfills will necessitate that alternative technologies such as yard waste composting be implemented. This will increase the competition to sell compost on the open market. The operations in which the most reliable quality of compost and greatest volumes of compost can be produced will have the greatest advantage in marketing its product. The Town yard waste composting operations will be the largest producer by volume on the east end of Long Island. If a reliable quality compost can be produced, the Town will be at an advantage in comparison to its competitors in the sale of the product. 5.0 DESCRIPTION OF FACILITY OPERATION 5.1 Schedule of Operation a), Days and Hours The facility will be open tbr receipt of incoming yard wastes during the same operational hours as the Town of Southold, Cutchogue Recycling Center. These operational hours are seven days per week from 8:00 a.m. to 4:00 p.m. It is anticipated that the compost processing operations will be conducted during an 8 to 10 hour workday and in the event of peak overloads, the Facility will either operate longer hours each day or operate on weekends until the overload is reduced. The receiving and staging area of the site will be open to incoming vehicles during seasons in which yard waste is generated. It is expected that the yard waste will be received 11 I I ! I i ! i I I I I I I I i I I ! ! between October 15th and December 31st of each year. Therefore the receiving and staging area will be open for a ten week period. The actual composting process to include turning of the windrows and site maintenance will be conducted year round. b). Preparations betbre Opening There are no special procedures required prior to opening the yard waste compost facility. The operators will perform a quick survey of the area to make sure that no vandalism has occurred and that all mechanical equipment is operational. The site will be surveyed to identify for correction and repair any potential drainage problems or ponding areas. c). Procedures for Closing Routine maintenance will be performed after the operational day is completed. These services include greasing and oiling equipment, cleaning conveyors, and any other necessary procedures. The site will be prepared for closure by removing any debris from the on-site roadway, applying moisture to the windrows, completing paperwork and properly securing the site. 5.2 Anticipated Daily Traffic Flow a). Present/Proiected Traffic This section of the report is limited to the potential impacts of yard waste truck traffic on the existing streets and roadways in the immediate vicinity of the composting site. All vehicles travel on designated routes. These vehicle routes are dependent on the location of the waste within the Town. Almost all vehicles travel to the Cuthogue Landfill via Middle Road (CR 48). It is assumed that traffic in the landfill area, other than vehicles carrying refuse to the landfill, will increase slightly. This slight increase in vehicle traffic is due to the fact yard waste will be received from the Town of Huntington. Changes that will occur in the immediate area of the landfill, which are traffic related, will expedite traffic flow. They include the significant 12 decrease in overall truck traffic exiting the landfill, by routing the existing trucks and non- commercial vehicles to Depot Lane and Coxs Lane. b). Traffic Routing All vehicles containing yard waste destined Ibr composting will enter the site via the Zacks Lane entrance to the Cutchogue Landfill and be weighed on the existing truck weigh scale. After weighing, the trucks will proceed to the proposed site along an access road at the southwest corner of the landfill to the drop offarea at the composting facility. The trucks will then exit via Corporate Road, turning left into Depot Lane and then proceeding back to Middle Road (CR 48). All non-commercial vehicles will also enter on Zacks Lane and proceed directly to a drop off area at the Cutchogue Recycling Center. After the drop off of yard waste the vehicle will exit the site to the east on an interior road to Coxs Lane, turning right to Middle Road (CR 48). The non-commercial yard waste will be transported to the composting site by Town Trucks via the landfill perimeter access road. c). Traffic Conditions The Cutchogue Landfill Environmental Assessment Form contains traffic counts and studies of the existing roads and intersections and develops data on the existing and projected peak hour traffic demand. This data is presented in terms of traffic volumes for the peak hour of travel (determined to be the 7:00 to 8:00 a.m. period) and the computed traffic carrying capacities of the existing and proposed roads in the immediate vicinity of the Cutchogue Landfill. The ratios of traffic volumes to capacities (or V/C ratios) and Levels of Service (LOS) were computed in accordance with the procedures of the latest edition of the Highway Capacity Manual. These values provide a measure of the efficiency and stability of the traffic flow conditions for each of the roadways and intersections surveyed. It would appear from the analysis of this data, as it impacts the Yard Waste Composting Site, that the split-off of trucks from the overall truck traffic to the composting site presents a minor additional impact on the overall traffic-carrying capabilities of the surrounding road network. Basically, this is due to the fact that the portion of the yard waste which is now transported to the Cutchogue Landfill will now be trucked to adjacent Yard Waste Composting Facility. 13 5.3 a) Procedure for Unloading Vehicles Frequency/Rate Based on the traffic data presented above, it is anticipated that approximately 30 vehicles will enter the Facility daily during the receiving period. Ali vehicles will be unloaded at the bagged leaf storage area immediately after entry. h) Method In the initial year of the operation, leaves will be delivered in plastic bags by the Town of Huntington and will be delivered already cleaned by Town of Southold. Wastes to be accepted will be leaves, brush and grass. It is possible that the method of leaf collection may change in the future to utilize either paper or cornstarch bags which should degrade during the compost process. The only material permitted to be delivered to the site will be that carried by Town of Huntington contracted trucks or residential/commercial vehicles registered in the Town of Southold. These vehicles will only deposit the yard waste in a specially designated bagged leaf storage area, where the loads can be inspected by compost site personnel. The majority of yard waste handling on-site will be accomplished by use of a rubber tired payloader. This will be supplemented by a labor force to periodically check the incoming waste to ensure that only yard waste is being received at the site. Windrow piles will be turned periodically using a windrow turning device, and during the first month of operation the leaves will be turned weekly. Debagging, shredding and screening will also be included in the operations and are described in more detail in Section 6.9 Process Flow Diagram. 5.4 Special Precautions or Procedures for Operation During Inclement Weather Since the composting operations are conducted entirely outdoors, inclement weather can affect the operation in many ways. The Facility must be flexible in its design and operation to enable handling of peak loads of leaves during the fall 14 season and peak loads created by unscheduled maintenance, downtime of mechanical equipment, or Facility closure due to inclement weather. a) Wind A screened earthern berm will be placed at the site along the boundary of the direction of the prevailing wind to reduce the amount of leaves blown oft-site during strong winds. As shown on the sitc plans, thc compost facility is located ac[jacent to the Cutchogue Landfill, some residential areas and farm fields and any leaves blown offthe composting site by high winds will have minimal effect on the surrounding landfill operations. b) Heavy Rain Standard operating procedures for composting operations require that the leaves be wet down to provide additional moisture for maximum decomposition by the bacteria. Moisture control will be monitored during the operations and utility water (water truck or water main) will be added to supplement rainfall events. The composting operation may be affected by heavy rains. The site chosen for the compost operation has adequate drainage so this should not impede the operation. If ponding precludes easy access to the windrows, then composting activities would be discontinued until the site is properly graded to allow access. When necessary, gravel and sand will be placed to facilitate access to each individual pile. Heavy rains can also hinder the biological activity in the pile. This would occur if the leaves became saturated and thc pile turned anaerobic. This is most likely to occur when a pile is being formed since the surface area to volume ratio is highest and the rain is most easily absorbed. Since spring is typically the wettest season, this potential hindrance would be most closely monitored during spring. Once a pile is built, saturation is only likely to occur during the spring rains. If the windrows become too wet (>55% moisture), they will be turned to aerate and evaporate the excess moisture. 15 I I i I I I ! I I I I I I I ! ! i I I c) Snow/Freezing Conditions Since the composting operations are not expected to receive yard waste during the winter season, the effect of snow/freezing conditions should be negligible. The roadways can become slick and make it difficult to deliver the yard waste material to the site. In these cases, common sense would dictate that collection and delivery to the site would cease during particularly hazardous ice and snow storms. All on-site and access roadways will be built of asphaltic concrete or crushed gravel. Therefore, access to and movement around the site by trucks delivering yard waste should not create any problems during normal snow/freezing conditions. During the winter season, the windrows will still be monitored and turned. Snow on top of the windrow piles will tend to act as an insulating blanket during the cold weather. Due to the insulating features of the snow blanket cover, and based on temperature monitoring, the windrows may require turning more frequently during large snowfalls as compared to small snowfalls. During the winter season, prolonged periods with freezing conditions and no snow may adversely affect the composting process. To maintain minimally acceptable temperatures in the compost pile the windrow turner would operate less than during warmer periods of the year. The less the pile is turned in cold weather and exposed to the freezing air temperatures, the better the windrow pile will be able to maintain higher temperatures. In extreme prolonged cold weather periods, the windrow piles may be combined and made larger to provide insulating properties for maintaining proper temperature controls. Maintenance of more stable temperatures will result in better biological decomposition of the yard waste. 16 6.0 DESCRIPTION OF FACILITY DESIGN 6.1 Equipment Needs Equipment needs are projected utilizing intermediate level composting 'technology. The first few years (2001 and 2002) of the program will process the volume of leaves collected during a six week period in the Fall. Yard waste during other seasons will be processed beginning in the Spring of 2002. Wheeled front end loaders will be utilized for moving leaves around the site, tbrming the initial windrows, feeding yard waste to shredding and screening equipment, keeping space between rows clear, and lbrming curing piles. The bucket capacity of the loaders will be 4 cubic yards. During the period when yard waste is delivered to the site a minimum of two (2) front end loaders will be needed. A minimum of one (1) loader will be needed during the remaining portion of the year lbr processing requirements. If front end processing is not required and delivered materials can be placed in rows, the number of: front end loaders will be reduced. Pre-processing equipment will include a shredding/grinding operation to break the plastic collection bags open and to shred any oversized material or clumps within the collection bags. A screening process will also be included in the pre- processing operation to remove the majority of the plastic and oversized material. Self-propelled windrow turning machines will be utilized to turn thc piles. Large capacity machines will be utilized during the initial and latter phases of the project. The machines will have the capacity to process a pile at least 6 to 8 feet high and 14 feet wide. During the initial years of the program, at least one (1) turning machine will be needed and it is recommended that a backup be available to be secured in short notice if the need arises. 17 I I ! I ! I ! I I I I ! I I I ! I I I To maintain the optimum moisture level in the compost piles a water truck will be utilized. The water truck can also be utilized for dust control. Materials will be moved around the site with dump trucks with a capacity of 10 to 20 cubic yards. The dump trucks will also be utilized to transport unacceptable or non- compostable material from the site for proper disposal. In lieu ora water truck, a water main with yard hydrants may be constructed to provide tbr wetting of the piles. The need for a water main to supplement the water truck usage will be more fi]lly evaluated during the design phase of the project. The end use proposed for the compost will determine the quality required. If necessary, a trommel screen will be utilized to enhance the quality of the compost product. The product should be suitable for distribution to residential and landscaping businesses in the Town of Southold. Monitoring the composting process is recommended. A temperature probe, moisture indicator and oxygen meter will assist in determining when piles should be turned or if moisture should be added. The eqnipment needs for the initial and full scale program are summarized in Table 6-1. 6.2 Surface Water Control Methods The general soil characteristics of the material underlying the site are considered poor subgrade from a structural standpoint, but good subgrade from a drainage standpoint. Stabilization of the site area for adequate composting operations will require the backfilling of recycled concrete aggregate (RCA). This material will also be used to slope the compost site area to minimize ponding on the site. Drainage swales will be constructed at the perimeter of the site to divert any off- site runoff away from the site. 18 The site may also require stone fill for stabilization and load bearing purposes. This will increase the ability of the site to drain. The existing topography of the site slopes down to the sonth. It is expected that on-site drainage will be controlled by a combination of drainage swales and t/2 to 1 percent slopes under the windrows. Surface water runoff will be directed to existing berms at the southern and western boundaries of thc property and the existing drainage area will collect and absorb thc runoff prior to discharge into the ground from the construction ora recharge basin. 6.3 Seed Material Description Leaves have a high organic carbon to nitrogen (C/N) ratio, and this condition can slow microbial action early in the composting process which will increase composting time. The imbalance corrects itself as carbon is lost in thc tbrm of carbon dioxide, while nitrogen is conserved in the system. Addition of inorganic nitrogen at the beginning of the process will accelerate decomposition, but it is not a necessity for leaf composting. If nitrogen supplements arc used to reduce composting time, the need tbr oxygen will be elevated, creating thc need lbr a greater turning frequency. Enrichment of the end product (compost) with nitrogen, and possibly phosphorus and potassium, would increase the fertilizer value of the compost. The compost is a good soil conditioner without supplements, although it has a low fertilizer value. The benefits and costs of adding the nutrients must be weighed. The compost facility will not be operated initially with any seed material. In 2002 when the Facility begins to accept grass as part of the yard waste composting operation, then the nitrogen component of the grass will act as a seed material. If in the future the Town determines that a fertilizer market exists for the compost material then seed materials will be evaluated. 19 I I I I i I I I I I I i I I I ! I I I 6.4 6.5 Process Time As previously mentioned, the Town of Southold will only compost leaves for the Fall season of 2001. The leaf compost cycle will be approximately seven to nine months starting in November and ending in July of the following year. This allows two to three months to move the composted material to market. Beginning in the Spring of 2002 the composting facility will receive varied types of yard waste (grass, small brush). Brush and grass will be composted commencing in March and continuing through the Fall. The brush compost season may last at least one year unless a mulch market is developed which can utilize a less stabilized material. Grass will be composted with the other yard waste commencing during the spring and continuing during the Fall of 2002. Windrow Construction A front end loader will be used to construct the windrows of leaves. Windrows will be trapezoidal in shape, approximately 14 feet at the base, 4 feet wide at the top and 6 to 8 feet high. Self-propelled windrow turning machines require as little as 3 feet between windrows. During the initial phase of the program a minimum 6 foot spacing will be utilized to allow the operators to become familiar with the equipment. To allow for free movement of the water trucks, every other row will be 10 feet wide to provide space between the rows. The windrows will be turned at least once per week. After one month, adjoining windrows will be combined with the front end loader. The piles will continue to be turned until a finished compost is produced. Water will be added, if necessary, between turnings to maintain optimum conditions. The area required during the initial phase of the program does not include the typical reduction in area required by combining piles since collected material will be processed only during a six week period during the Fall season. Area requirements are adjusted for combining piles under the tull scale program. 20 Based on the proposed windrow size and the proposed level of technology, one acre of land is required tbr every 6,000 cubic yards of yard waste that is collected and windrowed. During the initial phase of the program, approximately 10 acres of land will be required just for the windrow turning area. Staging and storage requirements are estimated at 15 percent of the windrow area, or 2 acres. Total land requirements during the initial phase of the program, excIuding buffer and access roads, is 12 acres. 6.6 Aeration Method/Procedures The air required fbr microbial activity will be supplied by frequent turning of the windrows and convective action caused by the temperature differential between the piles and the air. The windrows will be placed perpendicular to the prevailing wind direction so that all windrows will be unitbrmly aerated. During the summer months, windrow temperature may also determine the frequency of turning. Piles will be turned if internal temperatures approach 130° F, which will prevent microbial die-off from occurring. Turning the pile aerates the material and prevents the windrows from becoming anaerobic and producing odors. 6.7 Site Access Control Site access will be limited to the Town of Southold employees or their designated representatives. In addition to the perimeter earthern berm at the compost site, there will also be an additional gate at the compost facility access roadway to ensure that solid waste destined tbr the Cutchogue Landfill does not get delivered to the yard waste composting facility. Town personnel will also be inspecting the contents of the leaf delivery vehicles as they deposit their loads at the receiving area to ensure that unapproved waste is not delivered. 6.8 Fire Safety Procedures Leaves undergoing normal windrow composting will burn poorly because the interior of the windrow is wet. Vandals may be able to ignite dry surface leaves, but a major fire is unlikely. Based on the site security detailed above, it is not expected that vandals will easily enter the composting facility site. 21 I I I I I I I I I I I I I I I I I I I Nevertheless, adequate fire protection will be provided by either water mains and fire hydrants constructed at strategic spots throughout the site or through the use of a water truck which will be used to extinguish fires at the site. In addition, soil-spreading with front end loaders could be used to control or extinguish fires at the site. In addition, the windrows will be kept adequately wet and the facility design allows tbr quick access, via the aisles, to all parts of each pile in case ora fire. In an emergency, the on-site telephone at the Cutchogue Landfill will be utilized to contact the local Fire District. All appropriate emergency personnel have been notified of the proposed facilities construction including the Cutchogue Fire Department. Easy access to any local emergency personnel is provided by the Zacks Lane landfilI entrance or Corporate Road access off Depot Lane access points. Copies of the notification letter to the affected agencies to respond to emergency conditions follow this section. All appropriate fire protection and fire safety equipment will be provided in accordance with all State and local fire codes. 6.9 Process Flow DiaRram The Process Flow Diagram for the facility is detailed in Figure 6-9. The leaves are received from local and Town of Huntington vehicles at the Bagged Leaf Storage Area. The leaves are then transported to the Debagging Area where the plastic bags of leaves are broken open and the majority of the plastic is removed. This debagging area may include a combination of shredding, grinding and screening to remove the plastic material. The plastic material will be disposed of off site if no market can be found for the material. The compostable material is then transported either by a front-end loader or dump truck and this homogeneous mixture of leaves will then be placed in the windrow composting area where it will stay for a minimum of six months. 22 The windrow piles will be fbrmed initially by a front end loader and turned periodically by a windrow turning machine. By turning the windrow piles, oxygen will be added to be utilized by the bacteria to maintain aerobic conditions. Water will also be added during this stage to maintain the optimum moisture content of at least 50 percent (wet weight basis). During the biodegradation of the organic matter (leaves) oxygen is consumed, heat is produced and carbon dioxide and water are given off. After the minimum six month period of turning, the material should be completely conrposted and the material would then be used as a soil supplement. The Town may elect at a later date to screen the finished compost to market the higher quality compost product on a public or commercial basis. Any residuals recovered in thc screening process will be disposed of at an off site permitted location. 7.0 OWNERSHIP/LEASING ARRANGEMENT The Town of Southold owns the property where the compost site is located. The Solid Waste District operates the Cutchogue Landfill and will be operating the composting facility. Initially only Southold & Town of Huntington collected yard waste will be accepted for composting at the facility. The Town will utilize equipment purchased under a capital program to run the Facility. This equipment will include mechanical equipment as detailed in Section 6.1 Equipment Needs and mobile equipment such as front end loaders, water trucks and transport vehicles for both disposing of residue and moving compost tbr distribution to local users. To the extent that additional equipment is necessary it will be procured to ensure that adequate maintenance capability is available. The equipment will be owned and operated by the Town. All equipment necessary to operations will be maintained by the Town, and backup equipment can be leased on a short-term basis from suppliers if this becomes necessary. 23 8.0 PERSONNEL REQUIREMENTS/RESPONSIBILITIES Two to five full-time employees are proposed for assignment to the composting facility during the six week receiving period of leaves in the Fall. The number of personnel will be reduced during the non-receiving period of the year. An operations manager will coordinate and oversee the daily activities. The manager will be responsible for completing the paperwork required for monitoring and operations at the site. A truck scale attendant will preview ail incoming material, will direct vehicles to the proper area for depositing their loads, and will be trained to identify unapproved wastes. The site manager will be responsible for disposing in a roll-off container any small size unapproved material received at the compost facility. Records of incoming/outgoing material will be maintained by the operations manager. The remaining employees during the six week Fall period will include construction equipment operators, mechanics, heavy equipment operators who will operate the equipment (i.e., front end loaders, windrow turning equipment, screens) used for the composting operation. Prior to operation of the site, all personnel will be trained in proper composting operations including compost biology, pile building, monitoring and troubleshooting. The Town may contract with a yard waste composting operations consultant to provide a one month operator training startup and troubleshooting service after this facility has been constructed. The Town will be responsible for the technical aspects of the composting program. Seminars will be conducted by staff biologists to instruct compost facility employees in the proper operation of all phases of composting and to stress the importance of maintaining accurate records of all field data described in the operations and maintenance manual. A detailed operation and maintenance manual will be prepared for NYSDEC review and approval prior to commencing operation of the facility. 24 9.0 SOIL/GROUNDWATER CHARACTERISTICS Based on a series of test pits conducted at the site, the property is comprised of approximately one-lbot thick layer of topsoil and surface vegetation. Below the topsoil layer is approximately three to tbur feet thick layer of loam which as been removed from the site in the areas inside the 50' perimeter buffer zone. Below the loam layer is well- graded sand to depth of 12' below grade in most areas of the site. The test pits were stopped at twelve feet below the grade surface based on the capability of the backhoe excavating the test pits. The sand layer is well graded sand with excellent drainage capabilities. Based on groundwater monitoring well data from the Cutchogue Landfill groundwater flows in a general northeasterly direction in the general vicinity of the composting site. 10.0 YARD WASTE COMPOSITION 10. I Source of Yard Waste The proposed Yard Waste composting Facility will only accept wastes generated within the Fown of Southold and from the Town of Huntington. Because the Towns are located in the Northeast and contains deciduous tbiliage, leaf waste is generated in its greatest quantities during the Autumn months of September, October and November. In addition, grass and brush waste are generated throughout the growing season. The major contributors to yard waste production are property owners and, to a lesser degree, landscaping contractors. These contractors typically collect and dispose of yard wastes for private landowners, businesses and industry. The Highway Department is responsible for the disposal of yard waste generated in all Town parks. The amount of yard waste generated differs between Towns as a result of the land area in each Town that contains foilage. The Town of Southold is larger in land surface area than the Town of Huntington. Southold contains less residential properties and more farmland and therefore will produce less yard waste on an 25 ! ! annual basis than the Town of Huntington. In order to determine the yard waste to be expected at the composting facility, total waste quantities and compositional data for the Town's were analyzed. I0.2 Yard Waste Quantities To determine the design criteria, such as acreage and equipment needs, estimates of the amounts of yard waste to be expected at the Facility are necessary. Methods used to make this estimate include use of previous compositional studies and yard waste generation rate data. To utilize compositional studies, total waste steam quantity data is needed. The Town of Southold and Huntington operates weighing stations at each of their active solid waste disposal and transfer facilities. The data recorded at these stations is accumulated in the Monthly Tonnage Report. Given the location of each of these facilities, the total yard waste generated in each Town can be determined. Based on historic data the amount of yard waste generated in the Town of Southold is expected to be approximately 10,000 tons per year. The amount of yard waste to be received from the Town of Huntington during the initial year of operation (2002) will be approximately 10,000 tons per year. After the initial year of operation the Facility is expected to receive approximately 20,000 tons per year of yard waste from the Town of Huntington. Initially, only yard waste collected material in the Towns of Southold and Huntington will be accepted and processed at the composting facility. Total waste and yard waste brought in to the Cutchogue Landfill and Recovery Center vehicles has not changed significantly over the past three years. Waste composition data in combination with the total waste stream data, will give an estimate of yard waste generation rates. The yard waste components of the waste stream have been determined in studies for several cities as shown in Table 10-2. 26 Location Spring (1) Hempstead, NY 14.4 TABLE 10-2 YARD WASTE COMPOSTING PROJECT Yard Waste as a Percentage by Weight of Total Waste Stream SLanmer Fall Winter Average l.eaves Grass 27.1 6.2 0.4 18.0 Other (2) Cincinnati, O1t 27.2 12.6 33 4.1 19.6 16.9 2.7 (2) Phoenix, AR. (2) muscon, AR. (2) Minneapolis, MN. (2) Portland, OR. (2) Berkely, CA. (3) E.Northport, NY (4) Seattle, WA. 23.5 8.8 14.7 17.1 I1.1 5.9 23.8 17.5 11.4 14.I 12.0 (I) From Mtdti-'Fown Engineering Report prepared lbr the Iown of Huntington. [slip, Smithtmm, nabyk)n, NY by Metcalf and Eddy/H2M Group (1979) (2) From [)rail Literature lbr the City ol Ncw York Waste Composition Stud> prepared by SCS Enginccrs of Reston, VA (Oct'89) (3) From 'Pox~n o[' Iluntington, NY, Y~d Waste Composling [:acilit)l)crmit prepared by Dvirka and Banihlcci of Syossel, NY (Aug'88) {4) From Yard Waste Composting: A Study of Eight Programs prepared by USlPA (Apr'89) 27 I I I I I I I I I I I I I I I I I I I The data accumulated in Table 10-2 shows a range of values for percentage composition of yard waste. In a nationwide survey, Franklin Associates estimates that 20 percent of the total waste stream is considered yard waste; this figure has been affirmed by NYSDEC by inclusion in the New York State Solid Waste Management Plan. Other estimates of percentage by weight of yard waste include 18 percent by USEPA and 17 percent by Massachusetts DEP. It is estimated that leaves alone constitute from one-fifth to one-third of yard waste and between 5 and 20 percent of the total waste stream. As previously mentioned, this range vahes widely based on suburban, urban or rural areas. This range includes estimates of 5 to 20 percent of the total waste stream in a New Jersey DEP publication, 5 to 10 percent according to a University of Connecticut Cooperative Extension Service publication and 6 percent in Massachusetts DEP publication. Some cities calculated compositional data on a seasonal basis m~d some further divided the yard waste into leaves, grass and others. These figures are somewhat inconsistent between cities, but can be used for estimation purposes. All figures in Table 10-2 are subject to different definitions and varying accuracy. Some of the figures presented for the cities include the geographical boundary of Long Island. As previously mentioned, the Yard Waste Composting Facility will initially accept only leaves collected in the Town of Southold and Huntington for the Year 2001. in addition, only leaves will be collected initially and yard waste, by definition, consists of leaves, grass, small brush and wood chips. Taking the above two factors into consideration and in light of the fact that there is no compositional data detailing the percentage of leaves for urbanized areas in the total waste stream, a more accurate estimate of the leaf to total waste generated in The Town of Southold is between 5 to 8 percent. Based on the above 28 assumptions it is estimated that approximately 80,000 cubic yards of leaves will be received at the Yard Waste Composting Facility for the ten week collection period tbr 2001. 10.3 Composition of Yard Waste Little general data is available on the components of yard waste by percentage because much of its arrives in a mixed ~brm at solid waste facilities. Some data is detailed in Table 10-2: the basic components are leaves and grass. "Others" typically include brush, shrub trimmings and garden waste and wood chips. Results of a Cornell Cooperative Extension survey of Brooklyn landscaping contractors give an indication of the composition of yard waste generated in New York Git3': 66 percent are grass clippings, 20 percent are leaves, 10 percent is brush and 4 percent is wood. These values are based on estimates by each contractor of the percentages of each component of yard waste and may range in accuracy from actual recorded weights to inaccurate estimates. Therefore, use of these figures in further calculations may lead to erroneous results. Chemically, yard waste is composed of nitrogen, phosphorus and potassium, the same ingredients tbund in fertilizer. Low levels of lead are sometimes lbund in compost but are rarely a constraint on marketing and use. This is a result of lead in auto emissions which is absorbed by leaves. The lead concentration figures have decreased with stricter emissions regulations. 11.0 MONITORING Signs will be posted at the entrance to the facility to indicate the purpose of the facility and the materials that will be accepted (i.e., leaves, grass, small brush) and materials that will not be accepted (i.e., construction and demolition, municipal solid waste, paper, metal products, and toxic and hazardous wastes). 29 All deliveries of compostable material will be inspected at the Bagged Leaf Storage Area prior to incorporation into the windrows. While it is unlikely that hazardous waste will be deliberately delivered to the site, personnel will be properly instructed to immediately identify such waste and to arrange for immediate and proper disposal by a NYSDEC licensed contractor. NYSDEC will be notified of such an occurrence and pertinent information will be maintained on the daily log sheets. 11.1 Compost Process Monitoring If the Town of Southold decides to market the compost on a public or commercial basis, the compost will be periodically tested. The purpose of compost sampling and analysis will be to determine the chemical mixtnre of the final product prior to distribution. Composite compost samples will be analyzed as required by the Permit to Operate conditions and as required by NYSDEC. Samples will be collected from a minimum of six (6) windrows and analyzed according to NYSDEC protocols by a NYSDOH certified laboratory. For the composting process to be most efficient, the critical items to be monitored include moisture content, temperature, pH and oxygen level. These monitoring activities will be the responsibility of the operations manager who will record the data on the forms detailed in Section 13 (Operating Records) of this document. This data will then be examined to determine the frequency of turning of the windrow piles. Troubleshooting and process monitoring control will be provided in the Operations and Maintenance Manual for the composting facility. 11.2 Site Monitoring Adjacent to the composting site is the Cuthogue Landfill. Groundwater monitoring wells are on the landfill site. These wells are to be installed under the landfill capping program. These monitoring wells will be utilized for monitoring the potential impact of the composting operation on the groundwater quality. 30 Compost leachate is not expected to be a problem at the l:acility site tbr two reasons, namely, the existing land use is agricultural and analytical data has demonstrated that yard waste compost leachate toxicity is not a significant environmental problem. With respect to tine latter, E.P. Toxicity analysis pertbrmed by the Town of lslip, New York on a composite sample of leaf compost supports this conclusion. The Town of Southold will also collect periodic composite samples lyf analysis as required by NYSDEC. It is assumed that test results from the existing groundwater monitoring wells at the landfill will indicate the presence of leachate I¥om past solid waste disposal practices and chemical agents used in farming operations, fhereforc, it may be difficult to determine the impact of the composting facility leachate on the groundwater quality. Samples of any surface water ponding on the composting site may be more representative of the potential impact of compost leachate on the groundwater. Leachate indicators including specific conductance, total dissolved solids, total organic carbon, chloride, ammonia, alkalinity and pH will be sampled on a periodic basis. If, as a result of operation of the compost site, significant groundwater contamination is detected, the Town will undertake contingency steps to remediate the site. This may include the installation of groundwater monitoring wells at the perimeter of the yard waste composting sitc. The impact of composting on surficial soils will be evaluated by the chemical analysis of composite compost samples collected from beneath a minimum of six (6) windrows prior to distribution of the final compost product. Soil samples will be analyzed for the same chemical constituents as the composite compost analysis and as required by NYSDEC under the Permit to Operate. 31 I I I I I I I I I I I I I I I I I I I Samples will be collected from a minimum of six (6) windrows and analyzed according to NYSDEC protocols by a NYSDOH certified laboratory. 12.0 CONTINGENCY PLAN 12.1 Equipment Breakdown Equipment used during on-site operations of the Facility will be owned and regularly maintained by Town personnel. In this instances where specialized equipment, i.e., screens, grinders, etc., may be utilized on a lease basis, a maintenance agreement will be provided by the vendor to ensure continuos operation. If au unforeseen equipment breakdown does occur, the equipment will be replaced immediately in-kind while the repairs are performed. Rolling stock such as collection and transport vehicles are maintained on a regular basis by the Town or outside contractor. Spare parts will be provided for the mechanical pieces of equipment, which are deemed critical to the operation. 12.2 Odor Control Odor control at the Facility site will be accomplished through a combination of best management practices, site drainage and pro-active odor monitoring. Best management practices include proper construction and maintenance of windows to ensure maximum aeration and elimination of odor-causing conditions. Site drainage will direct runoff from the window to the south and west away from nearest neighbors that may be affected by odors from standing water. In addition, on-site drainage into the soil will eliminate standing water and any runoff from the construction of drainage swales. The location of the site is also advantageous with respect to minimizing odor impacts due to the fact that the nearest residences are located south of the site and the prevailing winds at the site are from a west to east direction. These receptors in the south are located approximately 500 feet from the compost site. 32 12.3 Vector Control Insect and mammalian vectors, such as rodents, are attracted to a given location if water, food and shelter are readily available. The operation of a compost facility is not conducive to vector habitation, if properly managed. For example, ponding due to excessive application of water, may be a potential source ol' insect vectors, such as mosquitoes. Properly trained personnel will be aware of this potential concern and will be instructed to infbrm the site manager and will assist in preventing such an occurrence. Rodents are especially troublesome if decomposable food is readily available. Problems in this regard will be prevented in two ways. Initially, yard waste will be monitored by site personnel to eliminate the inclusion of Ibod waste with the yard waste. Routine site inspection will be conducted by personnel to monitor for the presence of rodents. A program of rodent baiting will be conducted if rodents are detected, in accordance with the requirements and recommendations of the County Health Department. 12.4 Spill Control Spill releases may occur at an active site where light or heavy equipment is routinely used during the workday. In this regard, liquid fuel spills will bc eliminated by frequent inspections ensuring that no leaks are occurring. Fuel storage on-site will be de-emphasized by the transportation of heavy equipment to and from the Facility before and shortly after daily closing. Equipment retained on-site will be dnne so in a secure, fenced-in area or a storage building at the landfill facility to minimize vandalism. 33 I I I I I I I I I I I I I I I I I I I If an unforeseen spill does occur, immediate steps will be taken to reduce environmental impacts to groundwater. Absorbent pads will be used to contain and collect any spilled fuel or lubricant materials. In addition, contaminated soils will be excavated and transported to an approved disposal site. Daily log sheets will also be maintained for inspection. Finally, appropriate Town and NYSDEC personnel will be notified ifa spill does occur. 12.5 Delivery of Unapproved Wastes The Facility will only accept leaves for the Fall Season of 2001. In the Spring of 2002, the Facility will begin accepting small brush and grass. All the waste including garbage and hazardous waste will be banned from the Facility and as indicated by the placement of a suitable sign at the Facility entrance. Ail truck deliveries of compostable material will also be inspected in the storage area and prior to incorporation into the windows. Inadvertent deliveries of unacceptable waste will be handled by removal of such material from the site and transportation to the Town of Southhold collection and recycling facility. 12.6 Emergency Response Arrangements Emergency actions on-site include not only responses to fires but medical assistance to personnel. Fires are uncommon at a properly managed yard waste compost site. Because water is periodically applied to windrows, the potential of fires is minimal. However, ifa fire should occur, immediate steps will be taken to extinguish the fire. These measures include the immediate application of water through the use of a water truck and on-site water supply, as well as the application of quantities of sand to immediately smother a fire. Since the payloaders would be used to transport sand needed to smother a fire, personnel will be properly trained in the appropriate techniques of fighting such a fire. If additional help is needed, telephone contact will be made with the local fire department. 34 Similarly, personnel will be properly instructed in the use of all equipment in an effort to prevent work-related injuries. A first aid kit will be available on-site for minor irtiuries; however, telephone and radio contact will be maintained with the emergency medical technicians available in the local response team. In both instances, fire or medical emergencies will be recorded on daily log sheets. 12.7 Emergency Equipment As indicated in Section 12.6 (Emergency Response Arrangements), emergency response equipment will be either on-site or immediately available to service the Facility in the event ora fire or medical emergency. Since the yard waste compost operation is a medium technology management technique, extraordinary measures are not considered necessary to respond to potential emergency occurrences. Other than fires, the potential for illegal delivery of hazardous waste may be possible. Under such circumstances, the area would be immediately isolated from use and the hazardous emergency response team from the Suffolk County Department of Health Services would be notified along with Town officials, the local fire department and the NYSDEC. Removal of hazardous waste would be immediate and such waste would be transported to an NYSDEC permitted landfill by a properly licensed NYSDEC contractor. Copies of letters forwarded to the local emergency responders arc included at the end of the report to familiarize the agencies with the location and operations of the composting facility. 12.8 Evacuation Procedures Evacuation of the Facility would be accomplished in cooperation with Town officials, the local fire department and the local police department. 35 I I I I I I I I I I I I I I I I I I I Initially, personnel would be instructed to immediately notify their superiors and take immediate steps to prevent further access to the Facility. All personnel would leave the premises in an evacuation situation. The entrance/exit gates would be closed and locked pending final determination of the acceptability of re- entry into the Facility through joint determination by Town and State officials. If additional steps are needed to evacuate the immediate businesses or residences near the Facility, Town public safety and police officials will do so through door- to-door notification. I3.0 OPERATING RECORDS The operations manager or his designee will keep the following records: Log of daily deliveries of yard waste to the site; including volumes, and types of material entering the site. Log of daily removal of compost, other products, and residuals. Logs of temperatures, moisture, pH and oxygen achieved in the piles. Logs of routine monitoring results on compost qualify'. Logs of operational problems on the site. Records of water consumption Sample copies of the data/log sheets are provided in Appendix 9. 36 14.0 FACILITY MAINTENANCE MEASURES 14.1 Roadway Maintenance Facility entrance and exit roadways will be maintained by Town personnel to ensure continued operation of the Facility. Appropriate coarse base materials will be applied to maintain on-site roads as needed; and paved roadway surfaces will be provided as the access roadway from Middle Road (C.R. 48). 14.2 Equipment Maintenance All equipment will be maintained in operational condition through a preventive maintenance program managed by the Town. On-site repairs will be accomplished by Town personnel. A maintenance record will be kept fbr each piece of equipment used at the Facility site. It will be the responsibility of the operations manager to ensure that all equipment is maintained and in proper working condition. 14.3 Utility Maintenance Maintenance of Utility service to the Facility will be the responsibility of thc respective utilities including Long Island Power Authority and the local Telephone Service Provider. Site personnel will be instructed to immediately notify the respective utility if failure does occur and to maintain a written record of each occurrence. 14.4 Closure_ As previously discussed, the composting facility is located on a separate and adjacent site from the Southold landfill. The composting facility is to be considered a permanent facility as the Town has in its long range plans, determined that the site will be utilized for long term processing of yard waste into a marketable compost material. Therefore, closure of the composting facility site will be predicated on the requirements of NYSDEC at the time in the future if the town determines to no longer operate the yard waste composting facility. 37 ! I I I I I I I I I I I i I i I I I I 15.0 PERMIT TO CONSTRUCT APPLICATION/SEQR DETERMINATION The application for Approval to Construct a Solid Waste Management Facility (NYSDEC from 47-19-2 (4/85)) is included as Appendix 10. The application has been executed by the Applicant. Also included in Appendix I0 is the New York State Environmental Quality Review (SEQR) Determination of Non-Significance and Full Environmental Assessment Form which have been completed by the Town of Southold for the Composting Project and Site. 38 TABLE 6-1 TOWN OF SOUTHOLD SOLID WASTE DISTRICT YARD WASTE COMPOSING EQUIPMENT REQUIREMENTS ITEM Wheeled Front End Loader, 4 cu.yd, bucket Debagging Operation (Optional) Trommel Screen, Pre-processing Shredding/Grinding System Windrow Turning Machine Water Truck Dump Trucks, 10 to 20 cu.yd. Conveyor System Trommel Screen, Post-processing (Optional) QUANTITY OF EQUIPMENT Two (2) One(l) One ( 1 ) One (1) One ( 1 ) ()ne ( 1 ) Two (2) ()ne ( 1 ) PSGWD\Southold~SWDistrict doc 39 H20&02 ADDED C02+ H20 RELEASED PROCESS FLOW DIAGRAM Figure 6-9 TOWN OF SOUTHOLD - SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY NOVEMBER, 2001 INCOMING LEAF AND YARD WASTE BAGGED LEAF STORAGE AREA SHREDDING AND GRINDING AREA DEBAGGING EQUIPMENT WINDROW COMPOSTING AREA PLASTICS .. ] RESIDUAL '"'1 TRUCKED OFF SITE RESIDUALS TO DISPOSAL SITE OR RECOMPOSTED SCREENING AREA (OPTIONAL) COMPOST PRODUCT MARKETED TO PUBLIC/COMMERCIAL USES 4O November 9, 2001 Chief Cadisie Cochran Southold Town Police Department Main Road Peconic, New York Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 6944122 e-mail: h2m~h2rn corn web: www h2m corn Re: Town of Southold Yard Waste Composting Facility Notification to Emergency Coordinators SOHT 01-01 Dear Chief Cochran: The Town of Southold plans to operate a yard waste composting facility at a site adjacent to the Cuthchogue Landfill and just east of Depot Lane on Middle Road (C.R. 48). H2M Group, is responsible for the design and permit preparation for this project. As a part of the permit to construct and operate a solid waste management facility, the New York State Department of Environmental Conservation requires that the applicant notify and familiarize local emergency response personnel with the facility. This is done as a preventative measure. Enclosed is a list of the other persons to whom this letter was sent along with an organizational chart detailing the order in which emergency response personnel will be contacted. Aisc enclosed is a map detailing the location of the composting facility and a site plan detailing the facility itself. Please review the enclosures, and if you have any questions, please contact our office at (631 756-8000, Extension 1610. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. George W. Desmarais, P.E. Vice President GWD:hap Enclosure CC: James Bunchuck/Solid Waste Coordinator P:\GWD\October 19mrgletter.doc November 9, 2001 Paul J. Connor, President Eastern Lane Island Hospital Manor Place Greenport, New York Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m.com web: www h2m.com Re: Town of Southold Yard Waste Composting Facility Notification to Emergency Coordinators SOHT 01-01 Dear Mr. Connor: The Town of Southold plans to operate a yard waste composting facility at a site adjacent to the Cuthchogue Landfill and just east of Depot Lane on Middle Road (C.R. 48). H2M Group, is responsible for the design and permit preparation for this project. As a part of the permit to construct and operate a solid waste management facility, the New York State Department of Environmental Conservation requires that the applicant notify and familiarize local emergency response personnel with the facility. This is done as a preventative measure. Enclosed is a list of the other persons to whom this letter was sent along with an organizational chart detailing the order in which emergency response personnel will be contacted. Aisc enclosed is a map detailing the location of the composting facility and a site plan detailing the facility itself. Please review the enclosures, and if you have any questions, please contact our office at (631) 756-8000, Extension 1610. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. George W. Desmarais, P.E. Vice President GWD:hap Enclosure OC: James Bunchuck/Solid Waste Coordinator P:\GWD\October 19mrgletter. doc November 9, 2001 Andrew J. Mitchell, President Central Suffolk Hospital 1300 Roanoke Avenue Riverhead, New York Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m~h2m.com web: www h2m,corn Re: Town of Southold Yard Waste Composting Facility Notification to Emergency Coordinators SOHT 01-01 Dear Mr. Mitchell: The Town of Southold plans to operate a yard waste composting facility at a site adjacent to the Cuthchogue Landfill and just east of Depot Lane on Middle Road (C.R. 48). H2M Group, is responsible for the design and permit preparation for this project. As a part of the permit to construct and operate a solid waste management facility, the New York State Department of Environmental Conservation requires that the applicant notify and familiarize local emergency response personnel with the facility. This is done as a preventative measure. Enclosed is a list of the other persons to whom this letter was sent along with an organizational chart detailing the order in which emergency response personnel will be contacted. Aisc enclosed is a map detailing the location of the composting facility and a site plan detailing the facility itself. Please review the enclosures, and if you have any questions, please contact our office at (631) 756-8000, Extension 1610. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. Vice President GWD:hap Enclosure CC: James Bunchuck/Solid Waste Coordinator P:\GW[)\October 19mrgletter.doc I I I I i ! I I I I I I I ! i i I I I November 9, 2001 Chief Dale Butler Cuthogue Fire Department Northwest Suffolk Lane Cuthogue, New York 11935 Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. ~. H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m.com web: www.h2mcom Re: Town of Southold Yard Waste Composting Facility Notification to Emergency Coordinators SOHT 01-01 Dear Chief Butler: The Town of Southold plans to operate a yard waste composting facility at a site adjacent to the Cuthchogue Landfill and just east of Depot Lane on Middle Road (C.R. 48). H2M Group, is responsible for the design and permit preparation for this project. As a part of the permit to construct and operate a solid waste management facility, the New York State Department of Environmental Conservation requires that the applicant notify and familiarize local emergency response personnel with the facility. This is done as a preventative measure. Enclosed is a list of the other persons to whom this letter was sent along with an organizational chart detailing the order in which emergency response personnel will be contacted. Aisc enclosed is a map detailing the location of the composting facility and a site plan detailing the facility itself. Please review the enclosures, and if you have any questions, please contact our office at (631) 756-8000, Extension 1610. Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. George W. Desmarais, P.E. Vice President GWD:hap Enclosure CC: James Bunchuck/Solid Waste Coordinator P:\GWD\October 19mrgletter.doc APPENDIX 1 ppoo ~8 Lud6~:~k -- LO0~ '~0 *ON :uo pallold uJdLO:~L - ~00~ '~0 ^oN :p~!~!po~ iso] 6~p'dV~-]VNOiD3W~OtO~iHOS~PpDa~:~ I I I I i I I APPENDIX 2 PROJ~-.C,T SITE -- C. OMPO~T $1TI~ , , Sacred Hi ,' Cern SITE VICINIT'I" MAP ~CALE: I' -, ~,00' 'f'ARD NASTE COHPO~TIN~, FACILIT'r' TOINN OF .~OU'THOLD REFERENCE: 50UTHOLD AND MATTITUCK HILL5 QUADRANGLE NEN '(O~K - .SUFFOLK COtJNT¥ 7.5 MINUTE.~ / GROUP ENGINEERS* ARCHITI[CTS · PLANNERS* $CI£NTIST~ * SURVEYORS MELVILLE, N.Y. TOTOWA, N,J. I I I I I I I I I I I I I I I I I I I APPENDIX 4 CtI~ppo~ Kla uJd/_G:Eb - 1.00~ 'LO ^ON :uo P~l~Olcl uJdLg:E[ - LO0[ '/~0 ^ON :paIJ!poF! ]soq D~p'uold a~!s%LOl. O~lHOS%ppoo%:bl APPENDIX 5 //5 ,f. ,(.~ ,, ,' . .! ~1~ ,,' ~ ~ . ~l. LppDo X8 uJdG~:~ - £00~ 'LO ^oN :uo p~,olg uJdc$G:gL -- t00g 'Z0 ^ON :paB!Po~ ~sD~ 6~p'u~)ld I I I I I I I I I I I I I I I I I I I APPENDIX 6 I I I I I I I I I I I I I I I I I I I H~EOL~IC C~O~ 5ECTIQN (VERTICAL EXAGGERATION ABOUT x20) PRO~T Sl~ IS L~A~ ~IDISTANT ~0~ CR~S S~TI~ ~ ~ ~C5: J5N~EN ADD ~R~N, Iq74 I-I~/~C-I~OUP ENGINEERS'MEL~iLL[. N.Y. ARCHI1~:CTS · PLANNERS' SCIENTISTS ' SURVE:YORSTOTOWA. N.J. i I I I I I i I I I I I ! I I I I I I APPENDIX 7 ! ! ! I ! I ! ! ! ! I I ! I I I I I / ~ ~ SOUNI LEGEND PROPOSED ZONING SCALE: 1"= 1600' ~ Agricultur~ Co~arvotio~ ~ Re~V~esidenfi~l ~ Re,daniel ~ ~ty AA ~ R~id~ol/Office ~ Resldenti=l Low ~n~ A ~ L~miled Busine~ ~ Retrial L~ D~ B ~ H~let Busine~ ~ Residenliel Low De~ C ~ ~ner=l Busine~ ~ R~[~ ~w Oe~ O ~ Merine [ PROPOSED ZONING MAP. TOWN OF SOUTHOLD: ~ASTER PLAN UPDATE SOURCE: ~TEST REVISION AUGUST 9. 1988 ~~G~P EN~NE~S 'UEL~LLE. N.Y. A"~I~C~ ' PLANN~S ' S=~S~* 'UR~Y~S I I I I I I I I I I I I I I I I i APPENDIX 8 I I I ! I I I I I I I I I I I i I I New York State Department of Environmental Conservation Division of Solid & Hazardous Materials, Region One Building 40 - SUNY, Stony Brook, New York 11790-2356 Phone: (631) 444-0375 FAX: (631) 444-0231 Edn M. Crotty Commissioner SEP 4 2001 James Bunchuck Solid Waste Coordinator Town of Southold P.O. Box 962 Cutchogue, New York 11935 Registration for Southold Brush Processing Site County Road 48 and Zacks Lane, Cutchogue, New York Dear Mr. Bunchuck: Enclosed is a validated copy of your registration form submitted to the New York State Department of Environmental Conservation pursuant to 6 NYCRR Part 360. This letter only acknowledges receipt of your registration form and does not, in any way, verify that the information which you provided on the form is true or correct. Also, please be advised that the validation of this registration is contingent upon you being the owner or having legal authority to use the described site. In addition, you are responsible for obtaining any other permits and approvals that may be required; and for complying with all other applicable State and Federal laws, rules, regulations and all other applicable local ordinances including, but not limited to, zoning ordinances, building codes, Fire Marshal codes, etc. This registered activity shall in no way conflict with any mined land reclamation permit and approved reclamation plan. You are reminded that 6 NYCRR Part 360 contains various requirements that must be followed to warrant your facility's continued status as a registered facility. This information was provided in the registration package. If you have any questions regarding this matter or need an additional copy of the registration requirements, please contact me at the above telephone number. Sincerely, A n~h/~ .~C'a v~a. p ~L Cavz, .E. Regional Solid and Hazardous Materials Engineer CC; Greg Yakaboski, Southold Town Attorney Bob Terry, Terry Contracting and Materials George Desmarais, H2M Igor Sikiric, NYSDEC I I i I I I I I I I I I I I I I I I I I APPENDIX 9 APPENDIX 9 ! ! Town of Southold Solid Waste District Yard Waste Compost Facility Composting Laboratory Worksheet Sample Name: ~Date Collected: iDate Analyzed: A. Dry Solids (%TS) lB. Total Volatile Solids (dry weight percent) Sample Type: By: By: lC. IE. pH Total Nitrogen- TKN (dry weight percent) Ammonia Nitrogen - NH3 (dry weight percent) Total Phosphorous (dry weight percent) Potassium (dry weight percent) Metals (mg/kg): I i. Cd ii. Cu iii. Or iv. Hg.__ v. Ni vi. Pb P:\GWD\dailvreDortsl 019.doc vii. Zn APPENDIX 9 Yard Waste Composting Facility Day: FORM 1 Date: Daily Reports Temperature: Road Conditions: Weather Conditions: (1) Leaf Delivery Truck Page 1 of 2 Truck # Truck Type Cubic Yards % Full Total Yards ] Remarks I (2) Personnel/Attendance Names Title Remarks P:\GWD~daiiyrepo rts '~ 019.doc ! I 3) Water Trucks APPENDIX 9 FORM 1 Page 2 of 2 · Windrow · No. of Loads Area Wetted No. Section Remarks (4) Utility Activities I Activity i~_5) Odor Occurrence Quantity Remarks Location Lime Usable Remarks I Pile * Odor ** No. Section Quantity Area Condition Description ! I I I *Pile condition described as either Aerobic or Anaerobic. **Odor Description: (a) Aerobic - mild earthy (b) Anaerobic - Presence of volatile organic acids, creates vinegar, cheesy, goaty or sour odors. Presence of alcohols create a fruity, floral, alcohol like odor. Presence of animes and sulfur compounds creates a barnyard or rotten odor. P:\GWD\dailyreports 1019.doc FORM 2 Weekly Reports (1) Temperature Readings APPENDIX 9 Windrow Operations and Conditions Log Date: For week ending: Page 1 of 2 Location Windrow Date No. Section Time Temp. °F Remark__s (2) Moisture Conditions Location Windrow Date No, Section Time Temp. °F Remarks P:~GWD~appendix 121019.doc I I I I APPENDIX 9 (3) Windrow Turning Schedule FORM 2 Page 2 of 2 Location Windrow Date No. Section Length Remarks P:\GWD~appendixb,doc I I I I I I I I Date: Month: PARAMETER APPENDIX 9 FORM 3 LEAF COMPOSTING PROJECT MONTHLY REPORT WEEK 1 WEEK 2 WEEK 3 WEEK 4 TOTAL 2. 3. 4. 5. 6. 7. 8. LEAF DELIVERY Cubic Yards PERSONNEL Total Man Hours WATER TRUCK Total Loads/Gals, UTILITY WORK Total Bags/Volume ODOR OCCURRENCES ~/Week TEMPERATURE # Readings/Average MOISTURE # Readings/Average NUMBER OF WINDROW TURNINGS Windrow #1 Windrow #2 Windrow #3 Windrow #4 Windrow #5 Windrow #6 COMMENTS/OBSERVATIONS I I I I I I I I I I I I I I I I I I I APPENDIX 10 I I I I I I I I I I I I I 4t.l~l.~ (11189)--10e ! BEPARTMENT USE ONLY ~ NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION I DEC APPLICATION NUMBER ~ DIVISION OF SOLID WASTE APPLICATION FOR A SOLID WASTEMANAGEMENT FACILITY F^C~UTYCODE PERMIT Please read all instructions before completing this application Please TYPE or PRINT cie&fly 1. TYPE OF APPLICATION (Check All Appiic&ble Boxes): 2. APPLICANT IS THE~ [] Permit to Construct [] [nlllal (New) [] Renews{ [] Facility Owner [] Permit to Operate [] Subsequent Stags (New) [] Modification [] Facility Operator 3. FACILITY OWNER'S NAME 4, FACILITY OPERATOR'S NAME 5. ENGINEER"'S NAME AND P.E- LICENSE NO. TOWN OF SOUTHOLD TOWN OF SOUTHOLD GEORGE W. DE.qMARAT~ Address A~lmss Firm Name PE #NY-062442 53095 MAIN ROAD 53095 MAIN ROAD H2M City City Address SOUTHOLD SOUTHOLD 575 RRN;~n ~Tr~rT~T,T State/Zip Code State/Zip Code Clty/State/Z~p Code NEW YORK 11791 NEW YORK ] ] 791 M~']'WTT ............... T'~ ,,r~,,,, v,~,.~,~ ll?d7 (631 ) 765-1800 ( 631 ) 765-1800 ( 631 ) 756-8000 Name YARD W~ISTE COMPOSTING FACILITY TOWN OF COUNTY ROAD 48 ~O~5 MATN City, State, Zip Co~e City CUTCHOGUE NEW YORK 11935 Town C~unty St at wZ.]p Code SOUTHOLD SUFFOT.~K NEW voR~ 1179~] Coo~dlnates Telephone NYTM--E 2,413.325 NYTM--N ~qq qfc7 (~q~.) 7.Qq-]R 8. TYPE OF FACIUTY (Check all appllc, a~e boxe~) 9. IS APPLICATION BEING FILED BY OR 10. FEE AMOUNT [] Landfill (~peclfy categor~ ON BEHALF OF A MUNICIPALITY? ENCLOSED [] Researcll, DeveJopment and Demon&tratlon ~[Yes [] No Il yes, name. [] L~nd Application [] Tran&fer Station [] Solid Waste Incineration [] Metrical Waste TOWN OF SOUTHOLD $ [] Refuse Derived Fuel Processing ['--Iwlste Tire Storage 11. NAME(S) OF ALL MUNICIPALITIES SERVED ~"]Composting []LandfllIGalRecove~ SOUTHOLD & HUNTINGTON [] Recyclables Handling and Recover/ [] Waste OII [] Other (Describe) INCLUDING LEAVES, BRUSH, WOOD CHIPS b. Facility ere& ulttmately planned 17.2 acres · 15 t). Quantity (Specify Units) 17.2 Propose<l "approved design capacity" 1 50 [ 000 YD3 e. Existing landfill area on this site and adjacent properties acres 14. IS A VARIANCE REQUESTED FROM ANY PROVISION OF 6 NYCRR PART 360? [] Yes [] No If yes, cite the e~lf!c provision(s) SUPERVISOR (title) ot r~c)W~ C;p ,~OfTmHC~T,T~ (Entity} Il-.~/ -dj/ ~, ~ o,_~,,.-.,-,-,~-. JEA~ ~. coc~,~ Date (%) Signature Print Name I I I I I REGIONAL ORA COPY SEQR NEGATIVE DECLARATION Determination of Significance Notice of Determination of Non-Significance Board, Town of Southold ,lean W. Cochran, Supervisor Address: Town Board, Town o1' Southold Town Hall, 53095 Route 25 PO Box 1179 Southold, NY 11971-0959 Date: February 13,2001 This notice is issued pursuant to 6 NYCRR Part 617 of the implementing regulations pertaining to Article 8 (State Environmental Quality Rcvicxv - SEQR) of the Environmental Conservation Law. The Town Board of the Town of Southold has determined that the proposed action described below will not have a significant effect on thc cnvironment. Title of ,4ction: Town of Southold Acqmsmon of McBride Parcel SEQR Status: Type 1 Action Description of Action: To acquire the 17-acre parcel immediately contiguous to the west o1' Southold Solid Waste Management District's site ~n Cutchogue for the purposes of relocating the District's existing yard waste composting and brush collection activities and obtaining additional space for future District activities. These activities must be relocated due 1o the commencement of capping and closure of the Cutchogue Landfill. Location: The 17 acre site ~s locatcd on thc north side of Middle Road/CR 48, south of Tuthill Road, in Cutchogue, Toxin of Southold. Thc Sufl~lk County Tax map designation of'thc subject site is: District 1000, Section 096, Block 1, Lot 2. SCTMNo: 100 - 096 - O1 - 2 I I I I I I I I I I I I I I I I I I I Determination of Significance Town of Southold Acquisition of McBride Parcel Reasons Supporting This Determination: The application has been reviewed pursuant to the Criteria for Determination of Significance contained in Part 617.7. Consideration has been given to information prepared by the Toxvn Board of the Town of Southold including an Environmental Assessment Form, Parts 1, 2 and 3. The proposed project is not expected to cause any significant adverse environmental impacts. If and when a municipal yard xvaste/composting facility is built, natural resources impacts are minimal due to: · provision of landscaped berm along all perimeter boundaries will mitigate impacts to aesthetics and community character; · retention of all stormwater runoff on-site and away from compost areas; · adequate depth to groundwater in excess of 35 feet to allow facility siting; · absence of any activity on-site which generates effluent requiring recharge; ,, the use is compatible in terms of area land use and zoning; the site could be used for industrial purposes in accordance with current zoning; ,, no proximate residential uses; · odor and noise control measures will be implemented; · site is located adjacent to the existing Town solid waste management facility; · any access to the McBride parcel will be from within the Town solid waste facility; · existing compost and brash area activities are conducted at the Town landfill; · no significant increase in track traffic on roadways serving the site; · facility xvill require full permitting if operation exceeds 3,000 cubic yards per year; · all requirements of Part 360 of the Environmental Conservation Law for Solid Waste Management Facilities will be complied with; as required by Part 360 review and permits as required by the New York State Environmental Conservation Law. The project will have positive benefits in that it will fulfill a need in the area, as discerned by the Town Board. The environmental review process is a balancing process, in which the potential for significant adverse environmental impacts is weighed against the reality of mitigative measures intended to offset or preclude such impacts. This application can be considered a uet-beneficial project, in that no significant adverse impacts are anticipated, which would otherwise offset the benefits which will accrue from the project. If and when constructed, a municipal yard waste/composting facility on the subject site will require Part 360 review and a full Part 360 Permit from the New York State Department of Environmental Conservation (NYSDEC), which includes a thorough review of the design and operation of such a use. The Town Board will comply with appropriate requirements. The NYSDEC is aware of the current facility; there have been no complaints or violations in connection with the existing compost area operations. Page 2 Deternfination of Significance Town of Southold Acquisition of McBride Parcel For Further Information Contact: Jean W. Cochran, Supervisor Town of Southold Town Hall, 53095 Route 25 PO Box 1179 Southold, NY 11971-0959 Telephooe: (631 ) 765-1800 Copies of this Notice Sent to: Environmental Notices Bulletin (ENB) Commissioner, NYSDEC NYSDEC, Regional Office at Stony Brook Town of Southold Supervisor's Office Town Clerk of the Town of Southold Suffolk County Planning Commission Page 3 I I I I I I I I I I I I I I I i I I 14-16-2 (2/87)-7c SEQR 617.21 Appendix A State Environmental Quality Revie~v FULL ENVIRONMENTAL ASSESSMENT FORM Purpose: The full EAF is desigped to help apvlicants and a~encies determine, in an orderly manner, whether a project or action may be sigr~,ificant. The question o-f whether an action may be s gn ficant s not always easy to answer. Frequently there are aspects ora proiect that are subjective or unmeasureable. It is also understood that those who determine sigmficance may'have little or no formal knowledge of the environment or may be technically expert in environmental analysis. In addition, many who have knowledge in one particular area may not be aware of the broader concern affecting the question of significance. The full EAF is intended to provide a method xvhercby applicants and agencms can be assured that the determination process has been orderly comprehensive in nature, yet flexible to allow introduction of information to tit a project or act on. Full EAF Components: The full EAF is comprised of three parts. Part 1: Provides objective data and information about a ~i,/en prpject and its site. By identifying basic project data, it assists a reviewer in the analysis that takes pqace in Parts 2 and 3. Part 2: Focuses on identi.fying the range of possible impacts that may occur from a project or action. It provides guidance as to wl/etl/er an impact is likely, to be considered small to moderate or whether it is a potentially-large impact. The form also identifies ~vbether an impact can be mitigated or reduced. Part 3: If any impact in Part 2 is identified as potentially-large, then Part 3 is used to evaluate whether or not the impact is actually important. DETER~IINATION OF SIGNIFICANCE - TYPE 1 AND UNLISTED ACTIONS Identify the Portions of EAF completed for this project: X Part I X Part 2 Part 3 Upon review of the information recorded on this EAF (Parts 1 and 2 and 3 if appropriate), a:nd any qther supporting information, and considering both the magnitude and importance of each ~mpact, )t ~s reasonably determined by the lead agency that: A. The project will not result in any large and important impact(s) and, therefore, is one which will not -- have a significant impact on the environment, therefore a negative declaration will be prepared. B. Although theproject could have a significant effect on the environment, there will not be -- significant effect for this Unlisted Actmn because the mitigation measures described in PART ~ have been required, therefore a CONDITIONED negative ileclaration will be prepared.* __C. The project may result in one or more large and important impacts that may have a significant impact on the environment, therelYre a posttive declaration will be prepared. *A Conditioned Negative Declaration is only valid for Unlisted Actions Town o[ Sonthold Acquisition o£ McBride Parcel (17 acres) Name of Action Town Board o[the Towa o[Southold Name of Lead Agency ,Jean Cochraa Town Supervisor Print or Type Name of Responsible Officer in Lead Agency Title of Responsible Officer Signature of Responsible Officer in Lead Agency Signature of Preparer (If different from responsible officer) Date I PART 1 - PROJECT INFORMATION Prepared by Project Sponsor NOTICE: This document ts designed to assist in determining whether the action proposed may have a significant effect on the environment. Please complete the entire form, Parts A through E. Answers to t~ese questions will be considered as part of the application for approval and may be subject to further xerification and public review. Provide any ad;:htional informafion you believe will 'be needed to complete Parts 2 and 3. ' It is expected !hat completion of the full EAF will be dependent on inlbrmation currenlb' available and xvill noiinvobe new sfudies research or investigation. Ifinlbrmation requiring such additional work is unava lab e, so nd cate and specify' each instance. NAME OF ACTION Town of Southold AcquisMon of McBride Parcel (17 acres) LOCATION OF ACTION (Include Street Address, Municipality and County) Middle Road/CR 48, South of Tuthill Rd., Cntchogue SCTM: 1000 - 096 - 1 - 2 NAME OF APPLICANT/SPONSOR BUSINESS TELEPItONE Town o[Southold (631) 765-1800 ADDRESS Town Hall~ 53095 Route 25; PO Box 1179 CITY/PO STATE ZIP CODE Southold NY 11971-0959 NAME OF OWNER (lf different) BUSINESS TELEPIIDNE ADDRESS same CITY/PO STATE ZIP CODE DESCRIPTION OF ACTION To acquire the 17-acre parcel immediately contiguous to the west of Southold Solid Waste Management District's site itt Cutchogne Jbr the parposes of relocating the District's existing yard waste composting attd brnsh collection activities attd obtaining additioual space for future District activities. These activities must be relocated due to the conttnencetnent of capping and closure of the Cutchogue Landfill. Please Complete Each Question - Indicate N/A il' not applicable A. SITE DESCRIPTION Physical setting of overall project, both developed and undeveloped areas. 1. Present land use: Urban Industrial Commercial __Rural (non-farm) ..... Forest __Other ................... __Residential (Suburban) X Agriculture 2. Total acreage of project area: 174- acres. Approximate Acreage Meadoxv or Brushland (Non-agricultural) Forested ~gricultural (Includes orchards, cropland, pasture, etc.) Wetland (Freshwater or tidal as per Articles 24. 25 of ECL Water Surface Area Unvegetated (Rock, earth or Fill) P, oads, buildings and other paved surfaces Other (landsca~pe, buffer, compost/brt_~:¥~t__area) 3. What is predmninant soil type(s) on plojecI site'? Presently After Completion 7£ 17± I0± HaA, ItaB I i I I I I I I a. Soil drainage: X Well drained 100 % of site Moderately well drained % of site __ Poor drained % of site b. If any agricultural land is involved, how many acres of soil are classified within soil group 1 through 4 of the NYS Land Classification System'? N/A acres. (See 1 NYCRR 370). 4. Are there bedrock outcroppi,qg on proiect site'? Yes X No a. What is depth to bedrock? 1~00~ .~fi~Teet) 5. Approximate percentage of proposed project site with slopes: 0-10% 100 % 10-15"/o __% __ 15% orgr-~er -- % 6. Is project substantialh/contiguous to, or contain a build, g, site, or district, listed on the State or the National Registers of'Historic Places? Yes No 7. Is project substantially contiguous to a site listed on the Register of National Natural Landmarks? Yes X No 8. What is the depth of the water table? 354- (in feet) No 9. Is site located over a primary, principal, or sole source aquifer? X Yes 10.Do hunting, fishing or shell fishing opportunities presently exist in the project area'? __Yes X No ll.Does project site contain any species of plant or animal life that is identified as threatened or endangered? Yes X No According to Field inspection and anall~sis o£ aerial photo; site is active farm I I Identify each species 12.Are there any unique or unusual land forms on the project site? (i.e., cliffs, dunes, other geological formations Yes X. No Describe i i 13.Is the project site presently used by the community or neighborhood as an open space or recreation area?__ Yes X No If yes, explain 14.Does the present site include scenic views known to be important to the community'? Yes X No 15. Streams within or contiguous to project area: N/A a. Name of Stream and name of River to which it is tributary N/A I I I I I I I 16.Lakes, ponds, wetland areas within or contiguous to project area: a. Name N/A b. Size (In Acres) N/A 17.Is the site served by existing pun c utilities. Yes X No a) If Yes, does sufficient capacity exist to allow connection? Yes No b) If Yes, will improvements be necessary to allow connection? Yes No 18.Is the site located in an ak, Ticultural district certified pursuant to Agriculture and Markets Law, Article 25-AA, Section 303 and 704? Yes X No 19.Is the site located in or substantially conti~uous to a Critical Environmental Area desigmated pursuant to Article 8 of the ECL, and 6 NYCT, R 617? Yes X No 20.Has the site ever been used for the disposal of solid or hazardous wastes'? Yes X No B. PROJECT DESCRIPTION l. Physical dimensions and scale of project (fill in dimensions as appropriate) a. lotal contiguous acreage owned or controlled by project sponsor 61~ acres. b. Project acrcagc to be developed 174- acres initially; 17_-/- acres ultimately. OnaximunO c. Project acreage to remain undevek>ped 0 acres. d. Lcnglh of project, in miles: N/A (if appropriate) e. If the project is an expansion, indicate percent of expansion proposed N/A f. Nmnbcr of oft:street parking spaces existing 0 : proposed 0 g. Maximmn vehicular trips generated per hour N/A (upon completion of project)? h. If residential: Number and type el'housing units: N/A One Family Two Family Multiple Family Condominium Initially Ultimately i. Dimensions (in feet) oflargest proposed structure ~¥/A height; N/A width;N/A j. Linear feet oF frontage along a public thoroughI;are project ,,,,,ill occupy is'? 41.g:k __length. fl. 2. How much natural material (i.e., rock, earth, crc.) xvill be removed from tbe site'? 0 tons/cubic yards. 3. Will disturbed areas be reclaimed'? X Yes No N/A a. IF yes, for xvhat intendedpurpose is the site being reclaimed'? Land~,caped berm alo~, perimeter b. Will topsoil be stockpiledibr reclamation? X Yes No c. Will upper subsoil be stockpiled tk)r reclamation'? i Yes No 4. Hoxv many acres oF vegetation (trees, shrubs, ground co,,'ers) will bc removed from site'? N/A acres. 5. Will any mature tbrest (over 100 )'ears old) or other locally-important vegetation be removed by this project? Yes X No 6. If single phase project: Aa~ticipated period of construction _L/months, (including demolition). 7. If multi-phased: N/A a. Total number of phases anticipated __ (number). b. Anticipated date of commencement phase I month c. Approximate completion date of final phase month d. ls phase I functionally dependent on subsequent phases'? . >,ear, (including demolition). __ 5'ear. Yes _~. No 8. Will blasting occur during construction'i Yes X No 9. Number of jobs generated: during construction 0 : atler project is complete 0 10.Number of jobs eliminated by this project 0 11.Will project require relocation of any projecls or Facilities'? ~ Yes If yes, explain X No 12.Is surface liquid waste disposal involved? Yes X No a. If yes, indicate type of waste (sewage, m~ustrial, etc.)~d amount b. Name of water body into which effluent will be discharged ................ 13.Is subsurface liquid waste disposal involved? Yes X No Type 14.Will surface area of an existing water bod~¢ increase or decrease by proposal'? Yes X No Explain No surface water bodF triOtttarl, or present 15.1s project or any portion of proJect located in a 100 year flood plain'? Yes X No 16.Will the project generate solid waste'? Yes X No a. If yes, what is the amount per monlh t~ns b. lfycs, will an existing solid waste t:aci~il~, b~-~s~-d'. '~ cs c. Ifyesl give name , , ; location -- d. Will any x,,astes not go into a ~,~;a~,5 dispirit system or into a sanitary landfill? Yes No e. If yes, explain 17.Will the project revolve the disposal of solid waste? Yes X No a. If yes, what is the anticipated rate oF disposal? __ tons/month. b. If yes, what is the anticipated site life? years. 18.Will project use herbicides or pesticides'? Yes X Nn 19.Will project routinely produce odors (more than une hour per day)Y X Yes No 20.Will project prodt~ce operating noise exceeding the local ambient noise levels'? Yes X No I i I I I ! i I i I I I I 21 .Will project result in an increase in energy use? __ Yes __ If )'es, indicate type(s) 22. If water supply is from wells, indicate pumping capacity 23.Total anticipated water usage per day N/A 24. Does project involve Local, State or Federal funding? If yes, explain X No N/A gallons/minute. gallons/day. Yes X No 25. Approvals Required: Agency City, Town, Village Board /X/Yes / /No City, To~vn, Vill. Plan. Board / / Yes / X~ No City, Town ZBA / /Yes /X/No City, County Health Dept. / / Yes / X~ No Other Local Agencies / / Yes / X~ No Other Regional Agencies / / Yes /X/No State Agencies /X/Yes / / No Federal Agencies / / Yes / X~ No C. ZONING AND PLANNING INFORMATION Type of Approval Athrzn./Fuading Part 360 Permit Submittal Date Pending~In-Process compost/brush area I. Does proposed action involve a planning or zoning decision'? X Yes No If yes, indicate decision required: zoning amendment zoning variance __special use permit subdivision site plan new/revision of master plan resource _management plan~other Future Towtt relocation of existing composting and brush collection area 2. What is the zoning classification(s) of the site'? LIO (Light Industrial Park/Office Park) 3. What is the maximum potential development of the site if developed as permitted by the present zoning? 130,000 SF of industrial, or 85,000 SF of office 4. What is the proposed zoning of the site? same 5. What is the maximum potential development of the site if developed as permitted by the proposed zoning? N/A 6. Is the proposed action consistent with the recommended uses in adopted local land use plans'? I i I I I I X Yes __ No 7. What are the predominant land use(s) and zoning classifications withiu a 1/4 mile radius of proposed action? LL A-C, LB; Agriculture, landfill, resideatial, cemetery, institutional, transportation 8. Is the proposed action compatible with adjoining/surrounding land uses within a 1/4 mile'? X Yes No 9, If the proposed action is the subdivision of land, how many lots are proposed? a. What is the minimum lot size proposed'? N/A N/A 10. Will proposed action require any authorization(s) for the fom~ation of sewer or water districts? Yes X No 1 l.Will the proposed action create a demand for any commumty provided services (recreation, education, pulice, fire protection)'? __ Yes X No a. If 3'es, is existing capacity sufficient to handle projected demand'? Yes No 12.Will the proposed action result in the generation of traffic significantly above present levels'? Yes X No a. It' yes, is the existing road network adequate to handle the additional traffic? Yes No D. INFORMATIONAL DETAILS Attach any additional information as may be needed to clarify your project. Il'there are or may b~ any adverse impacts associated ~ith 2{our proposal please discuss such impacts and the measures x~hich you propose to m t gate or axo d them. E. VERIFICATION I certify that the information provided above is true to the best of my knowledge. Applicant/Sponsor Name Phillip A. MalicM~ CEP, AICP; Nelso.~ Pope & ~/oorhis~LLC Date 2/8/01 Signature Title Senior Environmental Scientist If the action is in the Coastal Area, and you arc a state agency, complete the Coastal Assessment Form before proceeding with this assessment. I FEB-12-20~l 12:20 $I6 ~25 1257 P.~J4/~J9 ~al'l 2~P~UJ~I I~,o ~,,~ ,,,-. ............... Re~ponsibilltV ot Lead Agency General Intorma~ion (Read C~refuHy) · In completing the form the reviewer should be guided by the question: Have my responses and determinations been rea~ab[e] The reviewer is not expected to be an. expert environmental · identifying that an impact will be potentially large {column 2) does not mean tha~ it is also necessardy significant. Any large impact must be evaluated in PART 3 to determine significance, Identifying an impact in colum~ 2 simpiy ~ks that it be looked at further. · The Examples provided are to assist the reviewer by showing types of impac~ and wherever possible the threshold ot magnitude that would trigger a response in column 2. The ~amples are generally applicable throughout the State and for most situations. But, for any specific project or ~i:e other examples and/or lower thresholds may be appropriate for a Potential Large Impact response, thus requiring evaluation in Pa~ 3. · The impac~ of each proiect, on eoch site. i~ each locality, will va~. Therefore, the examples a~e illustrative and have been off·md as guidance. They do not constitute an exhaustive list of impacts and thresholds to answer each question. · The number of examples per question does not indicate ch· importance of each question. · ~ In identifying impact, consider long term, shoA term and cumlative e~fec~, Instru~ions (kead carefully) Answer each of the 19 questions in PART 2. Answer Yes if there will be any impact. a. b. Maybe answers should be considered as Yes answers. c. If answering Yes to a question then check the appropriate box Ccolumn 1 or 2] to indicate the potential size of the provided, check column 2. If impact will occur but threshold impact. If impact threshold equa~ or exceeds example is lower than example, check column 1. d. If reviewer has doubt about size of the impact then consider the impact as poten~ally large and proceed ~ e. if a Potentially large impact checked in column 2 can be mitigated by changes) in the pro]ect to a small to moderate impact, also check the Yes box in column 3. A No response indicates that such a reduction is no: possible. This must be explained in Part 3. IMPACT ON LAND 1. Will the proposed action result in a physical change to the proiect site? raND m-WES £xamples that would apply to column 2 · Any construction on slopes of 15% or greater, {15 foot rise per 100 foot of length), or where the general slopes in the project area exceed 10%. · Construction on land where the depth to the water table is tess than 3 feet. · Canstruction of paved parking area for 1,O00 or more vehicle . · Construction on land where bedrock is exposed or generally within 3 feet of existing ground surface, · Construction that will continue for more t~an 1 year or involve more than one phase or stage, · Excavation for mining purposes tha[ would remove more than 1,000 tons of natura[ material (i.e,, rock or soil) per year. · Construction or expansion of a sanitary landfill, · Construction in a designated floodway. · Other impacts 2, Will there be an effect to any unique or unusua[ land forms found on the site? Ci.e., cliffs, dunes, &eological formations, etc. JmNo nYE$ · Speclf(c land forms; I 2 3 Small to Potential Can Impact Be Moderate Large Mitigated By Impact Impact Project Change -[] [] f-lYes ~No [] [] []Yes []No [] [] []Yes [] [] ' F'lyes I-'~ N o [] E] DYe, E No ~ ~ ~Yes ~No '~ ~ ~Yes ~No IMPACT ON WATER 3. Will proposed ~ctian affect any water body designated as protected? (Under Articles 15.24, 25 of [he £nyironmentat Conservation Law, ~YES [[amples [hat would apply m column 2 Developable ~re~ of ~[e contains a' protected water body. D~ed~in~ more ~han t00 cubic y~rds of mater[~l from channel af proLected stream ~x[ension of ubHty disLribution f~c[~iLies throush n promc[ed w~ter body. Cons[ruc~on in ~ desi[n~ted freshwater or tidal wedand. Other impacts: 4. W[H proposed zction Mfec~ any non-protected existin~ or new ~ody of water~ ~NO ~YES Examples that would apply to column 2 A 10% increase or decrease [n the surface ~rea of any body of water o[ n~ore than a 10 acre increase or decrease. Constr~ccion of a body of water thai exceeds 10 acres of 5u~ce area. Other impacts: Wil~ Proposed Action affect surface or ~roundwiter quality or quantity? ~NO ~YE5 Examples ~hat would apply to column 2 ' Proposed Action will require a discharse permit. Proposed ACtion requires use of a source of water that does not have ~pproval to serve proposed (project) action, Proposed Action requires water supply from wells wi~h 8tearer than 45 ~allon~ per n:inute pumping capscity. Cons[ruction or operation causin~ any contamination of · w~[er supply system. Proposed Action will ~dversely a~fect 8reundwater. Liquid effluent will be conveyed o~f the site to facilities which presently do not ex{st or have inadequate capaci~. Proposed ACtion would use wate~ in excess Of 2Q,~0 ~llons per day. P~opos~d Acd:., wiJJ likely cause siltation or o~her discharge into ~n exisdn~ body o~ water lo the extent [hzt there will be an obvious visual contrast [~ natural conditions. Proposed Action wiil require the storage of petroleum or chemical product5 8rearer th~n 1,100 Bal[ons. Proposed AC[iOn wilt allow residential u~es in areas without water and/or sewer se~ices. Proposed Action Ioca~es commercial and/or industrial uses which mav require new or expansion of existin8 waste treatment and/or storage facilities Other impact~:_ ~ote~tlal [ocac~o~ o~ a Will proposed action al[er drainage flow o~ patterns, or surface water' tuno(ft ~NO ~YE~ E[amples that wou[d apply to coium~ 2 Proposed AcUon would chan~e flood water flow5 7 Small to Moderste impact [] [] Potential Can impact Be Large Ivlitlgated By Im~act ProJect Change [_~Yes ~No [Yes I----Yes [~Yes ~C~Yes []:]Yes (]No ~]Yes I-lYes []No ~Yes [~¥es ~JNo E"'~ Y es {~No : i FEB-12-2001 i2:2i le Proposed Action cause substantial erosion. '~ may · Proposed Action is incompatible with existing drainage patterns, le Proposed Action will allow development in a desisnated floodway. · Other impacts: Will al:er existin~ pattern of - drainage flow. IMPACT ON AiR 7. Will proposed action affect air quality? Examl31es that would apply to column 2 ! i I ! I I I I I I I I I mNO C~¥ES · Proposed Action will induce 1,000 or more vehicle trips in any given hour. · Proposed Action will result in the incineration of more than 1 ton of refuse per hour. · Emission rate of total contaminants will exceed 5 lbs. per hour ar a heat source producing more than 10 million BTU's per hour, · Proposed action will allow an increase in the amount of land committed to industrial use. · Proposed action will allow an increase in the density of industrial development widlin existing industrial areas. · Other impacts: . _ IMPACT ON PLANTS AND ANIMALS 8. wild Proposed Action affect any threatened or endangered species? INO RYES Eaamples that would apply to column 2 ' Reduction of one or more species listed on the New York or Federal list. using the site, over or near site or found an the site. ·Removat of any portion of a critical or significant wildlife habitat. · Application of pesticide or herbicide more than twice a year, other than for agricultural purposes. · Other impacts:,.. ~ __ ,- 9. Will Proposed Action substantially affect non-threatened or non-endangered species? reNO ~YES Examples that would apply to column 2 · Proposed Action would substantially interfere with any resident or migratory fish. shellfish or wildlife species. · Proposed Action requ[res the removal of more than 10 acres of mature forest [over 100 Years of age) or other locally importent vegetation, IMPACT ON AGRICULTURAL LAND RESOURCES lO, Will ti~e Proposed Action ~ffect agricultural land resources~ ~NO Examples that would apply to column 2 · The proposed action would sever, cross or limit access to agricuHural (and {includes cropland, hayfields, pasture, vineyard, orchard, etc.) 8 1 Small to MoUerate Impact [] [] [] · [] [] [] [] [] Potential Large Impact P. 06/09 Can Impact Be Mttigateci By Project Change ~Yes [No [~]Yes []Yes L--lyes [~No ~Yes C]No [3Yes E]no ~Ye$ ~No I-lyes E~No []Yes []qNo [Yes T']No [-]Yes FqNo ~Yes [-'~ NO []Yes I'~NO F-lyes · (~onstruction ac!.ivi[¥ wouid excavate or compact the soil profile of agricultural land · The p[oposed action would irreversibly convert more than 10 acres ol~ agricultural land or, if located in an Agricultural District, more than 2,5 acres of agricultural [and · The proposed action would di¢rupt or prevent installation of ~sricuitura[ land management systems (e&. subsurface drah~ lines, outlet ditches, strip croppms); or create a need for such measures (e,g. cause a farm field ~o drain poody due to increased runoff) · Other impacts IMPACT ON AESTHETIC RESOURCES 11 Will proposed action affect aesthetic resources? ~NO mYES (if necessary, use the Visual EAF Addendum in Section 617.21, Appendix B) Examples that would apply to column 2 · Proposed land uses, or projec~ components obviously different from or in sharp contrast to current surrounding land use patterns, whether man-made or natural · Proposed land uses, or project components visible to users of aesthetic resources which will eliminate or significantly reduce their enjoyment of the aesthetic qualities of that resource. · Project components that will result in the elimination or significant screening of scenic views known to be important to the area. · Other impacts: IMPACT ON HISTORIC AND ARCHAEOLOGICAL RF..~OURCES 12. will Proposed Action impact any site or structure of historic, pre- historic or paJeontoJo~,ical importance? ~'NO ~YES Examples that would apply to column 2 · Proposed ACtiOn occurring whotly or partially within or s,Jbstantially contiguous to ,~ny facility or site listed on the State or National Register of historic · Any impact to ;~,~ archaeological site or fossil bed located wid~in the project site. · Proposed Action wlJ[ occur in an area designated as sensitive for archaeological sites on the NYS Site Inventory · Other impacts:~ IMPACT ON OPEN SPACE AND RECREATION Will Proposed Action affect the quantKy or quality of existing or future open spaces or recreational oPDortuntties? Examples ~hat would apply to column 2 reNO E]YES · The permanent foreclosure o~ a future recreational opportunity · A maior reduction of an open space important to the community · Other impacts: Small to Moderate impact © · [] Potenti~i Large impact Gan Imp~G~. Bi; Mitigated .;~y Project Ch3nge ~¥es ~Yes E~No [~Yes ~No L~Yes ElNa [~]Yes FiVes F-lyes C1No E]Yes ~No I'-~yes [~¥es ~No t [~Yes []No I I I I I I I I I I I I IMPACT ON ?RANSPORTATION Will there be an effect to existing transportation systems? []NO lyES Examples that would apply Co column 2 Atteration of present patterns of movement of people and/or goods. Proposed Action wilt result in major traffic problems. Other impacts: ~ntenf'i=l lncntic~n n{ Mu~iclLl:)al S[,~F IMPACT ON ENERGY 1S. Will proposed action affect the community's sources o( fuel or energy supply? ImNO l-lYES Examples that would apply · Proposed Ac[ion will cause a greater than 5% increase in the use of any form of energy in the municipality. · Proposed Action will require the creation or extension of an energy transmission or supp]v system to serve more than SO sing{e or two family residences or to serve a major commercial or industrial use. · Other impacts: NOISE AND ODOR IMPACTS 16, Will there be objectionable odors, noise, or vibration as a result of the Proposed Action? OHO lYES Examples that would apply to column 2 · Blasting within 1,500 feet of a hospital school or other sensitive facility1 · Odors will occur routinely {more than one hour per day). · Proposed Action will produce operating noise exceeding the local ambient noise levels for noise outside of structures. · Proposed Action wilt remove natural barriers that would act as a noise screen. · Other impacts; Potential noise and gdo: ge~e:ttiot~ IMPACT. ON PUBLIC HEALTH 17. Wi][ Proposed Action affect public health and safety? gNU F1y£$ I Examples that would apply to column 2 · Proposed Action may cause a risk of explosion or release of hazardous substances {i.e. oil, pesticides, chemicals, radiation, etc,) in the event of I accident or upset conditions, or there may be a chronic Iow level discharge or emission. · Proposed Action may result in the burial of "hazardous wastes" in any m form [ia. toxic, poisonous, highly reactive, radioactive, irritating, infect[gus, etc.) · Storage facilities for one million or more gallons of liquified natural igas or other flammable liquids. · Proposed action may result [n the excavation or other'disturbance within 2,000 feet of a site used for the disposal of solid or hazardous · Other impacts: , L I Small to Moderate Impact Potential Can Impact Be Large Mitigated By Impact Project Change ~ [~tes ~No [] ~Yes ~No ~ ~Yes ~No ~Ye~ ~Ye~ ~No ~Yes ~Ye$ ~Yes IMPACT ON GROWTH AND CHARACTER OF COMMUNITY OR NEIGHBORHOOD 18. Will proposed action affect the character of the ~xiiting community? reNO ImmyEs Ez~mples that would apply to column 2 · The permanent ~opula[ion of the city, town or viliag.e in which the project is located ~s likely to grow by more than 5%. · The municipal budget for capital expenditures or operating services wilt increase by more than 5% per year as a resu(t of thb project, · Proposed ac6on wilt conflict with officially adopted plan~ or goals. · Proposed action will cause a change m the density of land use. · Proposed Action wilt replace or e~iminate existing, facilities, structures or areas o( historic importance to the community. · DeveJopmen[ will create a demand for additional community services (e.g.. schools, police and fire, otc,) · Proposed Action will set an important precedent for future projects. · Proposed Action will create or eliminate employment, ~ Other ~mpacts-PoteAltial location of new land (SWMF) on vacaut iudustrial zoned site I 2 3 Small to Potential i Can Impact Be Moderate Large Mitigated By Impact Impact Project Change [] C~i L-~Yes ~'~No 19. Is there, or is there likely to be, public controversy related to potential adverse environmental impacts? ~NO [~YE5 If Any Action in Part 2 Is Identified as a Potential Large Impact or If You Cannot Determine the Magnitude ct Impact, Proceed to Part 3 Part 3--EVALUATION OF THE IMPORTANCE OF IMPACTS Responsibility of Lead Agency -- Part 3 must be prepared if one or more impact(~i is considered to be potentially large, even if the impact[s) may be miti~,aled. Instructions Discuss the following for each impact identified in Column 2 of Part 2: 1. Briefly 'describe the impact. 2 Describe (if appiic.able) how the impact could be mitigated or reduced to a small to moderate impact by project change(s). 3 Based on the information available, decide if it is reasonable to conclude that this impact is important. To answer the question of importance, consider: · The probability of the impact occurring · The duration of the impact · [tS irreversibility, including permanently lost resources of: value · Whether the impact can or will be controlled · The regional consequence of the impact · Its potential divergence from local needs and goals · Whether known objections to the project relate to this imDact. (Continue on atlachments] 11 TOTAL P,09 i I I I I I I I ! ! I I I I I I I I ENVIRONMENTAL ASSESSMENT FORM, PART 3 Evaluation of the Importance of Impacts TOWN OF $OUTHOLD ACQUISITION of MCBRIDE PARCEL 1.0 INTRODUCTION AND PROJECT DESCRIPTION The Toxvn of Southold proposes to purchase a 17:: acre existing fam~ field parcel, immediately contiguous to the west of the existing Southold Solid Waste Management District landfill site in Cutchogue. The parcel is being examined for use in relocating the District's yard waste composting and brush collection activities that are currently being conducted at the landfill. The compost and brush related activities must be relocated due to the commencement of capping and closure of the Cutchogue Landfill. The acquisition of the parcel would occur regardless of whether or not the yard waste and brush collection activities are relocated to the 17 acre site. The subject parcel lies west of the existing landfill, is vacant, is zoned for industrial purposes, and lies centrally within an existing industrially zoned area. However, in order to examine the potential impacts of the Town's intent to acquire the parcel, and in order to not segment the review and consideration of a potential planned use of the property, the Town of Southold has caused this Part 3 Environmental Assessment Form (EAF) to be prepared to review potential impacts of the project. The Town Board is familiar with the subject site, has reviewed documentation available, and will utilize this information to reach an informed decision on the project. 2.0 PURPOSE OF THIS DOCUMENT The EAF Part 1 is used as an information gathering and screening tool, for initial project review and coordination. A Part I has been completed for this project and is attached with this Part 3 EAF. The EAF Part 2 is entitled "Project hnpacts and Their Magn'tude'. This form provides a means of assessing the magnitude of impacts associated with a project. The EAF Part 2 indicates the following with respect to potential impacts ora project: [dent(~,ing that an impact will be potentially large (column 2) does not mean that it is also necexsarily significant. Any large impact must be evaluated in PART 3 to determine sign~cance. Ident~'ing an impact in colulnn 2 ximp(v asks tidal it be looked at fitrlller. An EAF Part 2 has been prepared for tire project and is also attached with this Part 3 EAF. The Part 2 identified the potential impacts associated with the application and their respective I Town of Southold Acquisition of McBride Parcel Enxironmental Assessment Form (EAF) Part 3 magnitudes. Issues with potentially large impacts include recharge, drainage, agriculture, aesthetics, transportation, noise and odors, and commmfity character impacts. This EAF Part 3 has been prepared to further assess the potential impacts of the proposed application. Sections 3.0 and 4.0 provide general and specific impact analysis and discussion of each potential impact of the subject application. 3.0 GENERAl. ANALYSIS OF POTENTIAl. IMPACTS Preliminary consideration has been given to the use of thc 17 acre parcel lbr yard waste composting and brush collectiou activities. The 17 acre parcel is relatively large in size, and has approximate dimensions of 400 feet in cast-west width, and frontage on Middle Road, County Road (CR) 48, an existing County divided 4-lane highway. Proposed use of the McBride parcel will involve access from the existing Town Solid Waste Management Facility (SWMF). In this manner, no nexv access will be created, the existing median openings will be used that are currently in use for the landfill, and access to and from the 17 acre parcel will be rnore controlled. The volmne of traffic that accesscs thc current Town SWMF will not change, as the composting and brush collection activities currently accoss the landfill site and activities are conducted at the landfill in the area that will require capping. While no specific design has been prepared, parameters /hr the implementation of composting and brush collection activities have been contemplated. Any activity will be set back a minimum of 50 feet within the parcel. The size and configuration of the parcel would serve well to allow an internalized use within the 17 acre parcel. The concept would involve using soil within tile site to create substantial landscaped berms at the limits of usc areas. This would allow landscaping to buffer interior activities within the parcel from adjacent uses, particularly to the north, west and south, as the existing Town landfill lies east of the McBride site. Tile use material from within tile site would also result m a lower elevation of activity areas, that would provide a further buffering effect. Overall, trader this scenario, approximately 10 acres of the parcel would be in use for compost and brush related activities and 7 acres would remain lis enhanced buffer areas. The current operation conducted within the Town landfill site involves receiving yard waste and brush, as a result of leaf and brush collection from homeowners, and creating windrows under proper conditions to allow tile aerobic biochemical decomposition of the material received. The material is periodically turned to maintain aerobic conditions that produce a compost product, which is then used for land application and soil enrichment. Compost facilities are regulated under thc New York State Environmental Conservation Law, with regulations contained m 6 NYCRR l'art 360, Solid Waste Management Facilities, specifically under Part 360~5. Thc current Tov, n o[' Southold compost l;acility does not require a full Part 360 permit as the t;acility docs not process more than 3,000 cubic yards of waste per Page 2 I I I I I I I I I ! I I I I I I I I I Town of Southold Acquisition of McBride Parcel Environmental Assessment Form (EAF) Part 3 year. Therefore, a facility of small size is presumed by the New York State Department of Environmental Conservation (NYSDEC) to not be of a size sufficient to cause potential environmental impacts requiring a full pcnnit; however, such facilities must be operated in a manner that uses acceptable methods of colnposting. Acceptable methods of composting involve creating a stable useful product, and minimizing odors and nuisances. The NYSDEC is aware of the current yard waste facility, and the facility is operated in a manner that meets this definition. There have been no complaints recorded by the Town or NYSDEC with regard to this facility. Any facilities which process yard waste in excess of the 3,000 cubic yard limit are subject to a full Part 360 permit which involves submission of an engineering report and conformance with operation requirements. Engineering reports must include the following infon'nation: · Regional, vicinity and site mapping to identify local and regional features and site operations. · Location of wetlands and flood plains within 1,000 feet. · Description of facility operations. · Description of facility design. · Facility ownership. · Description of source of material for composting. · A contingency plan for breakdown, odor control, groundxvater protection, fires, noise, dust, vectors and traffic. · An operation and maintenance manual, and · A process fact sheet. The operational requirements for a yard waste compost facility are also very rigorous, and involve the following restrictions: · Only yard waste may be accepted. · Monitoring devices may be required to protect surface and ground water. · A facility must be graded to minimize ponding. · At least 200 feet of separation must be provided to the nearest residence. · No facilities may be operated or constructed on flood plains. · No facilities may be operated where groundwater is less than 24 inches from the surface. · Composting must be conducted to control vectors and odors. · Final aeration must be provided to ensure stability prior to distribution of compost. · The facility must be located on a suitable base to ensure stability and accessibility. · A detailed annual report must be submitted to document waste received, turning frequency, monitoring reports, compost produced, and end-product distribution Any facility that may be operated by the Town must conform to these stringent requirements desigmed to ensure the safe operation of such a facility. Page 3 To*~n of Southold Acquisition of McBride Parcel En~iroamental Assessment Form (EAF) Part 3 As noted, the regulations thelnselves incorporate inherent mitigation. A small facility is presumed to have a minimal impact on public health, safety, welfare or the environment, as all material is natural yard waste and a facility must operate in an acceptable manner. A larger facility (>3,000 cubic yards per year), requires a full permit which involves significant desibm features, operational requirements and measures to ensure that such facilities are operated and maintained in a manner that does not ilnpact public health, safety, welfare or tile environment. Duc to the nature the operation of a yard waste/composing facility, tbe NYSDEC will review all material submitted and either issue a permit, issue a permit with modifications, deny a permit, or should there be one or more potential significant environmental impacts, require ail enviromnental impact statement under SEQRA, as the NYSDEC is responsible to complete SEQRA for any such actions. With respect to various environmental resource categories, a matrix has been prepared to identify each resource area and the permit, design, and/or operational factors that will ensure that no significant environmental impact may occur. Table 1 provides an analysis of those features of the pemfit process and/or permit requirements which mitigate potential impacts of the facility operation. TABkE 1 ANALYSIS OF MITIGATIYE PROVISIONS INHERENT IN PERMIT, DESIGN AND/OR OPERATION Geology The facility must be graded to nfininfize ponding; The facility must be located on a suitable base to ensure stability and accessibility; The site must be flat and have no significant soil limitations; High permeability soils may require groundwater monitoring under Part 360. Use can not impact wetlands or flood plains; No facility may be located where groundwater Water Resources is within 24" of surface; Measures to ensure that ponding does not occur must be provided; Surface water must be diverted l¥om compost; Monitoring may be required. Site must be operated to control dust using stabilized roads and other necessary nleasures; Air Resources Site may only receive yard waste; Process must follow composting methods which ensure aerobic biochemical degradation of material in a way that controls odors. Part 360 requires mapping and consideration of wetlands and floodplains within 1,000 feet: Ecological Resources Site is an existing agricnlmral field; Site is in an industrialized area and lies adjacent to the existing Town Municipal Solid Waste Management Facility. Existing compost/yard waste facility operated at landfill uses same access, therefore, no Transportation significant change will occur; Site lies on County 4dane divided highway; Site is within an industrialized area; Suitable inlerior stabilized roads will be created. There are no residences within 200 feet, as required by Part 360; The site and area are Land Use and Zoning zoned industrial; The existing Town MSWF lies immediately to the east; The proposed use will incorporate landscaped;bermed buffers; Use will be intcrnalizcd within site. Activities will be conducted witbin the interior of the site; Minimum 50 foot buffers will he Community Resources provided; The site is m an industrialized area; No new access will be created; ............... Landscaping will be used to enhance buffers; Interior elevation will be lowered. The NYSDEC may impose such other ~equirements as may be required to ensure protection Other Potential Impacts under Part 360. All actions are snb.ject to SEQRA which requires a finding of no significant ....... impa~c~or !)~c preparation of an cnviromnental impact statement . Page 4 I I I I I ! I I I I I I I I I I I I I To~n of Southold Acquisition of McBride Parcel Emironmental Assessment Form (EAF) Part 3 4.0 SPECIFIC ANALYSIS OF POTENTIAL IMPACTS Those impacts that were ideutified as having a potential large enviromnental impact and impacts which require further discussion arc evaluated more specifically below. Water Resources Recharge/Drainage In general, any sanitary or industrial groundwater discharge that may occur must receive pen'nits from the Suffolk County Department of Health Services (SCDHS) as an am~ of the NYSDEC under the State Pollutant Discharge Elimination System (SPDES) program. Any such industrial discharge must meet effluent limitations to protect groundwater. However, as municipal yard waste/composting facilities do not generate wastewater or other liquid effluents, no impact to groundwater quality or quantity from this source, if and when such a facility is built on the site, would be anticipated. In addition, operational requirements for a yard waste compost facility contained in Section 360-5.5, require that a facility be designed to avoid ponding of water within compost areas, and contact with precipitation must be minimized. Composting must also not occur in areas where the seasonal high groundwater table is within 24 inches of the ground surface. For the subject site, the land elevation is in the range of 45 feet, and the elevation of water is less than 10 feet, therefore the depth to water is in excess of 35 feet. This is significantly less than the minimum required, and therefore, no impact is expected. A yard waste/composting facility could alter the existing drainage pattern on the site as a result of grading activities. Any composting facility would include a landscaped berm along the entire perimeter of the property, xvhich would prevent site-generated runoff from exiting the site. In general, all runoff generated on-site would be retained and recharged to groundwater on-site, in an on-site system engineered for this purpose. Soils on site are expected to provide adequate leaching capabilities for recharge, as Haven loam soils are present, and additional grading will occur to create berms, exposing the glacial till subsoils present in this area south of the moraine. As a result of the depth to groundwater, and plauned recharge facilities, no significant adverse impact to water resources is expected. Agriculture The proposed action would remove 17 acres of agricultural land from the current inventory of such land use in the Town of Southold. This is an unavoidable impact; however, it is noted that the site is currently zoned industrial, therefore, some alternative Page S Town of Southold Acquisition of McBride Parcel form of land use is expected even if the site is not acquired by the Town. Tile 400 foot wide subject site lies immediately east of an existing approved industrial subdivision, and immediately west of an existing Town solid waste facility. Land to the north of the site is wooded. Therefore, the site is relatively isolated in terms of contiguous land use relating to agriculture. As a result, tbe sigmficmrce of this impact is considered to be minimal. Aesthetics In order to mininrize tile impact to tile visual appearancc of tile site in relation to the appearance of tile adjacent properties in tile viewshed, a mtmicipal yard waste/composting facility would include a landscaped berm along all perimeter boundaries, with the possible exception of the western site boundary where the McBride parcel abuts the existing Town solid waste facility. Berms will be created by using soils within the site, which will further reduce the internal elevations to provide fnrther buffering. The landscaping will include a mix of vegetation, with both deciduous and evergreen trees and shrubs to provide effective screening. The primary viewshed is from eastbound CR 48; however, tbis boundary can bc effectively screened. The current viewsbed is compromiscd by several Ihctors: there are existing Long Island Power Authority (LIPA) transmission towers and power lines within the subject property. In addition, grading and road installation have begun tbr thc industrial subdivision to thc west. Finally, the existing Town solid waste facility is evident immediately east of the site. It must also be noted that the site is zoned for industrial use, and could be subdivided and used for industrial purposes, which would include buildings and parking. As a result, the proposed acquisition and fitture use of thc property /'or compost/yard waste activities, which involves no permanent structures, and provides interior setbacks of 50 feet with landscaped berms, is not expected to bave a significant adverse impact on aesthetic resources. Transportation Vehicular trips generated by a mnnicipal yard waste/composting facility are generated by truck trips for transport of raw materials and removal of' product. The facility would be located far from residential areas, and within an area where truck traffic would be expected as a result of other industrial uses. Ill general, truck activity associated with this municipal use involves hours of operation that do not generally coincide with peak hours of traffic activity on area roads. Page 6 I I I I I I I I I I I I I I I I I I I Town of Southold Acquisition of McBride Parcel Environmental Assessment Form (EAF) Part 3 It is noted that the landfill is the site of the existing Town composting and brush area facilities, and therefore, traffic for this use now accesses the landfill at the main access to the solid ~vaste management facility. As a result, new or additional traffic on the roads is not expected. In addition, the existing Town solid waste facility access will be used, and access to the McBride parcel will be provided farther north of CR 48 between the landfill site and the McBride parcel. Therefore, no new access from CR 48 will be provided, and the access for this use will continue to be aligned with the existing medium cut in CR 48. It is noted that CR 48 is a 4-lane divided County highway, that is generally underutilized in this area, and therefore is expected to be able to accommodate traffic for this use. As a result, no significant traffic impacts are expected as a result of this project. Noise and Odors The nature of a municipal yard waste/composting operation, which involves machinery and is dependent on trucks for transportation of raw materials and product, may produce increased noise levels. Part 360-1.14(p), whose regulations would apply to a municipal yard waste/composting facility, include limitations on noise audible "... at locations zoned or otherwise anthorized for residential purposes to exceed the follow,ing Leq e,ergy equivalent sound levels;" TABLE 2 CHARACTER OF LEQ ENERGY EQUIVALENT SOUND LEVELS _Community 7 AM :~ 10 PM Rural 57 decibels (A) 62 decibels (A) 67 decibels (A) 10 PM - 7 AM 47 decibels (A) Suburban 52 decibels (A) Urban 57 decibels (A) The proposed facility is located centrally within an area that is zoned industrial, and is bordered by industrial type uses. The nearest residential zoned land is immediately south of CR 48, and area of A-C (Agriculture-Conservation) zoning. There is a residential structure diagonally opposite the southeast corner of the subject site; however, this structure is currently opposite the existing Town solid waste management facility and is separated from the site by CR 48. The structure is on a small lot and is located within 40 feet of the shoulder for the highway, therefore, thc dominant source of activity is the County highway. North of CR 48, there are no residential property boundaries within 900 feet of the subject property, and no residential use xvill be located within 1,000 feet of the subject site as a restih of buffers and set backs. No activity will be conducted at night on the site. The site lies between the existing Town solid xvaste facility to the east and future industrial use to the west. Page 7 To~n of Southold Acquisition of McBride Parcel Environmental Assessment Form (EAF) Part 3 The operation of a municipal yard xvaste/composting facility may produce odors. Nuisance odors would be required to be controlled under the site's Part 360 Permit, should tory adverse odors be generated that would impact a receptor. Part 360-1.14(m) states: Odorx must be t'{[i'ctivekv comrolled .ye that thc9, do not c o~lstitute md.va~ce.s or hazardx to rea/Ih, .w~)?0. or FroI~er(~ Specifically, yard waste composting facilities must be operated to "control odors and vectors" as required under Part 360-5.50). Thc Town currcntly operates the conrposting and brush area on the landfill site. and no complaints have been registered. Composting t~acilities which are properly operated and provide conditions for effective aerobic biochemical degradation of organic material generally do not produce significant odors. The facility will utilize the windrow method, and sufficient turnings will occur to providc suitable decomposition conditions. The surrounding properties are zoned for industrial use, and include unoccupied fam~ fiekts and the existing Town landfill; thus, there are no sensitive receptors which may be adversely impacted by thc proposed facility. In addition, any such use will be set back within the property so that there is a substantial setback from any residential land use or place of business, in excess of tire 200 feet required under Part 360-5.5(g). As a result, not significant impact is expected from noise or odors m connection with the proposed facility. Community Character Tbe proposed use is not out of character with the existing character of the community. The area is dominated by thc presence of the existing Town Municipal Solid Waste Management Facility. The site is in an area zoned for industrial use, and lies east of an approved industrial subdivision, west of the Town SWMF and north of a County highway. Any future use of the site will incorporate buffering and setbacks in order to minimize visual impacts and provide a more aesthetically compatible use. The site could be used for industrial purposes in accordance with existing zoning, which would include establishment of road access, interior site roads, buildings and parking. As a result, the proposed use which involves municipal acquisition for the purposes of relocating the Town composting and brush areas activities with setbacks and landscaped buffers and interior access from the existing landfill, is not expected to have a significant adverse impact on community character. I I I I I I I I I I I I I I I I I I I 'l'o~ n of Southold Acquisition of McBride Parcel Environmental Assessment Form (EAF) Part 3 3.0 CONCLUSIONS Potential environmental impacts of the possible municipal Solid Waste Management Facility are evaluated in this EAF 3. The evaluation considers general impacts and specific analysis of the subject operations of the facility in consideration of pertinent environmental resources specific to the site. Potential areas of concern are discussed in detail, and the potential impacts and available mitigation measures have been investigated. This investigation was used to detemrine the importance of the impacts based on the criteria included in the format for a Part 3. The criteria are as follows: · Probability of the impact occurring, · The duration of the impact, · lis irreversibility, including permanently lost resources of value, · Whether the impact can or will be controlled, · The regional consequence of the impact, · The potential divergence fi'om local needs and goals, · Whether knoxvn objections to the project relate to this impact. The environmental review process is a balancing process. The proposed project is in conformance with land uses in the area of the site, and is a project which incorporates sensitive environmental design. It is also noted that the project site is zoned industrial and could be used for the purposes of industrial buildings and improvements. The action and its potential impacts will be localized, and no regional impacts are expected, with the exception of Town wide benefits of maintaining the existing composting and brush area facilities of the Town. Mitigation is inherent in established design parameters and the regulations which would pertain to certain future uses of the subject site. Based on the evaluation contained herein, it is concluded that there are no significant adverse environmental impacts anticipated as a result of the proposed acquisition of the McBride parcel. Impacts are either not significant or are adequately mitigated as a result of site conditions and conformance with applicable regulations and requirements. Tiffs document fulfills SEQRA requirements for completing envirotm~ental evaluation using Part l, 2 and 3 Environmental Assessment Forms, and allows the lead agency to take a "hard look" at the potential impacts o fa project, to reach an informed decision. Page 9 D C B A 1 I 2 I 3 J 4 I now or formerly / now or fOrmerly i/ Prank d, McBride no~, or. formerly ~ (CUtchogue 'l'°wn of SOu~ 5lTL ACC~5 ROAD c, Landfill) hold FROM TOI,,IN DROP OFF ~ .~ iI I I I I II II I I I p opos g RECHARGE BASIN / / PROPER~ LINE -x- CHAIN LINK P~CE ~ o/ 5~VEY~S, RI~RH~D, N~ YOR~ HOARD NO. 4~g5 ~ HAP P~PAR~ ~ DATED ~RCH 2, 5lTL TOP~PHIC IN~HATION FROH L.K, A55~IATES, P.C, BR~HAV~, ~ T~K ~P 51~ PLAN 5 5 D B A C Id , GROUP HOL.ZMACHER, McLENDON & MURR£LL P.C. 575 Broad Hollow Road, Melville, New York 11747 ENGINEER8 ·ARCHITECT8 · PLANNER8 · SCIENTIST8 · SURVEYORS E-mail: h2mOh2m.eom www.h2m.com MELVILLE N.Y. TOTO'NA, NJ. (9~'31-942~700 [] MARK DATE DESCRIPTION ISSUE: PROJECT NO: SOHT 01-01 DATE: NOVEMBER 2001 CAD DWG FILE: C-SITE,DWG XREF DWG FILE: XR-SITE.DWG SCALE: AS SHOWN FiLE LOCATION: O F1 DESIGNED BY: GWD DRAWN BY; LTM CHECKED BY: REVIEWED BY: TOWN OF SOUTHOLD SOLID WASTE MANAGEMENT DISTRICT YARD WASTE COMPOSTING FACILITY CUTCHOGUE, NEW YORK CONTRACT NOT FOR CONSTRUCTION SHEET TITLE 8lTL PLAN SHEET NUMBER 1OF2 C B A D ~°W or now Or formerly Fronk d. ~teBricle 2 3 4 dohn ~. Krup~Irl, ~r. ~ \~ \ \ \ Oow or fOrmerly (~utChogue T;;n~df~/fl) S°Uthold /I// / ~ ~ Fork Indue~riol POrk" C-RADINe PLAN PROPOSED // / RECHARGE / BASIN / ~ / ~~ / ~ LECEND: PROPER'IT LINE CHAIN LINK FENCE ROADNAT EDgE E~XISTIN~, CONTCUP.5 PROPOSED C. ONTC~JR.~. J.I0,00 . · 90'00 I · I0.00 ] 2 SECTION AIA 5C,~J,-E: 1% ICl (HOI~IZONTAL/VERTICAL) REC, TCI FD C, ONCPJ::II: f THICK. E~P. E55 ROADI,,IAT 50.00 SECTION /CONCRL= l'[:: BARRIER 1 2 3 4 5 MEDIAN 0.4% 5LOPE 5 AE,~,E~ATE ~E,O ~ t~Cl'l LE TTPE I A HOLZMACHER, MoLENDON & MURRELL, P.O. 675 Broad Hollow Road, Melville, New York 11747 ENGINEERS · ARCHITECT8 · PLANNERS · SCIENTIST8 · SURVEYORS D E-maik h2mOh2m.com www,h2m,~om MELVILLE, FLY. MARK DESCRIPTION ISSUE: PROJECT NO: SOHT 01-01 DATE: . NOVEMBER 2001 CAD DWG FILE,. C-GRADING.DWG XREF DWG FILE. XR-SITE.DWG SCALE: AS SHOWN FILE LOCATION: G F1 DESIGNED BY: GWD DRAWN BY: LTM/MWD CHECKED BY: REVIEWED BY: I I TOWN OF SOUTHOLD SOLID WASTE MANAGEMENT DISTRICT YARD WASTE COMPOSTING FACILITY B CUTCHOGUE, NEW YO CONTRACT NOT FOR CONSTRUCTION SHEET TITLE GRADING PLAN AND SITE DETAILS SHEET NUMBER 2OF2 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Yard WasSte Composting Facility Thursday, November 29, 2001 ~ 11:00 A.M. Two bids received: Terry Contracting & Materials Inc. 840 West Main St Riverhead, NY 11901 James McCullugh Co. Inc. 75 E Bethpage Rd Plainview NY 11803 $321,000.00 $649,723.00 11/28(200~ 32:08 FAX §alUS44tzz RECBVED PROPOSAL NOV 2 9 2001 Southold Town Clerl,. TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BASE BID SOLD WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. The undersigned further understands and agrees that he is to furnish all labor, material, equipment, permits, supplies and other facilities necessary and required for the execution and completion of: YARD WASTE COMPOSTING FACILITY TOWN OF SOUTHOLD PROJECT NO SOHT 01-01 in strict accordance with the contract documents for: ITEM 1 - FURNISH AND INSTALL SUBBASE FOR YARD WASTE COMPOSTING FACILITY SOURCE OF RECYCLED CONCRETE AGGREGATE BASE COURSE MATERIAL COMPANY ADDRESS Oral UNIT PRICES The Contract shall include unit prices as herein stated. Should the amount of work required by Contract Documents be increased or decreased, the undersigned agrees the following unit prices shall be used as a basis for computing the cost to the Owner, as the case may be, for such increases or decreases in the work. The listed unit prices shall also be used for determining the value of quantities included in the specifications. Prices shall be on the basis for furnishing all labor, material, equipment and other related items necessary for completion of Work (in place). The quoted figure shall include the Contractor's overhead and profit. The Owner/Engineer hereby reserves the right to order any addition or deduction of materials on the basis of unit cost figures quoted. SOHT 01-01 P-B I of 3 · . RECEIVED PROPOSAL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOV 2 9 2001 Southold Town Cler[ SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. CATEGORY ADDITIONS/DEDUCTIONS 1. 10" 0 Drainage piping (10' Burial Depth) $_ $ '7Ot~/l.t~ per lin. Ft. 2. Excavation of Unsuitable Material $ I ~, ~ per cubic yard 3. Additional Backfill Material $ ~ I ~ ~ per cubic yard 4. Recycled Concrete Aggregate Base $_ ~' 9...~. ~ per cubic yard 5. Geotextile $ i?-'-~ per square yard ALL WORK SHALL COMMENCE WITHIN TEN (10) CONSECUTIVE CALENDAR DAYS AFTER NOTICE TO PROCEED. THE BOARD HEREBY RESERVES THE RIGHT TO SELECT INDIVIDUAL BID ITEMS, THE TOTAL BID OR REJECT A BID IF A CONTRACTOR'S STATED LUMP SUM PRICES OR UNIT PRICES ARE EVALUATED AS UNREASONABLE. THE BOARD ALSO RESERVES THE RIGHT TO VOID THIS CONTRACT AFTER FIFTEEN DAYS NOTICE. ALL WORK SHALL BE COMPLETED WITHIN NINETY (90) CONSECUTIVE CALENDAR DAYS (SATURDAYS, SUNDAYS AND HOLIDAYS INCLUDED) FROM THE DATE OF SIGNING OF THE CONTRACT. IF THE CONTRACTOR DOES NOT COMPLETE THE WORK FOR THE YARD WASTE COMPOSTING FACILITY WITHIN THE TIME FRAME DETAILED, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE AMOUNT OF THREE HUNDRED FIFFY DOLLARS ($350.00) PER DAY FOR EACH AND EVERY CALENDAR DAY. P-B - 2 of 3 ROPOSAL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: l 1:00 A.M. THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED CONTRACTOR: ADDRESS: SIGNED BY: TITLE: DATE: FEDERAL ID NO. OR SOCIAL SECURITY NO.: TELEPHONE NO: BUSINES S: ~'/~,- ). 9 3 - ~ ~'a a EMERGENCY: SOHT 01-01 P-B 3 of 3 PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within ten (10) days (Saturdays and Sundays excepted) after due notice from the TOWN OF SOUTHOLD, that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within ten (10) days after due notice from the Town Board that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town of Southold shall (at the option of said Board) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER ~ BUSINESS ADDRESS OF BIDDER: DATED AT: 2_.7- THE ~__ DAY OF ~°~2001__ SOHT 01-01 P-C PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE By submission of this bid, each bidder and each person signing on behalf of any bidder certifies; and, in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in this bid have been independently arrived at without collusion, consultation, communication or agreement with any other bidder or with any competitor for the purpose of restricting competition as to any matter relating to such prices; (b) Unless otherwise required by law, the prices which have been quoted in this bid or proposal have not been knowingly disclosed and will not be knowingly disclosed by the bidder, directly or indirectly, to any other bidder or competitor prior to the opening of the bids for this project; and (c) No attempt has been or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Southold, New York Dated: _ 2.~,t, 200_ Respectfully submitted, FIRM NAME: FIRM ADDRESS: SIGNED BY: k~ TITLE If this bidder cannot make the foregoing certification, a statement signed by the bidder is attached setting forth in detail the reasons therefor. Indicate if statement is attached: SOHT 01-01 P-D James McCullagh Co., Inc. 75 East Bethpage Road Plainview, NY 11803 Tel. (516) 293-8800 Fax (516) 293-8012 Name & Address William H. Doremus 310 Jericho Tpke. Jericho, NY 11753 Arthur G. Marvin 3 Ronald Court Port Jefferson, NY 11777 John W. Clukies, II, PE 18 Adelphi Drive Greenlawn, NY 11740 Michael S. Luger 19 Stuyvesant Oval, Apt. TC New York, NY 10009 William M. Heberer, Jr. 17 Oak Street Hicksville, NY 11801 Position/O££tce PRESIDENT EXECUTIVE VICE PRESIDENT / TREASURER VICE PRESIDENT VICE PRESIDENT SECRETARY THE AMERICAN INSTITUTE OF ARCHITECTS Document A310 Bid Bond ~ ~ ~ ~' ~ ~, t~l.t ~ JAMES MCCULLAGH CO., INC. 75 EAST BETNPAGE ROAD, PLAINVIEW, NY 11803 LIBERTY MUTUAL INSURANCE COMPANY 1211 AVENUE OF THE AMERICAS, NEW YORK, NY 10036 a O=~:K:~{L-atio~ ~,ly c3~::~l~,ed u~ ~ ~ O~ ~ ~ ~ MASSACHUSETTS ~, ~~ ~~, ~of FIVE PERCENT OF TOTAL BID AMT--- ~ ] ~ ($ 5% OF BID ) ~ly, f~y ~ ~ ~. SicJ~ a~d ~Lle~ ~ 29TH (Witness) (:~ Of NOVEMBER 2001 JAMES MCCJ,I~GH CO., INC. ., / _..,. Willi~is · AIA ~ A310 · BID ~ · AIA @ · ~I~AR~ 1970 ED · ~ I~ICAN ll~=i'I'I~TE C~ Alktu~'l~'l~, 1735 N.Y. AVE., N.W., ~,%aq, D.C. 20006 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YORK ,) COUNTY OF NASSAU ,) ON THE 29TH DAY OF NOVEMBER., 2001, BEFORE ME PERSONALLY CAME WILLIAM M. HEBERER, JR. TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT HICKSVlLLE, NY THAT (S)HE IS THE SECRETARY/TREASURER OF JAMES MCCULLAGH CO., INC., THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. GAYE CONKLIN No, 01004982812 Qualified in Nassau County ~, ~otar~Public ' ' ' Commission Expires June 10, 20 ~-~ ~,'~ ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 29TH DAY OF NOVEMBER, 2001, BEFORE ME PERSONALLY CAME FERN PERRY TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT UNIONDALE, NYTHAT (S)HE tS THE ATTORNEY-IN-FACT OF LIBERTY MUTUAL INSURANCE COMPANY. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER. N'0tary'P"u blic ' · THiS POWER OF A'I-rORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 7943 This Power of Attorney limits the act of those named herein~ and they have no aUthority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company ), a Massachusetts mutua insurance compaDy, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name. consbtute and appoint, GEORGE O. BREWSTER, GLORIA LOYD, WILLIAM A. MARINe, FERN PERRY, DAVID W. ROSEHILL. NANCY SCHNEE, VINCENT A. WALSH, ALL OF THE CITY OF JERICHO, STATE OF NEW YORK ........................................................................................................................................................................... , each indivldualry if there be more than one named, ~ts true aed lawful attorney-in-fact to make, execute, sear, acknowledge and deliver for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and ot.h.e.r**surety obJigations in the penal sum not exceeding ********************* 50 000 000 00 · I~IFTY MILLION AND 00/100 DOLLARS ($ , , · ) each, and the execuhon of such bands or undertakings, in sursuance of these presents shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company tn their own proper persons· That this cower ts made and executed pursuam re an(] Dy autDonty Of the following By-law and Autharizatiam ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer or other official of the company authorized for that curoose ~n writing Dy the chatrman or the crestdem, and SUbjeCt [o such Hm~tatlons as me cnatrman or the eresident may prescrll)e, Shall abDOln[ such attameys-in-fect, as may De necessary to act ,- behalf of the campany [o make. execute seal. acknowledge aha deliver as surety any and all undertakings, 2ends recogmzances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth m melr respective Dowers of afforne:~, shall have full Dower to bind the company by tf~e~r signature and execution of an~ SUCh instruments and to attach thereto the seal of the company When so executed such nsrruments shall be as binding as if signed by the president and attested by the secretary By the following nstrument the chairman or [ne eresident has authorized the officer or other official hamed mereln zo aDDalnt attorneys-in-fact: Pursuant to Article XVi Section 5 of the By-laws Assistant Secretary Garnet W. Elliott is hereby authorized to aoooint such aEorneys-in-fact as may be necessar, to act JR behalf of the comcany to make. execute, seal acknowledge and del~ver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authonzation above set forth are true cooies thereof and are now in full farce and effect. IN WITNESS WHEREOF tins ~nstrument nas been subscribed Dy ils authorized officer and the corporaze seal of the said Liberty MutuaJ..!.r).s. urance Company has been affixed in Plymouth Meeting, Pennsylvania this 18th day of April zuut . LIBERTY MUTUAL INSURANCE COMPANY Garnet W. EllioII Assistant Secretary COMMONWEALTH OF PENNSYLVANh~ COUNTY OF MONTGOMERY On this _ 18th day of _ me to be the thor ged that he executed seal and his APril A.D. 2001 before me, a Notary Public, personally came the indlwaual Known to I (~ffice Libedy Mutual Insurance Company who executed the preceding instrument, and he acknowled- Ice seal affixed to the Said precadJng instrument ia the corporate seat of said company; and that said corporate affixed and subscribed to the said instrument by authority and direction of the said company, set my hand and affix my official seat at plymo~Mo,bn~ ~i~P the deg~aar.~/l./'~ first ahovs wdtlan Notary Public · rna , of Liberty nal 3ewer of attorney of which the foregoing Jrther certify that the officer who executed the said cower of attorney was one of the afficers specially authorized by the chairman or the president [o aDpoint any afforney-in-fecl as provided m Article XVI. Section 5 of the By-~aws of Liberty Mutual Insurance Company. This certificate may De signed by facsimile under and by authority of the following rate of the board of d~rectors of L~perty ¥1utual Insurance Company at a meeting ouly calleo asa held on the 12th day of March. 1980. VOTED that the facsimile or mechanica~ry reproduced signature of any assistant secretary of the company wherever appearing uPOn a certified COpy of any power of attorney issued by the campany, shall be valid and binding upon me company with the same farce and effect as mougn manually affixed. IN TESTIMONY WHEREOF I nave hereunto subscribed my name and affixed the corcorate seal of the said company, t~s¢,' 2 (' ~' TM Liberty MutuRI insurance Company Statutory Balunce Sheet (dollars in thousands) December 3 I, 2000 Bonds ......................................................................................... $ Common & Preferred Stocks ............................................................... Real Estate .................................................................................... Cash & Short-Term Investments ......................................................... Other Invested Assets ........................................................................ Subtotal Cash and Invested Assets ................................. ; ....................... 8,594.073,768 6,329.446,781 158.426,086 489.378,273 740.378,578 16,311,703,486 Premium in Course of Collection* ......................................................... Reinsurance Recoverables on Loss and Loss Adjustment Expense Payments ...... Interest, Dividends and Real Estate Income Due and Accrued ........................ Other Assets .................................................................................. 1,436,811,683 262.691,451 144.036,175 1,006.116,801 TOTAL ADMIt I£D ASSETS.....: ...................................................... S 19,161,359,596 Liabilities and Surplus Reserve for Losses and Loss Adjustment Expenses .................................... Reserve for Unearned Pmmiurus ......................................................... R,einsurence Payable on Paid Loss and Loss Adjustment Expenses .................. Fedoral Income Tax and State Premium Tax Accrued ................................ Other Liabilities .............................................................................. TOTAL LIABILITIES ..................................................................... 9,406,055,642 1,612,130,587 24,794,343 286,161,480 2,314,508,515 13,643,650,567 Unassigned Surplus: ........................................................................ Special Surplus Funds .................................................................... Guaranty Funds ............................................................................... Surplus Notes ................................................................ ; ................ TOTAL CAPITAL AND SURPLUS ................................................... 4,174,909,409 200,694,651 1,250,000 1,140,854,969 5,517,709,029 TOTAL LIABILITIES, CAPITAL AND SUP, PLUS ................................. $ 19,161,359,596 (*Excludes balances more than 90 days past due) COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS: ' Dennis Langwell, being duly sa, om, says: That he is Vice President and Comptroller of Liberty Mutual Insurance Company; that said Compasy is a mutual insurance company duly organiz*d, existing and engaged in business as a surety by virtue oft. he laws of the state of the Commonwealth of Massachusetts and has duly complied with all the requirements of the laws of said Commonwealth and of the la'*s of the State of ........................................................... applicable to said Company and is duly qualified to act as surety under such laws; that said Company has also complied with and is duly qualified to act as surety on federal bonds under Section 9305 of Title 31 of the United States Code. That the foregoing is a full, true and correct stat*ment of the financial condition of said Company of the 31st day December, 2000. Sworn tn before me this 3 Ist day of Maruh, 2001 My Commission Expires', Vice P[,d'sident and C.~nptroller.'. 0 I 2 §3t~f1441~.d~.~lal¥~kff} 412M GROUP 4~007/~07 11/28/20 1 :13 FAX NOg 2 9 20¢1 PROPOSAL $outholdTown Cleft TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BASE BID SOLID WASTE DISTRICT YARD WASTE COMPOST17X'G FACILITY BID DATE: NOVEM:BER 29, 2001 TIM]E: 11:00 A.M. The undersigned further understands and agrees that he is to furnish a}l labor, matmial, equipment, permits, supplies and other facilities necessary and required for the execution and completion of: YARD WASTE COMPOSTING FACILITY TOWN' OF SOUTHOLD PROJECT NO SOHT 01-01 Jn strict accordance with the contract documents fbr: ITEM 1 - FURNISH AND INSTALL SUBBASE FOR YARD WASTE COMPOSTING FACrl .ITY DOLLARS SOURCE OF RECYCLED CONCRETE AGGREGATE BASE COURSE MATERIAL UNIT PRICES The Contract shall include umt prices as herein stated. Should the amount of work required by Contracl Documents be increased or decreased, the undersigned agrees the following unit prices shall be used as a basis for computing the cost to the Owner, as the case may be, for such increases or decreases in the work. The listed unit prices shall also be used for determining the value of quantities included in the specifications. Prices shall be on the basis for furnishing all labor, material, equipment and other related items necessary for completion of work (in place). The quoted figure shall include the Contractor's overhead and profit. The Owner/Engineer hereby reserves the right to order any addition or deduction of materials on the basis of unit cost figures quoted. SOl-IT 01-01 P-B I of 3 RECEIVED PROPOSAL TOWN OF SOUTHOLD sUFFOLK COUNTY, NEW YORK Southold Town Cler[ SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: lh00 A.M. C_._ATEGORY ADDITIONS/DEDUCTIONS 1. 10" 0 Drainage piping (10' Burial Depth) $, ~7'~; ,~ .per lin. Ft. 2. Excavation of Unsuitable Material $, i ~ · o O .per cubic yard 3. Additional Backfill Material $ I ~"-, 'O -O per cubic yard 4. Recycled Concrete Aggregate Base $ J,~7, O ~ per cubic yard 5. Geotextile $ ~ ~,~ O O per square yard ALL WORK SHALL COMMENCE WITHIN TEN (10) CONSECUTIVE CALENDAR DAYS AFTER NOTICE TO PROCEED. THE BOARD HEREBY RESERVES THE RIGHT TO SELECT INDIVIDUAL BID ITEMS, THE TOTAL BID OR REJECT A BID IF A CONTRACTOR'S STATED LUMP SUM PRICES OR UNIT PRICES ARE EVALUATED AS UNREASONABLE. THE BOARD ALSO RESERVES THE RIGHT TO VOID THIS CONTRACT AFTER FIb-TEEN DAYS NOTICE. ALL WORK SHALL BE COMPLETED WITHIN NINETY (90) CONSECUTIVE CALENDAR DAYS (SATURDAYS, SUNDAYS AND HOLIDAYS INCLUDED) FROM THE DATE OF SIGNING OF THE CONTRACT. IF THE CONTRACTOR DOES NOT COMPLETE THE WORK FOR THE YARD WASTE COMPOSTING FACILITY WITHIN THE TIME FRAME DETAILED, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE AMOUNT OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY FOR EACH AND EVERY CALENDAR DAY. P-B - 2 of 3 ROPOSAL TOWN OFSOUTHOLD SUFFOLK CO UNTY, NEWYORK SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACiLITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED CONTRACTOR: ADDRESS: SIGNED BY: TITLE: z-~ ~,- ~ DATE: //, -. ~_,-9 - o / FEDERAL ID NO. OR SOCIAL SECURITY NO.: TELEPHONE NO: BUSINESS: -Tz-'W 'o t -7 D EMERGENCY: ~-/'G SOHT 01-01 P-B 3 of 3 PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE By submission of this bid, each bidder and each person signing on behalf of any bidder certifies; and, in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in this bid have been independently amved at without collusion, consultation, communication or agreement with any other bidder or with any competitor for the purpose of restricting competition as to any matter relating to such prices; (b) Unless otherwise required by law, the prices which have been quoted in this bid or proposal have not been knowingly disclosed and will not be knowingly disclosed by the bidder, directly or indirectly, to any other bidder or competitor prior to the opening of the bids for this project; and (c) No attempt has been or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Southold, New York Dated: ,4.~.v2-(1 , 200_/ Respectfully submitted, FIRM ADDRESS: SIGNED BY: TITLE 'z~t~ If this bidder cannot make the foregoing certification, a statement signed by the bidder is attached setting forth in detail the reasons therefor. Indicate if statement is attached: /O~a,.~e..,,K'~:..r',4 SOHT 01-01 P-D I~ QFX, OU P QUALIFICATION OF BIDDERS (CONTD.) Proiect No. 1 Contact Name and Phone Number: Contract Amount: Project No. 2 Ow=r: Contacf Name and Phone Number: Project No. 3 Owner: ~;'.,.,:/. Contact Name and Phone Number.'_. General D_escription: C~ntract Amount: / QB - 2 of 3 QUALIFICATION OF BIDDERS (CONTI).) Proiect No. 4 Contact Name and Phone Number: ~--~," /~C~O,q.v.'~ ~ ~(,.0 '?/~ ~'"~'~ Location: General Description: Contract Amdunt: Project No. 5 Owner: o ? Contact Name and Phone Number: The Owner reserves the right to reject any and ail bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and cOmpleted as required by the contract documents. BIDDER BIDDER NAME: PREPARED BY: T~LE: NOTE: THIS FORM MUST BE COMPLETED BY BIDDER T:\2001jobs\SOHT 01-01\bidderqual0 130 doc QB - 3 of 3 ~' gt~/~ QP~OUP LIST OF SUBCONTRACTORS TOWN OF SOUTHOLD SOLID WASTE DISTRICT NEW YORK Bidders shall submit to the Board the names of the Subcontractors which the Bidder proposes to use on the project. The Board reserves the right to disapprove the use of any proposed subcontractor and in such event the Bidder shall submit the name of another Subcontractor in the like manner and in the time specified by the Board. Such disapproval shall not result in additional costs to the Board. The Board reserves the right to reject any bid if the name of the proposed Subcontractors, or additional subcontractor information, is not submitted as required. The Contractor shall not make subcontracts totaling a dollar amount which is more than 70% of the total contract price. The Board may, at its own discretion, in writing, modify these requirements where the Board determines it is in the best interest of the Board. Subcontractor Name: Type of Work: Owtler Contact Name Phone Number Location Contract Amount SOHT 01-01 SCL- 1 of 3 TOWN OF SOUTHOLD SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY SOHT 01-01 BIDDER NAME BID DATE: THURSDAY, NOVEMBER 29, 2001 11:00 a.m. SOUTHOLD TOWN HALL BID SECURITY(l) LUMP SUiVl BID PRICE Corazzini Asphalt, Inc. Cutchogue, New York Sound Shore Excavation Southold, New York James McCullagh Co., Inc. Plainview, New York Ferran Development Corp. Farmingdale, New York Terry Contracting & Materials, Inc. Riverhead, New York Paul Corazzini, Jr. & Sons Greenport, New York TJS Hauling Ronkonkoma, New York Notes (I) Bid Bond or Certified Check (5%) P:\GWD\toshl128.doc THE AMERICAN INSTITUTE OF ARCHITECTS A1A Document A310 Bid Bond BOND NO: N/A KNOW ALL MEN BY THESE PRESENTS , that we TERRY CONTRACTING & MATERIALS, INC 840 W. MAIN ST., RIVERHEAD, NY 11901 as Principal, hereinafter called the Principal and AMER/CAN MANrUFACTURERS MUTUAL INSLrRANCE COMPANUf THREE CON-NELL DR., BERKELEY HEIGHTS, NJ 07922 a corporation duly organized under the laws of the State of ILLINOIS as SURETY, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD as 0bligee, hereinafter called the 0bligee, in the sum of TEN PERCENT OF BID Dollars ($ 10% OF BID ) for the payment of which sum well and truly to be made, the said Principal and the said Sure bind ourselves, our heirs,executors, administrators, successors and ass£gns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for SOLID WASTE DISTRICT YARD WASTE FACILITY - SOHTO 101 NOW, THEREFORE, if the 0bligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the 0bligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddin§ or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt patent of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Primcipal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the 0bligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Si~ned and sealed this 28TH day of NOVEMBER 19 2001 TERRY CONTRACTING & MATERIALS, INC (Principal) (Wi these ) ~,'~/J //~l R~O/IERT G. TERRY, PRESIDENT ~,///~ ~_~.../4_ 2,~.----?~ (Title) GLENN GLLrBIAK (Seal) (Seal) Attorney - i~:- r ac t AIA DOCUMENT A310 * BID BOND AIA ~ * FEBRUARY 1970 ED °THE AMERICAN I N S T I T U T E O F--~ RG Iq I T E GT S, '1735 N~Y., N.W., WAShiNGTON, D.C. 20006 ACKNOWLEDGMENT OF CONTRACTOR/PRINCIPAL IF A CORPORATION STATE OF NEW YORK ) ) SS.: COUNTY OF '..-DOF:~o~ ) Onthe ~---~Yb~dayof {~)ogc~.,4~e,r~ in the year 2OOl before me personally c~e ~c~7 ~ ~/?t2~ to me ~o~, who be~g by me duly swo~ did de~se ~d say ~at he resides ~ ~/~oz~,~ ,, ~ ; ~at be is ~e des~d ~ ~d which ex~uted ~e above ~mant; ~d ~t he si~ed his n~e ~e~to by au~oriW of the board of directors of said corporation. NOTARY PUBLIC ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK COUNTY OF SUFFOLK ) ) ss.: ) On the 28TH~ day of NOVEMBER in the year 2001, before me personally came GLENN GLUBIAK to me known, who, being duly sworn, did depose and say that he resides at COMMACK, NEW YORK , that he the ACtorney-ln-Fact of AMERICAN MANUFACTURERS MUTUAL INSURANCE COMPANY the corporation described in and which executed the above instrument; and that he signed his name thereto by order of the board of directors of said corporation. /~TARY PUBLIC Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casually Company, the American Motadsts Insurance Company, and the Amer[cen Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, tilinois, (hereinafter collectively referred to as the "Company") do hereby appoint Glenn Glubiak, Robert Mastrantonio and Jennifer Spadaro of Hauppauge, New York (EACH) ** ............. their true and lawful agent(s) and attorney(s)-in-fact, to make, execute, seal, and deliver dudng the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their act and deed: Any and all bonds and undertakings ************ ...... *************** .............................. ********* ........ EXCEPTION: NO AUTHORITY is granted k~ make, execute, seal and deliver any bond or undertaking which guarantees the payment or cctlection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in Long Grove, Illinois. This Power of Attorney is executed by authority of resolutions adopted by the ExecuUve Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, titinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice Pres[dent, or their appointees designated in writing and flied with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company therete, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the fullowing resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and ce~ficetions by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this February 14, 2000. Attested and Certified: ®® Lumbermens Mutual Casualty Company American Motorists Insurance Company Amedcan Manufacturers Mutual Insurance Company Robert P. Hames, Secretary by J.S. Kemper, III, Exec. Vice President ~CAlq MANUFACIIJI~V~ l~u · ~ ........ F~Ai~CIAL STAT~2ME1NT DECEMBER 31, 1999 Cash in b.,Its Bonds owa~i Stocks Premiums in course of collection Accrued interest and other assets 14~J~6,407 .Liabilities Reserve fo~ lo~s~s and ~dju~t~g ~pem~s Reserve for rmeamed prem~um~ Reserve for taxes, exp~nses and oCher liabilities $355,346,495 88.341,4S3 Total Surplus ~s regards policyholders 276~600,033 Vic~ pr~siblenz of Accounting Services Stat~ of ~llnois) ) $$ County of Lsk~) $81,3,230,024 B. A. Conklin ~ I. K. Conway, being duly sworn, say that they axe Vice Pr~sicl~t of Accounting Servic~ and Secretary, r~spectively, of AbiERICA.N MA_NrUFA~ MUTUAL INSURAIqCE COM2ANY, rlli,~ois; thai the foregoing is a and carrot statement ofChe ff--,,¢ial condition of said company, as of December 31, 1999. S~sm%ed and sworn * 'OFFICIAL SEAL" : KATHLEEN J. WURTH " . · NoTary Public, SI:ate of Illlnoia · ~, My Commission Expires 7/11/02 S~I:c of ) Coumy of ) be/ore me personally came re me l~own, who duly swam, did depose ~ say that. he is .,krmmey-in-F:c~ of the AMERICAN MAlqLTFACTURERS MI/I'UAL [NSI/RANCE CONiPANY the Corporanon descn"bed in and which executed thc a~mched inSl~ment; that he k~o~vs the corporate seal of thc ~aid Corpom~ion;~t the seal ~xed to the s~[d insmm:~at is such co~omte se=l; smd that it was so affixed by order of the Board of Directors of the s~id Corpor~ioa. and that he signed his/her mine thereto by hT~e order. Notrn'y Pub[/c STATE OF ILLINOIS SS COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and Robert P. Hames personally known to me to be the same persons whose names ars respectively as Exec. Vice President and Secretary of the Lumbermens Mutual Casualty Company, the Amedcan Motorists insurance Company, and the Amedcan Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severelly acknowledged that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein set forth. My commission expires 1-28~02 =~OFFI¢IAL SEAL" ~1~ Irene Kl*~vlr J~ Irsne Klewer, Notary Public CERTIFICATION I, J.K. Conway, Corporate Secrstary of the Lumbermens Mutual Casualty Company, the Amedcen Motorists Insurance Company, and the American Manufactursrs Mutual Insurance Company, do hersby certify that the attached Power of Attorney dated February 14, 2000 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, I~1 and Robert P. Hames, who executed the Power of Attorney as Executive Vice Prssident and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Executive Vice President and Secrstary of the Lumbermens Mutual Casualty Company, the Amedcen Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, IN TESTIMONY WHEREOF, I have hersunto subscribed my name and affixed the corporate seal of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the Amedcan Manufacturers Mutual insurance Company on this /L)ou . . eee J. K. Conway, Corporate Secretary This Power of Attorney limits the acts of those named thersin to the bonds and undertakings specifically named thersin and they have no authority to bind the Company except in the manner and to the extent herein stated. FK 0362 6-96 Power of Attorney - Term Printed in U~S.A LEGAL NOTICR NOTICE TO BI~)D~R~ NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 oftbe General Municipal Law, that seale~ bids m'e sought a~ reqaested for lhe following project: SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY PROJECT NO.: SOHT 01-01 NOTICE IS HEREBY GIVEN that sealed bids will be received by the Town Clerk, on behalf of the Town of $outhold~ in the Town Hall, 53095 Main Road, SouthoJd, New York 11971 not later than 10:00 a.m., Prevailing time on Thursday, November 29~ 2001, at which time they will be publicly opened and read alond. STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) ~'T[~.~d~ c,._ ~-~o~'~ of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for { weeks succes- sively, commencing on the. Sworn to before me this day of ~ o~ ~.;~--. day Principal Clerk 20 OI DAVID W, OLSEN Notary Public, State of New York No. 020L6020974 Qualified in Suffolk County Commission Expires March 8, 20 ~ TOWN OF $OUTHOLD SUFFOLK COUNTY NEW YORK SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY PROJECT NO. SOHT 01-01 TOWN BOARD John M. Romanelli Brian Murphy Louisa P. Evans Jean W. Cochran, Supervisor William D. Moore Craig Richter TOWN ATTORNEY Gregory F. Yakaboski, Esq. SOLID WASTE COORDINATOR James Bunchuck NOVEMBER 2001 HOLZMACHER, McLENDON & MURRELL, P.C. CONSULTING ENGINEERS · ARCHITECTS · PLANNERS · SCIENTISTS · SURVEYORS MELVILLE, NY TOTOWA, NJ IdiOM, QI~OL~P INDEX TOWN OF SOUTHOLD SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY SOHT 01-01 INDEX NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS LABOR WAGE RATES STANDARD CLAUSES FOR NYS CONTRACTS M/WBE-EEO UTILIZATION PLAN QUALIFICATIONS OF BIDDERS LIST OF SUBCONTRACTORS PROPOSAL GENERAL CONDITIONS NO. OF PAGES I - 2 Pages NB - 1 Page IB - 5 Pages 11 PAGES 1 PAGE QB - 3 PAGES SCL - 3 PAGES P-A through P-D GC - 6 PAGES DIVISION 01110 01120 01140 01290 01295 01310 01330 01410 01450 01500 01610 01620 01650 01785 1 - GENERAL REQUIREMENTS SUMMARY OF WORK MULTIPLE CONTRACT SUMMARY WORK RESTRICTIONS PAYMENT PROCEDURES SCHEDULE OF VALUES PROJECT MANAGEMENT AND COORDINATION SUBMITTALS REGULATORY REQUIREMENTS QUALITY CONTROL CONSTRUCTION FACILITIES AND CONTROLS BASIC PRODUCT REQUIREMENTS PRODUCT OPTIONS PRODUCT DELIVERY, STORAGE AND HANDLING PROJECT RECORD DOCUMENTS SOHT 01-01 I-1 INDEX (CONT'D,) DIVISION 2 - SITE WORK 02230 SITE CLEARING 02232 RECYCLED CONCRETE AGGREGATE BASE COURSE 02233 GEOTEXTILE 02310 ROUGH GRADING 02315 EXCAVATION 02316 BACKFILLING 02317 TRENCHING 02480 RESTORATION OF SURFACES 02614 CORRUGATED POLYETHYLENE PIPE DIVISION 3 THROUGH 16 (NO ITEMS IN THESE DIVISIONS) METHOD OF PAYMENT MOP- I PAGE INDEMNITY, LIMITATION OF LIABILITY ILL- 1 PAGE CONTRACT C- 27 PAGES T:L2001 jobs~SOHT O1-01\INDEX.DOC I-2 NOTICE TO BIDDERS PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971 not later than 11:00 a.m., Prevailing time on Thursday, November 29, 2001 at which time they will be publicly opened and mad aloud, for the following project: SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY PROJECT NO.: SOHT 01-01 A non-refundable fee of twenty five Dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required for a set of specifications. INSTRUCTIONS TO BIDDERS, FORM OF PROPOSAL, FORM OF CONTRACT, DESIGN PLANS AND SPECIFICATIONS, etc., may be seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New York after 11:00 a.m., Prevailing time on Wednesday, November 21, 2001. Each bid shall be accompanied by a bid bond or certified check on a solvent bank of the State of New York, in the amount of five percent (5%) of the total bid. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Composting Facility", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state or local from which the Town of Southold is exempt. BY ORDER OF THE TOWN BOARD TOWN OF SOUTHOLD ELIZABETH A. NEVILLE TOWN CLERK DATED: November 14, 2001 SOHT 01-01 NB - 1 of 1 INSTRUCTIONS TO BIDDERS/WAGE RATES 1. RECEIPT AND OPENING OF BIDS The Town Board, of the Town of Southold, New York (herein called the "Board") invites bids on thc forms attached hereto. All blanks on these forms must be filled in appropriately and completely including the attached non-collusive bidding certificate. Proposals shall be enclosed in opaque sealed envelopes plainly marked, Solid Waste District, Town of Southold, PROJECT NO. SOHT 0b01 for YARD WASTE COMPOSTING FACILITY. Bids may be forwarded by mail at the sole risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the proposal and marked as directed above, must be enclosed in another envelope properly addressed for mailing. The Board may consider informal any bid not prepared and submitted in accordance with the provisions hereof, and may waive any information in or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified, shall not be considered. 2. DESCRIPTION OF THE WORK Said work is mom particularly described in the design plans and specifications prepared by Holzmacher, McLendon & Murrell, P.C., 575 Broad Hollow Road, Melville, New York 11747, dated November, 2001. The design plans and specifications are attached to and are a part of the contract documents. 3. PREPARATION OF PROPOSAL Proposals shall be submitted on the prescribed form. All blank spaces for unit prices, lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both words and figures. 4. ERRORS IN BID In the event there is a discrepancy between the unit prices and/or lump sums written in words and written in figures, the unit prices and/or lump sum written in words will govern. In the event there is a discrepancy between the unit price and the total price for a particular item, the unit price will govern. SOHT01-01 IB - 1 of 5 INSTRUCTIONS TO BIDDERS/WAGE RATES 5. APPROXIMATE QUANTITIES The quantities given in the proposal am approximate only, being given as a basis for the uniform comparison of bids, and the Board does not expressly or by implication agree that the actual amount of work will correspond therewith. The actual quantities of materials used will be measured on site of work by the Engineer or his representative. 6. BIDDERS TO CHECK APPROXIMATE QUANTITIES Bidders must satisfy themselves by personal examination of the location of the proposed work, and by such other means as they may choose, as to the actual conditions and requirements of the work and the accuracy of the estimate of the Engineer, and shall not, at any time after the submission of a bid, dispute or complain of such statement or estimate of the Engineer, nor assert that there has been any misunderstanding in regard to the nature or amount of the work to be done. 7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES An increase or decrease in the quantity for any unit price item shall not be regarded as sufficient grounds for an increase or decrease in the unit price of that item, nor in the time allowed for the completion of the work, except as provided in the Contract. 8. INTENT OF CONTRACT DOCUMENTS The intent of the Contract Documents is to obtain a complete job, satisfactory to the Engineer. It shall be understood that the bidder has satisfied himself as to the full requirements of the Contract, and has based his proposal upon such understanding. Compensation for all work and materials required to complete the Contract shall be considered included in the various unit price and lump sum bids on the items as listed in the proposal. 9. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction and labor under which the work will be performed; failure to do so will not relieve a successful IB - 2 of 5 INSTRUCTIONS TO BIDDERS/WAGE RATES bidder of his obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the consideration set forth in his bid. At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents, including all addenda. The failure or omission of any bidder to receive or examine any I'orm, instrument or document shall not relieve any bidder from any obligation in respect of his bid. Site inspection shall include surface and subsurface conditions. Bidders are notified that it is obligatory upon them to obtain by their own means information which they may require as to the existing physical conditions. The Board will make available to the bidder any information obtained by investigations previous to opening bids, but makes no guarantee with respect to the accuracy of such information, and each bidder in bidding represents that he relies exclusively upon his own investigations and he makes his bid with a full knowledge of all conditions, and the kind, quality and quantity of work required. 10. QUALIFICATION OF BIDDERS The Board may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish the Board all such information and data requested for this purpose. 11. BID SECURITY Each bid shall be accompanied by a certified check or bank draft payable To The Order the Town of Southold negotiable U.S. Government Bonds (at par value), or a satisfactory bid bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto, duly executed by the bidder as principal and having as surety [hereon a surety company approved by the Board, in an amount not less than five percent (5%) of the total amount of the bid plus all items of extra cost. Such bid security will be promptly returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining bid security will be returned promptly after the Board and the accepted bidder have executed the Contract, or il~ no Contract has been so executed, within 90 days after the date of the opening of bids, upon demand of the bidder at any time thereafter so long as he has no[ been notified of the acceptance of his bid. IB-3of5 INSTRUCTIONS TO BIDDERS/WAGE RATES 12. CONSENT OF SURETY In addition to the cash, checks or bid bonds for bid security, each bid must be accompanied by a bid letter from a surety company agreeing, in the event of the award of the Contract, to furnish a Performance Bond in the amount of one hundred percent (100%) of the accepted bid as a security for the faithful performance of the contract. 13. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful bidder, upon his failure or refusal to execute and deliver the Contract, insurances and bonds required within ten (10) days (Saturdays and Sundays excepted) after he has received notice of the acceptance of his bid, shall forfeit to the Board as liquidated damages for such failure or refusal, the security deposited with his bid. 14. PERFORMANCE BOND Simultaneously with his delivery of the executed Contract, the successful bidder must deliver to the Board an executed bond in the amount of one hundred percent (100%) of the accepted bid as a security for the faithful performance of his Contract, prepared on the Standard Form of Bond of the American Institute of Architects A-311 and having as surety thereon such surety company or companies as are acceptable to the Board and as are authorized to transact business in the State of New York. 15. BASIS OF AWARD The Contract will, at the discretion of the Board be awarded on the basis of competitive bids to the lowest responsible bidder. It is the purpose of the Board not to award the Contract to any bidder who does not furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability, experience and plant to enable him to prosecute the work successfully, and to fulfill all the requirements of the Contract. 16. REJECTION OF BIDS The Board reserves the right to reject any or all bids, or to accept any bid should it deem it to be for its best interest so to do. Bids not prepared and submitted in accordance with the provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure; IB - 4 of 5 INSTRUCTIONS TO BIDDERS/WAGE RATES or which contain additions not called for, erasures, alterations or irregularities of any kind, may be rejected as informal. 17. POWER OF ATTORNEY Attorneys in fact who sign contract bonds must file with each bond a certified copy of their power of attorney to sign said bonds. 18. VISIT TO SITE THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO SUBMITTING HIS BID, 19. SPECIFICATIONS FEE The Twenty Five Dollars ($25.00) fee for each set of specifications is non-refundable. 20. LABOR RATES The Contractor shall pay not less than the minimum hourly wage rates on this Contract as established in accordance with Section 220 of the Labor Law, as shown in the Wage Schedule and Prevailing Rate Schedule, either shown on the following pages or the current prevailing rates paid at the time of performance. lB - 5 of 5 Suffolk County General Construction Rates INSTRUCT ONS PREVAILING RATE SCHEDULE INFORMATION This information is provided to assist you in t~e !n{~erpre~ation of particular requirements for each classification of worker contained in the attached Schedule ef Prevailing Rates. PAID HOLIDAYS Paid Holidays are days for which an eligible employee receives a regular day's pay, but is nog ~equired to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition Eo payment of the required prevailing rathe ret the work actually performed. OVERTIME Overtime holiday pay ±s the premium pay ~haE ~s required for work performed on specified hol ~days. It is only required where the employee actually performs work on such i~o]~days. The applicable holidays are listed uncut HOLIDAYS: OVERTIME. The required rate of pay for these coverec holidays can be founo in ~he OVERT!HE PAY section listings for each classification. SUPPLEMENTAL BENEFITS Particular ~NenR!on should be given to the suppl~men%al benelit requirements. Although in most cases the payment or provision ct supplements is for each hour worked, some classifications require the payment er provision ef supplements for each hour paid (including paid he!idays en which no work is performed) ond/or may require supplements ~o be paid or provided at a premium rate for premium hours worked. EFFECTIVE DATES When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set ef rates is effective. The rate listed is valid until the next effective rate change or until the new annual determinatioo which takes effecE on July 1 of each year. All contractors and subcontractors are requiredto pay the current prevailing raEes of wages and supplements, it you have anyquestions, please contact tha Bureau of Public Work or visit the New York StateDepartment of Labo~ website (www.labor.state.ny.us) for current wage rate information. APPRENTICE TRAINING RATIOS The following are the allowable ratios of registered Apprentices to Journey workers. For example, the ratio 1:1,1:3 indicates the ailowaole initial ratio ±s one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more gourneyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. Title (Trade} Ratio Boilermaker 1:1.1:4 Mason 1:1,1:4 Carpenter 1:1,1:4 Electrical (Outside) Lineman 1:1,1:2 Electrician (Inside) 1:1,1:3 .http://w~(~.~6u~%§~r~5~h~e~°-~§~h~ilities/prevwage/c~unt~/26~iS~t~P~kREG.txt 11/20/0l Glazier Asbestos ASBESTOS WORKE? WAGES: (per Asbestos WA ~ .......... $}4.81 OVERTIME: Set HOLI DAYS: PAID: See { i ~ (r~ ik)LiDA¥ PAGE. OVERTIME: See ~, { , 9, ] 1, i5, 40' 60/ 70 !0 SUPPLEMENTAL BENEFIT[:: ,{per hour wo£k~d) Journeyman .............. $ 19.94 Apprent ICeS ............. f 19.94 WAGES (per hour) 6/01/9 )- http://www.labor.state.ny.us/business ny/employer_responsiNlities/prevwage/county/2001SuffolkREO.txt 11/20/01 Rem. /Abatement only*. ..... $ 22.00 *On meehan .2[al systems that are no~ to be scrapped. Dth~ F r~nowil e~l abatemer t refer %o Laborer Asbestus Abatement. OVERTIME: R~ m./Abatement: Time ~nd One-]!all afser 8 hours per day and atter 5 werk days pe~ week. Journeyman Rem e Abatement .......... $ ~.0O 9-12 Beilermaker BOILERMAKER WAGES: (per h{ur) 7 0~-01- 9-0~-0i- 8-31-0~ 8-31-02 Boilermaker ........... $ ~4.92 $ OVERTIME PAY: See i [), E, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 8, OVERTIME See 16, 213, 24 } on HOLIDAY PAGE. ( 4, 6, 11, 12, ]5, 25 ) on HOL!QAY PAGE. APPRENTICES: wage. 1st 2nd 65% 65% 1/2 ) year terms at the foilowinq percenEage of journeymar~'s 3rd 4th 5th 6~h 7th 70~ 75% 80% 85% 90% 953 · SUPPLEMENTAL BENEFITS: {per hour worked) S 4.34 + $ 4.34 ~ 47 ~ of 47 oz wage rate wa~e rate 4 - 5 Carpenter - Building ~nd Heavy Highway CARPENTER WAGES: (p/~ houn) 7-0] 01- 6-30-02 Building Carpenter .......... $ 31.08 Heavy/Highway: Carpenter .......... $ 31.08 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. NOTE: ON NEW YORK STATE DEPARTMENT OF TRANSPORTATION AND OR, ANY GOVERMENT MANDATED OFF SHIFT WORK THE FOLLOWING RATE(S) SHALL APPLY: Monday thru Friday 4:00pm to 12:00am ...... $ 34.97 HOLIDAYS: PAID: See ( ] ) on HOLIDAY PAGE. ERTl : See ( 5, 1.0, 16 ) en OLIDAY PAG ..... 3ttpQYZ~w~ Z~a~or.state.ny.u~bus,ness_ny/emp~yer_respons~ht,es/prevwage/county/2001SuffolkREG.txt 11/20/01 APPRENTICES : Building H~avy/Highway 1st yr 40 qO 2nd yr 55 55 3rd yr 65~ !,5 4th yr 75~ '!i SUPPLEHENTAL HENEFITS: (per hour worked) Appr ]st & 2nd terms Appr 3rd & ;th CARPENTER WAGES: (pe~ - ,,( ! Carpet/ResiLient Floor Coverer ......... $ OVERTIME ~A':': See ' B, Fi, 0 ) ir: OVE!'i iMP P3GX. HOLIDAYS: PAID: S(~, ( i8, 19 ) on HOLIDAY iASE. PAID: See ( 5, 6~ 11, i3, 16, ]8, ]% 29 ) ~or ist P, 2nd yr.Appr~!ntl[zes OVERTIMe: See ( 5~ 6, I1, 1 ~, 1{, i ~, 19, 25 ) o: HOLI2AY PAGE. APPRENTICES: ~age. 1st. 2nd. 40% 50 SUPPLEMENTAL BEN,['iTS: (~er rK u~ / aLci) Journeyman $ 22.{~] Apprentices !2. ~{ Carpenter - Dockbu[ld~N CARPENTER WAGES: (per hour) Piledriver ........... $ Dockbui]dez .......... ?/0l/O0 //03 33.139 addiz, $ .92/t1i. 13 ~. 3 9 OVERTIME PAY: See ( B, E2, 0 ) orl OVERTIME PAGE, HOLIDAYS: PAID: See ( 18, 19 ) on HOLIDAY PAGE. PAID: See ( 5, 6, 11, 13, i6, 18, i9, 25 } to~ 1st & 2nd y~.Appretttices O R iMP. o e / 3 6. 11 13 1 , 18 1~ 2 .. ~ HOLIDAY PAG - http://wwwfalSor.stfi~e.ny.u~'/bu~tnes~_ny/'em¢oyer ' respbns~htles/prevwage/couh~ty/2001 SuftolkREG.txt t 1/20/QI APPRENTICES: wage. 1st. 2~ci. 40% ( 1 ) year terms at the following percentage of Journeyman's 3rd. 4th. 65~! 80~ SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 22.81 Apprentices 15.96 Carpenter - Ha~ine Construction/Diver CARPENTER WAGES: {per Marine Diwr .......... $ Tender .... ( ?/01/00 40.95 addit:. $!.05/h~. ~0. ~5 ad~J!~. $ .~ //hr. OVERTIME PAY: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See PAID: See OVERTIME: See i8, i9 ) on HOLIDAY PAGE. 5, 6, 10, 11, 13, 16, 18, 19 } for isz & 2no yr.Apprentzces ~, 6, 10, 1!, 13, !6, 18, !9 : on NOLIDAY PAGE. APPRENTICES: wage. 1st 4O% year terms at zr:e following percexzage cz the journeyman's 2nd 3rd 4th 50 65% 80{ SUPPLEMENIAL LENL{EiTS: (per hou: pa:d} Journeyman $ 22.8! Apprentices 15.96 Carpenter - Mi] !wrig?k CARPENTER WAGES: (per hour) Building: Millwright ........... $ 1/01/0i- 6/30/01 33.74 OVERTIME PAY: See { B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 18, ]9 ) on HOLIDAY PAGE. PAID: See ( 5, 6, Il, 13, 16, 18, ]9, 25 OVERTIME: See ( 5, 6, 11, 13, 16, 18, !9, 25 ) for 1st & 2nd yr.Apprentices ) on HOLIDAY PAGE. APPRENTICES: { 1 ) yea~ terms at the following pefco: ii-]e of Journeyman's wage. 1st. 2nd. 3rd. 4th. 5,, 65 ~ - 95~ .... ~http:/P~.~ab~r.state~ny.us/bus~ness~ny/emp~yer~resp~ns~b~lt~es/prevwage/c~unty/2~ ! SuflblkREO.txt 11/20/01 SUPPLEHENTAL BENEFITS: (pe~ hour paid) Appr 1st term 16.65 Appr 2nd term 18.1! Appr 3rd term 20.34 Appr 4th term 22.{12 () ,'40. 1 CarpenteF Timbermar~ CARPENTER WAGES: (per ' ' 'Pimberman ......... ~ APPRENTICES: ! ) wage. ls[. 2rig. J u. 40 50 65 HOLIDAYS: PAID: :lee ] , ] } ) ,,n HOi [ )Az :..tOE. 8O SUPPLEHENTAi Pr ..... Journeyman $ 22.81 Apprentic~ s .9/ Core Dziller in New York CiTy. CORE DRILLING WAGES: (pez hour) i0/16/00 Core Drilling: Driller .............. % 2 ~. 72 Helper ................ 19.72 Note: Hazarclous WasE~ Pay [)~£ferer~uiai: For Level B, an additien~/ Fo~ hovel A, ar] ~dctir~ionai HOLIDAYS: PAID: See ( 5, 6 ) on HOLIDAY PAGE. OVERTIHE: ~ See ( 5, 6 } on HOLIDAY PAGE. ** See ( 8, 10, 11, 13 ) On HOLI[)AY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked 9.59 ..... http://www.labor.state.ny.us/busi'hess_ny/employer responslbflmes/prevwage/county/200l SuffolkREG.txt I 1/20/0.1 9-1536 Electri ci a.~ ELECTRICIAN WAGES: (per hour) 7-01-01- 5-84-92- 5-03-03 5-03 02 5-02-03 6-30-04 Electrician ............ $ 37.00 Fire Alarm ............. 3!.00 Audio/Sound ............ 37.00 $ 39.00 $ 41.00 39.00 41.00 39.00 41.00 OVERTIME PAY: See { S, Q, V~* ) on Overtime Page. NOTE: ON NEW YORK SFATE DEPARTMENT OF TRANSPORTATION AND OTHER GOVERNMENT HANDATED WORK WHEN GEE SHIFT WORK IS REQUIRED, T!]E ~OLLOW!NG PREH!UH RATES OF PAY SHALL BE iN EFFECT: SWING SHIFT: 4:30 P.H.to 12:30 A.M ..... $ 43.4! GP~VEYARD SHiF'T 12:30 A.M.tc 8:A.M ........ 48.63 S 4! . 6 $ 48.11 ] .6 53.89 HOLIDAYS: PAID: See ( i } o:: HOLIDAY PAGE. OVERTIME: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( I ) }'ear terms at the following perc:exzage of Journeyman's wage. 1st 2nd 3ri ~ih 51~h 6th SUPPLEMENTAL 8ENEF!TS: (percents based on hourly w~ges/o~hers per hour) Journeyman 43.5% ~ 43.5 ~ 43.51 S 5.15~* $ 5.24~ $ 5.44*~ App lsz yr 12.0 12.3 12.0} $ 2.62~ $ 2. 10~' $ 2.90~ App 2nd yr 21.5 21.b 2'.51 $ 3.5!~ ~ 3.~~ S 3.79** App 3rd ¥~ 43.5h - 4~.5 43.}% $ 5.15~* $ 5.2~'- $ 5.44** App 4th yf 43.5~ + 43.5 * 43.5% + $ E.~~ S 5.22~ $ 5.44** App 5th yr 43.5~ ~ 42.5 43.53 $ 5.15'' $ ~.24'' $ 5.44~ App 6th yr 43.5~ ~ 48.hz 43.5% $ 5.15*~ $ 5.24** $ 5.44** PUMP & TANK WORK JOURNEYHAN ....... 7-01-0]- 5-04 02- 5-03-02 5-02 03 $ 30. 10 $ 3!.30 OVERTIHE; See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid { 1 ) Overtime ( 5, 6, 9, 16, 25 ) on HOLIDAYS PAGE. entice': O 1 eer ter~{ at the follow.'n e cent o~ 'ourn .ht~l~P2c~l[a~o r. s~na~e, t~y. us)/b~s~ne s s_ny employe r_re spo n si~l~it ~ s/rl3rev wage/~o unt 3,Pi'~ I~ ui~f~l~RE G. txt 11/20/01 1/2 ot ho/l~!y rat~, ELECTRICIAN WAGES: (per hour~ / Lineman / Splicer ............... $ ii. ~!} Material Mar! .................... 2 /. J6 Flagman ......................... [4.i HOLIDAYS: PAID: See 5, OVERTIHE: See 6, 8, % 1(}, ]1 } o:~ Holiddy ~ ~g, . Wage. 606 65 ~ 0 ? 5 80 5 < Underground Natural Gasline Mechanic: ( 2" or less ) ,' 01-01 [ =-U2- 2 ~, - } '. 2 f} - 26. 63 . . !- OVERTIME: See ( }3, E, E2, } } HOLIDAYS:: PAID: See ( 5, 6, 8, 9, ~0, 1], 16 ) on NoLiday Pa!it. OVERTIHE: See ( [ ; }ii Ow llilm~~ !age. Supplemental Benof~%s: 22.5 ~/-i049 Electrician - Haintenance ELECTRICIAN (Haintanance) http://WwW.~ab~r.state.ny.us/business-ny/emp~yer-resp~nsibi~ities/prewvag¢/c~unty/2~ ~ Suff~kREG.txt 11/20/01 "PLEASE NOTE" Applicable to electrical mainter~ance of existing electrical systems includinq, but net limited to traffic signals & street lighting. WAGES: (per !our) 7-01-01- 4-30-02 Electriciar ........ $ 29. 30 OVERTIME PAY: See ( B, H, ) en OVERTIME PAGE. HOLIDAYS: PAID: See ( ! ) on HOLIDAY PAGE. OVERTIHE: See ( 5, 6, 16, 25 ) on HOLIgAY PAGE. APPRENTICES: ( 1 } year terms at ~]e feliowing wage. 1st 2nd 3rd 4th 5~h SUPPLEHENTAL BENEFITS: (per hour worked} 3~ of Wage ~ $ 12.23 4-25m Electrician - ?eledata ELECTRICIAN Telephone and Integrateo To!e-Data Systems) "P~EASE NOTE" This rate coos net apply to construction of a new building or a major renovation of an existing one. In those cases the regular Electrician rate applies. Please call Hempstead Diszric~ Of£ice at (516}485-4878 to ensure proper rate. WAGES: (per hour; Journeyman ........... ?-Ol-Oi- 4-2?-02 4-26-02 4-25-03 $ 27.69 $ 28.69 APPRENTICES: To he maid at the following percentage e~ the "A" Journeyman's wage{$h7.00 thru 5-03-02} 1st 2nd 2nd 3zd 4th 5th 6 mos. 6mos. year year year year 30? 35% 40% 50% 60% 70} OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See (1) en HOLIDAY PAGE. Overtime: See (5,6,11, 12,16,25)) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman 47.5% + 47.5% + $ 0.67 $ 0.83 App 4th yr ; ~.~ . Electrician HOLIDAYS: SUPPLEMENTAl. !!ENEFiT:}: {oer hou: wo! k I ELEVATOR WAGES: /]6/0 -'1 5/ ,l Apprentice: 1st 2nd 50% 60 a se-v /::e...$ 30. ? ~ $ }] . )> HOLI DAYS: PAID: See ( 5, 6, ~, 11, 16 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, /, i!, 16 ) or; H')Li])AY PAGE. SUPPLEMENT/iL BENEFITS: (per hour w) n d} http://www.labor.state.ny.us/business ny/employer responsibilities/prevwage/county/2OO1SuftblkREO.txt 11/20/01 Journeyman and Apprent'~ces: Construction $ 16.055 16.735 A~pr. ist year 10.410 11.305 Ap~ r. 2rd year 11.950 12.435 Appr. 3rd year 12.860 13.395 Appr. 4th year 13.775 14.345 Appr. 5Lb year 1,1.690 !:,}.305 Medern./Service 15.095 !5.745 Appf. !st year 10.345 10.785 Appr. 2nd year i0.975 11.445 App,. ~rd year 12.235 12.305 Appr. ~h year 13.065 L3.605 App,. 5~h yea~ 13.875 l~.465 9-1 Glazier GLAZIER WAGES: (pc.z ncu: : 5/01/01 ~/01/02 Glazier .............. $ 30.75 $ 152.20 OVERTIME PA!: See ( C, O ) on OVERTIME PAGE. HOLIDAYS: PAID: Sec ,. sn HOLIDAY PAGE. OVERTIME: See ( 9, 6, 16, 25 ) cn HOLIDAY PAGP. APPRENTICES: " . ' Journeyman's wage. year terms {'~ uno fo!owing 1st 2nd }rd 4th 40% 50' {<} 80:!, SUPPLEMENT&~ PEN6FiTS: ,'n,_,e~ hour work{d] Journeyman $ !9.15 28.12 Appr 1st tern! 6.25 6.45 Appr 2nd te~m 12.00 12.49 Appr 3rd term 13.43 14.0i Appr 4th term 16.29 ]7.4 i 9-1087 (DC9 WYC) Ironworker D(zz k ~:~.man / Rigge~ IRONWORKER WAGES: (per hour) 1/01/01 7/01/01 1/{)1/02- 6/30/01 12/31/0] 6/30/02 Derrickman/Rigger .... $ 33.76 . ~.. ~,, AddiE. $1.10 OVERTIME PAY: Rpe ( C, O, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( i ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 10 ) on HOLIDAY PAGE. APPREWTICES: ( 1/2 ) year terms at the following percentage of jouzneyman's wage. 2nd 3rd 4th 5th 6th O? 0~, '0% % · 90% 90% .... .http:/~ ° ~w~.laC~or.sta~e.ny.u~gus~ness_ny/employer_respons~bll m es/prevwage/county/2001 SuffolkREG.txt 11/20/01 SUPPLEMENTAL BENEFITS: (per Poux w{ t,w~:) $ 24 . 91 9-i9/ Ironworker Ornamertta 1 IRONWORKER WAGES: (per hour) 0 P/0] /{}i 12/31 Chain Link P,,nc{ ....... /8.90 Guide Rai] ir:st all e' ion. ai .~ HOLIDAYS: wage. 60, 65 S PPLEMENTnxL ............. sm~r~z _:o: Journeyman $ ] 9.4 ) Appr 1st term 16.94 Appr 2nd term 17.2.1 Appr 3rd terrn i / . 55 Appr 4th Eerm i8.1 Appr 5th term 18.4 Appr 6th ~e~:ri ]9.Oi IRONWORKER WAGEo. {Ix:: hour Reinforcing & Metal Lachirx .......... :3 35.%' OVERTIME PAY: See { A, ~E, P, V ) , n ()VERTIHE [AGE. HOLIDAYS: PAID: See { ] ) on HOLM)AY PAGE. OVERTIME: See ( 5, 6, 8, 1% i1, 11 , !8, 19 ) on MOL[DAY PAGE. APPRENTICES: ( ] ~ yea~ teems 8! kh following w~q~ lsc 2nd 3~0 4 Eh $20.80 $23.00 $26.fi5 $29. ~0 SUPPLEMENTAL ' ' '" "~'' BENEt<io. (per Journeyman 21.43 Apprentices: 1st term 13.43 2nd te~m 15.68 3rd term 16.68 4~h term 17.68 http://www.labor.state.ny.us/business ny/¢mplover responsibilities/prevwage/county/2~0~uffblkREO.txt 11/20/01 Ironworke~ - Structural iRONNORKEN WAGES: (per hour) 1/0i/01- 7/01/01- 1/01/02- 6/30/01 12/31/01 6/30/02 Structural ........... $ 41.55 Addit. $1.55 Addit. $1.55 Riggers .............. 41.55 per hour per hour Machinery Movers... 41.55 Ere{t }rs. 41.5~ OVERTIME PA!': See B, E*, Q, V } orl OVERTIME [AGE. HOLIDAYS: PAID: See { -8, 19 } on I4OLI2AY PAGE. OVERTIHE: See ( 5, 6, 8, 18, 19 ) en HOLI~AY PAGE. APPRENTICES: { 1st. 2nd. $ 22.50 23.10 1/2 ) year terms ak the foiiowihG wage. 3u~. 4th. 5th. 6~h. 23.~0 23.?0 23.70 23.?0 SUPPLEHENTA~ !~ENEEiTS: (per hour worked) Journeyman $ 23.38 Apprentices 18.58 9 4{)/361 Labore~ - Bu'_ding LABORER WAGES: (per 07-01-01- 06-30-02 Building Lab(~zor: S 24.00 {For Abatomen~ Ro~e See Be]ow} OVERTIME PAl: See A, E, E2, Q HOLIDAYS: PAID: See { ~ ) on HOLIDAY PAGE OVERTIME: See ( 5,6,7,11,12 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.91 OVERTIME PAGE. APPRENTICES: Regular Hour Terms { No~ avai±ab!e for Aba~men~ Work) TERMS WAGES/HR SUPPLEMENTS/HR lhr to lO00hrs .... 1001hrs to 2000hrs 2001hfs to 3000hfs 3001hfs te 4000hfs $ 14.00 $ 6.00 15.00 7.00 17.00 ?.00 20.00 7.00 ABATEMENT ONLY 07-01-01- 12 01-01- 12 01-02- 11-30-01 11-30-02 11-30 03 Abatement Work Only: $ 23.00 $ 1.00 adtl. $ 1.00 adtl. .http://www.~ab~r.state.ny.us/business-ny/emp~yer-resp~nsibi~ities/prewvage/c~unty/2~ ~ SuffolkREG.txt 11/20/01 { per hour worked LABORER WAGES: Laborer/Exoavat±on: Basic ................. $ Flagman ............... Pipelaye! ............. Tree Work, L~noscape.. OVERTIME PAY: S~: ( B, E, () ) on (VERTiHE P/dB. HOLI DAYS: PAID: Se~ ~, 20 ~ on HOLIDAY PAGE. OVERTIME: Se', i 5, 6, ] i, 13 } }n HOLfDAY PAGE. wage. 50 60 7 90 SUPPLEMENTAl. BENEFITS: (per hour worked) i ? 31Ex Laborer - Fro~ ~i [ LABORER LABORER (Tunrle])-FPEE AiR GROUP A: Blasters. GROUP B: 'Funnel workers * Safety Hin~rs, Rigge:s, Block I,ayer~., Cement 1.' nsn( za, Rod Hen, Oat~Ikecs, Powder Carriers, H[rlers' Helpers, Chuck Ter~der , 'i'zu },. Non, Nippers, Brake Hen,Derail Hen, .'orm Men, Bottom B(i1, Top Bell '-z Skgnal men, Form Workers, Meyers, Cencret( Workers, Shaft Her!, Tunnel Laborers amd Caulkers' Helpers) . GROUP C: Powder Watchmen, Top Laborers and Changehouse Attend-~nts. GES: er ur . / 01 99- · ;! .).1/ 0 7401 01 · u2o/o Laborer {Tunnel)-FREE AIR: Groep A ............. $ 26.03 Group B ............. $ 24.90 Group E ............. $ 23.085 aodit. 2.247/hr 2.1~/br ].99/hr addit. 2.247/hr 2.15/hr 1.99/hr Small Bore Micro Tunnel Machines 80} of rates above For Repairs on Existing Water Tunnels 90~ ot rates above For Repairs of Sewer & Drainage Tunnels 85i. o± rates above For Repair & Maintenanoe of all Subway & Vehhcuiur Tunnels ~0} of raEes above OVERTIME PAl: Fez Laborer (Free Air) See ( D, M, R~ } o.~ OVERTIME PAGE. For R~ pair Categer!es See { B, F, R~ ) on OVERTIME PAGE. & Ni ~ro Tunne!h~: ~ Straight time firs~ 8 hours, double t~me after 8 hours. HOLIDAYS: PAID: See ( 5, 6, 9, i], 12, ]5, 2!~ } OVERTIME: See { 5, 6, 9, 11, ]2, 15, on HOLiDA! PASE. 25 ) on HOLLDAY PAGE. SUPPLEMENTAL BENEFITS GROUP A 26.18 of straight ~_me n3uliy ratio ~ $!7.585 per hour pai{l + .28 per hour worked . 3.00 per day + .16 per hour on Overlime Hours. GROUP B 26.18! of straigi~t Lime hoax :y $16.825 per hour pa{d ~ .28 per hour worked 3.00 per day ~ .16 per hour on Overtime iiours. GROUP C 26.18% of straight time hourly ra~e + $ 15.546per houz paid ~ .28 per hour worked ~ Page 2 3.00 per {~ay ~ Small Bore Micro Tunnel Machines For Repairs on Existing Water Tunnels ;i{} of ra~es above For Repairs of Sewer & [)rainage 2un~e!s }~ rsEes above For Repair & Maintenance of a3! Subway & Vehicular Tunnels 80 of raEes above 9-147Tnl/Free Laborer - Heavy Highway LABORER - HEAVY/HIGHWAY CONSTRUCTION Laborer (Heavy/Highway): Group ~ 1: Asphalt Rakers and Formsetters. Group # 2: AsphalE Shovelers, Roller Boys and Tampers. Group ~ 3: Basic Laborer, Power Tool, Trackmen, Landscape, Jackhammer and Concrete. Pipelayer, .ht~:~}~vw~a6~r.s~.ny.us/bus~ness-ny/emp~yer-resp~ns~b~ht~es/prevwage/c~unty/2~ 1SuffolkREG.txt 11/20/01 Laborer: Group : ] ............. $ L . 32 $ 1.iii} .~it . . Group ;~ 2 ............. 26. 63 i . ~/ Group # 3 ............. 2~.53 _..i( NOTE: PREMIUM PAY 20' on straigh:: t2me hours . ~ N:.z~ ~ORK STATL D.O.T and other GOVERNMENTAL MANDATEDo~· .~..-~- ~. wo~ <. APPRENTICES: OVERTIHE PAY: HOLIDAYS: PAID: See =, OVERT[HE: SUPPLEMENTAL BENEFiF3: (per hour LABORER LABORER (Tur~ri~si)-COHPRESSED AIR Finishers, Rod [den, Caulkers, Clrperir_ets, Hydrauii ~ Hen, :::L~ id Drivers, Pan Men, Riggers, I4i~:er's Helpers, Chuck Tenders, ]'fa k Her, Nippers, Bzake GROUP }: ']c~ } ?net GROUP 4: Tend{r an~z Signal Laborer(Compresse ! Air) : GROUP 1 ............... $ 27. i 55 GROUP 2 ............... 26.32} GROUP 3 ............... 25.615' GROUP 4 ............... 25. '; GROUP 5 ............... 22. 97!5 ~ldi . lddLt. 2. 3' / . 35/hr · 2 /h~ ; , I/hi · 23/i,r :. ~/ht: · 19/h? 2.19/hr / .99/h~ i .99/hr OVERTIME PAY: See ( D, H, R~ ) on OJERTiHE FAGE. NOTE: Time and eno half to equipment and facilkt ies. h ,, , ~ * StraLcht. time fArst, 8 hours, double ~ime after 8 ho~s,~ ~,. ,,~ ttp://~.moor.state.ny.us/ous~ness_ny/emp~oyer responsmmnes/prevwage/county/zuu t ~unommn~.txt 11/20/01 HO:i DAYS: PAID: S~ ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY rAGE. OVERT HF: : ee { 5, 6, 9, 11, 12, i5, 25 ) en HOLIDAY PAGE. SUPPLEMENTAL BENEFITS : GRODP ! 26.18\ of hourly rate $ 18.41 per hour paid .28 per hour worked 3.00 per day+ .16 per OverEime itour GROUP 2 26.18 $17.78 .28 3.00 .16 of hourly rate per hour paid e per hour worked per day+ per Overtime Ncur GROUP 3 26.18; of hourly rate ~ Si'~.4%} per hour paid .28 per hour workee ~ 3.00 per day ~ .16 per ove~l~me hour GOURP 4 26.!8} of hourly ~a~e $ !7.i41 per ho~r pait .28 per hour worked 3.00 per day Page 2 GROUP 5 26.18g of hourly rate ~ $15.583 per hour paid + .28 per hour worked + 3.00 per day ~ .16 per overtime hour 9-!4 ?Tn~/Comp Ai~ Mason - Bui!eing Bricklayer MASON Building WAGES: {[)er }!our) 1/01/0! 6/30/01 Building: Bricklayer .......... S 33.45 7/{}1/81- 12/31/01 Addi%. i'] . 10/h-~ OVERTIME PAY See ( A, E, E2, O ) on OVERTIME PAGE. HOLIDAYS: PAID: See 1 ) OVERTIME: See ( on HOLIDAY PAGE. 5, 6, 10 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour wage. 1st 2nd 3rd 50~ 60%. 70} ) terms at Ehe following percentage of Journeyman's 4th 5TH {500 Hfs) 6TB (500 Hfs) 80~5 90 95i SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 15.91 1S.91 Appr 8.58 8.58 9-1Brk a' n - ~ 'idi Mesa' a.nd Terr zz Worker .... · .h~p ~?vC~v~v~a~or.s~e.ny.u~Susmess_ny~mp°loyer_respons~b~ht~es/prevwage/county/2001 SuffolkREG.txt 11/20/01 MASON-Building WAGES: ' - Building: Mosaic & Terrazzo Worker...$ Helper...$ 1/01/00 31 . 38 30.0 } OVERTIME PAY: HOLIDAYS: PAID: See OVERTIME: S * i , 6, 8, 11, I{, 1~, i } o: iiO,[DAY iA i{. SUPPLEHENTAi i EMi Fl 'S: {er r~ :} · ~:~ ~. Building: OVERTIME "~v HOLIDAYS: PAID: See i ~ iir: HOLIDAY PAGE. OVERTIME: See , 1., i:, 8, 10, ii, APPRENTICES: { [,il h! )terms at ttu 502 ,;, J5 ?~ $ ] 4.8! Masor~ - Cemen~ HASON WAGES: (per n ' Cement Mason ......... $ ~B.00 HOLIDAYS: PAID: Se.. OVERTIME: 1 ) on HOT,IDAY PAGE. ~ 6, 8, 11, APPRENTICES: { ]/: : year terms wages and fringes. 1st 2nd 3rd 4th 50% 60% 70 80' SUPPLEMENTAL B,NEFI~o:E ~o (per hour welked'. http'/Awvw labor state ny us/business ..... ny/employer res p onsib I t es/~p revwag e/count y/2001SuftblkREG txt. 11/20/01 ]6.13 9-780 MASON-Building WAGES: {per hour} 1/01/00 Building: Marble/ Sawyer, Rubber & Polisher ............ $ 29.98 Marble Reskor~tion Finishers ............. ]5.0? OVERTIME PAY: See ( A, E, Q, V ) on OVERTIME PAGE. PAID HOLIDAY: Sci~zY:eymen receive ~/2 days pay rc~ i.~bor D~y. Cleaner, MainLer!ance and 1ST three terms ef App~en-!3es See on HOLIDAY PAGE. All others See ( 1 ) OVERTIME: See ( 5, 6, APPRENTICES: { i/2 ) wage. 1st 2no ~!{d ( 5, 6, 11, 15 } cfi HOLIDAY PAGE. ii, i5 ) c! HOhIiDAY PAGE. }'ear te~ms a~ the following p~rcen[age of ,Journeyman's 4th 5~h Yth ;th 65! 70 80 90 95 SUPPLEMENTAL BENEFITS: Journeyman Cleaner/Haixt enmnce Appr (per hour worked) $ 12.33 2.40 5.80 + wage percentage ef$ 6.09 9-7/24 Mason - Marble Cuthers and Setters Only projecss ~has fall withi~ a fiz~y-mLie raoius el Coiot/bos Circle in New York City. HASON - Building WAGES: 1/01/00 Building: Marble Cuttlers Setters ............. $ 34.88 OVERTIME PAY: See { B, O, V ) on OVERTIME PAGE attached. PAID HOLIDAY: Seurneymen receive 1/2 days pay for habor Day. Apprentices iSt three terms See ( 5, 6, 8, 11, 15 ) en HOLIDAY PAGE, Phis arly g~:y ~o!!owing a Thursda? or Slnday Holiday. Ail others See ( ] ) on HOLIDAY PAGE. OVERTIME: See { 5, 6, 8, ]!, 15, ) en HOLIDAY PAGE. APPRENTICES: wage. 1st }!rid 50% !55 ( !/2 ) year ~erms al ~he fol!ow[r:g pe~{7~ntla{!e of journeyman's 3rd ~th 5th 6th 65% 70% 80! 95} SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 15.65 Appr 5.90 + wage percentage ef$ 9.75 9-7/4 · Mason ~ Marble Rigger SON- 'idi ....... ~h~p~sw~a~r.s~e.ny.us/bumness_ny/empl~yer~resp~nmb~t~es/prevwage/c~unty/2~ 1 SuftolkREG.txt 11/20/01 WAGES: (per hour) 1/01 Crane & Deirickman..,$ 28. ? OVERTIHE PA!': See C, (;', V , :h ~JEkTLME PAID HOLIDAY: I/'P Say £o~ haoo! OVERTIME: S<;o ( 5, c, 8, I1, 15, SUPPLEMEN ~ PFN z'~ MASON-Bui idinl Nni /'!'~ing Wot~. ' WAGES: Journeyman .............. $ ] . ! Z OVERTIME PAY: See B, E, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: S~e { ! ~ on HOLIDAY OVERTIHE: See ( 5, 6, 25 ) en HOLIDAY PAGE. S~PPLEMENTAh :,~,}.~F~o. (per houri w>:kcd: NEW YORK CfTf: Oniv Bzooklyr and %}ue(rls }untie: MASON - BUILDiN{ WAGES: (per hour} Building: Plasterer .................. ] , } i / 0 ? · i . 66 OVERTIME PitY: See ( C, E2, O ) HOLIDAYS: PAID: See { 1 ) on HOLTDAY PAG}:' APPRENTICES: ( 1 ) velar terms at tNe f >!lowing wn ~e r ri:es. First yeaz: !sll ~ months 2ri ~ 6 rr!or]t! :; b5; 60 Third year: ist 6 months 2nd 6 months SUPPLEMENTAL BENEFITS: ( per h<ur worked ) http..})%5~v~.~al~or.state.ny.us/buslness_n}¢/lemployer responsmbfimes/prewvage/county/200l SuffolkREO.txt 11/20/01 Appr. 1st term 6. 12 Appr. 2nd t (tm 6.92 Appr. 3rd term 8.18 Appr. 6rD term 1!.62 9-530 Mason Pointer/Caulker/Cleaner MASON - Pointer/Cauiker/Cleaner WAGES (po; i~our) 7/01/01- 6/30/02 Caulker {Mason} ..... $ OVERTIME PAY: See ( B, 32.25 N, E2 ) on CVERT!ME PAGE. HOLIDAYS: PAID: See { ! } on HOLIDAY PAGE. OVERTIME: See i s, 6, 25, 26 ) on HOLIDAY PAGE. APPRENTICES 1st 2nd $15. 60 18. }rd 4th 22.75 27.90 SUPPLEMEN~'Ai BENEFfTS: ([)er hour w{ r~ed) Journeyman $ 12.65 Appr 1st t~:n 2.50 Appr 2nd Perm 4.50 Appr 3rd term 6.50 Appr 4th Eerm 6.50 9 1PCC Mason - ['i[e layet He[per and Finisher MASON - Building WAGLS: (per hour) 12/01/99 Building: 'File Layer Helper & Finisher ....... $ 26.24 OVERTIME PAY: See ( A, E, Q ) ON OVERTiHE PAGE. HOLIDAYS: PAID: See ( i ) or~ HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: {per hour worked) $ 12.48 9-7/88 Operating Engineer Building POWER EQUIPHENT OPERATOR - (Building} B LDIN' ATEG RIES: ..... · .http ~ww ~a~or.st~.ny.us/bumness_ny/employer_respons~bfl~tles/prevwage/county/2001 SuffolkREG.txt 11/20/01 CLASS "AA CLASS "A": CLASS "B': CLASS "C": CLASS "D": CLASS "E": Pickcz (over 50 tons), Corltr', t~ hnrip, G adall, 6rdde}, Heist, Loading Machine (10 yds or mo~e}, H[[ii::q Ma htne, ~ower Whirlch- WAGES: ("e~ ~ ' ~ ' Class "Pul". .............. P,; 35.6) Cranes: Bocrrt i nghch over !00 teex icid S 0.50 ilo nl 250 $ . C ~Add $3.50 fo: Haxaz¢lons Waste Wot k Class "B". ............... $ 3i. ~ ' Class "C". ............... P, ~0.5i~ Class "D". ............... rl 28.11 Class " " E ................ 26. :ii OVERTIME PAY: See ( D, O ) or} OVERTIME PAGE. HOLIDAYS: B ID: e~ ( 5 6 7 8 -11 ) o H IDAY PAGE ..... , http:/P~w~w~v~r.state.n}.u~bu~ness-ny~mp~P~yer-resp~ns~btht~es/prevwage/c~unty/~ 1 SuffolkREG.txt 11/20/01 "NOTE": Employee must be employed day before ~nd ta¥ after a holiday to receive holiday Nay. OVERTIME: See { 5, 6, 7, 8, 11 ) ©r! OVERTIHE PAGE. APPRENTICE ~ i ) y(ar terms at: the following ~ates; 1st yr ................... $ 2nd yr ................... 18.4d 3rd yr ................... 18.79 SUPPLEHENYAL BENEFITS: (per hour worked) ALL CLASSES .............. $ 22.89 Note:OVERT!ME AMOUNT ..... 22.30 APPRENTICES .............. $ 13.39 Note:OVERTiiME AMOUNT ..... 5.6{} 4 138 Operating Eno±nee~ Heavv Nighwav POWER EQU[PHENT OPERATOR - {Heavy/Highway HEAVY/HiGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Or~ghine, l;redge, Crawler Crane, Tower Crane, Pi~.e Driver. CLASS "A": As~}ha!t Spreader, Backhoe Craw!er,Bo4!ex, Cherrypicker (over a0 tons}, Concrete Pump, Graoet, {kadai!, Heist Lca~lir:g Hach±r]e {10yds er n~ore), Hkl-_:~ Mash{ne, Power Winch-Stone Setting/Structural Steel er 2thick Mounted, Powerhouse, Road Paver, Scocp-Carry{~] t Stupor in Tandem, Shovel, Sioeboom TracEor, Stone Spre~de} (sei~ propelled), Tank Work, Track Alignment Machine. CLASS "B" Backhoe, Beem Truck, Bulldozer, Boring Hachine/Auger, Cher~y Picker {under 50 tons), Cenveyer-Hulti, Dinky Locomotive, Fork Lift, Boist (2 orum), Loading M~chine & FrenE Loader, Hulch Machine (machine fed}, Power Wincnes ~a!i others net inc!ude<l in CLASS A), Asphalt Roller, iiw~Eaut!c Pump with Boring Machine, Scoop, C~rryall, Soaper, MainEance Man on Tower Crane, Trenching Machine, Vermeer ~utiler, Work Boat. CLASS "C" Fi~ :d M~ehani,', Milling Machine (Smal !' ~uLvi-Mixer, Pumps, CLASS "D" Comp;essor (P~le,Crane,Stone Se!lting), ConcreEe Saw Cutter/ Breaker, Work Lift (Walk Behind, Power Operated), Generator (Pile We~k),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action-1 te 3 [nches/Gypsum/Doulble AcEion Diaphragm}, Hand T~enching Machine, Welding Hachine. CLASS "E" Batching Plant, Generator, Grinder, Mixer, Mulching Hachine, O['e~, Pump (Cen"rifug~i ~:p to 3 In.), Rog[ Cutter, Stump Chippe~, Oile~ on Tower }~ane, T~-ack Tamper, Tractor, Vibrator, Deckhand on Work Boat. WAGES (per hour) 7-01-01- 5-31-02 Class "AA". .............. $ 36.62 anes- oo en th ve.r 100 f et dd $ 0.50 e..ho~ r ~ttp5/`~.~a~r.~a~.n~.~s/~usmess-ny~mp~yer-resp~ns~t'es?~revwage/c~unty/2~S~ft~kREG.txt 11/20/01 250 S ' , )~ 35,2 :j ] . ~, *Add $3.50 for }{azardous Waste Work. Class "B". ............... *Add $2.[)0 2o~ Hazardous Class " " Class "D" ................ { ~:. i~ Class "E". ' "NOTE": PREM!~7',! HOLIDAYS: PAID: See 5, 5, 5, -/, 1} } ~r, HOL,!DAY '_AGE. OVERTIHE: See { , 6, ~, 8, ]] ) {',ri {}/ER'F!M}~ PAGE. APPRENTICE 1st yr ................... ~ ] /. Fi} 2nd yr .................. 3rd yr .................. . SUPPLEHENTAL BENEFITS: {eer hex weF~ed ALL CLASSES ............. Note: OVERTIME AHC)UNT.. } 2. 0 APPRENTICES ............. Note: OVERTIME .e ~(AJL ..... MARINE CONSTRUC 21ON WAGES: (pet hour, DIPPER & CLAMSHRLi, DREDGES CLASS A: Operator .......... CLASS B: Operateu 1! ....... Engineer .......... Boat Master ....... CLASS C: Mate .............. Drag Barge Operator Welder ............ Boat Cap~ ......... Chiel oi Pauly .... CLASS D: Oiler ............. Ro~an ............ Tug Deckhand ...... DeckNand .......... 1, t · ,,- }'-0] -(il o I' C'~ 9- }0-0] ~--,/ 331, } , - ~a S 28.0;~ 21.24 i 3. 18 $ i8.5 ) i 7.49 i7.88 17.49 ]7.88 17. ?3 18. 13 17. 75 18. 13 http://www.labor.state.ny.us/business ny/employer responsibilities/prevwage/county/2001SuffolkREG.txt l 1/20/01 HY 8~-,AUL i C DREDGES CLASS R: CLASS Leverman II Engineer ............. Derrick Operator ..... Chief Hate ........... Chief Welder ......... Electrician .......... Fill Placer .......... Boat maste} .......... CLASS C: Haint enaiice Eng ...... Hate ................. Welder Dt eclge ........ Spider Barco Ooera[or Boat Capu ............ Chief e1 Par%}'. ...... CLASS D: Oiler ............. Shoremar .......... Rodmar Deckhar ! .......... Tug Dec<~ar d ...... ~-01-01- ~-30-01 $ 26.36 $ 22.03 23.12 23.12 22.78 23.42 22.41 22. 78 20. 85 22 . 22 $ 22.57 21.93 21.03 22.20 22.00 21.i9 2].93 S 17.28 !7.12 17.12 i < - 0 ] 0 ! - ) 3{3 02 3 26.95 $ 22.53 23.64 23.64 ~3. 29 23.94 22. 92 23. 29 ~1 . 32 22.72 $ 23.87 2!.51 22. ~0 22. 50 21.%% 21.51 $ 18. ia ]'. 50 ] '. (3 10-01-02 9-30-03 $ 27.56 $ 23.04 24.17 24.17 23.82 24.48 23.43 23.82 21.80 23.23 $ 23.59 21.99 21.99 23.21 23.01 22.15 21.99 $ 18.59 17.90 17.90 17.90 !8.13 OVERTIME: See HOLIDAY: PAID: See OVERTIHE: E, E, R ) on OVERTIME PAGE. 5, 6, 8, 15, 26 ) or! HOLIDAY PAGE. See { 5, 6, 8, 15, 26 ) on OVERTIME PAGE. SUPPLEHENTAh BENiF~TS: (per hour workeo) "The following SUPPLEMENTAL BENEFITS apoly Le ALL '-0i -0i- i 0-01-0!- 10-01-02- 9-30-01 9-30-02 9-30-03 All Class A & B $ 5.99 $ 6.20 $ 6.45 plus ' plus 7! plus 7% (overtime hours add) $ 1.25 $ 1.25 $ 1.25 All Class C (overtime hours ddd} $ 5.39 $ 5.60 $ 5.85 plus plus x plus 7% {>f: w ~e of wage of wage .> 0.95 i; 0.95 $ 0.95 All Class D (overtime hours add) $ 4.79 $ 5.00 $ 5.25 plus 73 plus 7% plus 7% of wage of wage of wage $ 0.65 $ 0.65 $ 0.65 4-25a Operating Engineer - Well Driller · OPERATING ENGINEER: (WELL DRILLER) WAGES: {per hour} We ! Zri! P.-:r: ........ $ 2 .': 2 .i~ OVERTIHE PAY: Se~ ( h, E, G, P . :r: iVERTIH~ iA :i . HOLIDAYS: PAID: See ( OVERTIME: See ( 5, 6, ~6, 23 ) on ()VERTiHE PA{iR. SUPPLEHENTAI, B iNEEiI ~: nlr xox w tk :i) Well Dri!i r: ........ $ ]i.;!: "PLEASE NOTE" Level A ................. Level B ................. Level C ................. Technician ....................... Boiler Operator .................. }2 . ii Yard rate ........................ OVERTIHE PAY: See { ] , (} ) or OVERTINE PASE. HOLI DAYS: PAID: See ( 5, 6, '?, 8, I1 ) {}ri NOLiDAY PAGE. ~ OVERTIHR: S~e { ' , 6, ?, 8, ] i ) o OVERTIME PASE. ~ * APPRENTICB ( i ) y< a_~ ~erms at the iok]owing rates; 1st yr .................... ~ iii..i 2nd yr .................... ] ?. ~ 2 3rd yr .................... ! . ~i SUPPLEHENTAL BENEFITS: (pe~ host ~,~ork6d) Journeyman ............... $ 2].!}4 Note Note:OV[RTIHE Journeyman. 23.!i0 http PP~Ow.la8Sr.state.ny.usTbus~ness ny/employer_responslblhtles/prevwage/county/2001SutlolkREO.txt 11/20/01 Nor_e: OVKR'ii'{E Apprentice 8.,I[ 4-138 OVERTIME / }!OLFIA~ CODRS OVERTIME Following zs an explanation of the cede(s) listed Jn the OVERTIME section ef each classiiieation contained in the attached schedule. Additional requirements may dlse be listed in the HOLIDAY sect!eh. A ) Time ar d one half of the hourly rate after ? hours per day. AA) Time nd one half ef the hourly rate after 7 and one half hours per B ) Time and }re half of the hourly rate after 8 hours per day. Bi) Time n/d erie half of the hourly rate for th~~ } h & 10th hours week flys :Fi t he ] st 8 hoirs ar~ S-:lu~{iay. [k>~;~}!e the nour!y rate for ali acdikional hours. C ) DoubLe ERe hourly rate after ] hours per d~y. C1) Double k[e hourly rate afEe~ ~ ,~nd erie hain bolts Nor ,lay. D ) ~}oubl% ~e hourly f~te ~fter 8 hours p~.r day. D1) Deub!e LPg: ~ curly rate after 9 hours per day. E } Time ,~xd ,}xe half of the hourly r~Ee on Saturday. El) Time and one haLff 1st 4 hours on Sa[urday. !}ousle zhe hourly rate all adi[z!e~ a! Saturday hours. E2) Satu~oay may be used as a make-up day az s[ra:ght time when a day · s lost during that week due ~o inclemenz wealher. E3) Between NevemDer 1st and March 3rd Saturday muy be used as a make-up day az s[raight time when a day is lose durirnj thaz week due ~o innlemenu wea[her, provided a glven employee Pas worked between ind 32 hoxs thut week. E4) Satur{lay an{: Sunday may be usea as a make-up oay az snraiGht time when ~: day is lost during that week due [e zn{ ]emenE weather. Time dlld one half of the hourly rale on Satlu~oay and Sunoay. F G H I J K L M N O P Q R S Sl} Time ~r~d one naif of the Time ,=nd one half of the Time and one half of the Time ~nd one half of the Time an~J one half of the Doubl{ the ~ourly rate on Double the rouriy rate on Double tPe rourly rate on Doub] the hm;riy rate on Doubi t~e hourly rate on hourly rale on SaEurrlay uno Hoi:days. hourly rate on Saturday, Sunday, and Holidays. hourly rate on Sunday. heuxiy rate en Suntay and Holidays. hourl, y rate en Holidays. Saturday. Saturddy a~:d StlrKiav. Saturday and Holidays. Saturday, Sunday, a} d Nol_o~ls. Sunday. Double tPe ~ourly rate on Holidays. Two and one hal} times the hourly rahe zoz Holidays, if worked. Two arid err half times the hourly rate the zi~st 8 hours orl Sunday or Holidays. One and eno half t!mes the heur!y fane all additional hours. T ) Triple the h ur!y rate 2or Hc!idays, -f work~ i. U ) Four tzmes ute hourly rate ~o~ holidays, ±£ worked. V ) Including benefits at SAHE PREMIUH as shown for overt!me. W ) Time and one half for benefits or/ all overLxne hot:rs. NOTE:BENEFITS are PER ROUR WORKED, for each hou~ werkeo, unless otherwise rioted HOLIDAYS PAID Hol [days: Paid Holidays are days lor which an eligible employee receives a regular day's pay, but is not ~equired to perform work. If an employee works ena day listed as a paid holiday, this remuneration is in addition to paymen~ of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on .specified ~el~davs. L~ i.s only reck~ired where ~h~ employee a~tuallv~o~a$.~.~ .n~:~/www.m~nst~.ny.us/tmsm¢s$-ny~¢mp~y¢r-m$P~nsmmne$~r¢~wag~¢~c~un~y~z~u~u~m~K~.~x~ 11/20/01 classified. 1 2 3 4 5 6 7 8 9 10 12 13 14 15 ]6 17 18 19 2O 21 22 23 24 25 26 Noy~e. Labor Day. Memo}:] i! )a} 4d Label Di,. Hemorl il D~y ~nd duly 4ti;. Homer! ~i [}ay, July 4tN, ar ~I hnbbr Day. Goo(i ['~ {diy. Painter PAINTER AND DRYWAiL FINISHER WAGES: (pez Repaint/Rer~ovit ion ....... 5 ':.: )~ *Additional $2 00 per hr. for ttanqin:l ~ :~,r ,, , ~ - ~ Roiling ~'c-=~ ~: 20' . OVERTIME PAY:.:~,-e ,: [ A, E, K ./ on ..... '~"~ :. EAGE. HOLIDAY: PAID: See ( ~ '~ orl HOLIDAY PAGE. APPRENTICES: ( i ) year terms at hh{ fo Lowinq a~ s. 1st 2rid ~zd Brush $ 10.73 26.01 Scaff./SB !1.84 I /.62 i i .09 Struc. Stl. 12.94 i9.24 .08 Rpt/Ren. !0. /3 16.01 i ~.l ] SUPPLEMENTAL BENEFITS: (per hour wozkei} 11/20/01 Appr a]i et ~er terms i (.i! 4-1486 Painter- ~!r!:~h/Spray PAINTER WAGES: !per hour) 5/01/01 5/01/82 8rush ................. $ 29.25 30.25 Spray & Sca~ro!d ...... 32.25 33.25 Fi~e Escape ........... 32.25 33.25 Decorator ............. 32.25 33.25 Paperhanger ........... 32.85 33.70 OVERTIME PAY: See { A, H ) on OVERTIME PAGE HOLIDAYS: PAID: Se~ ! i ) }r HOLIDAY PAGE OVERTIHE: See ( .!, 5, 6, 25 ) ori HOLIDAY PAGE APPRENTICES: indentured after 5/31/92 ! ) ~ear te~ms au {:he following percentage of jouzneyman's wage. 1st 2nd 3~d 4th 11.30 14.62 ]?.55 23.40 SUPPLEMENTAL BENEFITS: { per herr worked ) Paperhanger $ 17.16 17.66 All others $ 14.45 15.42 Apprentices: 1st Year $ 5.65 5.68 2nd Year 7.28 7.'76 3rd Year 9.55 10.]3 4th Year 14.00 ]4.40 9-NYDC9 Plumber PLUMBER WAGES: (per Pour) 7-01-01- !i-01-01 -0i ?i- i! 01-02- 10-31-01 ~-30-d2 i0 11-02 {- 0-03 PlJmber ...... $ 36.13 $ 36.83 $ 37.93 $ 38.28 OVERTIME PAY: See ( A, O ) on OVERTiHE PAGE. HOLIDAY: PAID: See ( i ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following ra{:es. 1st year ...... $ 14.11 $ 14.35 $ 14.57 $ 14.83 2nd year ...... 17.87 !8.20 18.53 18.88 3rd year ...... 23.39 23.90 24.32 24.80 4th year ...... 25.20 25. 7~ 26.20 26.70 5th year ...... 27.08 27.68 28.20 28.76 SUPPLEMENTAL BENEFITS: (per hour worked*) Journeyman $ 17.55 $ 18.15 $ 18.75 $ 19.30 A r I t te m 1.0.50 10.78 1 .... ~ 11.34 , .http://~v~.~a~r.sta~.ny.us/bus~ness-ny/emp~yer-resp~ns~ies/prevwage/c~unty/2~ ~ SuffolkREG.txt 11/20/01 Appr 2na term ]2.2) Appr }rd Ecrm Appr a~h eerm Appr 5 ? t~ rm I 3. 57 PUMP & TANK WORK WAGES (per hour) ? 01-01- 5-31-02 Journeyman ....... $ 31.u0 Holidays: Paid App: isn :r ......... ]2.z2 App: 2nc y:: ....... !t,.64 App: 3rd ? ....... 1!!,~5 App: 4th ir ....... 22.2i Meohanic: ......... 27.57 Servicem~n: ....... 18,9~ Journeyman ........ $ 15,6i App. isl y~ ....... 6,66 App. 2nd yr ....... '.97 Mechanic: ......... !2.56 4 200 Roo~er ROOFER WAGES HOLIDAYS: PAID: See { i <ur; iiOLIDAY PAGE. OVERTIME: See ( ~, ti, i3, 16, 25 SUPPLEMENTAL BENEFITH: (pe£ hour woxKed) Journeyman $ 18.04 Apprentices ! ~t .IS 3rd 9, 87 4~h 14.46 4-154 Sheetmeta 1 Wu~ ke~ ht~l~PP Tw~ ~.~}a~bo~r°. s~a~ea, ny .u s/busin e s s_ny/e mplo yer _responsibilities/prevwage/county/2001SuffolkREG.txt 11/20/01 WAGES: {per hour} 7-01-0!- 7-31-0] Sheeumet~l Worker .... $ 3d.6'} 8-01-81- 2-01-02 !-3!-02 7-3!-02 1.45 adt] !.60 adtl For Temporary Operation er Maintenance of Fans: .............. 80! ef Shee5metal Rate Decking & Siding Work: ............ $ 28.70 OVERTIHE PAY: See { C, E2, O, V ) en OVERTIME PAGE ( D, E2, O, V ) on Ean Mdint./ Decking & Siding HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 1~, 12, 15, 25, 26 ) on holiday page. APPRENTICES: 1st 30~ i/2 2nd 35 year terms a~i ihe [o!lowlr {] ! }r tent or jnurneyman rate 3~d 4th hth 6Eh ~! ~. 8t~ SUPPLEMENTAL BENEFITS: ii}er hour worken) Journeym~n $ 20.93 App~ lsl term ~.28 Appr 2nd term 7.33 Appr 3rd term 8.3'} Appr 4th term 9.42 Appr 5th term 10.47 Appr 6th %erm !1.51 Appr 7th term !2.~]6 Appr 8Eh term 16.74 Decking & Szdi~g ............. 9.96 Sheetmetal Wo~ker - Sign Erector SIGN ERECTOR WAGES: (per hour) 7-01-00- i 9i- 1- 12-31-00 6-30-i}! Sign Erector .......... $ 27.40 S 2 l:. i 0 OVERTIME PAY: See ( A, II ) on OVERTIME PAGE. HOLIDAYS: PAID: See { 5, 6, 10, ] 1, 12, 16 OVERTIME: See ( 5, 6, ]O, 11, 12, ) on HOLIDAY PAGE. 16 } on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at wage, 1st 2nd 3rd 4th 5th 35~ 40° 45~ 50% 55 the following Nerceneage of journeyman's 6th }th 8~h 9th 10th 60~! 65~ 70 75~ 80% SUPPLEMENTAL BENEFITS: Journeyman ........... $ 17.47 App 1st term .......... 3.61 App 2nd term ......... App 3rd term ......... App 4th term ......... 4.91 App 5th term ......... 7.34 App 6th term ......... 7.77 App 7th te~m ......... 10.21 $ 17.{0 3.61! 4.07 4.51 4.94 '?. 38 7.82 10.25 8t? ter ......... 10. 4 1 .. . .http b}axPvw~.labori%ate.ny.usTbus~ness ny~employer_respons~,~ies/prevwage/county/2001S uffolkREG.txt 11/20/01 App 9th ~erIu ......... ~ . ' . App 10th 7erin ........ i .!! l: ' -~. , Steamfitter Refriqeration STEAMFITTER WAGES: ,{per horsepowel. OVERTIME r~R%: ie ! , :, ,z , HOLIDAYS: PAID: Se~ 2, 6, 9, i0, i], 15, i OVERTIME: ' 2, {:, 9, 15, ] ] ~ { i% 11, 26, Hemori~: APPRENTICmo. 1st 6 mo $7.10 Journeyman $ 15.96 Appr lsL tear 5.55 Appr 2nd tern! 5.1t Appr 3rd te~l= 4.98 Appr 4th te~;u 4.8~ STEAMFITTER WAGES: (per noun, For Work on Temporazy Heat & Air Conditioni .4 ....... $ OVERTIME PAY: See ( C, O, V ) on OVERTIME HOLIDAYS: PAID: <~ ' 1 OVERTIME: See APPRENTICES: ( ] wage. 1st. 2nd. 3rd. 40% 50'; or~ HOLIDAY PAGE. 5, 6, ]1, ]5, !6, Z5 I on iiOL[I)AY ~'AGE. SUPPLEMENTAL BENEFITS: (per hour paid) dournek'man $ 23.30 . + 32 er hour w ~ ~ http://wvox'.labor.state.ny.us/busmess ny/emplc~er respons~ ~les/prevwage/county/2001SuflblkREG.txt 11/20/01 For .~ork oil Temporary 18.96 Hea~ & Air conditioning + .32 per hour wor~ed Apprentice~ term percentage of $23.30 plus .32 per hour worked 9-638A Survey Crew - Building SURVEY CREW - Bui!ding WAGES: (per hour) 1/01/00 7/0!/(E ?/01/01 Survey Rates-Bui!ding: Party Chiet ......... $ 32.?'} instrument Plan ...... 27.!9 Redman ............... 18.54 Addit. $3.01/hr. Addit . Addit. $!. 3~/hr. Addit. $3.01/hr. Addit. $1.84/hu. Dddit. $1.31/hr. OVERTIME PAY: See ( A, E+, Q, V ) ON OVERTIME PAGE. *Doubletime paid en the 8th hour on Saturday. HOLIDAYS: PAID: See { 5, h, 8, i!, 12, 15, 2~ OVERTiHE: See { 5, 6, 8, !1, t2, 25 on HOb!DAY PAGE. cn HOb!DAY PAGE. SUPPLEMENTAL BENEFITS: Journeyman {per hour paid) $ 15.40 9-15Db - Survey Crew Heavy Highway SURVEY CREW - Heavy/Highway WAGES: (po! 1/01/00 ~/0]/00 Survey Races-Heavy/Highway: Party Chief ......... $ 32.11 Adnit. $3.22/hr. Instrument Man ...... 24.90 Addit. $1.7~/hr. Rodman .............. 21.81 Addit. -'/01/01 Addi~. $3.22/hr. Addit. $1.74/hr. Addit. $1.43/hr. OVERTIME PAY: See ( B, E*, Q, V ) ON OVERTIHE PAGE. *Ooubletim~ .~aid or! the 9th hour on Saturday. HOLIDAYS: PAID: See ( u, 6, 7, 11, 12 ) on HOLIDAY PAGE. OVERTIHE: See ( 5, 6, 7, 11, !2 ) cn HOLi2AY PNGE. SUPPLEMENTAL BENEFITS: (per hour pa~d) Journeyman $ 15.40 9-15Dh Survey Crew Consulting DUTCHESS COUNTY: Only the portion south of the north city line in Poughkeepsie. SURVEY CREW - Consulting Engineer CONSULTING ENGINEER SURVEY F sibi it a rel' inet des' n urve in ~ . a d fade surve ' o .hUp~,~C%v~.~ aBSr.s~e.By.u~¢us~n~s_ny~p~yer_)$sp~hs~l~les~re~wage/count~0n01 ~uffolkREG.txt 11/20/01 Survey Rates: Party Chief ......... $ 23.96 Instrumen~ Hah ...... 20.6} Redman .............. ]7.88 OVERTIME PAY: !R( ( B, E~, Q, v ~ ON OVERTIIdI PA:Pi. HOLIDAYS: PAID: See OVERTIME: ' ~, 7 SUPPLEMENTAL PENPPi2]: ,:~ ~ TEAMSTER Truck Driver ik~uiiciir:q and ~o~v~/~l. ~ h~F'. : Group ~ i: Excavation WAGES: {po GVERTIHE PAY: fee HOLI DAYS: SUPPLEHENTAL BENtPFiT : 4 2i32n ~ Teamster Demo I itioY: WAGES: (per hour) ,'-8i-01- 6/3,:).' ,2 Truck D~i"e}, Chauffeu~ http://,~vdw.Ih~or/.s~ate.ny.us/business ny/employer responslNlmes/prevwage/county/2001Sufl'olkREG.txt 11/20/01 Trailers ............... $ 2i.85 Straight ,iebs .......... 2!.6Z OVERTIME ~A~: See ( B, L, S, Si, ) er: OVERTIME FAOE. HOLIDAYS: PAID: See ( 5, 6, 7, 8, 11, 12, 26 ) or: Holiday Page. "NOTE": Empleyee must werk twe days in Holiday week SUPPLEMENTAL BENEFITS: {per hour worked) $ 14.68 4-282.Demo APPENDIX A STANDARD CLAUSES FOR A! NEW YORK STATE CONTRACTS The parties to thc attached contract, lice~, lease, amendment or other atg-e~ment nf any kind (hcreinatler, "the contract" or "this contract") ag~ec to be bound by tim following clauses which are hereby p~d¢ a part of the contract (the word "Contractor" herein relem to any patty other than the Stale, whaler a contractor, licenser, licensee, lessu~, lessee or any other paW/): 1. EXECUTORY CLAUSE. In accordance with Section 41 of the State Finance Law, the State shall have ua liability under tiffs contract to the Contractor or to anyone eisa beyond funds appropriated and available/'or this contract. 2. N_ON-ASSIGNMENT CLAUSE. In accordance with Secfon 138 of the State FinanCe Law, this oeo.tract may not be assigned by thc Contractor or its fight, title or interest therein assigned, mmsfarmd conveyed, sublet or otherwise disposed of without the previous consent, ia writing, of the State and any attempts to assign the contract without the State's written consent are null and void. The Contractor may, however, assign it~ right to receive payment without the State's prior written consent unless this contract concerns Certificawa of Participation pursuant to Article 5-A of the State Finance law. 3. _COlvlYFROLLER'S APPROVAL tn accordance with Section 112 of thc State Fir~ance Law (or, ff this contract is with the State University or City University of New York, Section 355 or Section 6218 of the EduCation Law), if this contract exce~s $ I 0,000 (or the minimura threshotds agreed to by the Office of the State Comptroller for certain S.U.N.Y. and C.U.N.Y. contracts), or if this is an amenthnent for any mnom~t to a contract which, as so amended, exceeds said statutory mount, or if, by this contract, the State agrees to give something other than money when the value or reasonably estimated value of such consideration exceeds $15.000, it shall not be valid, effective or binding upon the State until it has been approved by the State Comptroller ,'md filed in his office. 4. WORKERS' CQMPENSATION.B..ENEFITS. In accordance with Section 142 of the State FinanceLaw, this contract shall be void and of no force and effect unless thc Contractor slmll provide and .,a{ntain coverage during the life of this contract for the benefit ut- such employees as are required to be covered by the provisions of the Workers' Compensation Law. 5. NON-DISCRIMINATION REQUIREMENTS. In accordance with Article 15 of the Executive Law (also known as the Human Rights Law) and all othcr State and Federal statotu~ and constitutional non- discrimination provisions, the Contractor will no{ discriminate agah,~t a~y employee or applicant for employment be~,,,~ of mca. creed, color, sex~ national origin, age, disability or marlt~fl stores. Furthermore, in accordance with Section 220-c of the Labor Law, this is a contract for the construction, alteration o~ rcpaix &any public building or public work or for the manufacture, sale or dls-,ribution of materials. eqalpmcnt or supplies, and to the extent tbat this contract shall be performed wjd~in the State of Nc~ York, Contractor agrees that neither it nor it.' subcontractors shall, by reason of race, creed, color disability, sex. or national origin: (a) discriminate h tilting against any New York State citizen who i~'; q, mlified and available to perform the work; or discriminate against or intimidate any employee for theperformance of work under this contract. Ifthi:~ is a building se~rlce contract as defined in Section 230 of the Labor Law. then, In ~cordance with Scctio~ 239 thereof, Contractor agrees that neither it nor it; subcontmcters shall by rc~son of race, creed, colo~, national origin, age, sex, or dir~bility: (a) discrimhiat,.· In hiring against any New York State citizen who i~ qnalifiad and available to perform the work; or discriminate against or intimidate any employee hirol for the performance of work under tiffs contract. Contractor is subject to fines ol- $50.00 per person per day for any violation of Section 220-e or Section 23 ~ as well as possible termination of tiffs contract forfeiture of al/monq,-s due hereunder for a second c r subsequent violation. 6. WAGE AND HOURS PROVISIONS. If this is a public work contract cove~ed by Article 8 of the Labc.r Law or a bu/lding service contxact covered by Axticle 9 thereof, neitl~er Contractors employees nor tlc employees of its subcontractors may be required ~r permitted to work tuore than thc mmiber of hours days stated in s~fid statutes, except as otherwi~ pro,Stied in the Labor law and as set forth in prevailir g wage ,-md supplement schedules issued by tlm Sta:e Labor Department. Furthermore, CantOn;tar and its subcontractors must pay at least the prevailing wage rate and pay or provide the prevailing supplemems, including the premium rotes for overtime pay, determined by the State Labor Deparmtent accordance with tlie Labor Law. 7. NON-COLLUSIVE BIDDING REQU1REMEIq'L In aceordance with Section 139q:1 of the State Finan m Law, if this contract was awarded based upon tie submission of bids. Contractor w,'urants, under pena! ut perjury, that it~: bid was arrived at independently and without collusion a~aed at restricting competition, Contnmtor fnrflter warrants that, at thc time Contractor submitted its bid, an authorized and responsible person exucuted and deUvered to the S~e a non-collusive bidding coRificatlun on Contractors g. INTERIqATIONAL BOYCOTt PROHIBITION. In aecordanc~ with Section 220-foftheLabor Law and Section 139-hofthe State FinancoLaw, ffthis contract exceeds $5,000, the Contractor agrees, as a material coudition of the contract, that neither the Contractor nor any substantially owned or affiliated pcrsan, firm, parmership or corporation ~ participated' is participating, or shall participate in an international boycott in violation of the federal Export Admintstlation Act of 1979 (50 USC App. Sections 2401 et seq.) or regulations thereunder. If such Contractor, or ajay of the aforesaid affiliates of Contractor, is convicted or is otAerwise folmd tO have violated sa/d laws or regulations upon thc final detemtillation of the United Slate* Commcroe D~pamnent or any other appropriate agency of the Urfited States subsequent to thc contractors execution, such contract, nmeQdment er modfficafiun thereto shall bc rendered forfeit aud void. Tho Contractor shall so notify file State Comptroller w/thin five (5) business days of tach conWction, de~'mination or disposition of appeal (2NYCRR 105.4). 9. SET-OFF RIGHTS. Thc State shall have all of its common law, equitable and slal~ory rights of set-off. These rights shall include, but not be limited to, the State's option to wphhold for the purposes of set-off any moneys due tO file Contractor under this contract up to any amomtts due and ow'mS to the Slate w/th regard to this contract, auy other contract with any State department or agency, including any cantmct for a term commencing prior to the term of this contract, plus any amounts due and owing to the State for any other reason including, without Limitation. tax delinquencies, fee delinquencies or mouetary penalties relative thereto. ~ State shall exercise its set-off rights in accordance with normal State practices including, in cases of sot-off pursuant to an audit, the fumlization of such audit by the State agency, its representatives, or the State Comptroller. 10. RECORDS. The Contractor shall establish and maintain complete and acourate books, records, documents, acooums and other evidence directly pertinent to performance under this contract (hercinafl_er, collectively, "theR~ords"). TheRecords must be kept for the balance of the calcndar year ia which they were made and for six (6) additional years thereafter_ The State Comptroller, the Attorney General and any other perSOn or entity authorized to condu~ an e. xmnination, as well as the agency or aganci~$ involved m this contract, slmll have access to the Records during normal burdnsss houm at an offiec of tha Contractor within tho State of N~ York or, if no such office is available, at a mutually agree, able and reasonable venue within the Sta~, for the te. nn specified abovc for the proposes ofinspectiun, auditing and copying. The State shall take reasonable st~ps to protect from pubti¢ disclosure any of the Records which are cxempt from disclosure under Section 87 ti the Public Officers Law (the 'Statute") provided that: (i) thc Contractor shall timely inform an appropriate State official, in writing, that said records should nol be disclosed; and (ii) said records shall bo sufficiently identified; and (iii) designation of said records a~ exempt under the Statute is reasonable. Nodfing contained hamin shall diminish, or in any wa:, adversely affect, the Stale's right to discovery in an) pending or future litigation. 11. IDENTIFYING INFORMATION AN12 PRIVACY NOTIFICATION. (a) FEDERAJ. EMPLOYER IDENTIFICATION NUMBER and/or FEDERAL SOCIAL SECURITY NUMBER. Al. invoices or New York State standard voucl~n: submitted for payment for thc sale of goods or service; or the lease of real or personal property to a New YorL State agency m~ include the payec's identification number, i.e., the s~ller% or Ics~o?s identiflc~ioa nmnbor. Thc number is eith~ the peye~'s Fodera[ employer identification number or Federal social security number, or both such numbers when the payo: has both such mmabers. Failure to include this numbe ~ or numbers may delay payment. Where the payec doe:; not have such number or numbers, thc payee, on it~ invoice or New York State standard voucher, mast giv,; thc reason or reason~ why fl~e payee does not have sacll number or numbers. (B) PRIVACY NOTIIqCATION_ (1) The autimrity t, request the above personal information fi'ora a seller c f goods or se~wines or a lessor of mai or pe~oml prepotty, and the authority to malataia such information, is found in Section $ oftbe State Ta~ Law. Disclosure of tiffs information by the seller er lessor to the State is mandatory. The pr', ucipal purpos for which the information is collected is to enable the State to identify individuals, businesses ,'md others who have been delinquent in filing tax returns or may understated their lax liabilities and to generally identify persons affected by the taxes administered l~y the Commissioner of Taxation and Finance. Thc information will be Rsud fur tax ad m i nl ~ctWlion pttrpo.~ e and for any other purpo~ authorized by law. (2) The personal information is requested by rite purchasing unit of thc agency contracting to purclzm;e the goods or servims or lear~ "the real or perSOnal property covered by this contract or lease. Thc information i$ maintained in New York State's Central Accounting System by the Director of Accounting · Operations. Office of thc State Comptroller, AESOB, Albany, New York 12236. 12. EQUAL .E}dPLOYlVIENT OPPORTUN[rltiS FOR IvfllqoRrl'lH.S AND WOIVI~N. In accordance with Section 312 of thc Executive law, if this contract is: O) a written agreement or purchase order instrnmenL providing for a total expenditure in excess of $25.000.00. whereby a contracting agency is committed to expend or doe, expend fimds in return for labor, service, supplies, equipment, materials or any combination of thc foregoing, to be performed for, or rendered or furnished to thc contracting agency; or (ii) a written agreement in excess of $100.000.00 whereby a contracting agency is committed to expend or does expend fronds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of $100,000_00 whereby the owner of a State assisted housing project is committed tu expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then: (a) The ContJactor will not discriminate aga/nst employees or applicants for employment because of mm, creed, color, national origin, sea age. disability or marital status, ~ud will undertake or continue existing programs of ~fflrmative action to ensure that minority group members and women are afforded equal employment opporttmities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, tmnger, layoff, or termitmtion and rares of pay or other forms of compensation; (b) at the reques/ of thc contracting agency, the Contractor shall reque~ each employment agency, labor union, or authorized representative of workers with wlfich it has a collective bargaining or other agreement or underslxnding, to furnish a written slamment that such employment agency, labor union or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital S~thS and that such mlinn or representative will amrmatively cooperate ia the implementation of the contractor's obligations herein: and (¢) the Contractor shall state, in all solicitations or advertisements for cmployecs~ timt, in the p~rformance o~th¢ State conWact, all qualified applicants will be afforded equal employment opporumitie~ without discrimination because of race, creed, color, national ori~a, sex, age, disability or marital status. Contractor will include tho provisions of "a, 'b", and %" above, in evepj subcontract over $25,000.00 for the coratmoiion, demolition, replacement, major repa/r, renovation, planning or design of veal property and improvements thereon (thc Work) except where thc Work is for thc bonefioial use of the Contractor. Section 312 does not apply to: (i) work, goods or services unrelated to this contract; or (ii) mnployment outside New York State; or (iii) banking services, insurance policies or the sale of seenrities. Thc Slate shall consider compliance by a contractor or ~ubeenuactor with the mquiremenm of any federal law concernLug equal employment opportunity which effectuams the purpose of this section. The contracUng agency shall determine whether the impositioa of the requirements of the provisions hereof duplicate m confllet with any such federal law and if such duplicanon or conflict exists, the contracting agenc) shall waive the applicability of Section 312 to the extent of such duplication or conflict_ Contractor will comply with all duly promulgated andlawful roles and regulations of the Division of Minority and Women's Business Development pcrlnining hereto. 13. CONFLI~a TERMS. In tixe event ca' ~ conflict between the terms of the contract (including any and all attachments thereto and amendmenu thereof) and the terms of this Appendix A, the terms of tiffs Appendb A shall control. 14. GOVERNING LAW. This contract shall bt; governed by the laws of the State of New York excep: where the Federal supremacy clause require; othenvise. 15. LATE PAYMENT. Timclines.q of payment ant[ any interest to be paid to Coulractor for late paymem shall be governed by Article XI-A of the Slate Fim~nct~ Law to thc extent required by law, 16. NO ARBITRATION. Disputes involving th~; contract, including thc breach or alleged breach thereof; may not be submitted to binding aJbitration (except where statutorily authorized), hut musl, instead, be heard in a court of competent juriSdiCllOJt of thc Slate of New York. 17. SERVICE OF PROCESS. In addiBon to th~ raetheds of sendce allowed by the State Civil Pracfic Law & Rules ("CPLR"), Contractor hereby cons~n~ service of precis upon it by registered or certified mail, retuxn reecipL requested. Sei~ce hereunder shaJ 1 bo complete upon Contractor's actual receipt of process or upon the State's receipt of the return thereof by the United States Postal Service as refused undeliverable. Contractor must promptly notify ~e State, in writing, of each and *very chunge of addret 13:33 FAX 518 402 1605 DSH~ ~00~ to widch service of process can he made_ Servic~ by the Slate lo tlR: last known address ah,all be Sufficient. Contractor will hay,' thirty (30) calendar days mwiee hereunder is complete in which to respond. 1 g. PROFIIBrrlON ON PURCHASE OF TROPICAL HAp. DW.C)0DS. The Contractor certifies and wanants that all wood productS to be used under this contract award will he in accordance with. but not limited to, the specificafious and provisions ofStat~ Fimance Law ~;165. (Usu of Tropical Hardwoods) which prohibits pureluc~ and use of tropical hardwoods, unless specifically exempted, by the State or any govemmcntalagency or political subdivision or public benefit corporation. Q. alifieation for an exemption under this law vdll be the responsibility of the contractor m establish to meet with the approval of the Slate. In addition, when any portion of this contract involving the use of xvoods, whether supply or installation, is to be performed by ally subcontractor, the prime Contractor will indicate and certify in the submitted bid propo~tl that the subcontractor has been Lnformed and is in compliance with specifications and provisions regarding ~ of tropical hardwoods as detailed in §165 State Financ~ Law. Ally such ~ must m~et with thc approval of the State, otherwise, the bid may not be considered responsive. Under bidder eertliications, proof of qualification for exemption will he the responsibility of the Contra~or to meet with the approval of tho State. 19. MACBRIDE FAIR EMPLOYMENT ?RINCtPLES. In accordance with thc MacBridc Fair Employment Principles (Chapter 807 of the Laws of 1992), the Contractor hcreby ~tipulates that the Contractor eithex (a) has no business operations in Northern Ireland, or (b) shall take lawful steps ill good faith to conduct any busine, sa operations in Northern Ireland in accordance with the MacBrid¢ Fair Employment Principles (as described in Section 165 of the New York State Finance Law), and ~han permit independent monitoring of compliance with such principles. 20. O~MEgB_..._US PROCUREMENT ACT OF 1992. It is the policy of N~v York Slate to maxLmize oppertmfities for the participation of New York State business enterprise, including minority and women- owned business enterprises as bidders, subcontractors and suppliers on its procurement contmcl& Information on thc availability of New York State subcontractors and supphers is available fiom: Dcpa_qmem of Economic Development Division for Small Business 30 South Pcatl Street Albany, N~w York 12245 Tel. 518-292-5220 A directory of certified minority and women-owned busqness cmerprises is available Dq:nu'tment of Economlc Development Minority and Women's Business Development Division 30 South Pearl Street Albany, Now York 12245 .h.ttp:/~vww.emp~re.state. n~.n~ The Omnibus Procurement Act af 1992 rcqMres that by signing this bid proposal or contract, as applicable, Contractors certify tlmt whenever the total bid mount is greater than .gl million: (a) The Contractor has made reasonable efforts to encourage the participation of New York State Bu$incaS Enterprises as suppliers and subcontractors, including certified minority and women-owned business enterprises, on this project, and has retained thc documentation of these efforts to be provided upon request to the State; Co) The Contractor has complied with thc Federal Equal OpportuMty Act of 1972 (P.L. 92-261), as amended; (c) The Contractor agrees to make reasonable efforts to provide notification to New York State residents of employment opportunities on this project through listing any such positions with the Job Sep,4eeDivision of thc New York State Department of Labor, or providing such notification in such manner as consistent with e~xisting oolle~:tive barga i ning conH'actf or agreements. The Contractor ag~s to documenl these efforts and to provide said documentation to the State upon request; and (d) Thc ConWactor acknowledges notice that the State may seek to ob~in offset creditS from foreign countries as a result of this contract and agrees to cooperate will] thc State in these efforts_ 21. RECIPROCITY AND SANCTIONS PROVISIONS. Bidders are hereby notified that if thch principal place of brininess is located in a country, nation, province, slate or political subdivision thai penalizes New York Stal~ vcndoa, and if the goods o~ serviee~ they offer will be substantially produced m performed outside New York State, the Omnibm Procurem, nt Act 1994 and2000 amendmentS (Chapter 684 and Chapter 383, respectively) require that thc7 bc deuled contracts wltich they would otherwise obtain Contact the Department of Economic Development_ Division for Small Business, 30 South Pearl SLr~:£ Albany New York 12245, for a current list of state? subject to this provision. Revised November 2000 11/197U1 ~0~ i3:33 ~AX $1¥ 402 1605 DSH~ ~OOt~ APPENDIX B Standard Clauses fbr All New York State Department of Enviromnental Conservation Contracts The parties to the attached contract, license, lease, grant, amendmcnt or other agreement of any kind (hereinafter "the con.act" or "this contract") agree to be bound by the following clauses which arc hereby made a part oftbe cantract. The word "Conlractol-" hereth rcfers to any party to the contract, other than the Ne~v York State Dcpa~tment oF Environn~ental Conservation (hereinafier "Departmcm"). Conflict of Interest: (a) Organizational Conflict of Interest- To the best of Ibc Contractor's knowledge and behef, the Conlractor warrants that there are no relevant facts or circumstances which could give rise to an organiTational conflict of interest, as herein defined, or that the Contractor has disclosed all su ch relevant information to the Dcpartment. Postponement, Suspension, Abandonment or Termination by the Depart-merit: The Department shall have the right to postpone, suspend, abandon or terminate rims contract, and such actions shall ia no event be deemed a breach of contract. La thc event of any termination, postponement, delay, suspension or abandonment, the Contractor shall immediately stop work, take steps to incur no additional obligations, and to ILmit further expenditures. Within 15 days ofmcelpt ornotice, the Contractor shM1 deliver to the Department all data, reports, plans, or other documentation related to thc pc~brmance of this contract, including but not limited to s ottree codes and specifications, guarantccs. warranties, as-built plaus and shop dm'a4ngs. In any of these events, thc Department shall make settlement with the Contrantor upon an equitable basis as determined by the DepaCanent which shall fzx the value of the work which was performed by thc Contractor prior to the postponement, suspension, abandonment or termination of this conWact, This clause shall not apply to this contract if the conlxact contains other provisions applicable to postponement, suspension or ~;ermination of the contract. II. Indemnification and Holdharraless: The Conl~actor agrccs that it will indemmfy and save harmless the Depaimxe~t and the State of New York fi.om and against all losses fi.om clairm, demands, payments, suits, actions, recoveries andjudgtnents of every nature md description brought or recovered against it by reason of any omission or toffious act of thc Conla'actor, its agents, employees; suppliers or subcontractors in thc performance of this contract- The Department and the State of New York troy retain such monies from the Mllouot due Contractor as may be necessary to satisfy any claim for 'damages, costs and the like, which is asserted against the Department and/or the State of New York. (D An organizational conflict of interest exists when the nature of the work to be peri'om)ed under t tis conlxact may, without some restriction on furore activities, impair or appear to maPaxr ,he Contractor's objectivsty in pcfformhag the work for the Department. (2) The Contractor agrees that if an actual, or potential organiza~onal conflict of interest is discovered at arty ume after award~ whet'~er before or duringperformance, the Contractor will imtoediatcly make a full disclosure in writing to the Department. This disclosure shall include a description of actions wkich the Contractor has taken or proposes m take, alter consultation ~x ith the Department, to avoid, mitigate, or minimize the actual or potential conflict (3) To the extent that thc work under this contract requires access to personal, proprietary or confidential business or financial data of peru, ms or other companies, ,and as long as such data retoalns proprietary or confidential, the Contractor shall protect such data from tmanthorized usc and diaclusttre and agrees no t to use it to compete with such companies. lb) PersonalConflict ofhlteres_t: Thc following provisi,ms w/th regard to management or professional level emplo ~'ee pemonnel perl'oHm,g under this contract shall apply u uti! thc earlier of the temaination date of the affected employee(s) or the duratinn of the contract App. B 4/17/00 Page (I) (2) (3) (4) A personal core. ct of intcmat is defined ~ a relationship of an employee, subcontractor eraployee, or consultant with an entity that may hi:pair or appear to impair the objectivity of the employee, subcon~actor employee, or consultant in performing the contract work. The Contractor agrees to notify the Department mamediately of any actual, or potential personal conflict of interest ,aqth regard to any such person working on or having access to /n£ormation regarding this conlT,qct, g~s soon ms Con~ractor becomes aware of such cortflict. Tile Departrnenl will notify the Contractor of the approp~at¢ action to be taken. The Contractor agrce~ to advise all mn n agement or professional level employees involved in the work of this contxacr, that they must report any pm'sonal conflicts of interest to the Contractor. The Contractor must then adx4se the Department which will advise the Conlractor of the appropriate action to bc taken. Unless waivcd by the Department, the Contractor shall certify annually that, to the best of thc Contractor's knowledge and belief, all actual, apparent or potent/al comqicrs of interest, both personal and organizational, as defined herein, have been reported to the Departmcmt Such certification must be signed by a senior executive of the Contractor and submitted in accordance with i~stmctions provided by the DepartmenT. Along with the annual certification, the Contractor shall also submit an update of any changes in any conflict o flnterest plan submittedwith its proposal for this contract. The iafitial certification shall cover the one-year period fromthe date ofcontxact award, and all subsequent certitlcations shall cover soccessive annual periods thereafter. The ccrt/ficafion is to be anbmitted no later than 45 days after the close of the previous certification period covered. In performing this contract, the Contractor recogniTes that its employees may have access to dam, either provided by the Dcpartmeat or fo:st generated during contr'act perforce, of a .sensitive nature which should not be released without Dcparmaent approval. If this situation occurs, the Contractor agrees to obtain confiden~ality agreements from all affected employees working on requirements under this contract including subcontractors and consultants. Such agreements shall conta/n provisions which App. B 4/17/00 stipulate that each employee agrees not to disclose, eitbe~ whole or in part, to any enttty external to the DcpartmenL Department of Hca.th or the New York State Department of Law, aoy information or data provided by the Deparm~:nt or first generated by the Contractor undar tiffs contract, any site-specific cost information, or any enforcement strategy without fkst obtain Jug the written permission of rite Departmcmt_ 17 a Contractor, through an employee or ofiaerwisc is subpoenaed to testify or produce documents, which could result in such disclosttre, ~he Contractor must provide immediate advar.ce notification to the Department so that the Departraent can authorize such disclosure or hz ye the opportunity to take action to prevent such disclosure. Such agreements shall be effectve for thc life of the contract and for a period of £ ve (5) yeats after completion of the contract. (C) Remedie~ - The Department may terminate tm contract in whole or m part, if it deems such terr~nalmn necessaryto avoid an organizational or personal conflic~ of interest, or aa unauthorized disclosttre of information. If the Contractor fails to make required disclosures or misrepresents relevant informatiort to the Depa~anent, :he Dcpa.rtmealt olay terminate the contract, or pursue stteh other rcmedies as may be permitted by the terms of Cla2me I of tiffs Appendix or other applicable provisions of this contract regarding termination. (d) The Contractor will be inelig/ble to make a proposa t or bid on a contract for which the Contractor has developed the statement of work or the sohcitafion package (e) The Contractor agrees to insert in each subeontrac: or consultant agreement placed hereunder (except for subcontracts or consultant agreements tbr well drilling, fence erecting, plumbing, utility hookups, security go~d services, or electrical serWccs) provisions which shall conform substantially to the la, gauge of this clat~se? including this paragraph (e), unless otherwise authorL'ed by the Department. If this is a contract for work related to action at an inactive hazardous waste site, the roliowing paragr:~ph shall apply to those Contractors whose work requires the application of professional judgmeut: It do~q aot apply to construction contracts. DSH31 (f) Due to the scope and nature of this con~racg the Con~ractor shall observe the £ollowing restrictious on ftrmre hazardous waste site contracting for the duration of thc (4) Thc Contractor, during the life of the work assigx~ment and for a period of three (3) years after the completion of' the work assignment, agrees not to enter into a contract with or lo represent ally party with respect to any work relating to rcmcffial activities or work pertaiinng to a site where thc Contxactor previously performed work for the Depar~ncnt under this contract without the prior wxi~en approval of thc Department, (5) The Contractor agrees in advance that if any bids/proposals arc submitted for any work for a third proxy that would rcquke writlen approval of the Deparm~ent prier to entering into a contract because of the restrictions of this clause, then the bids/proposals are submitted at th~ Contractor's o-am risk, and no claim shah be made against the Department to recover bid/proposal costs as a direct cost whether thc request for authorization to enter into the contract is denied or approved. IV. Requests for Payment: All requests for payment by the Contrac tot must be submitted on forms supplied and approved by the Department_ Each payment request must contain such items of information and supporting doenmcntation as are required by the Department~ and shall be all-inclusive for the period of time covered by the payment request. V, Compliance with Federal Requirements: To the extent that federal funds are provided to the Contractor or l~sed in paying the Contractor under tl~s contract, ~c Con~ctor a~ees ~at it ~]l comply ~ ~1 app~hle federal laws ~d re~atio~, ~ciud~g but not l~ted to ~ose la~ and rogations xmder w~ch ~e Fed~al f~ds were auto.ed. ~e Con.actor ~her a~ to ~e~ ~ ~y subcon~act hcre~d~, prov~io~ which shall confo~ subs~fiaEy to ~c lan~age of ~s clause. VI. Independent Contractor: The Contractor shall have the status of an independent contractor. Accordingly, the Contrac'or agrees that it will conduct itself in a maxmer consist~nt with suer status, and that it will neither hold itself out ~s, nor claim to be. an officer or employee of the Department by reason of this con'wact. It fUrther a~ees that it will ~ot mnke any claim, denmnd or application to the Depamr~..m for any right or privilege applicable to an officer or employee of the Department, includh~g but not limited to work*frs compensation coverage, tmemployment insurar cc benefits, social security coverage, or retirement membership or credit. VII Article 15-A Requirements: The temps contained in this clause shall have de£mitious as given in, end shall be consmted accordkng to the intent of Article 15-A of thc Exccutive Law, $ NYC]LR Part 140. et. seq., Article 52 of thc Enviranme~tal Conservation Law and 6 NYCRR part 615, et. seq., as applicable, and a.uy goals established by this clause :tre subject to the intent of such laws and regulations. (a) If the maxinlum contract price herein equals or exceeds $25,000, and ~ contract is for labor, services, supplies, equipment, or materials; or (b) If the ma×imum contract price herein equals or exceeds $100,000 and this contract is for the acquisiti.m, construction, demolit4on, replaccmem, major repair or renovation of real property and improvements thereon; then (c) The af£n'mative action provisions and equal employment opportunity provisions containcd in lhis paragraph and paragraphs (d) end (e) of this clamsc shall be appllcable within thc limitations established by Executive Law .~§312 and 313 and the avplicabIe (i) (2) The Contractor ts required to make good f~ ith efforts to subcontract at least 21.5% of thc do .lar value of this contract to Minority O~mtcd Business Enterprises (MBEs) and at least 13.7% of such value to Women Ovmcd Business Enterprises (WB£s). The Contractor is required to make good fiLith efforts to employ or contractually require any Subeonltactor with whom it contracts to red,kc good faith efform to c-mploy minority group member~ for at least 10.0% et; and women fo r at lea.st 10.0% of, the workforce hours rcqinred to perform the work under this contract. App. B 4/17/00 Page 3 DSH~ (3) 'Pm ConWactor is required to make good faith ell'oils to solicit tide meaningful participation by cnt~:rpris~s identified in the NYS Directory of C:.rfificd Businesses provided by:. Empire State Developmcnt Corp. Div. Minority & Women's Business Develop. 30 South Pearl S~'eet Albany, New York 12245 Phone: (518) 292-5250 Fax: (518) 292-5803 and Empire State Developrncmt Corp. 633 ThRd Avenue New York, NY 10017 Phone: (212) 803-2414 Fax: (212) 803-3223 internet: www.empire.statc_ny.u~\csd.hun (d) The Contractor agrees to include the provisions sct forth in paragraphs (al, (b) and (el above and paragraphs (al, Co), and (c) of clause 12 of Appendix A in every subconwact in such a manner that the provisions will be binding upon each Subcontractor as to work under such subcontract For the purpose of this paragraph, a "subcontract" shall mean an agreement providing for a total expenditure in excess of $25,000 l%r the eonsmmtion, dernolltion~ replacement, major repair, renovation, pla,~nln g or d~igo of real property and improvements thereon in which a portion of the Contractor's obligation under a State conlrant is undertaken or assumed. (el The Contractor is mquh:ed to make good faith efforts to utilize the NfBE/WBEs idmafific~ in the utilization plan to the extent indicated in such plan, and othcx'wise to implement it according to its terms. The Contractor is requested to report on such implementa~:ion periodically as provided by the conWact, or annually, whichever is more frequent. VIII. Compliance with Applicable Laws: (al Prior to the commencement of arty work unde~ this contract, the Contractor is required to meet all legal requirements necessary in the performance of the contract. This includes but is not limited to compliance with all applicable federal, state and local laws and regulations promulgated theremader. It is the Contractors responsibility to obtain any necesaarypermlts, or other authorizatiom. By si~vnln g tlm conl~:act, the Contractor affirmat/vely represents that it has complied xvith said laws, unless it advises the Departmwnt othemdse, in wrking. The Department signs this contract in reliance upon this representation_ 009 ('b) During the term of this contract, and any extensJcus thercof, thc Contractor mu~t ~,,,atin in compliance with said laws. A failure to nobly the Department of noncompliance of which the Conlxactor was or shotdd have been aware, may be considered a material breach of tbJ3 conlxact IX. Dispute Resolution; The parties agree to thc following steps, or ~s many as are necessary to resolve disputes between ~he Deparlment and the Court-actor. (al The Contractor specifically agrees to submit, in 'he first instance, any dispute relating to th/s contract to he designated individual, who shall render a written decismn and furnish a copy thereof to thc Contractor. The Cuntmctor must request such decision in writing no more th~n fifteen days after it knea or should have known of the facts which are '~ae basis of the dispute. (2) The decision of the designated individual shall be the final agency d~crmlnation, unless ;he Contractor fries a wfiUen appeal of that decis on with the designated appeal individual ("DAF') within twenty days of receipt of that decision. (b) Upon receipt of the written appeal, the DAf, will review the record and decision. Following divisional procedures in effect at that time, the DAI will take om of the following actions, with written notice to the Contrao or. (1) Remand the matter to the program staff for fmxher negotiation or information if it is determined that the matter is not ripe for revi~:w; or (2) Determine that there is no need for further action, and that the determination of the dcsigosted individual is confirmed; or (3) Make a determination on the record as it cxis ts. (c) The decision of the DA/shall be the final agency decision unless the Contractor files a written appeal or,hat decision with the Chair o ftbe Conmact Review Comtm:tee ("CRC") within twenty days of receipt of that decision. kpp. B 4/17/00 Page 4 The d~signated individual to hoax ~apute~ is: Department of Environmental Conservanon Division of Solid & Hazardous Materials William C. Coldcn, P.E., Bureau Director Bureau of Waste Reduction & Recycling 625 Broadway Albany, NY 12233-7253 Telephone: (518) 402-8678 The designated appeal individual to review decisions is: Department of En,Aronmental Conservation Division of Solid & Hazardous Materials David A. Blackman, Assistant Director 625 Broadway Albany, NY 12233-7250 Telephone: (518) 402-8711 The Chair of the Contract Review Cormm~ee is: Deparmuent of Envii'onmental Conservation Richard IC Randles, Chair Contract Review Committee 625 Broadway Albany, NY 12233-5010 Telephone: (518) 402-9237 (d) Upon receipt of the written appeal, the Chair of the CRC, in consultation with the nmmbers of thc CRC and the Office of General Counsel, will take one of the following actions, or a combination thereof, with written notice to the Conlxactor. (l) Remand the matter to program staff for additional fact finding, negotiation, or other appropriate action; or (2) Adopt the decision of the DAI; or (3) Consider the matter for review by thc CRC in accordance with its procedures. (e) Following a decision to proceed pursuant to (d) 3. above, the Ch= of the CRC shall convene a proceeding m accordance with the CRC's established conWact dispute resolution guidelines. The proceeding will provide the Contractor with au opportunity to bc heard. (0 Followh~g a decision pmmuant to (d) 2 or (d) 3, the CRC shall make a written recommendation to the Assistant Commlssioner for A dminisWation who shall render the £m al agency determination. (g) At any nme dUnng the dispute resohition process, a ad aport inutual a~eement of the parties, the Office of Hearings and Mediation Services (OI-IMS) may bc requested to provide mediation services or oiler appropriate means to assist in resolving the dispute Any findings or recommendations made by the OHMS xmll ~ot be binding on either party. (h) Final agency determinations shall be subject to rcvi~:w only pursuant to Article 78 of the Civil Practice Law a nd Rules. (i) Pending final determination of a dispute hereunder, ~he Contractor shall proceed diligently with the performar ce of the Conttact in accordance w/th the decision of ~he designated Lvdividual Nothing m this Con~amct shall be construed as making final the decision of ~ny administrative o£llcer upon a question o£ law. 6)(1) No'e,vith~anding the foregoing, at the option of the Contractor, the following shall be subjec~ to review by the CRC: Disputes arising un,let Article 15~A of the Executive Law (Minority znd Women Owned Business participation), :he Department's determination with respect to the adequacy of the Contractor's Utilization Plan or the Contractor's showing of good faith effort~, to comply therewith~ A request for a review bef )re the CRC should bc made, in writing, witma twcnaty days of receipt of the Depatlment's determination. (2) The CRC will promptly convene a rewcw in accordance with Article 15-A of the Execulivc Law and the regulations promulgated thereumter. X. Labor Law Provisions: (a) When applicable, the Contractor shall post, iu a location designated by the Deparcment, a copy of the Ix ew York State Department of Labor schedules of prevailing wages and supplements for this p~'oject, a copy of all determinatioiLs of such schedules for the project, the Workers' Compcmsation Law Section 5t notice, all other notices required by law to be posted at the site, the Department of Labor notice that this project is a public work project on which each worker is entitled to rective the prevailing wages and supplements for their ocenpar~on, and ali othcr notices which the Dc'pertinent directs thc Contractor to post. The Contractor shall provide a surl ~ce tbr such notices which is satisfactory 'co tile Dcpartmmt. The CanWactor shall maintain such notices in a leg.hie manner and shall replace any notice or schedule which is damaged, defaced, illegible or removed for ,'my rea.on Contractor shall post such notices before commencing avy work on the site and shall maintain such notices mlti all work on the site is complete. App. B 4/17/00 Page 5 DSH31 Co) When appropriate, contractor shall distribute to each worker for this Contract a notice, in a form pray/dod by the Departmer% that this project is a public work project on which eacl~ xvorkcr is entitled to receive the prevailing wage and supplements for the occupation at which be or she is working. Worker includes employees of Contractor and all Subcontractors and all employees of suppliers entering the site. Such notice shall be dislribu~d to each worker before they start performing any work of this contract. At die time of distribution, Contractor shall have each worker sign a statement, in a formprovided by the Department, certifying that the worker has received the notice required by this section, which signed statement shall be maintained with the payroll records required by the following paragraph (c)- (c) Contractor shall maintain on the site the origimal certified payrolls or certified transcripts thereof which Contractor and all of its Subcontractors are required to maintain purSuam to the New York Labor Law Section 220. Contractor shall maintain with the payrolls or transcripts thereof, the statements signed by each worker pursuant to paragraph Co). (d) Within thirty days of issuance of the fast payroll, and every thirty days thereafter, the Contractor and ever7 subcontractor muSt submit a transcript of the original payroll to the Department wkich transcr/pt must be subscribed and affkrmed as tmc trader penalty of perjury. XI. Offset: I~ accordance with State Law, the Dcpam~ent has the authority to administratively offs~ any monies due it from the Contractor, fi-ore payments due to the ConWactor under this contract. The Depot may also (a) assess interest or late payment charges, and collection fees, if applicable; Co) charge a fee for any dishonored check; (c) refuse to renew certain licenses and permits_ XII. Tax Exemption: XiV. Equipment: At~y equipment purchased with funds provided reader this contract, shall remain the property of Department, unless othelwise prov/dedin the contract. ~I he Contractor shall be liable for all costs for maintalnlng l he property in good, usable condition. It shall be returned to the Deparl~ent upon completion of the contract, in such condition, unless the Dcpment elects to sell the cqnipreent to the Contractor, upon mutually agreeable ,amy invention or discovery fLr~t reade in performance of this Contract shall be the prop~ty of 'he Department, tmless otherwise provided in the contract. ]lie Contractor agrees to provide the Depam-nent with any and all materials related to this properly. At the Departrner~t's option, the Contractor may be granted a non.<xclusive license. XVL Patent and Copyright Protection: If any patented or copyrighted matcTial is involved in or results irate thc performance of this Con!xact, this Article shall apply. (a) The Contractor shall, at its expense, defend any :.tilt inst/mted against the Department and indernnit~ the Department against any award of damages and costs mtde against the Department by a £mal judgment of a corm of last resort based on the claim that any of the products, se'rvices or consumable supplies furnished by the Contractor trader this Covtract infringes any pattmt, copyright or other proprietary fight; provided the Department gives thc Contractor: (1) prompt written notice of any action, claim or threat of infringement suit, or other suit, and Pursuant to Tax Law Section 1116, thc State is excmapt from sales and use taxes. A standard state voucher is sufficient evidence thereof, For t%deral excise taxes, New York's registration Nmnber 14740026K covers tax-free transactions undc~ the Internal Revenue Code. XXII. Litigation Support: In the event that the Departraeut becomes involved in litigation related to the subject matter of this contract, the Contractor agrees to provide background support and other litigation support, including but not limited to depositions, appearances, and testimony. Compensation will be negotiated and based on rates estabUshed in file contract, or as may othezwise be provided ia the contract. App. B 4/17/00 (2) the oppommity to take over, settle or defend s]ch action at the Contractor's sole expanse, and (3) all available reformation, assistance and authority necessary to the action, at thc Contractor's ~olc expense. The Contractor shall control thc defense of any such ,-nit, including appeals, and all negotiations to effect settlem ~nt, bat shall keep the Department fully in.forn~ed concerting the progress of che litigation. Co) If thc use of any item(s) or parts thereof is held to infringe a patent or copyright and itu use is enjoined, or Contmctorbelinves it ;v~lI be enjoined, the ConWactor $ hall have the righl, at its election and expense to take action in thc following order of precedence: Page 6 11/19/01 ~ON 13:36 FAX 518 402 1605 DSH~ ~012 procure for the Deparmaent the right to continue using the same item or parts thereof; (2) modify the same so that it becomes non-infringing and of at least the same quality and performance; (3) replace the item(a) or parts thereof with non- infringdng items of at least the same quality and performance; (4) if none of the above remedies are available, discontinue its use and eJiminate any fiature charges or royalties pertaining thereto. The Contractor will buy back the infringing product(s) at the State's book value, or in thc event ora Icasc, the parties shall terminate the lease. discontinuation or elimination results in the Contractor not being able to perform the Contract, the Contract shall be terminated. (c) In the event that an action at law or in equity is commenced against the Department arising out of a claim that thc Daparm~cnt's usc of any item or material puxsuam to or resulting fi.om this Contract infringes any patcmt, copyright or proprietary ~/ght, and such action is forwarded by the Deparmaent to the Contractor for defense and indemnification pursuant to this Ardcle, the Department shall copy all pleadings and documents forwarded to the Contractor together with the forwarding correspond ence and a copy of this Contract to the Office of the Attorney General of the State of New York. if upon receipt of such request for defense, or at any time thereafter, the Contractor is of the opinion that the allegations in such action, in whole or ia part, are not covered by the indenmification set forth in this Article, the Contractor shall immediately notify the Department and thc Office of the Attorney General of the State of Nc~v York in wrking and shall specify to what extent the CunUactor believes it is and is not obligated to defend and indemmfy under the terms and conditions of this Contract. The Contractor shall in such event protect the interests of the Department and State of New York and secure a continuance to permit the State of New York to appear and defend its interests ia cooperation with Contractor as is appropriate, including any jurisdictional defenses wbkh the Depamuent and State shall have. (d) The Contractor shall, however, have no liability to thc Department under this Article if any infringement is based upon or arises out of: (1) compliance with designs, plans, or specifications furnished by or on behalf of the Department as to the items; (2) alterations of thc itznzs by the Department; (3) failure of the Depara-aent to use updated items provided by the Conlxacmr for avoidh~g infringement;, (4) use of items in combination w/th apparatus or devices not delivered by the Contractor; (5) use of items in a manner for which the same were neither designed nor contemplated; or (6) a patent or copyright in wh;ch the Department or any affiliate or subsidiary of the App. B 4/17/00 Page 7 D apartment has any direct or indirect interest by license or other~vise. (c) Thc foregoing states the Contractor's entire liability for, or resulting fi.om, patent or copyright infringement or claim thereof. XVII. Force Majeure: The term Force Majeure shall include acts of God, work stoppages due to labor disputcs or strikes, fir,~s, explosions, epidemics, riots, war rebellion, sabotage or thc like. Ifa failure of or delay in performance by either p~y results from thc occurrence of a Force Majeure event, the delay shall be excused and the time for pcffomamce extended by a period equivalent to the time lost because of the Force mai cure event, if and to the extent that: (a) The delay or failure was beyond the control of the pa t7 affected and not due to it~ thult or negligence; and (b) The delay or faille was not extended because oflhe affected party's failure to use all reasonable diligence to overcome the obstacle or to resume performance munediately after such obstacle was overcome; and (c) The affected parry provides nonce withiu (5) days of the onset of the event, that k is involdag the protection of th/s provision. XVI~. Freedom of Informatlon RequastS: The Contractor agrees to provide the Dapara~ mt with any records which must be released in order re comply with a request pursuant to the Freedom of lnfommtion Law. The Department will provide the contractor with aa opportunity to identify nmterial which may be protected from release and to support its positi~m- Precedence: In tile event ora conflict betwecn the terms o ft~xls Appendix B and the terms of the Contract (including any and all attachments thereto and amendments thereof, I,m not including Appendix A). the terms of this Appendb B shall control. In the event of a conflict between the terms of tkis Appendix B, and the ternxs of Appendix A, ~he tcxrm o£ Appcmdix A shall control. J.!/l~/Ul Y'J~ l'J:4! I"AX .51,5 ~i02 1605 .')SHS! ~]001 O~ O O O QUALIFICATION OF BIDDERS SOLID WASTE DISTRICT TOWN OFSOUTHOLD NEW YORK The Owner may make such investigations as the Owner deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Owner all information and data required by the Owner, including complete financial data, within the time and in the form and manner required by the Owner. The Owner reserves the right to reject any bid if the evidence required by the Owner is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Owner that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. At the discretion of the Owner, the Bidder may be required to complete and submit the enclosed New York State Uniform Contracting Questionnaire to assist in determining the Bidder's qualifications. The following is a list showing the name of the owner, location, date of construction, general description of work, and amount of projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of three such projects). QB - 1 of 3 QUALIFICATION OF BIDDERS (CONT'D.) Proiect No. 1 Owner: Contact Name and Phone Number: Location: . General Description: Contract Amount: Project No. 2 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Proiect No. 3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: QB - 2 of 3 I~/~ C~U ~ QUALIFICATION OF BIDDERS (CONTD.) Proiect No. 4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Project No. 5 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: The Owner reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER BIDDER NAME: PREPARED BY: SIGNED BY: TITLE: NOTE: THIS FORM MUST BE COMPLETED BY BIDDER T:\2001jobs\SOHT 01 01 \bidderqual0130.doc QB - 3 of 3 .< Z Z r.~ Z Z Z Z Z © LIST OF SUBCONTRACTORS SOLID WASTE DISTRICT TOWN OFSOUTHOLD NEW YORK Bidders shall submit to the Board the names of the Subcontractors which the Bidder proposes to use on the project. The Board reserves the right to disapprove the use of any proposed subcontractor and in such event the Bidder shall submit the name of another Subcontractor in the like manner and in the time specified by the Board. Such disapproval shall not result in additional costs to the Board. The Board reserves the right to reject any bid if the name of the proposed Subcontractors, or additional subcontractor information, is not submitted as required. The Contractor shall not make subcontracts totaling a dollar amount which is more than 70% of the total contract price. The Board may, at its own discretion, in writing, modify these requirements where the Board determines it is in the best interest of the Board. Subcontractor Name: Type of Work: O~ her Contact Name Phone Number Location Contract Amount SOHT 01-01 SCL- 1 of 3 I~ ~2 [~(~ cd 7' LIST OF SUBCONTRACTORS (CONT'D.) Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SCL - 2 of 3 LIST OF SUBCONTRACTORS (CONTD.) Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount NOTE: THIS FORM MUST BE COMPLETED BY BIDDER T:\199ZIOBSX. lRSB9705~S PECS\SUBLIST.doc SCL - 3 of 3 PROPOSAL TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW YORK, acting for and on behalf of the SOLID WASTE DISTRICT. BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or persons interested in this bid or proposal as principal or principals is or are named herein; and that no other person than herein named has any interest in this proposal or in the contract proposed to be taken; that this bid or proposal is made without any connections with any other person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all respects fair and without collusion or fraud; that it has examined the site of the work, the Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders, Information for Bidders and General Conditions hereto attached and fully understands all the same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all the work required in accordance with the Plans and as mentioned in said foregoing Information for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will accept in full payment therefor the following sums to wit: SOHT 01-01 P-A PROPOSAL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BASE BID SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. The undersigned further understands and agrees that he is to furnish all labor, material, equipment, permits, supplies and other facilities necessary and required for the execution and completion of: YARD WASTE COMPOSTING FACILITY TOWN OF SOUTHOLD PROJECT NO SOHT 01-01 in strict accordance with the contract documents for: ITEM I - FURNISH AND INSTALL SUBBASE FOR YARD WASTE COMPOST1NG FACILITY LUMP SUM UNIT PRICES DOLLARS ($ ) The Contract shall include unit prices as herein stated. Should the amount of work required by Contract Documents be increased or decreased, the undersigned agrees the following unit prices shall be used as a basis for computing the cost to the Owner, as the case may be, for such increases or decreases in the work. The listed unit prices shall also be used for determining the value of quantities included in the specifications. Prices shall be on the basis for furnishing all labor, material, equipment and other related items necessary for completion of work (in place). The quoted figure shall include the Contractor's overhead and profit. The Owner/Engineer hereby reserves thc right to order any addition or deduction of materials on the basis of unit cost figures quoted. SOH'T 01-01 P~B 1 of 3 11/28/2001 12:08 FAX 6316944122 H2~ GROUP RECEIVED NO\/ 2 9 2"~! PROPOSAL TOWN OF SOUTHOLD SLrFFOLK COUNTY, NEW YORK BASE BID $outhold Town Cleft, SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. [~ 007/007 The undersigned further understands and agrees that he is to furnish all labor, material, equipment, permits, supplies and other facilities necessary and required for the execution and completion of: YARD WASTE COMPOSTING FACILITY TOWN OF SOUTHOLD PROJECT NO SOHT 01-01 in strict accordance with the contract documents for: ITEM 1 - FURNISH AND INSTALL SUBBASE FOR YARD WASTE COMPOSTING FACILITY SOURCE OF RECYCLED CONCRETE AGGREGATE BASE COURSE MATERIAL COMPANY NAME ADDRESS _ UNIT PRICES The Contract shall include unit prices as herein stated. Should the amount of work required by Contract Documents be increased or decreased, the undersigned agrees the following unit prices shall be used as a basis for computing the cost to the Owner, as the case may be, for such increases or decreases in the work. The listed unit prices shall also be used for determining the value of quantities included in the specifications. Prices shall be on the basis for furnishing all labor, material, equipment and other related items necessary for completion of work (in place). The quoted figure shall include the Contractor's overhead and profit. The Owner/Engineer hereby reserves the right to order any addition or deduction of materials on the basis of unit cost figures quoted. SOHT 01-01 P-B I of 3 RECEIVED PROPOSAL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Southold Town Chr[ SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. CATEGORY ADDITIONS/DEDUCTIONS 1. 10" 0 Drainage piping (10' Burial Depth) $ ~ 70~//,.I~ _per lin. Ft. 2. Excavation of Unsuitable Material $ I (~ e~ _per cubic yard 3. Additional Backfill Material $ ~ I ~ ~ .per cubic yard 4. Recycled Concrete Aggregate Base $ :~ '~.Z. ~ .per cubic yard 5. Geotextile $ I,~--~ .per square yard ALL WORK SHALL COMMENCE WITHIN TEN (10) CONSECUTIVE CALENDAR DAYS AFTER NOTICE TO PROCEED. THE BOARD HEREBY RESERVES THE RIGHT TO SELECT INDIVIDUAL BID ITEMS, THE TOTAL BID OR REJECT A BID IF A CONTRACTOR'S STATED LUMP SUM PRICES OR UNIT PRICES ARE EVALUATED AS UNREASONABLE. THE BOARD ALSO RESERVES THE RIGHT TO VOID THIS CONTRACT AFTER FIFTEEN DAYS NOTICE. ALL WORK SHALL BE COMPLETED WITHIN NINETY (90) CONSECUTIVE CALENDAR DAYS (SATURDAYS, SUNDAYS AND HOLIDAYS INCLUDED) FROM THE DATE OF SIGNING OF THE CONTRACT. IF THE CONTRACTOR DOES NOT COMPLETE THE WORK FOR THE YARD WASTE COMPOSTING FACILITY WITHIN THE TIME FRAME DETAILED, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE AMOUNT OF THREE HUNDRED F1FI'Y DOLLARS ($350.00) PER DAY FOR EACH AND EVERY CALENDAR DAY. P-B - 2 of 3 ROPOSAL TOWN OFSOUTHOLD SUFFOLK COUNTY, NEW YORK SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BiD DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED CONTRACTOR: ._It.. mr".¢ .,'~cc/'c-'({~ £ do. /',c. ADDRESS: SIGNED BY: TITLE: DATE: .//oa. P-~/, 2~'o~ FEDERAL ID NO. OR SOCIAL SECURITY NO.: TELEPHONE NO: BUSINESS: _~/1,- ).,o/--5_ '~ ~'o o EMERGENCY: SOHT01-01 P-B 3 of 3 PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within ten (10) days (Saturdays and Sundays excepted) after due notice from the TOWN OF SOUTHOLD, that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within ten (10) days after due notice from the Town Board that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and]or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town of Southold shall (at the option of said Board) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER .~ BUSINESS ADDRESS OF BIDDER: DATED AT: ~ THE TM DAY OF SOHT 01-01 P-C PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE By submission of this bid, each bidder and each person signing on behalf of any bidder certifies; and, in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in this bid have been independently arrived at without collusion, consultation, communication or agreement with any other bidder or with any competitor for the purpose of restricting competition as to any matter relating to such prices; (b) Unless otherwise required by law, the prices which have been quoted in this bid or proposal have not been knowingly disclosed and will not be knowingly disclosed by the bidder, directly or indirectly, to any other bidder or competitor prior to the opening of the bids for this project; and (c) No attempt has been or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Southold, New York a Jo ~.~',~ {~-~...,'" Dated:_ 2.~,r 200_/ Respectfully submitted, FIRM ADDRESS: SIGNED BY: ~ TITLE ~ If this bidder cannot make the foregoing certification, a statement signed by the bidder is attached setting forth in detail the reasons therefor. Indicate if statement is attached: SOHT 01-01 P-D James McCullagh Co., Inc. 75 East Bethpage Road Plainview, NY 11803 Tel. (516) 293-8800 Fax (516) 293-8012 Name & Address William H. Doremus 310 Jericho Tpke. Jericho, NY 11753 Arthur G. Marvin 3 Ronald Court Port Jefferson, NY 11777 John W. Clukies, II, PE 18 Adelphi Drive Greenlawn, NY 11740 Michael S. Luger 19 Stuyvesant Oval, Apt. TC New York, NY 10009 William M. Heberer, Jr. 17 Oak Street Hicksville, NY 11801 Position/O[l~ce PRESIDENT EXECUTIVE VICE PRESIDENT / TREASURER VICE PRESIDENT VICE PRESIDENT SECRETARY GENERAL CONDITIONS 1. GENERAL CONDITIONS The "General Conditions" are hereby made a part of the Contract. Where any article of the General Conditions is supplemented hereby, the provisions of such article shall remain in effect. All the supplemental provisions shall be considered as added thereto. Where any such article is amended, voided or superseded thereby, the provisions of such article not so specifically amended, voided or superseded shall remain in effect. Work, materials, plant, labor and other requirements of the General Conditions shall be furnished by the contractor. No direct payment will be made for these General Conditions, and payment shall be deemed to be included in the Contract price or various items of the entire Contract. 2. CONTRACT DOCUMENTS The Contract Documents include, but am not limited to, the General Conditions, Technical Specifications, Plans, Proposal Form, Contract and other sections as either cited on the Index page(s) or actually included in the bound documents. Each section of the Contract Documents is intended to be complementary to the other sections. It is intended that they include all items of labor and materials and everything required and necessary to complete the work, even though some items of work or materials may not be particularly mentioned in every section or may have been inadvertently omitted from the Drawings or Specifications or both. 3. APPROVAL OF SUBCONTRACTORS AND MATERIALS Prior to commencing any work under this Contract, the contractor shall submit to the Engineer for approval a list of all the subcontractors and material suppliers it proposes to use for this Contract. No subcontractor or material supplier will be permitted to deliver materials or perform any work on this Contract until it has been approved by the Engineer. SOHT 01-01 GC- 1 of 6 GENERAL CONDITIONS 16. DAMAGES All damage, direct or indirect, of whatever nature resulting from either the performance of, or resulting to the work under, this Contract during its progress from whatever cause, shall be borne and sustained by the contractor, and all work shall be solely at his risk until the date of the final payment request. T:\1997JOBS~IRS B9705~SPECS\GC doc GC - 6 of 6 Iq~ Q' P~OUP SECTION 01110 - SUMMARY OF WORK PART I - GENERAL 1.01 - A. ABBREVIATED SUMMARY The purpose of the project is to provide a complete and operational installation for the Yard Waste Composting Facility for the Solid Waste District of the Town of Southold in the County of Suffolk. The Bidder has been provided with copies of all relevant construction contracts (plans only) whose work may directly effect and impact the work under this Contract. The Contractor shall provide a complete and operational system in anticipation of these effects and impacts. It is the Bidder's responsibility to investigate the work that may be performed by others and consider such in the preparation of the bid. This abbreviated summary is provided to acquaint the Bidder with the work. Briefly and without force and effect on the contract, the work covered by the Contract Documents for the project is summarized as follows: 1. Subgrade preparation, removal of excess excavated material, dewatering, and compaction, as necessary to install and construct the site improvements associated with the facility. 2. Site work including clearing, grubbing, erosion and drainage control, earth movement and grading. 3. Supports and bracing required to properly install all buried piping, manholes and geotextiles. 4. Installation of manholes, frames and covers for pipeline installation. 5. Site restoration work including repairs to access roadway. 6. All other work shown and specified within the Contract Documents. 7. Coordination with regulatory agencies, town officials and other contractors on site. 1.02 - CONTRACT DESCRIPTION The project is titled: Solid Waste District, Yard Waste Composting Facility. The Contract Documents indicate the work included in the Contract. Related requirements and conditions covered by the Contract Documents include, but are not limited to, the following: 1. Site safety in accordance with all applicable regulations. 2. Debris removal and cleaning up. SOHT 01-01 01110-1 14~ GF~©LJD SECTION 01110 - SUMMARY OF WORK (CONTD.) 3. Coordination with the Owner and other contractors who have been awarded work at the site by the Owner. 4. Coordination with utility companies necessary to schedule connection of services and to manage the installation of utilities. 5. Site utilization and management so as not to disrupt the Owner's ability to operate lhe existing facilities. 6. Sequence and schedule the construction so that new facilities come onqine as soon as possible. 7. Site utilization and management to allow others to perform work in conjunction with this project and to afford them equal opportunity to complete their contractual obligations with the Owner. 8. Product and equipment storage and handling requirements. 9. Project submittals, meetings, testing services, work plans, schedules, shop drawings, closeout documents, manuals, as-built drawings, and final commissioning of the work. The Owner has or will award other construction contracts associated with this project. These construction contracts are described in Section 01120. Work of all the contracts will coincide with work of this Contract. The Contractor shall coordinate the work, through the Engineer, as required to complete the project. The Bidder's anticipated schedule and work sequence may need to be revised, adjusted and otherwise changed to construct the project since other trades and contractors will be performing work closely interrelated with work under this contract. 1.03 - BRIEF PROCESS DESCRIPTION A. The following is a brief description of the process. It is not complete and is provided to acquaint the Bidder with the overall project. I. The site development will include the rough grading of the sub-base, installation of geotextile and placement of recycled concrete aggregate base course material as the final grade. B. The following is the sequence of work that is anticipated for this project: 1. Contractor to fine grade and compact subgrade, place geotextile and recycled concrete aggregate base course for northern portion of site (approximately 5 acres) Contractor to install access and egress roadways to composting site based on drawing details. Work to be completed in northern portion of site within thirty (30) calendar days of notice to proceed. 2. Contractor to fine grade and compact subgrade, place geotextile and recycled concrete aggregate base course for southern portion of site (approximately 5 acres). Contractor to install recharge basin at southwest comer of site based on 01110-2 SECTION 01110 - SUMMARY OF WORK (CONT'D.) design drawing location. Work to be completed on southern portion of site within thirty (30) calendar days of notice to proceed for southern portion of site. 1.04 - OWNER SUPPLIED PRODUCTS AND UTILITIES A. The Owner will not be supplying products, equipment, labor, tools, or materials for the project. B. The Owner will not pay for electrical usage for lighting and power tools. 1.05 - PROTECTION OF EXISTING WORKS A. Should the Contractor impair, halt, or otherwise hinder the operation of the Owner's facilities, the Owner wi]l take necessary measures to restore proper operations. The costs to restore plant or site operations will be deducted from payments due the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used T:\1997 JOBSXJ RSB9705\SPECS\01 110G DOC END OF SECTION 01110-3 SECTION 01120 - MULTIPLE CONTRACT SUMMARY PART 1 - GENERAL 1.01 - DESCRIPTION This Section provides an abbreviated summary of the work for the construction contracts associated with the Owner's program to construct the project. It is the Contractor's responsibility to investigate the scope of work that is to be performed by others concerning this project and to consider same in the preparation of the bid. Thc Specification format is also described herein. 1.02 - SCOPE OF WORK A. Furnish all labor, equipment, materials, and incidentals necessary to complete the work as required by the Contract Documents. The contractor shall coordinate the work of their contract with work by others on the adjacent landfill site. B. The scope of work for the project shall be as indicated in these Contract Documents. This Contractor shall be referred to as the "General Contractor"or Contractor (contractor). The scope of the work for the General Contractor as it relates to the various other contracts being let by the Owner is as summarized in Section 01110 - Summary of Work. C. The scope of work for the Landfill Cap Construction Contract shall be as indicated in the Contract Documents. This Contractor shall be referred to as thc "Landfill Contractor" similar wording. The scope of' the work for the Landfill Contractor, as it relates to thc various other contracts being let by the Owner, pnnc~pally consists of the following: 3. 4. 5. Regrading of landfill waste fill. Construction of landfill access roadway and perimeter security t'encing. Installation of leachate control perimeter piping and manholes. Installation of perimeter drainage system. Installation of landfill capping system. 1.03 - SPECIFICATION FORMAT A. The Specifications are generally arranged according to the Construction Specifications Institute (CSI) format. Most of the technical requirements are specified in the technical specifications of the document, which are grouped into sixteen (16) major divisions. Most of the legal and administrative requirements are included in the General Conditions, Information For Bidders and the Contract (agreement). B. Technical sections are arranged in numerical order, however section numbers may not be consecutive from section to section. Page numbenng is subordinate to each section. C. Most sections are generally broken down into three (3) paris: SOHT 01-01 01120-1 SECTION 01120 - MULTIPLE CONTRACT SUMMARY (CONT'D.) 1. PART I - GENERAL 2. PART 2 - PRODUCTS 3. PART 3 - EXECUTION All these parts may not be used and in some cases the title of some of the parts may be different than listed above. Paragraph numbers are subordinate to each part. The Contractor is advised that the format described here is flexible in nature. There is some overlapping of specified information between various portions of the Specifications. In all cases, the entire requirements of the Contract Documents shall apply. Explanations: 1. Many technical sections begin with a paragraph titled "SECTION INCLUDES" or "DESCRIPTION" or similar wording. In these paragraphs, a brief listing of the specified products may appear or a brief description of the work generally specified in that section is presented. These descriptions or listings are not all inclusive, but merely are provided as an aid in locating subject matter. In some cases special cost related items of work are called to the attention of the Contractor in these opening paragraphs. 2. "RELATED SECTIONS" or "RELATED WORK" or similar worded paragraphs list or reference related work specified elsewhere in the Contract Documents. Such listing is not all inclusive, rather, they are merely an aid to the Contractor in locating some of the other Specification Sections wherein work is specified which has a particularly close interrelationship with the work specified in that section. It shall be understood that all of the Work, and all of the Specifications and other portions of the Contract Documents, are interrelated, and that the total of all requirements set forth in all of the Contract Documents shall be met. Equipment suppliers and manufacturers shall be advised of the requirements for making submittals and delivering products, as specified in Division 1 sections, even if said sections are not referenced therein that section. 3. "REGULATORY REQUIREMENTS" or "REFERENCES" or similar wording paragraphs describe standards, laws, guidelines, regulations, and standards related to workmanship and installation of the products specified which shall be followed by the Contractor in completing the work specified therein that section as if it was written there in that section. All such requirements and references shall be latest issue in effect at the time of the bid opening. 4. When a "GUARANTEE" or "WARRANTY" paragraph appears in the section it is calling attention to a guarantee which extends beyond the period of the Contractor's Guarantee called for in the administrative portion of the Contract 01120-2 SECTION 01120 - MULTIPLE CONTRACT SUMMARY (CONT'D.) Documents or it states special requirements specific to the equipment, systems or products specified in that section. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION T:\200 I jobs\SOHT 0 l-0 I\01120G DO(? 01120-3 SECTION 01140 - WORK RESTRICTIONS PART1-GENERAL 1.01 - SUMMARY A. Contractor use of the site and buildings located on the project site. B. Contract requirements related to the sequencing and scheduling of the construction to maintain adequate access to the site. 1.02 - ACCESS TO THE SITE A. The Contractor shall use the only entrance to the site off County Road 48 B. The Owner intends to be a good neighbor. The Contractor shall not close any road for any period in time. C. Spills of soil, liquid, or any other material shall be immediately cleaned and removed fi'om the area. If in the course of importing fill or removing excess material it falls to the roadway surface, then the Contractor shall employ labor to remove it and otherwise return the roadway surface to a clean condition as soon as directed to do so by the Engineer. D. The Owner reserves the right to backcharge the Contractor for all costs associated with maintaining the grounds should the Contractor fail to maintain the site in a condition acceptable to the Owner. 1.03 - CONTRACTOR USE OF THE SITE A. Maintain the site in a safe condition throughout the construction period. Compliance with OSHA regulations and site safety shall be the responsibility of the Contractor as it relates to work of the Contract. B. Immediately repair or replace damage caused by construction operations, employees or equipment employed by the Contractor. If directed to do so by the Engineer, the Contractor shall immediately repair or replace such damaged property. Protect the physical structures at the site from damage. C. Refer to Section 01500 - Construction Facilities and Controls for minimum rubbish removal requirements. D. Construction Debris: The General Contractor is responsible for construction debris removal for all activities at the site including those of other prime contractors. E. Trash: The General Contractor shall provide labor, as required, to police the site to pick up all trash, regardless of who generated it, such as cups, wrappers, loose papers, boxes, cardboard, cans, and bottles. This requirement is specific to the General Contractor. F. Open fires will not be permitted on the site. SOHT 01-01 01140-1 SECTION 01140 - WORK RESTRICTIONS (CONT'D.) G. Do not discard or dispose of any solid or liquid waste on-site. Limit use of the site to the area(s) shown on the plans. Confine operations to permit others working on the site easy access to the process tankage, buildings and site utilities. 1. Employ erosion control measures to protect wetlands or streams located adjacent to the work as shown on the Drawings and as required by regulatory agencies and the Town of Southold. J. Keep all existing operations areas, driveways, roads, and parking areas free and clear of materials and equipment. Do not unreasonably encumber the site with materials and equipment. Confine stockpiling of excess excavated material, materials and equipment to areas designated by the Engineer. Locate storage sheds and trailers to areas designated by the Engineer. K. Remove excess excavated material or relocate to areas on the site requinng placement of fill as approved by the Engineer. L. Lock all automotive type vehicles when parked or unattended to prevent unauthorized use. Do not leave vehicles or equipment unattended with the motor running or the ignition key in place. 1.04 - A. 1.05 - A. CONTRACTOR'S WORKING HOURS The Contractor will be permitted to schedule working hours as follows: 7:00 AM to 5:00 PM Monday through Friday. Work on weekends and Owner holidays will not be permitted unless written approval is issued by the Owner. The Contractor shall pay all excess costs for inspection services provided by the Engineer for working beyond the times specified. CONTRACTOR USE OF PREMISES Promises, for the purpose of this Contract, shall mean the property and the landfill access roadways leading up to the yard waste compost facility. B. All physical work shall be confined to the area located inside the property. Install erosion control measures to supplement existing barrier inside the property line as shown on the Drawings and as specified elsewhere in these specifications in order to protect any wetlands in accordance with NYSDEC requirements. C. Do not unreasonably encumber the premises with materials and equipment. Do not store material in existing buildings. Store all equipment and materials to allow the Owner's employees to operate and maintain the existing equipment and systems safely. D. Confine premise storage areas to locations designated by the Engineer. Immediately repair or replace damaged facilities to the satisfaction of the Owner and to a condition that existed before the damage occurred as determined by pmconstruction photographs, or if photographs are unavailable, to that deemed by the Owner. 01140-2 SECTION 01140 - WORK RESTRICTIONS (CONT'D.) PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used T:\2001jobs\SOHT 01-01 \01140G DOC END OF SECTION 01140~3 SECTION 01290 - PAYMENT PROCEDURES PART 1 - GENERAL 1.01 - DESCRIPTION A. Work under this Section specifies the procedures used to process partial payments and procedure for issuance of Certificates of Substantial and Final Completiom 1.02 - RELATED SECTIONS A. Section 01295 - Schedule of Values 1.03 - TIME FOR COMPLETION A. Inasmuch as the provisions of the Contract relating to the time for performance and completion of the Work are for the purposes of enabling the Owner to proceed with the construction of a public improvement in accordance with a predetermined program, and inasmuch as failure to complete the Work within the period herein specified may result in damage or loss to the Owner, time is of the essence of the Contract. B. Time for completion of the Work shall be in accordance with that stipulated in the Contract or in the Proposal Forms. C. The date for completion will be calculated from the date shown on the Owner's Notice To Proceed. The Contractor shall prosecute the Work with diligence from day to day, and complete it at the time fixed. D. For the purpose of defining completion date, the Project will be considered complete when: all work covered by the Contract has been performed; all installations and equipment have been tested and are ready for permanent use; all as-built drawings, operation and maintenance manuals and other required documentation has been submitted and approved by the Engineer; and all warranties and bonds have been submitted in the specified form. Removal of the Contractor's plant and equipment and other minor adjustments, which do not prevent use of the Project, will not be a factor in establishing the completion date. E. Notwithstanding the foregoing, the Engineer will establish the date of substantial completion when the project is accepted and ready for operation, and no large or major items of work are as yet outstanding. At such time, the Engineer will issue a Certificate of Substantial Completion and a punchlist, itemizing the items of work remaining. The punchlist will include "minor" items only, as defined solely by the Engineer. Any prior punchlists, which include "major" or significant items, as defined by the Engineer, shall not be criteria in establishing the date of substantial completion. SOHT 01-01 01290-1 SECTION 01290 - PAYMENT PROCEDURES (CONT'D.) 1.04 - PARTIAL COMPENSATION A. At the Owner's discretion, the Contractor may receive compensation for materials, equipment, and products delivered to the site yet not installed providing: 1. A cancelled check or paid bill from the supplier is submitted to the Engineer indicating that the Contractor has paid the supplier for the material or equipment. 2. A certificate of insurance is provided specifically insunng the piece of equipment for full value in the event of loss, vandalism, fire, and act of God. 3. A bill of material is delivered to the Engineer at the time of delivery itemizing the subject material or equipment. 4. The Engineer has agreed to the pre-purchasing of the materials. B. Payment will be made for on-site material and/or equipment for 80% of the gross amount of the paid invoice. Provide proof that the invoice has been paid. This payment will be subject to the normal retainage of the partial estimate. C. The Contractor will not receive compensation for materials, equipment, and products stored in the Contractor's yard or shop. D. The Contractor will not receive compensation for material, equipment, and products stored on site if it has not been stored in accordance with the manufacturer's requirements and the requirements specified elsewhere within these specifications. E. Payment(s) made under this paragraph do(es) not relieve the Contractor from his/her responsibilities under the terms of this Contract. 1.05 - PAYMENT TO CONTRACTOR A. The Contractor shall submit with each and every voucher for payment for work completed under this Contract, a statement as to the amounts due and owing by the Contractor to labor, subcontractors and materialmen and a certificate relative to payments now due. All statements shall be signed by the Contractor's authorized representative and witnessed by a notary public. A Specimen of the required statement is attached and made a part of this Section of the Contract Documents. B. Certified payroll records shall also be submitted monthly in a form acceptable to the Engineer in accordance with standard accounting procedures. C. The Engineer will not process partial payment applications until the required documents are submitted in the prescribed form as may be discussed at the pre-construction conference or as may be required by the Owner. 01290-2 SECTION 01290 - PAYMENT PROCEDURES (CONTD.) 1.06 - SUBSTANTIAL AND FINAL CERTIFICATES A. Upon substantial completion of the Work and acceptance thereof by the Engineer and the Owner, and as soon thereafter as practicable, the Engineer will prepare a Certificate Substantial Completion, which will indicate the value o1' work performed and materials and equipment furnished, and the exact aggregate amount of the compensation to which the Contractor will become entitled under the terms of the Contract. B. Attached to the Certificate of Substantial Completion will be a punchlist, as stipvlated in Paragraph 1.03. The Engineer will calculate and itemize, in the Certificate of Suhstamial Completion, either: (a) two times the sum of money which, in the Engineer's opinion, would be necessary to expend if the Owner were to contract with others for the final completion of the work and satisfaction of all punchlist items; or (b) the sum of money represented in the Contractor's bid schedule or Schedule o1' Values for the punchlist items; whichever value is greater. C. This punchlist shall not be considered all-inclusive and any outstanding contract requirements discovered by the Owner or the Engineer shall be repaired, replaced and corrected prior to the final inspection. The Engineer shall provide written notice or' such additional outstanding work items. D. The Certificate of Substantial Completion will be submitted to the Owner and a copy furnished to the Contractor. Upon approval of the Certificate of Substantial Completion by the Owner, and as soon as practicable thereafter, the Owner will pay to the Contractor an amount equal to one hundred percent (100%) of the total compensation to which thc Contractor is entitled for the performance of the Contract, less the amount of prcvious payments, less the sum as stipulated under paragraph 1.06(B) above for remaining punchlist work. E. Upon issuance of the Certificate of Substantial Completion, the guarantee period shall commence for all work other than items represented on the punchlist. The maintenance period for punchlist items will begin upon issuance of the Final Certificate. F. Upon final completion of the Work in accordance with the Contract and acceptance thereof by the Engineer, and the Owner, and as soon thereafter as practicable, the Engineer will prepare a Final Certificate which will indicate the value of the work performed and materials and equipment furnished, and exact aggregate amount of the compensation to which the Contractor will become entitled under the terms of this Contract. G. The Final Certificate will be submitted to the Owner and a copy furnished to the Contractor. Upon approval of the Final Certificate by the Owner, and as soon as practicable thereafter, the Owner will pay the Contractor an amount equal to one hundred percent (100%) of the total compensation to which the Contractor is entitled for the performance of the Contract, less the amount of all previous payments. Thc issuance of the Final Certificate and payment in full to the Contractor shall be contingent and 01290-3 I~,~ CF~OL~P SECTION 01290 - PAYMENT PROCEDURES (CONTD.) 1.07 - A. 1.08 - A. B. 1.09 - A. conditioned upon submission by Contractor of a one (1) year Maintenance Bond in a form and issued by a surety acceptable to the Owner in its sole and absolute discretion. ACCEPTANCE OF FINAL CERTIFICATE The Contractor shall be conclusively deemed to have accepted the Final Certificate as a correct statement of the total liability of the Owner and of the compensation paid and to be paid to the Contractor by the Owner unless within seven (7) days after delivery of his copy of the Final Certificate to him, the Contractor shall return such copy to the Owner together with a statement of his objections to such certificate and of any claim for damages or compensation in excess of the amounts shown on the Certificate. The acceptance by the Contractor of the Final Certificate approved by the Owner shall constitute a release and shall discharge the Owner from all further claims by the Contractor arising out of or relating to the Contract, including but not limited to a release from all impact costs. RELEASE OF RETAINAGE & REINSPECTION OF WORK Retainage will be released in accordance with paragraph 1.04 through 1.07. Within one (1) year after the date of completion as determined by the Engineer, the Owner may make, or cause to be made, a minspection of the Work. If the Work is found satisfactory and in accordance with the Contract Documents, the Owner will approve the termination of the Contract. In the event the inspection discloses the existence of defects in the materials, equipment or workmanship or other noncompliance with the Contract Documents, the Contractor shall be required to immediately make good and rectify all defects. Any item of equipment that has failed to maintain the performance or other salient requirements of these specifications, shows undue wear, or other deleterious defects, will be considered defective. If the Contractor shall fail or neglect to satisfy the requirements of the Owner with respect to making the necessary corrections, then the Owner may proceed to have the work executed by others and the cost and expense thereof will be borne by the Contractor and his Sureties. Correction of defects and noncompliance and payment for such by the Contractor or his Sureties shall terminate the Contract and release all parties hereunder. SCOPE OF PAYMENTS The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all materials, labor, tools, and equipment and for performing all work contemplated and embraced under the Contract, also for all loss or damage arising out of the nature of the Work or from the action of the elements, or from any unforeseen difficulties or obstructions which may ar/se or be encountered during the prosecution of the Work, and for all risks of every description connected with the prosecution of the Work, until its final acceptance by the Owner, also for all expenses incurred by, or in 01290-4 SECTION 01290 - PAYMENT PROCEDURES (CONTD.) consequence of, the suspension or discontinuance of the said prosecution of the Work as herein specified, and for all actual or alleged infnngements of patent, trademark, or copyright, and for completing the Work and the whole hereof, in an acceptable manner, according to the Plans, Specifications, and other Contract Documents. The payment of any partial or final estimate shall in no way or in no degree prejudice or affect the obligation of the Contractor, at his own cost and expense, to renew or replace a}l detkcts and imperfections, or damages. The Engineer shall be the judge, and the said Contractor shall be liable to the Owner for failure so to do. 1.10 - RIGHT TO WITHHOLD PAYMENTS A. The Owner may withhold from the Contractor so much of any approved payments due him as may in the judgment of the Owner be necessary. B. To assure the payment of any lien, stop notice or claim filed with the Owner for work, labor or materials, done, performed, or delivered and used in the prosecution of the Work herein provided for (whether in strictly legal form or otherwise): 1. To protect the Owner from loss due to defective work not remedied or through any improper or defective machinery, implements or appliances used by the Contractor or for failure of the Contractor to fully comply with all requirements of the Contract; or 2. To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors, subcontractors, or others, caused by the act or neglect of the Contractor or any of his subcontractors. C. The Owner shall have the right as agent for the Contractor to apply any amounts so withheld in such manner as it may deem proper to satisfy such claims or secure such protection. Such application of such money shall be deemed payments for the account of the Contractor. D. Before release to the Contractor of any funds retained under this provision, the Contractor shall furnish satisfactory written evidence to the Owner that the claim or claims have been fully paid or satisfied. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01290-5 14~ GF~OUP SECTION 01290 - PAYMENT PROCEDURES (CONT'D.) SPECIMEN STATEMENTS AS TO AMOUNTS DUE AND OWING BY CONTRACTOR TO LABORERS, SUBCONTRACTORS AND MATERIALMEN. THIS DOCUMENT SHALL BE SUBMITTED WITH EACH AND EVERY VOUCHER. STATE OF ) ) COUNTY OF ) President of SS.: being duly sworn, deposes and say that he is the furnishing labor and materials in connection with a public improvement for the Main Pump Station project for work. That to his knowledge all laborers for daily or weekly wages employed by has been paid in full and to the best of his knowledge all laborers with daily or weekly wages employed by subcontractors of on such employment have been paid in full, except as follows: That to his knowledge, all subcontractors for labor and/or materials engaged by and material dealers engaged by it have been paid by it in the amount of money due them or not less than the amount paid by the Owner to the Contractor on account of their labor and/or materials in accordance with previous requisitions. This statement is made pursuant to all applicable provisions of the Labor Law of the State of New York. By: Note: The Contractor shall retype this document on company letterhead or use the form provided by the Owner. 01290-6 SECTION 01290 - PAYMENT PROCEDURES (CONTD.) STATE OF ) ) COUNTY OF ) SS.: being duly sworn, deposes and says that deponent is the President of the corporation named in the within action; that deponent has read the foregoing Statement and knows the contents thereof; and that the same is true to deponent's own knowledge, except as to the matters therein stated to be alleged upon information and belief and to those matters deployment believes it to be true. This verification is made by deponent because is a corporation. Deponent is an officer thereof, to-wit, its President. By: President Sworn to before me this day of · 20 Notary Public T:\1997JOBSXJRSB9705\SPECS\01290G.DOC END OF SECTION 01290-7 SECTION 01295 - SCHEDULE OF VALUES PART 1 - GENERAL 1.01 - SECTION INCLUDES A. The Contractor shall submit a Schedule of Values in accordance with the requirements contained herein. 1.02 - SCHEDULE A. The Contractor shall submit to the Engineer for approval prior to the start of the work under the Contract, a Schedule of Values showing a breakdown of the labor, materials and equipment and other costs used in the preparation of the bid. This schedule shall be in sufficient detail to indicate separate figures for such items as excavation, concrete, equipment and all other items making up the lump sum price. The cost breakdown shall be separately itemized for each lump sum bid item in the project. Where the cost breakdown includes items for bond payment, insurance payment, .job set- up, or job mobilization, these items will be equally prorated and paid for over the first 25% of the Contract period for which payment is otherwise due. C. This schedule shall be used in computing the periodic estimate that is issued monthly and as a basis for negotiations concerning any credits or extras that may arise during execution of the project. D. Submit a Schedule of Values to the Engineer for review within fifteen (15) calendar days from the date shown on the Notice to Proceed. 1.03 - FORM OF SUBMITTAL A. Submit typewritten Contract Cost BreaKdown on AIA Form G703 - Application and Certificate for Payment Continuation Sheet or El'CDC 1910-8-E. The Engineer reserves the right to revise the form or provide a form prepared by the Engineer. B. Use the Table of Contents of the Contract Specifications as a basis for format for listing costs of work for Sections under Divisions 1-16 as Sections apply to the work. Not all Sections need be assigned a breakout price as determined by the Engineer. C. Identify each line item with number and title as listed in Table of Contents. D. Provide dollar values for labor and material/equipment components for each category of work. E. List quantities of materials specified under unit price allowances. F. The Schedule of Values, after approval by the Engineer, shall be the basis for the Contractor's Application for Payment. The first Application for Payment will not be reviewed prior to an approved breakdown. SOHT 01-01 01295-1 SECTION 01295 - SCHEDULE OF VALUES (CONT'D.) 1.04 - PREPARATION OF CONTRACT COST BREAKDOWN A. In addition to the above, provide a separate line item cost for each of the following items: Performance and payment bonds (Submit proof of this amount.) 2. Insurance (Submit proof of this amount. 3. General conditions such as shop drawing submittals, coordination, safety program, progress meetings, etc. Mobilization 5. 6. 7. 8. Dewatering Temporary facilities and controls Rubbish removal Construction photographs (Submit proof of this amount.) 9. Preparing set of record drawings. Include the cash amount stipulated in Section 01785, paragraph 1.04(B) as a minimum. 10. Final cleaning 11. Superintendent for the entire construction period Show total costs including overhead and profit. The Engineer may request and Contractor shall provide additional details or data to substantiate the cost breakdown. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION T:~200 lj obs\SOHT 01-01 \01295 G DOC 01295-2 tt~/~ G~©UP SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION PART1-GENERAL 1.01 - SECTION INCLUDES A. Administration of subcontracts. B. Coordination of work with other contractors and the Owner/Engineer. C. Progress meetings. D. Related work specified elsewhere includes Section 01330 - Submittals. 1.02 -SUBCONTRACTOR ADMINISTRATION AND COORDINATION A. Terms and conditions of the Contract shall be binding upon each subcontractor. B. Furnish each subcontractor at least one (1) copy of the Plans and Technical Specifications. C. Provide at least one (1) copy of each approved shop drawing to each subcontractor whose work may depend upon the contents of the shop drawing submittal. The Owner reserves the right to stop alt work, without claims for delay, until such time as appropriate subcontractors are furnished with appropriate shop drawings. D. Sequence and schedule the work of subcontractors. Coordinate construction and administration activities of subcontractors. The Engineer and Owner will not accept telephone calls, facsimiles or office visits from any of the subcontractors. Subcontractor and vendor questions and clarifications shall be directed to the Engineer by the Contractor. 1.03 - UTILITY COORDINATION A. Comply with the requirements of 16 NYCRR Part 753 - Protection of Underground Facilities, latest effective date. Submit a letter stating the case number. 1.04 - PUBLIC/PRIVATE UTILITIES A. Notify all public and private utilities in accordance with Article 20, Section 322-a of the New York State General Business Law for location and markout of existing utilities in the vicinity of the work. B. Repair all utilities damaged during the Work to the standards and approval of the respective utility at no cost to the Owner. 1.05 - EXISTING CONDITIONS The Drawings show certain information that has been obtained by the Owner regarding various pipelines and structures that exist at the location of the project both below and at grade. The Owner and the Engineer expressly disclaim all responsibility for the accuracy SOHT 01-01 01310-1 ~ G [2¥0 (5 P SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION or completeness of the information given on the Drawings with regard to existing structures and pipelines. In the case where the Contractor discovers an obstruction not indicated on the Drawings or not described via specification reference, he/she shall immediately notify the Engineer of the obstruction's existence. The Engineer will determine if the obstruction is to bc relocated or removed. Compensation for this extra work will be paid for in accordance with the provisions in the Contract for "Extra Work". 1.06 - COORDINATION BETWEEN CONTRACTORS The Owner reserves the right to have work performed by other contractors or by its own forces, and to permit public utility companies and others to do work during the progress and within the limits of or adjacent to the Project. The Contractor shall conduct his/her operations and to cooperate with such other parties so as to cause as little interference as possible with such other work. The Contractor agrees to make no claim against the Owner for additional payment due to delays or other conditions created by the operation of such other parties. If them is a difference of opinion as to the respective rights of the Contractor and others doing the work, within the limits of or adjacent to the Project, the Engineer shall decide as to the respective rights of the various parties involved in order to secure completion of the work in a satisfactory manner, and his/her decision shall be final and binding on the Contractor. B. If any portion of the work of the Contractor or any of his/her subcontractors depends proper execution or results upon the work of any contractor, the Contractor shall inspect same and promptly give to the Engineer notice of all detects in the work of such other contractor as renders it unsuitable for proper execution and completion of the work. The Contractor shall further notify the Engineer of all delays by such other contractor, in the performance of his/her work, as will affect the timely performance of the work of the Contractor. The failure of the Contractor to so inspect and/or give notice shall constitute an acceptance by him/her (but not by the Owner) of the work of such other contractor(s) as fit and proper for the reception of the work, except as to detects developing in thc work, and an acknowledgment of the timely performance of such other contractor of his work. C. Work Plan: Within fifteen (15) calendar days from the date of the Notice to Proceed, submit to the Engineer a type written work plan of the sequence of construction activities from start to finish of construction. A facsimile will not be accepted. The work plan shall include a description of the different major phases of construction. As a minimum, and without force and effect on the Contract, the work plan shall include the tasks and subtasks specified in Section 01330 for the project schedule. D. The Contractor's work plan shall be complete and shall address every phase of the scope of the contract. 01310-2 I~k~ G~©UP SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION Construction Schedule: Within fifteen (15) calendar days from the date of the Notice to Proceed, submit to the Engineer a construction schedule as specified in Section 01330 - Submittals. Equipment and Startup Schedule: As soon as the construction schedule has been accepted by the Engineer, the Contractor shall then submit a preliminary material delivery schedule and a preliminary startup schedule for the system. Include an early and late date for each item. Indicate the time necessary to physically install and ready the item for work by other contractor(s). This schedule may be waived by the Engineer if the Contractor has adequately shown the information on the construction schedule, in the opinion of the Engineer. The Contractor shall sequence and schedule work so as not to interfere with the work by others and to afford each contractor the time to complete their contractual obligations with the Owner. Coordinate the work of this Contract with the work by others. Coordination includes, but is not limited to, the following: 1. Schedule work with all trades throughout the project to prevent interference. 2. Accomplish work in coordination with the other contractors in a manner which will allow each Contractor adequate time (at the proper stage of construction as determined by the Engineer) to perform and complete the work of their contract. 3. The Contractor shall review all shop drawings provided by the Engineer for the purposes of resolving field and fabrication problems. Shop drawings shall be used by the Contractor as one means to coordinate the work. Immediately notify the Engineer should a conflict in the work be discovered. Each prime contractor shall provide the Engineer with a list of shop drawings they may require to properly coordinate the work. If a list is not provided to the Engineer within fifteen (15) calendar days from the date of the Notice to Proceed, then it shall be taken that shop drawings of other prime contractors am not required. Each prime contractor shall be responsible for providing the list within the time specified. 4. In case of conflicts due to improper coordination by any Contractor, the Engineer's resolution will be final. No compensation will be awarded for extra work required to resolve conflicts or to coordinate the work of all contracts. 1.07 - PRE-CONSTRUCTION CONFERENCES A. The Contractor is required to attend the pre-construction conference at a location selected by the Owner. 01310-3 I~,~/312©( ~i, SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION 1.08 - A. PROGRESS MEETINGS Progress meetings will be held approximately once every month during the project. The owner, a partner or a corporate officer representing the Contractor and the owner, a partner or a corporate officer representing each subcontractor shall attend when requested by the Owner or Engineer. Meetings will be conducted by Engineer at a location selected by Owner, normally at or adjacent to the Project site. The Owner may elect to hold meetings less frequently. B. The minimum agenda will cover: 2. 3. 4. 5. 6. 7. 8. Review minutes of previous meetings. Note field observations, problems and decisions. Identify present problems and resolve them. Plan work progress during next work period. Review shop drawings and submittal schedules. Review change order status. Review status of construction progress schedule. Coordinate access requirements. 1.09 - OTHER MEETINGS Attend special meetings which may be required or called for by Federal, State or Local authorities, utility companies, Owner, Engineer or any other firm, person or organization related to the project. 1.10 - CONDUCTING MEETINGS A. General - This paragraph covers Owner and/or Engineer meetings with Contractor and/or his subcontractors. Neither Owner nor Engineer wishes to meet solely with a subcontractor and requests for such meetings will be discouraged. If a meeting is deemed necessary, every effort will be made to have Contractor attend. If, for some reason, circumstances do not allow such, the meeting may be held, minutes of the meeting will be sent to contractor and decisions on any major questions will be reserved until contractor has been consulted. Subcontractors may accompany contractor to meetings provided contractor notifies Engineer in advance. B. Chairman - When Engineer or Engineer and Owner attend meetings, Engineer, or his duly authorized representative, will act as chairman. Should Owner-Contractor meetings be necessary, Owner will chair such meetings. C. Notices - Engineer or Owner will issue notices of meetings to all parties concerned and will note, thereof, who must attend and who may attend if they so desire. When 01310-4 Id~,~t, QFqOUD SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION Contractor desires a formal meeting, make a request through Engineer. Except when Engineer determines that a prompt meeting is essential, all notices will be issued at least one week in advance of the meeting date. D. Agenda - All parties shall inform Engineer of items desired to be discussed and Engineer will notify all parties of all items to be considered. This is to allow each party to fully pmpam for the meeting. This shall not be construed to mean that other items cannot be brought up at the meetings. E. Time Limits - It is the intent to hold productive and efficient meetings and to keep them as short as is reasonably possible. The Chairman will be the sole judge as to whether or not further discussion on any matter is warranted and all discussions shall cease when he so orders. F. Minutes - Minutes of meetings will be kept, written and distributed by the Chairman or his duly authorized representative. Minutes of all meetings will be available upon request to the Chairman. G. Conduct - It is the intent to conduct all meetings in an orderly manner, to reasonably discuss all items and to hear and observe the rights and opinions of all parties. The Chairman will allow each party to speak, however, he reserves the right to order any individual to leave the meeting at any time for any mason. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used T:\200 I j obs\SOHT 01-01 \01310G DOC END OF SECTION 01310-5 ~,~ (~ !40 hi ?) SECTION 01330 - SUBMITTALS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Requirements for making submissions for the project. B. Requirements for submission of the project schedule. 1.02 - IDENTIFICATION OF SUBMITTALS A. Identify each submittal and resubmittal by showing, at least, the following information on a letter of transmittal: Name of project, owner, and contract number. 2. Name, address, and telephone number of Contractor and Contractor's stamp of approval or statement, indicating that the submission has been thoroughly checked by contractor for conformance and fit. 3. Name, address and telephone number of individual, firm or organization who will be doing the fabrication, supplying or manufacturing the equipment and materials and the name and telephone number of the individual who may be contacted for further information. 4. Drawing number and/or Specification Section number and paragraph number to which submittal applies. 5. The location, service, equipment designation, function and other information to specifically indicate the item for which review is requested. 6. When it is an original submittal (first submission) or a resubmittal. 7. Identification of variations from Contract Documents. B. Submittals shall be sequentially numbered for ease of reference starting with the number "1". Revised submittals shall utilize original number and a sequential alphabetic suffix, i.e. "1A" for first resubmission, "lB" for second resubmission, etc. C. Submissions not containing the above will be returned to the Contractor, unreviewed by the Engineer and a new submission in compliance with the above needs to be made in accordance with the deadlines stipulated in these specifications. 1.03 - COORDINATION OF SUBMITTALS A. Prior to submitting to the Engineer, fully coordinate all interrelated work. As a minimum, do the following: 1. Determine and verify all field dimensions and conditions by field measuring existing conditions and the installed work of this Contract and work by others. SOHT 01-01 01330-1 SECTION 01330 - SUBMITTALS (CONT'D.) 2. Coordinate with all trades, subcontractors, vendors, system and equipment suppliers and manufacturers, public agencies, and utility companies and secure all necessary approvals, in writing. Review all pertinent shop drawings provided to the Contractor by the Engineer for the purpose of coordinating the work in accordance with the requirements contained in Section 01310 Project Management and Coordination. Make submittals in groups containing all associated items which in some way depend upon each other. This also applies to color charts, as one color may not be able to be selected without the selection of other colors so as to form a color coordinated group. Engineer may elect not to review partial or incomplete submissions, whereupon he will notify the Contractor of the additional submissions that am required before a review can be made. 1.04 - TIMING OF SUBMITTALS A. Make submittals far enough in advance of scheduled dates of installation to provide time for reviews, for securing necessary approvals, for possible revisions and resubmittals, and for placing orders and securing delivery. The Engineer will review submittals in a manner as expedient as possible, and will generally send a written response to the Contractor within fifteen (15) calendar days of receipt of submittals. B. Submissions may be returned reviewed, unreviewed, rejected for several reasons, or returned conditioned upon submission of related items or for other reasons set forth in the Contract Documents. C. Make submissions welt in advance as the returning, rejecting or disapproval of submissions or other similar circumstances are possible and are deemed "avoidable delays". Costs for these delays or those attributed to Contractor's tardiness in making submittals shall be borne by the Contractor. D. All submittals requiting Engineer's review as required under the technical specifications of these documents, shall be submitted within the first 20% of the contract period, but in no case, more than ninety (90) consecutive calendar days after the date of the Notice to Proceed. Operation and maintenance manuals shall be submitted at least thirty (30) calendar days prior to scheduled startup of the unit or system. E. If material or equipment is installed before it has been deemed to be in general compliance with the Contract Documents, as determined by the Engineer, the Contractor shall be liable for its removal and replacement at no extra charge and without an increase in contract time. 01330-2 SECTION 01330 - SUBMITTALS (CONT'D.) 1.05 - A. DESTINATION OF SUBMITTALS All submissions shall be sent to the Engineer's office as follows: Holzmacher, McLendon & Murrell, P.C. (H2M GROUP) 575 Broad Hollow Road Melville, New York 11747 - 5076 Attention: Mr. George W. Desmarais, P.E The front of the envelope or package containing the submittals shall include the name of the project and the Engineer's project manager. A photocopy of each shop drawing transmittal form shall also be sent to the Engineer's resident engineer at the job site, if the Engineer requires. 1.06 - CLARITY OF SUBMITTALS All printed materials shall be neat, clean, professionally drafted by hand or by computer, clear, legible, and of such quality that they can be easily reproduced by normal photocopying or blueprinting machines. Binders of info~xnation shall be separated into groups, subsystems, or similar equipment/function. Copies not conforming to this paragraph will be returned to the Contractor without the Engineer's review. 1.07 - CONTRACTOR'S REPRESENTATION By making a submission, the Contractor represents that he has determined and verificd all field measurements and dimensions, field construction criteria, site and building constraints in terms of limitations in moving equipment into an enclosed space, materials, catalog and model numbers and similar data and that he has checked and coordinated each submission with other work at or adjacent to the project site in accordance with the requirements contained in Section 01310 - Project Management and Coordination and the Contract Documents. Every copy of each submittal shall contain the Contractor's approval stamp and date showing that the submittal has been approved by the Contractor. The Engineer reserves the right not to review submittals that have not yet been reviewed and approved by the Contractor. 1.08 - ENGINEER'S REVIEW Engineer will review and comment on each submission conforming to the requirements of this Section. Engineer's review will be for conformance with the design concept of the project and will be confined to general arrangement and compliance with the Contract Documents only, and will not be for the purpose of: checking dimensions, weights, clearances, fittings, laying lengths, tolerances, interference's and for coordinating the work of trades or subcontractors. The Engineer's review of a separate item, or portion of 01330~3 SECTION 01330 - SUBMITTALS (CONT'D.) a system, does not represent a review of an assembly or system in which the item functions. B. Submittals will be marked as follows: 1. NO EXCEPTION TAKEN - No corrections, no marks. The content of this submittal has been reviewed by the Engineer and been found to be in general compliance with the Contract Documents. No further submission of this submittal is required and the information contained in the submittal may be built into the work in accordance with the Contract Documents. 2. MAKE CORRECTIONS NOTED - Minor amount of corrections. The content of this submittal has been reviewed by the Engineer and has been found in general to be in compliance with the Contract Documents. The notations made on the submittal by the Engineer shall be incorporated into the work in accordance with the terms and conditions of the Contract Documents. No further submission of this submittal is required. 3. AMEND AND RESUBMIT - The content of this submittal has been reviewed by the Engineer and this review has determined that additional data and/or modification to the submitted data or other changes am required to bring the work represented in this submittal into compliance with the Contract Documents. This submittal shall be reviewed and revised in accordance with the Engineer's comments and resubmitted to the Engineer for review. The information contained on the msubmittal shall not be incorporated into the work until the submittal is returned to the Contractor marked "NO EXCEPTION TAKEN" or "MAKE CORRECTIONS NOTED". 4. REJECTED - The content of this submittal has been reviewed by the Engineer and has been determined not to be in accordance with the requirements contained in the Contract Document and requires too many corrections or other justifiable mason. The submittal shall be corrected and resubmitted or a submittal of an alternate shall be provided. No items are to be fabricated under this mark. 5. SUBMIT SPECIFIED ITEM- The content of this submittal has been reviewed by the Engineer and this review has indicated that the work displayed in the submittal is not in compliance with the Contract Documents. The Contractor shall submit another submittal for this portion of the work, which complies with the Contract Documents. 6. RECEIVED - This submittal is accepted on the prOJect and filed for record purposes only, in accordance with the terms and conditions of the Contract Documents. C. Provide 4 inch by 6-inch space for Engineer's review stamp. 01330-4 SECTION 01330 - SUBMITTALS (CONT'D.) 1.09 - A. No payment will be made on any item for which a submission is required if such submission: i. has not been made, 2. has been made but was not stamped "No Exceptions Taken" by Engineer, 3. has been made and stamped "Make Corrections Noted", but contractor has not complied with Engineer's notes marked on the submittal, 4. has been made and stamped "No Exceptions Taken", but item provided does not conform to the shop drawing nor to the Contract Documents. Submittals not requested will not be recognized or processed. RESUBMISSIONS Prepare new and additional submissions, make required corrections, and resubmit corrected copies until found in general compliance with the Contract Documents. On, or with, resubmittals, clearly describe revisions and changes made, other than the corrections requested by Engineer, which did not appear on the previous submissions. 1.10 - CONTRACTOR'S RESPONSIBILITIES A. Engineer's review of submittals shall not relieve the Contractor of his/her responsibility for any deviation from the requirements of the Contract Documents nor relieve the Contractor from responsibility for errors or omissions in the submittals. B. No portion of the work requiring a submission shall be commenced until the Engineer has found the submission in general compliance with the Contract Documents. PART 2 - SUBMITTALS 2.01 - MISCELLANEOUS SUBMITTALS Provide a Submittal Schedule within (15) calendar days from the date of the Notice to Proceed. The Submittal Schedule shall list major submittals for the project referenced by Section number. A major submittal, for the purposes of this paragraph, shall be defined as any equipment or system with an estimated value equal to or greater than $10,000. Provide the estimated date that the submittal will be transmitted to the Engineer for review. Also, provide the estimated fabrication or delivery time in days. Indicate on the transmittal letter if, in the opinion of the Contractor, the submittal should be sent to another prime contractor once the Engineer has deemed it in compliance with the Contract Documents. Within fifteen (15) calendar days from the date of the Notice to Proceed, submit a proposed products list. This list shall be a complete listing of major products proposed 01330-5 SECTION 01330 - SUBMITTALS (CONT'D.) for use, with name of manufacturer, service headquarters, trade name and model number of each product. C. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 2.02 - SUBCONTRACTOR LIST A. The Contractor shall submit, on AIA Form G805, within fifteen (15) calendar days after the date of the Notice to Proceed, a list of all subcontractors, including the names of the major subcontractors that were submitted at the time of the bid. 2.03 - CONSTRUCTION SCHEDULE A. Submit for the Engineer and Owner's review and approval, a bar chart or CPM type construction schedule. 1. Show, in detail, the proposed sequence of the work. A suggested sequence is provided in Section 01140. 2. For each task show the duration, start date and completion date in order to complete the project within the contract time. 3. Show task links where the completion of one task relies on the completion of the prior task. 4. Show task breaks where a task is to be started, then stopped for a period, then started again. As a minimum, show task breaks for the following: a. Installation of geotextile and base material. 5. As a minimum, show summary tasks for the construction of the following: a. Demolition work b. Subgrade preparation c. Geotextile Installation d. Base Material Installation e. Drainage Installation f. Site Work 6. Show completion milestone markers and dates for each summary task listed above. In addition, show completion milestone markers and dates for the following elements of the project: a. Indicate the delivery dates for all equipment specified in Division 2. b. Substantial completion as defined in Section 01290. 01330-6 SECTION 01330 - SUBMITTALS (CONT'D.) 7. Prepare the schedule in a manner so that the actual progress of the work can be recorded and compared with the expected progress. Coordinate the construction schedule with the proposed schedules of the equipment suppliers and subcontractors. Show the "critical path" of the project. B. The Contractor will be required to modify his construction schedule and sequence to accommodate coordination of the construction contracts by the Owner/Engineer without claims for additional compensation or delay. In addition, the Contractor shall take into consideration, at the time of bid, that in order for the project to be fully operational, by the contract completion date, work must be completed in a sequence and time period that allows all other prime contractors to fully complete their work. C. Coordinate the work and maintain thc construction schedule. In the event actual progress begins to lag the schedule, promptly employ additional means and methods of construction to make up the lost time. D. Notify Engineer, in writing, (l) 72 hours before commencing any work at the site, (2) 2 weeks before resuming work after a winter shutdown and (3) at least 48 hours before resuming work in the case of a temporary suspension of work. E. The construction schedule shall be completed, submitted, and deemed received by the Engineer prior to the first payment application. F. The schedule, when approved by the Engineer and the Owner, shall establish the dates for starting and completing work for the various portions of the Contract. It shall be thc duty of the Contractor to conform to his/her own schedule and to perform the work within the time limits indicated. G. Coordinate letting of subcontracts, material purchases, shop drawing submissions. delivery of materials, and sequence of operations, to conform to the schedule. 2.04 - REVISION OF PROJECT PROGRESS SCHEDULE A. The Contractor shall evaluate and update the construction schedule (refer to Section 01310) in accordance with job requirements. Keep the construction schedule current, revise, and resubmit as often as necessary to accurately reflect the conditions of the work, past progress and anticipated future progress. 2.05 - MATERIAL SAFETY DATA SHEETS (MSDS) A. Comply with "Right to Know" requirements of Chapter 551 of Laws of New York, 1980, concerning notification of the use of toxic substances. B. Any product or substance used by the Contractor or its subcontractors which is listed in Subpart Z of OSHA Part 1910 Title 29 of the Code of Federal Regulations entitled "Toxic and Hazardous Substances" shall be identified to the Owner by the Contractor's submission of a standard Material Safety Data Sheet. 01330-7 SECTION 01330 - SUBMITTALS (CONT'D.) 2.06 - SHOP DRAWINGS A. Submit shop drawings for all fabricated work, for all manufactured items and for items specifically required by the specifications. B. Submit each shop and layout drawing to Engineer in the form of one (1) quality reproducible transparency and two (2) prints. After the submittal has been reviewed and the transparency annotated, Engineer will have prints made and will keep copies for records and distribution. Engineer will return the transparency to the Contractor. C. Submit seven (7) copies of each standard drawing, catalog cut, or other material for which no transparency is available. Engineer will annotate these and will return three (3) copies to the Contractor. D. Subcontractors shall submit shop drawings directly to the Contractor for checking. Thoroughly check subcontractors' shop drawings for measurements, sizes of members, details, materials, and conformance with the Contract Documents. Return submittals which am found to be inaccurate or in error. Do not submit to the Engineer until all corrections have been made. E. Clearly show the relationship of the various parts of the project and where the information provided on the submission depends upon field measurements and existing conditions. The Contractor shall make all measurements, confirm existing conditions, and include them on the shop drawings before making a submission to the Engineer. F. Submissions for a single item, or group of related items shall be complete. When submitting manufacturers' catalogs, pamphlets or other data sheets, in lieu of prepared shop drawings, clearly mark the items being submitted for review. G. If the shop drawings contain any departures from the contract requirements, specifically describe them in the letter of transmittal. Where such departures require revisions to layouts, electrical, ventilating or any other changes to the work as shown, Contractor shall, at his own expense, prepare and submit revised drawings accordingly. Make drawings the same size as the Contract Drawings and to the same scale. 2.07 - SAMPLES Where required, or where requested by the Engineer, submit sample or test specimens of materials to be used or offered for use. Samples shall be representative, in all respects, of the material offered or intended, shall be supplied in such quantities and sizes as may be required for proper examination and tests, and shall be delivered to Engineer, prepaid, along with identification as to their sources and types of grades. Submit samples well in advance of anticipated use to permit the making of tests or examinations. Samples will be checked for conformance with the design and for compliance with the Contract Documents. 01330-8 SECTION 01330 - SUBMITTALS (CONT'D.) Work shall be in accordance with the approved sample. The use of materials or equipment for which samples are requested or required to be submitted is not permitted until such time that the Engineer has completed his review. 2.08 - MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Engineer B. Indicate special procedures, perimeter conditions requiting special attention, and special environmental criteria required for application or installation. C. Provide manufacturer's instructions with shop drawings. 2.09 - A. SPECIAL TOOLS Whenever, based on the manufacturer's Operation & Maintenance Manual recommendations, any item of work requires special tools or devices for its proper operation and maintenance, furnish one set of tools and devices, in a storage container, with each item as if it were part of that item. 2.10 - A. CERTIFICATIONS Submit certifications of compliance indicated in the Contract Documents. Certifications shall be complete and exact, they shall be properly authenticated by the written signature, in ink, of an owner, officer or duly authorized representative of the person, firm or organization issuing such certification and they shall guarantee that the materials or equipment are in complete conformance with the requirements of these specifications. 2.11 - A. COLORS AND PATTERNS Unless the precise color and pattern are specified, whenever a choice of color or pattern is available in a specified product, submit accurate color and pattern charts for Engineer's and Owner's review and selection. 2.12 - A. MANUFACTURER'S SERVICE CENTER The product of a manufacturer who does not maintain an adequate nearby service center and a sufficient stock of spare parts is subject to rejection by Engineer solely on that basis. With each submission, submit information on manufacturer's facilities and give complete details of his service policies and capabilities, and a general idea of the stock of spare parts available. Submit this information in the form of a certification. Also include names, addresses and telephone numbers of at least three of the service center's present customers who are in the area of the project. 01330-9 SECTION 01330 - SUBMITTALS (CONT'D.) 2.13 - TEST RESULTS AND INSTALLATION A. Whenever field startup services are specified, the Contractor shall obtain from the manufacturer and submit to the Engineer Manufacturer Startup Reports (MSR's). The report shall detail the results of the field visit and all special conditions resulting from the startup. B. Whenever field or factory tests are required on materials, equipment and systems, such tests shall be performed and the test results submitted to Engineer in the form of a MSR. Do not deliver to the project or incorporate into the work any materials or equipment for which Engineer has not completed his review and found same to be in general conformance with the Contract Documents. C. Submit MSR's within fifteen (15) working days after the date of the startup or factory test. 2.14 - SPARE PARTS LIST A. Prepare a list of all spare parts specified to be provided in other sections. Compile the total list for the purposes of reviewing actual spare parts delivered versus spare parts specified to be provided. B. The list shall reference the section, model number and quantity to be provided. PART 3 - EXECUTION Not Used T:\2001jobs\SOHT 01-0 I\01330G DOC END OF SECTION 01330-10 SECTION 01410 - REGULATORY REQUIREMENTS PARTI-GENERAL 1.01 - SECTION INCLUDES A. Codes B. Governing agencies C. Permits 1.02 - CODES A. Comply with the requirements of the various codes referred to in these Specifications. Such codes shall be the date of the latest revision in effect at the time of receiving bids. 1.03 - GOVERNING AGENCIES A. All work shall conform to and be performed in strict accordance with all governing agencies such as, but not limited to: 1. Occupational Safety and Health Act - OSHA 2. New York State Department of Environmental Conservation 3. Suffolk County Department of Health 4. Long Island Power Authority 5. New York State Uniform Fire Prevention and Building Code 6. National Fire Protection Association - NFPA 7. National Electrical Code 8. State Plumbing Code 9. New York State Energy Code 10. Town of Southold Codes, Rules, Laws and Ordinances 11. Suffolk County Water Authority 12. Verizon B. Representatives of the Owner shall have access to the work for inspection purposes. The Contractor shall provide facilities suitable to the Owner to facilitate inspections of the installed work. 1.04 - PERMITS A. The Contractor shall obtain and pay for all permits, fees, licenses, certificates, inspections and other use charges required in connection with the work. SOHT 01-01 01410-1 I~ G~2©tJ P SECTION 01410 - REGULATORY REQUIREMENTS (CONT'D.) Such permits include, but are not limited to: 1. NYSDEC Freshwater Wetlands Permit 2. Transportation and disposal of debris 3. Permits that are required by the Town of Southold. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used T:\2001jobs\SOHT 01 01\01410G.DOC END OF SECTION 01410-2 I~,~ (77t(DC ~) SECTION 01450 - QUALITY CONTROL PART1-GENERAL 1.01 - SECTION INCLUDES A. Services of an independent testing laboratory for quality assurance testing. B. Manufacturer field services. 1.02 - RELATED SECTIONS A. Section 01330 - Submittals B. Section 01785 - Project Record Documents C. Section 02315 - Excavation 1.03 - REFERENCES A. ASTM C1077 - Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. B. ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. C. ASTM D4561 - Practice for Quality Control Systems for an Inspection and Testing Agency for Bituminous Paving Materials. D. ASTM E548 - Practice for Preparation of Criteria for Use in the Evaluation of Testing Laboratories and Inspection Bodies. E. ASTM E699 - Practice for Criteria for Evaluation of Agencies Involved in Testing, Quality Assurance, and Evaluating Building Components in Accordance with Test Methods Promulgated by ASTM Committee E6. 1.04 - QUALITY ASSURANCE - CONTROL OF INSTALLATION A. The services of the testing laboratory will be paid for under the lump sum amount contained in the bid proposal. B. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. C. Comply fully with manufacturers' instructions, including each step in sequence. D. Should manufacturer's instructions conflict with Contract Documents, request clari- fication from Engineer before proceeding. E. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or workmanship that is more precise. SOHT 01-01 01450-1 SECTION 01450 - QUALITY CONTROL (CONT'D.) F. Perform work by persons qualified to produce workmanship of specified quality. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. H. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. 1.05 - QUALITY ASSURANCE - TESTING LABORATORY A. In order to establish compliance with the Contract Documents, materials shall be tested, examined and evaluated before they are incorporated into the work. During and after installations, additional tests, examinations, and evaluations shall be made to determine continued compliance throughout the course of the work. B. Testing laboratory shall be a reputable, experienced firm which is capable of performing all of the required testing and authorized to operate in the State in which the project is located. C. Perform all sampling and testing in accordance with specified procedures and use the materials, instruments, apparatus, and equipment required by the codes, regulations and standards. Where specific testing requirements or procedures are not described, perform the testing in accordance with all pertinent codes and regulations and with recognized standards for testing. D. In the event that samples and test specimens are not properly taken, handled, stored or delivered or if other requirements of this Section are not complied with, Engineer reserves the right to delegate any or all of this work to others, or to take whatever action deemed necessary to ensure that sampling and testing are properly accomplished, for which all costs shall be borne by Contractor. E. Engineer reserves the right to disapprove the use of a specific testing laboratory, even after prior approval, if the laboratory fails to meet or comply with the requirements of this Section. If this should occur, immediately discharge the testing laboratory and retain the services of a different laboratory acceptable to Engineer. F. The testing laboratory shall meet the following criteria: 1. Be capable of performing all of the required tests. 2. Be regularly engaged in performing the types of services required. 3. Have adequate facilities, materials, equipment, and personnel to perform the services. 4. Have an adequately trained, experienced and qualified staff. 5. Have at least one registered professional engineer licensed in the State of New York who shall be capable of performing field tests, supervising laboratory testing 01450-2 SECTION 01450 - QUALITY CONTROL (CONT'D.) and interpreting test results. The professional engineer shall be thoroughly knowledgeable in materials, soils, asphalt paving and concrete. 6. Shall be able to be on the Project site within two hours after being notified. Comply with the requirements of ASTM C1077, ASTM D3740, ASTM D4561, ASTM E548 and ASTM E699. Testing equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards or accepted values of natural physical constants. 1.06 - MANUFACTURER'S FIELD SERVICES A. When specified in individual specification sections require field services to be provided, said services shall be provided by qualified, authorized and factory trained representative(s) of the manufacturer (supplier). Field services shall generally consist of installation supervision, equipment and system calibration, startup supervision, and operation and maintenance instructions to Owner employees. Such services do not include service time to correct a factory fault, correct problems resulting from a factory wiring or control logic error, or errors caused by poor or improper installation by the Contractor. B. Sale representatives are not acceptable. Where manufacturer services are specified for control panel or control center startup, the representative shall be experienced and trained to work on and field rewire such devices. Field representatives for control panel startup shall understand the control sequence specified and, in thc case of programmable logic controllers, are able to make revisions to the factory program using handheld programming devices or laptop computers. C. The time specified to be provided under the specification sections shall be exclusive of travel time to and from the facility or site. For the purposes of this Contract, one (1) day shall be defined as eight (8) hours exclusive of breaks or mealtime. D. The times specified to be provided by the manufacturer does not relieve the manufacturer from providing sufficient service time to place the equipment or systems into satisfactory operation and to obtain the specified performance. The manufacturer shall provide, as a minimum, the times specified in the Specification Sections. E. If for any reason, the specified service days are not used, then the Owner shall receive a credit equal to $400.00 (Four Hundred Dollars and Zero Cents) for each unused field service day specified. A change order to the Contract reducing the Contract Price, by the amount of unused field service days, will be issued. F. Submit manufacturers' startup reports (MSR's) in accordance with the requirements contained in Section 01330 - Submittal. 01450-3 [d~ CNOUP SECTION 01450 - QUALITY CONTROL (CONT'D.) 1.07 - REFERENCES A. B. C. Conform to reference standards by date of issue on Contract Documents. Obtain copies of standards when required by Contract Documents. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.08 - SUBMITTALS A. Within twenty (20) days from the date of the Notice to Proceed, submit documentation from three (3) testing laboratories which clearly indicates experience, location, qualifications of staff, and descriptions of any limitations or restrictions of the firm. Include a price schedule for standard tests and a billing rate schedule for technician classifications. Based upon this information, the Engineer will select one firm to be the primary testing laboratory and one firm to act as a standby. B. Certified copies of each test report shall be mailed directly to the Engineer. The Contractor shall arrange with the laboratory to secure copies. C. Each report shall be in writing and shall include the testing method used, the test results, the specified results, the exact location of where the test specimens were taken, the date taken, Project identification, Contractor's name and other pertinent information required for a complete and meaningful test report. D. Each report shall be signed and certified by a responsible officer of the testing laboratory. E. Mail reports directly to Engineer within 24 hours after the sample is taken, except in those instances when tests cannot be immediately performed because of required curing or incubation periods, or lengthy testing procedures. F. The laboratory shall verbally communicate test results when requested by the Engineer. This does not eliminate nor replace the requirements for a written report. 1.09 - SCHEDULING - FIELD SERVICES A. The Contractor shall arrange field service on dates acceptable to the Owner and Engineer. The service visits shall be scheduled at least 2 weeks in advance so that the Owner and Engineer can adequately staff the date. B. Operator training will not be allowed until such time as the Manufacturer's Operation and Maintenance Manuals have been supplied and approved by the Engineer. The field service technician shall review the contents of the manual with designated employees of the Owner. 01450-4 lin Gr4©UP SECTION 01450 - QUALITY CONTROL (CONT'D.) 1.10 - SCHEDULING - LABORATORY SERVICES A. Except where otherwise specified, the Engineer will determine the number of samples to be taken, the date and time samples will be taken and tests made, the number and type of tests to be performed, who will collect the samples, how they will be handled and stored and when laboratory personnel are required on site. B. Engineer will notify Contractor of his decision to take samples and/or have tests made and provide him with the pertinent information. Contractor is responsible for notifying the testing laboratory and for having the testing performed, on schedule. C. In addition to the above, Contractor shall make his own arrangements for the sampling and testing of materials he proposes to incorporate into the work. This shall not be paid for out of the cash allowance. D. Notify Engineer at least 72 hours in advance of the times at which scheduled samples or tests will he conducted. E. If samples and/or tests cannot be taken or performed when required, delay the work until such time that they can be accomplished. Where possible, any work which has been installed but has not been sampled or tested as required, shall be tested by other means. Upon Engineer's request, uncover any work which has been buried or covered and perform special tests designated by Engineer. If the work cannot be tested by other means, Engineer may declare the work unacceptable. All costs associated with noncompliance and for special testing shall be borne by the Contractor and not be paid for out of the cash allowance. F. Should the testing laboratory be scheduled to take or collect samples or to perform tests, and finds that it is unable to do so as a result of delays in construction, inclement weather, or any other reason, reschedule the tasks for a date acceptable to Engineer. Costs associated with times testing laboratory is unable to perform scheduled services shall be borne by the Contractor and will not be paid for under the allowance. G. Plan all work and operations to allow for the taking and collection of samples and allow adequate time for the performance of tests. Delay the progress of questionable work until the receipt of the certified test reports. 1.11 - A. TESTING REQUIREMENTS Compaction Testing - Soil: 1. Perform compaction testing in accordance with ASTM D2922, Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) or ASTM D1556 Density and Unit Weight of Soil in Place by the Sand Cone Method. 01450-5 I-t~M 0 F-~©U P SECTION 01450 - QUALITY CONTROL (CONT'D. Perform tests and analysis of fill material in accordance with ANSI/ASTM D698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 55-1b. Rammer and 12-inch Drop. 1,12 - TESTING SCHEDULE A. Compaction Testing of Soil: 1. Concrete flatwork: One test per 400 square feet of flatwork. 2. Recycled Concrete Aggregate Base Course: One test per 500 square feet of subgrade. 1.13 - FIELD OBSERVATION OF CONTRACTOR'S WORK A. The Engineer will provide periodic observation of the Contractor's work in accordance with the General Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that the existing substrate is capable of structural support or attachment of new Work being applied or attached. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct locations. 3.02 - PREPARATION A. Clean substrate surfaces prior to applying next material or substance. Seal cracks or openings of substrate prior to applying next material or substance. B. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 - FIELD QUALITY CONTROL A. Allow representatives of the testing laboratory access to the work at all time. Provide all equipment, labor, materials, and facilities required by the laboratory to properly perform 01450-6 SECTION 01450 - QUALITY CONTROL (CONT'D.) its functions. Cooperate with and assist laboratory personnel during the performance of their work. Test specimens and samples shall be taken by the person(s) designated in other Sections, or as directed by Engineer. Conduct field sampling and testing in thc presence of Engineer. Provide all materials, equipment, facilities and labor for securing samples and test specimens and for performing all field testing. T:52001JOBSUSO HT 01-01 \01450G D( )C END OF SECTION 01450-7 SECTION 01500 - CONSTRUCTION FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Temporary and permanent facilities, utilities, and controls to be furnished by the Contractors for this project. B. Furnishing of equipment, materials, and services to the Owner/Engineer by the General Contractor. C. Related work specified elsewhere includes: 2. 3. 4. Section 01110 - Summary of Work Section 01120 - Multiple Contract Summary Section 01140 - Work Restrictions Section 01650 - Product Delivery, Storage and Handling 1.02 - CARE AND PLACEMENT A. All temporary and permanent facilities and controls and all other elements on the project site shall meet all standards of the Occupational Safety and Health Act of 1970 and subsequent revisions. The Contractor shall comply with all requirements of the Act. B. The Contractor shall take every precaution and shall provide such equipment and facilities as are necessary or required for the safety of its employees and persons at the site. C. In the event of damage to existing facilities, including but not limited to: tanks, driveways, walks, pavement, buildings, pipes, conduits, valves, and electrical facilities then immediately make all repairs and replacements to an equal condition. 1.03 - QUALITY PERFORMANCE A. Comply with and perform all work in accordance with the requirements of local authorities and utility companies having jurisdiction, and all applicable codes, regulations and ordinances. Secure approvals from the Town of Haverstraw and utility companies on all repairs, relocations, connections, disconnections and the Work. B. All barricades, warning signs, lights, temporary signals and other protective devices shall conform with "Manual on Uniform Traffic Control Devices for Streets and Highways", US Government Printing Office. 1.04 - SUBMITTALS A. Name and qualifications of person or persons who shall be available to render first aid. B. List of local emergency telephone numbers such as fire, ambulance, and police services. C. Names, addresses and telephone numbers of personnel who can be telephoned and act on behalf of Contractor in the event of emergencies or other problems requiring prompt SOHT 01-01 01500-1 SECTION 01500 - CONSTRUCTION FACILITIES AND CONTROLS (CONT'D.) attention during winter shutdown, holidays, nights and other periods when Contractor's superintendent is absent from the project site. 1.05 - CONTRACTOR'S RESPONSIBILITY A. Each Contractor shall be responsible for the installation, performance, maintenance, and repair of all construction facilities and controls specified herein this Section. B. The Owner reserves the right to immediately correct a Contractor caused action, if in the opinion of Town Board, the situation may result in the immediate loss of life or property. The costs for Owner's corrective actions shall be deducted fi'om money due or to become due the Contractor. C. If the Contractor caused situation is not deemed immediate, then the Contractor shall, within 24 hours of receipt of written notice, correct the defect or unsatisfactory condition. The Owner may repair, correct, replace, or install temporary facilities to correct the situation if the Contractor fails to perform within the al}owed time. The costs to make the corrections shall be deducted from money due or to become due the Contractor. PART 2 - PRODUCTS 2.01 - GENERAL A. Temporary power lines, pipes 02' other facilities that the contractor furnishes, installs, maintains during construction shall be removed at the completion of the work. B. The location of all temporary power lines and other necessary temporary facilities shall be subject to the approval of the Engineer, and these shall be located and operated so as not to interfere with the operation of the Cuthogue Landfill of the Town of Southold. 2.02 - TELEPHONE SERVICE A. No telephone service required. 2.03 ~ WATER FOR CONSTRUCTION PURPOSES A. The General Contractor shall obtain water from the nearest water source as designated by the Owner. B. The Contractor shall install a RPZ type backflow prevention device at the supply. The water purveyor shall approve the device. The RPZ shall he tested and certified as functioning properly. Post the certification. C. Exercise measures to conserve water. D. Provide insulation to prevent freezing of temporary piping. E. All contractors, subcontractors, and personnel involved in the project shall be permitted to use water for construction purposes as provided under this paragraph. 01500-2 I~ QraOU P SECTION 01500 - CONSTRUCTION FACILITIES AND CONTROLS (CONT'D.) 2.04 ~ SANITARY FACILITIES A. At the discretion of the Solid Waste Coordinator, he may allow the contractors personnel to utilize the sanitary toilet facilities at the landfill facility. If the privilege is revoked by the Solid Waste Coordinator, the contractor will be responsible for providing temporary sanitary toilet facilities at the site. B. The General Contractor shall provide and maintain temporary toilet facilities and enclosures if the privilege of using the facilities at the landfill is revoked. These facilities shall be maintained in a strictly sanitary manner and be screened from the general public. The sanitary facilities shall be cleaned each day the Contractor is at the job site. At least one (1) temporary toilet units shall be provided up to the date of Substantial Completion. C. All facilities are to be in accordance with the Occupational Safety and Health Act (OSHA) standards and all other applicable local codes. D. The locations of such facilities shall be determined by the Engineer or the Owner. E. All applicable codes and regulations regarding the maintenance and method of waste disposal for these facilities will be strictly enforced. F. These facilities shall be of the portable type. The unit shall be provided starting on the date that the temporary bypass pumping starts and lasting to the date of Substantial Completion or until such time as allowed by the Engineer. Show the costs associated with providing sanitary facilities in the Schedule of Values. G. All contractors, subcontractors, and personnel involved in the project shall be permitted to use the facilities as provided under this paragraph. 2.05 - HEAT A. Each Contractor shall provide and pay for heating devices and fuel as required to maintain specified conditions for construction operations. 2.06 - VENTILATION A. Each contractor shall ventilate enclosed areas to assist in the curing of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors or gases. 2.07 - BARRIERS AND PROTECTION A. Each contractor shall provide railings, barricades, signs, fences and other protective devices to prevent unauthorized entry to construction areas, to allow for the Owner's safe use of the site and to protect existing facilities and adjacent structures from damage from the work. B. Provide protection for plant life designated to remain. C. Protect vehicular traffic, stored materials, public utilities, site and structures from damage. 0 ! 500-3 SECTION 01500 - CONSTRUCTION FACILITIES AND CONTROLS (CONT'D.) Provide warning signs, detour signs and other traffic control devices to insure the safety of plant operators and to adequately direct traffic around the work. Illuminate barricades, obstructions, and warning signs from sunset to sunrise. 2.08 - TEMPORARY FENCING Each contractor shall provide temporary safety fence around all open excavations or other dangerous conditions on the construction site. Fence is to be bright orange in color, a minimum of 4 feet high, and properly secured using 1" diameter steel pipe at 4'-0" on- center as support posts. Stake each support post to a depth of 18" and tamp securely into place. Each post shall be plumb. Secure fencing to posts using heavy-duty 12" long cable ties or tie wire. This fence shall remain the property of the Contractor. Post the following sign every 20-ft. along the perimeter of the fence: "RESTRICTED AREA KEEP OUT". Each sign shall be commercially pnnted and be 18" x 36". It shall be secured to the fence with heavy-duty tie wraps. 2.09 - EROSION CONTROL A. Each contractor shall provide measures to keep the ground surface well drained, but avoid erosion of embankments, excavations, the project site, and adjacent areas. B. The General Contractor shall install erosion control measures as shown on the Drawings to protect wetlands at the site. C. Each contractor shall comply with all local codes, rules, and regulations concerning soil erosion. Use hay bales or silt fences to control erosion to the satisfaction of the Engineer and regulatory agencies. Usc hay bales or silt fences to stop silt and sediment from reaching surface waters, parking lots and roads. Leave erosion control methods in place until ground cover is established or until date of substantial completion. 2.10 - DUST CONTROL A. Each contractor shall provide measures to control dust resulting from the work. B. Control dust at locations and in such quantities and frequencies as required to prevent dust from becoming a nuisance to the surrounding area. C. In the event the Contractor does not adequately provide for dust control, or should insufficient quantities of dust control agents be placed and Contractor fails to place additional quantities within 4 hours after Engineer's direction, Owner will perfor~n the required work by whatever means deemed expedient and all expenses incurred by Owner will be charged to and paid by Contractor. D. Take care in selecting and applying dust control agents so as not to make roadways or walkways slippery, muddy or hazardous. Dust control agents shall be acceptable to the Engineer. 01500-4 l~M, C-BOUP SECTION 01500 - CONSTRUCTION FAC[LIT[ES AND CONTROLS (CONT'D.) 2.11 - RUBBISH REMOVAL A. The General Contractor shall clean up trash as specified in Section 01140 - Work Restrictions or more often if the trash interferes with the work of others, presents a hazard or if' directed by the Engineer. B. Dispose of rubbish and waste materials in accordance with NYSDEC Part 360 regulations and local ordinances. C. The General Contractor shall place rubbish containers at locations indicated by the Engineer. Furnish adequately sized rubbish containers from the date of initial mobilization to the date of Final Completion. As a minimum, the Contractor shall furnish two (2) 55-gallon rubbish containers. The Contractor shall be responsible for maintaining the site free of rubbish. D. Burning of rubbish will not be permitted. 2.12 - A. ENCLOSURES Each contractor shall provide and maintain temporary enclosures, sheds, or fenced-in areas to accommodate protection for products, material and equipment. Store equipment that can not be exposed to outdoors in accordance with Section 01650 - Product Delivery, Storage and Handling. 2.13 - SECURITY A. Each contractor shall provide security and facilities to protect work from unauthorized entry, vandalism and theft. B. Coordinate with Owner's security program, if applicable. C. Each contractor has full responsibility for the working area until final acceptance and payment. 2.14 -PARKING A. Do not allow heavy construction vehicle parking on existing pavement, if existing pavement is not scheduled for replacement or restoration. B. Provide and maintain access to fire hydrants, building entrances, truck scales, and doors. 2.15 - DAMAGES A. Any damage, directly or indirectly caused by the contractors operations, shall be promptly repaired by the Contractor to the approval of the Owner/Engineer. 2.16 - FIRST AID FACILITIES & EMERGENCY TELEPHONE NUMBERS A. Each contractor shall provide and maintain adequately equipped first aid facilities in a location or at locations which are readily accessible to workmen, Engineer and visitors to the site. 01500-5 SECTION 01500 - CONSTRUCTION FACILITIES AND CONTROLS (CONT'D.) B. Provide at least one on-site employee who is properly trained in first aid and who shall be available to render first aid whenever construction is in progress. C. Provide a list of emergency phone numbers for the following: 2. 3. 4. Contractor's superintendent (home, beeper, cellular, office, trailer). All subcontractors. All utility companies, Emergency services such as fire department, police, and ambulance. 2.17 - POLLUTION CONTROL A. Do not permit pollutants, such as chemicals, fuels, lubricants, calcium chloride, sewage, water containing sediments and other deleterious, poisonous, toxic or oxygen demanding substances to enter or leach into streams, lakes, other surface waters, into groundwater, or into the air. B. In waters used for public water supply or used for trout, salmon or other game or forage fish spawning or nursery, control measures must be adequate to assure that turbidity in the receiving water will be increased not more than 10 standard turbidity units (s.t.u.) in the absence of other more restrictive locally established limitations, unless otherwise permitted by the State. In no case shall the classification for the surface water be violated, unless otherwise permitted by the State. C. In water used for other purposes, the turbidity shall not State limits. 2.18 - TEMPORARY ELECTRIC FOR MAINTENANCE OF FLOW A. The General Contractor shall design, install, and maintain temporary electric facilities for such systems as by-pass pumping. All labor, material, and equipment necessary to furnish and install control panels, power distribution wiring and conduit, and control elements, such as floats, shall be included as work of this Contract. B. All work shall be performed in accordance with NEC requirements. All work shall be performed by licensed electricians. 2.19 - REMOVALS A. Remove all items provided under this Section except as otherwise specified. PART 3 - EXECUTION 3.01 - PROTECTION OF EXISTING UTILITIES AND PUBLIC WORKS A. Maintain and protect existing utilities and public works including, but not limited to, conduits, sewers, water mains, electric and telephone conductors or conduits, and gas mains encountered during the construction. 01500-6 [q:Z~ QF~OUP SECTION 01500 - CONSTRUCTION FACILITIES AND CONTROLS (CONT'D.) B. In the event that it is not possible to cross over, under, around or otherwise avoid the existing utility, the owner of the utility shall be notified that the utility must be altered or moved. C. In the event that damage shall result to any service pipe for water or gas, or any private or public sewer or conduit, the Contractor shall immediately, and at its own expense, repair the same to the satisfaction of the Engineer. Any contents from the pipes, sewers or conduits shall be immediately removed and disposed. D. Refer to Section 01310 - Project Management and Coordination regarding existing conditions at the site and extra work for relocation or removal of obstructions. 3.02 - REMOVAL OF UTILITIES, FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials, immediately following substantial completion and prior to release of retainage. B. Remove underground installations to a minimum depth of 2 feet. Regrade site to restore to existing slope and elevation, and restore the surface. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. E. Remove temporary parking and access roads. Regrade area to existing slope and elevation and restore the surface to its existing condition. 3.03 - PROTECTION OF EXISTING PROPERTY A. Protect existing structures and finishes during performance of the work. B. Protect existing trees and plants during performance of the work. Do not deposit excavated materials or store materials around trees or plants or attach guy wires to trees. END OF SECTION T:\2001 JOB S\SOHT 01 ~01 \01500G.DOC 01500-7 SECTION 01610 - BASIC PRODUCT REQUIREMENTS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. General requirements /'or products that are to be furnished, installed, or otherwise incorporated into the project. 1.02 - QUALITY ASSURANCE - GENERAL PRODUCTS A. In addition to the Contractor's warrantees and guarantees on materials and equipment required under the General Conditions of the Contract, the Contractor shall also be responsible for all materials, equipment, and products that have or is planned to be incorporated into the work. The Contractor shall be responsible for the finished work and that it accurately and completely complies with these Contract Documents. The Contractor shall be responsible for work performed by subcontractors, equipment suppliers and material vendors. The Contractor shall be satisfied as to the product's performance before it is ordered for installation. At the Contractor's option, he/she shall have tested each product to determine compliance with these specifications. B. The Engineer may check all or any portion of the work and the Contractor shall afford all necessary assistance to the Engineer in carrying out such checks. Such checking by the Engineer shall not relieve the Contractor of any responsibilities for the accuracy or completeness of the work. Such checking is a gratuitous service being provided by the Owner and does not relieve the Contractor of his/her responsibilities under this agreement. C. If witnessed shop tests or inspections are required at the point of manufacture, the Contractor shall keep the Engineer advised as to the progress of the work to allow inspection at the proper time and place. Provide at least two (2) weeks advance notice before scheduled shop tests. D. Should a dispute arise as to the quality of workmanship, equipment or material performance, then the final decision regarding acceptability with these Contract Documents shall be that of the Engineer. E. At the request of the Engineer, the Contractor shall promptly provide the services of a competent representative of the manufacturer at the project site, fully equipped and prepared to answer questions, perform tests, make adjustments and to prove compliance with the Contract Documents free of additional charges. 1.03 o QUALITY ASSURANCE - EQUIPMENT A. Erect and install products under the supervision of a competent and experienced superintendent. The method of installation, including anchorage, clearances, and SOHT 01-01 01610-1 SECTION 01610 - BASIC PRODUCT REQUIREMENTS (CONT'D. tolerances for rotating assemblies, methods of support for equipment and adjacent piping, shall be as recommended by the equipment manufacturer. All material furnished shall be new, and guaranteed free from defects in workmanship, installation, and design. Unless specific warranty statements contained in the technical specification sections of the Contract Documents are more stringent, then as a minimum the Contractor shall repair or replace all defective components, without cost to the Owner. All products or equipment parts which are defective, or show signs of abnormal wear within a minimum of one (1) year after the date of the Final Certificate or a minimum of eighteen months (18) months from the date it was shipped to the site, whichever is greater, shall be replaced or repaired free of any and all charges. Design and fabricate equipment in conformance with ANSI, ASTM, ASME, ASHRAE, IEEE, NEC and NEMA Standards. Equipment shall withstand the stresses that may occur during fabrication, testing, transportation, installation and conditions of operation. Pumps shall conform to the requirements of the Hydraulic Institute. Equipment shall comply with the latest OSHA regulations and the ANSI Safety Standards. Equipment shall be products of manufacturers who produce evidence of their ability to promptly furnish any and all interchangeable replacement parts as may be needed at any time within the expected life of the equipment. Manufacturers shall also posses, or have readily available access to suitable and accurate testing facilities for performing the required shop tests. The drawings are intended to show the general arrangement of equipment, structural supports, foundations, connected piping and valves. It is anticipated that supports, foundations, hardware, piping, valves and other associated and appurtenant items may, in part or in whole, have to be modified in order to accommodate the actual equipment furnished. The Contractor shall make these types of modifications, as required, without any claims for additional compensation. PART 2 - PRODUCTS 2.01 - MATERIALS AND EQUIPMENT A. Equipment shall have been in successful regular operation under comparable conditions for a period of at least five (5) years. This time requirement does not apply to minor details nor to thoroughly demonstrated improvements in design or in meeting the time requirements may be considered when the manufacturer is willing and able to provide a Performance Bond or cash deposit for the duration of the time period which will guarantee replacement of the equipment in the event of failure. 01610-2 SECTION 01610 - BASIC PRODUCT REQUIREMENTS (CONT'D.) B. The Owner reserves the right to reject any material or equipment manufacturer who, although he appears to be qualified and meets the technical requirements, does not provide satisfactory evidence indicating adequate and prompt post-installation repair and maintenance service, as required to suit the operational requirements of the Owner. C. Whenever it is required that the Contractor furnish materials or manufactured articles or shall do work for which no detailed specifications are set forth, the materials or manufactured articles shall be of the best grade in quality and workmanship obtainable on the market fi'om firms of established good reputation, or, if not ordinarily carried in stock, shall conform to the usual standards for first-class materials or articles of the kind required. Perform work in full conformity and harmony with the intent to secure the best standard of construction and equipment of the work as a whole or in part. D. Items of any one type of material or equipment shall be the product of a single manufacturer. For ease of the Owner in maintaining and obtaining service for equipment and for obtaining spare parts from as few places as possible, to the maximum extent possible, use equipment of a single manufacturer. The Engineer reserves the right to reject any equipment from various manufacturers if suitable equipment can be secured from fewer manufacturers and to require that source of materials be unified to the maximum extent possible. 2.02 - NAMEPLATES Each unit of equipment shall have the manufacturer's name or trademark on a corrosion- resistant nameplate securely affixed in a conspicuous place. The manufacturer's name or trademark may be cast integrally with stamp, or otherwise permanently marked upon the item of equipment. Such other information as the manufacturer may consider necessary for complete identification shall be shown on the nameplate. 2.03 - FABRICATIONS Insofar as possible, shop prefabricate all items complete and ready for installation. Accurately fabricate all items to the details shown on the drawings and on the shop drawings found in compliance with the Contract Documents. PART 3 - EXECUTION 3.01 -INSPECTIONS - PREPARATION A. Prior to work under any Section, carefully inspect the work of all other prime trades and verify that all such work is in conformance with the Contract Documents and is complete to the point where the work under that Section may properly commence. Avoid the need to remove and replace work and to avoid unnecessary cutting and patching. 01610-3 SECTION 01610 - BASIC PRODUCT REQUIREMENTS (CONT'D.) Inspect all surfaces to be sure that they have been properly prepared before applying new work to such surfaces. Verify that all work can be installed in strict accordance with the drawings and the approved shop drawings. Immediately report discrepancies to Engineer. Do not proceed with the work under any Section until these conditions are obtained. 3.02 - INSTALLATION/APPLICATION/PERFORMANCE/ERECTION A. Furnish and install materials and equipment in accordance with the instructions of the applicable manufacturer, fabricator or processors, except as otherwise provided in the Contract Documents. B. All work shall be done in a workmanlike manner and set to proper lines and grades. The work shall be square, plumb and/or level as the case may be. C. Where performance criteria are specified, do all work necessary to attain the required end results. 3.03 - FIELD QUALITY CONTROL A. Neither observations by Engineer nor inspections, tests or approvals by other persons shall relieve contractor from his obligations to perform the work in accordance with the requirements of the Contract Documents. B. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by some public body, the Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish the Engineer with the required certificates of inspection, testing or approval. C. The Owner reserves the right to independently perfmxn laboratory tests on random samples of material or performance tests on equipment delivered to the site. These tests, if made, will be conducted in accordance with the appropriate referenced standards or specification requirements. The entire shipment represented by a given sample, samples or piece of equipment may be rejected on the basis of the failure of samples or pieces of equipment to meet specified test requirements. All rejected materials or equipment shall be removed from the site, whether stored or installed in the work, and the required replacements shall be made, all at no additional cost to Owner. 3.04 - ADJUST AND CLEAN A. Upon the completion of installations, and as a condition of its acceptance, visually inspect all work, adjust all components for proper alignment and touch-up abrasions and scratches to make them completely invisible. 01610-4 I~ C2( ;UP SECTION 01610 - BASIC PRODUCT REQUIREMENTS (CONT'D. Thoroughly examine all materials and equipment with protective or decorative finishes for defects and damage prior to being covered. In the case of buried items of work, restore protective surface covers so as to conform to the Contract Documents prior to being backfilled, buried or embedded, as the case may be. In the case of exposed items of work, for which a decorative finish is required, all scratches, discoloration's, unmatched colors, disfigurations and damages shall be repaired and touched-up so as to provide a neat, clean finish, and be uniform in color. 3.05 - A. UNCOVERING WORK Unless otherwise specified or directed by Engineer, no work shall be covered until it has been observed, tested and authorized to be covered by Engineer. If any work has been covered with Engineer's consent and Engineer considers it necessary or advisable that covered work be observed or tested, the Contractor, at Engineer's request, shall uncover, expose or otherwise make available for observation, or testing as Engineer may require, that portion of the work in question, furnishing all necessary labor, material and equipment. If it is found that such work is defective, the Contractor shall bear all the expenses of such uncovering, exposure, observation, and testing of satisfactory reconstruction, including compensation for additional engineering services and an appropriate deductive change order shall be issued. If, however, such work is not found to be defective, the Contractor shall be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to such uncovering, exposure, observation, testing and reconstruction if he makes a claim therefor as provided in the general conditions. 3.06 - DEFECTIVE WORK A. The repair, removal, replacement and correction of defective work is a part of this Contract and shall be promptly done in accordance with the requirements set forth in the General Conditions or other portions of the Contract Documents. All costs in connection with the correction of defective work shall be borne by Contractor. B. Products which fail to maintain the performance or other salient requirements of the Contract Documents, shows undue wear, or other deleterious effects during the maintenance period, shall be considered defective. T:L2001JOBS~SOHT 01-01\01610G.DOC END OF SECTION 01610-5 SECTION 01620 - PRODUCT OPTIONS PART1-GENERAL 1.01 - DESCRIPTION A. Substitution of specified products during construction. 1.02 - CONTRACTOR'S OPTIONS For products specified only by reference standard, select any product meeting that standard. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with the Specifications. Where products are not named, then submit products that meet the specifications. 1.03 - QUALITY ASSURANCE A. In the event substitutions are approved which require a change in dimension or shape of the structure, the Contractor shall submit detailed drawings including, but not limited to, steel reinforcement, dimensional changes and all other variations from the specified design, for approval. No additional compensation will be made for such changes in the design and the work necessitated thereby. B. Substitute equipment shall not be fabricated nor installed until after written decision to accept request is received from the Engineer. PART2-PRODUCTS 2.01 - A. SUBSTITUTIONS Name - The Drawings and Specifications list acceptable manufacturers, commercial names, trademarks, brands and other product, material and equipment designations. Such names are provided to establish the required type, quality and other salient requirements of a procurement. Equals - An item equal to that named or described on the Drawings or in the Specifications may be provided by Contractor if accepted by the Engineer. A request constitutes a representation that the Contractor: 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. SOHT 01-01 01620-1 SECTION 01620 - PRODUCT OPTIONS (CONT'D.) 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner and Engineer for review or redesign services associated with re-approval by authorities. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. The burden to prove product equivalence rests on the Contractor. 3. The Engineer will notify Contractor in writing of decision to accept or reject request. The Engineer will consider requests for substitutions only within thirty (30) days from the date of Notice to Proceed. Only products not specifically named in the bid are eligible for substitution in accordance with the requirements contained herein. Products named by the Bidder, at thc time of bid, shall be furnished and installed and substitutions will not be considered by the Owner/Engineer for those products named in the bid. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. PART 3 - EXECUTION Not Used T:\2001JOBS\SOHT 01 01\01620G DOC END OF SECTION 01620-2 SECTION 01650 - PRODUCT DELIVERY, STORAGE AND HANDLING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Transportation, handling, storage and protection of products that are to be incorporated into the work. B. Procedures for turning equipment over to the Engineer for installation by others is also included herein. 1.02 - QUALITY ASSURANCE A. Items shall be delivered as complete assemblies direct from the manufacturer with all internal wiring, piping, valving, and control devices intact except where partial disassembly is required by transportation regulations, protection of components or where physical constraints may exist or be created for the setting of the item. Coordinate the disassembly and reassembly requirements with the manufacturer. Determine the need and extent of reassembly prior to bid. All labor, material and equipment costs associated with the disassembly and reassembly of the product shall be included in the Contract Price as bid. B. Where reassembly of equipment is necessary, then the manufacturer shall provide reassembly instruction at the project site. A technician shall be present during the entire reassembly procedure and the manufacturer shall certify, in writing, that the unit was reassembled properly in accordance with instructions provided by the manufacturer and that ail as-specified warranties remain in effect. The manufac:urer's reassembly inspection time shall be in addition to the field service time specified and shall be included in the Contract Price as bid. C. In the case where equipment is to be installed by others, then the supplying contractor shall be responsible for it's reassembly. If reassembly is necessary and the unit(s) are to be set inside an enclosure or building, reassemble the equipment inside said enclosure. The equipment once reassembled shall be turned over to the installing contractor as specified below. 1.03 -PACKING A. Transport products in containers, crates, boxes or similar means such that the products are protected against damage that may occur during transportation. B. All parts shall be packaged separately or in container where parts of similar systems are grouped. Part numbers shall be indicated on the individual part. Use indelible ink to mark part numbers. C. All equipment shipments shall be included with a pans list showing a description (name) of the part and the manufacturer's part number. The parts list shall be shipped in a plastic SOHT 01-01 01650-! I~:~,s~ QI2OUD SECTION 01650 - PRODUCT DELIVERY, STORAGE AND HANDLING (CONT'D.) zippered envelope with the words "Parts List" lettered on it in indelible ink, The parts list shall be placed inside the shipping container so that it is on the top of the contents. Equipment shall be shipped with storage, handling and installation instructions. The Engineer reserves the right to withhold payment for equipment delivered to the site until such time as the storage, handling and installation instructions are supplied by the manufacturer. 1.04 - SHIPPING AND DELIVERY A. Transport and handle products in accordance with manufacturer's instructions. B. Product deliveries shall be accompanied with a bill of lading indicating the place of origination and the Contractor's purchase order number. C. Inspect shipments immediately upon delivery, to assure compliance with requirements of the Contract Documents and those products are undamaged. D. Promptly remove damaged material and unsuitable items from the job site. E. Provide equipment and personnel to handle products by methods to prevent soiling; disfigurement or damage. 1.05 - STORAGE Store sensitive products in weather tight, climate controlled enclosures in an environment favorable to product. B. Store and protect products in accordance with the manufacturer's instructions. C. All other products that are to be installed underground or products such as pipe, valves, and fittings shall be stored outdoors but shall be blocked off the ground and covered with impervious sheet coverings. Store fabricated products above the ground on blocking or skids. Store loose granular materials in well-drained areas on solid surfaces to prevent mixing with foreign matter. Provide adequate ventilation to avoid condensation. D. Prepare all products for short-term storage as required by the manufacturer. Lubricate all components as necessary. E. In accordance with manufacturer's instructions protect bearings, couplings, shafts, rotating components, and assemblies. Protection of said equipment shall be continuous until the time the equipment is placed into permanent service. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. G. Do not store volatile liquids in any building on site. 01650-2 $~C~ION 01650 - PRODUCT DELI¥~R¥, STOR^G~ AND H^~',a]~LING (CONT'~,) Storage of products shall be the responsibility of the supplying contractor. The installing contractor shall take all necessary precautions to protect the equipment being furnished by others. Store with seals and labels intact and legible. 1.06 - EQUIPMENT INSTALLED BY OTHERS A. All products, except products noted on the Drawings or specified, shall be furnished and installed under this Contract. Refer to Section 01120 - Multiple Contract Summary for scope of work description. Only noted or specified products shall be furnished under this Contract for installation by others. If it is not noted on the Drawings or specified, then the product shall be furnished and installed under the Contract. B. The Contractor shall furnish these products to the Engineer. These products shall be stored as specified above. The Engineer will then advise the installing contractor that the product(s) are ready for installation. In the case where the product is stored in a proper enclosure, but not stored inside the building to be constructed under this project, then the installing contractor shall move the product into the building to a location adjacent to the final location shown on the Drawings. In all cases, the installing contractor shall be responsible for moving from storage, uncrating, anchoring, mounting and installing the product as required by the Contract Documents. C. The Contractor and installing contractor(s) shall be present at the time the equipment is turned over to the Engineer. Immediately thereafter, the Engineer will turn the product over to the installing contractor for installation. D. The Contractor, Engineer and the installing contractor shall inspect the condition of the product at this time. Any defects in the product will be noted and the Contractor will be advised to make all repairs immediately. The installing contractor shall still be required to install the product if the damage is deemed cosmetic by the Engineer. The manufacturer's installation instructions or wiring diagram shall be turned over to the installing contractor at this time by the Contractor. Any damage occurring to the product during moving, setting and mounting the unit(s) shall be the responsibility of the installing contractor. E. The supplied unit(s) remain the property of the Contractor until final acceptance of the work. Any damage caused to the unit(s) due to improper installation, workmanship, and non-compliance with the manufacturer's written installation instructions shall be the responsibility of the contractor who caused said damage. The burden of proof shall rest with the Contractor. F. In the event the Contractor discovers misuse, abuse or improper installation of the unit(s) by the installing contractor, then he shall immediately notify the Engineer in writing. The Engineer will investigate the accusations and make a determination. His determination being binding and agreed to by both parties. 01650-3 SECTION 01650 - PRODUCT DELIVERY, STORAGE AND HANDLING G. If the Engineer's determination substantiates the accusations of the Contractor, then the Contractor shall install the unit(s), the costs for which will be paid for as extra work. All costs associated with the extra work change order, including engineering and attorney fees of the Owner and Contractor will be deducted from money due the installing contractor. 1.07 - DELIVERY OF SPARE PARTS A. Spare parts shall be turned over to the Engineer approximately two (2) weeks prior to the Engineer's preparation of the Final Punch List. Spare parts will not be accepted until this time. Spare parts shall be stored by the Contractor as specified above. B. Provide a formal letter of transmittal listing the name or description of the part, part number, model number, manufacturer or supplier, and system component name and the Section where it was specified to be provided. Two (2) counterparts of the letter shall be provided. The Contractor shall turn each part over to the Engineer. The Engineer will initial next to the part description on each counterpart of the transmittal letter. The Engineer's initials represent that the part was received by the Engineer. One transmittal counterpart will be returned to the Contractor. 1,08 - PROTECTION OF WORK A. Protect the installed work. All costs for protection shall be borne by the Contractor. B. Provide coverings as necessary to protect installed products from damage, from traffic and subsequent construction operations. Remove when no longer needed. C. Cover and protect equipment from dust, moisture or physical damage. D. Protect finished surfaces, including jambs, wall comers and soffits of openings used as passageways, through which equipment and materials are handled. E. Protect finished floor surfaces prior to allowing equipment or materials to be moved over such surfaces. F. Maintain finished surfaces clean, unmarred and suitably protected until accepted by the Owner. G. Additional time required to secure replacements and to make repairs will not be considered by the Engineer to justify any extension in the Contract Time of Completion. H. In the event of the damage, promptly make replacement and repairs to the approval of the Engineer at no additional costs. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used T:X2001JOBS\SOHT 01-01\01650G.DOC END OF SECTION SOHT 01-01 01650-4 SECTION 01785 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Maintenance of documents B. Recording of record information C. Submittal of record documents 1.02 - PLANS AND SPECIFICATIONS FURNISHED TO THE CONTRACTOR A. Four (4) complete sets of Contract Documents (plans, specifications and addenda) will be furnished to the Contractor. B. Additional sets will be furnished to the Contractor at a cost of $25 per set. 1,03 - MAINTENANCE OF DOCUMENTS A. The Contractor shall maintain at the site one (1) set of the following: drawings, specifications, addenda, change orders, approved shop drawings, test reports, operations and maintenance manuals, shop drawing log. B. The Contractor shall make these documents available for use by the Owner, Engineer, regulatory agencies and other parties designated by the Owner. C. Store these documents in a lockable, fire proof filing cabinet that shall remain the property of the Contractor. The cabinet shall be located on-site in an area designated by the Owner. The Engineer and Owner shall each provided with one key. D. Provide a drawing rack for storage of plans. E. Maintain these documents in a clean, dry, legible condition throughout the entire contract period. 1.04 - RECORDING OF RECORD INFORMATION A. Affix a stamp to each Contract Drawing and Shop Drawing reading as follows: "RECORD DOCUMENT" - "NAME OF PROJECT" - "CONTRACTOR NAME" in 2- inch high printed letters. The stamp shall be specifically prepared for this project. B. Keep the record documents current as the work progresses. Record information concurrent with construction progress. The Contractor shall include a lump sum amount of $2,000 in the bid amount for preparation of record drawings. Said sum being released when satisfactory evidence has been provided by the Contractor demonstrating compliance with these specifications and said drawings have been delivered and deemed in compliance with the specifications by the Engineer. C. Do not permanently conceal any work until required information has been recorded. SOHT 01-01 01785-1 SECTION 01785 - PROJECT RECORD DOCUMENTS (CONT'D. A. Legibly mark the Contract Plans to record actual construction, including, but not limited to the following: 1. All as-built work. 2. All approved field changes and conditions. 3. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements~ 4. Location of underground conduits, boxes, devices. Wire sizes (AWG) and types installed. Number of active and spare wires in each conduit and conduit size (applicable where work involves electrical construction). 5. Tied-down location of all underground process lines. Shop Drawings: Maintain as record documents. Legibly mark-up to show changes made after review. Progress payments will be allowed against the line item in the Schedule of Values only if record documents are considered accurate and up-to-date by the Engineer. SUBMITTAL OF RECORD DOCUMENTS At Substantial Completion, the Contractor shall deliver one (1) preliminary record set of as-built documents to the Engineer with all changes conspicuously ballooned or otherwise emphasized. The work will not be considered substantially complete until such time as the preliminary record documents are delivered and acceptable to the Engineer. Mark this set "PRELIMINARY RECORD DRAWINGS". Prior to Final Completion, the Contractor shall conform the preliminary record drawings to the comments made by the Engineer and then provide the Owner a complete reproducible set of as-built drawings on mylar (or mylar sepia) and one set of blue line prints. As-built drawings shall be the same size as the Contract Drawings, with ~/2~inch margins space on three sides and a 2-inch margin on the left side for binding. Each drawing shall bear in the title box the words "FINAL RECORD DRAWINGS" and the name of the Contractor in heavy black lettering ~/2 inch high and be certified as complete and accurate. As a convenience, Engineer will make available to the Contractor mylar sepias or electronic media of the Contract Drawings for the sole purpose of the Contractor preparing as-built drawings. Electronic media made available is without guarantee of compatibility with the Contractor's software or hardware. If the Contractor wishes to take advantage of this offer, the Contractor will be required to execute an indemnification and hold harmless agreement with the Engineer and pay the Engineer $20.00 per contract drawing. Electronic media will be provided on disc in a zipped format. Payment shall be 01785-2 SECTION 01785 - PROJECT RECORD DOCUMENTS (CONT'D.) by check, payable to Holzmacher, McLendon & Murrell, P.C., in advance of picking up the requested materials. Electronic media shall be returned to the Engineer upon acceptance of the record drawings by the Owner. 1.06 - RELATED DOCUMENTS A. Provide an Underwriter's Certificate if the Contract requires electrical construction work. B. Provide certificate of release of liens. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used T:k200 ljobs\SOHT 01-01~01785G.DOC END OF SECTION 01785-3 SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Remove and dispose of surface debris. B. Remove and dispose of paving, curbs, and other existing items. C. Remove and dispose of the root system of trees and shrubs. D. Clear and grub underground root systems, as it is necessary, to construct the work. Clearing and grubbing consists of cutting and disposing of all root systems, down timber, stubs, snags, vegetation, rubbish, debris, and other objectionable matter and materials. E. Limit the area of clearing and grubbing to the minimum area possible to allow for the installation of the work. 1.02 - RELATED SECTIONS A. Section 02310 - Rough Grading. 1.03 - REGULATORY REQUIREMENTS A. Conform to applicable local code(s) for disposal of debris. B. Burning of materials on the site is prohibited. Burial of materials on the sitc is prohibited. C. Coordinate clearing work with utility companies. 1.04 - COORDINATION WITH OTHER CONTRACTORS A. Comply with the requirements contained in Section 01310 - Project Management and Coordination. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3,01 - PROTECTION A. Locate, identify and protect utilities that are to remain. B. Protect benchmarks and existing structures from damage or displacement. C. Sheeting locations, if required to construct the work, shall be located and staked. SOHT 01-01 02230-1 SECTION 02230 - SITE CLEARING (CONT'D.) 3.02 - APPLICATION A. Clear areas required for access to site and execution of work. B. Remove paving, curbs, debris and sidewalks as required. C. Remove stumps, main root ball, surface rock and debris. D. Clear undergrowth and deadwood without disturbing subsoil. E. Remove paving, debris, rock, and extracted root systems from site and dispose of in accordance with state and local ordinances. END OF SECTION T:L200Ijobs\SOHT 01-0 I\02230G,DOC 02230-2 Iq~'~4(~ !2©L~ SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Recycled concrete aggregate base course. 1.02 - RELATED SECTIONS A. Section 02223 - Backfilling: Compacted fill under base course. 1.03 - REFERENCES A. ANS1/ASTM C88 - Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. B. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates. C. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb Rammer and 18-inch Drop. D. ASTM D4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.04 - SUBMITTALS A. Test Reports: Submit a sieve analysis for the aggregate base course used. 1.05 - DELIVERY, STORAGE AND HANDLING A. Do not handle aggregate in any manner which will cause segregation of large or fine particles. PART 2 - PRODUCTS SOHT 01-01 02232-1 SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE 2.01 - MATERIALS Aggregate Base Course: Angular, crushed, recycled concrete; free of shale, clay, friable materials and debris; graded in accordance with ANSI/ASTM C136 within the following limits: Sieve Size [ Percent Passing 1-1/2 inches (38 mm) I inch (25 mm) 1/2 inch (13 mm) 3/8 inch (9 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (0.60 mm) No. 40 (0.30 mm) No. 100 (0.15 mm) No. 200 (75 micro m) 100 90- 100 65-85 55-75 40-55 30-45 22-36 16-27 12-19 7-13 3-7 B. Material retained on the 1/2 inch (13 mm) sieve is coarse aggregate. Coarse aggregate shall not have more than 10 percent by weight of flat or elongated pieces. A flat or elongated piece is defined as being three times greater in the largest dimension as compared to its least dimension. D. The portion of the aggregate base course which passes the No. 40 (0.30 mm) screen shall have a plasticity index of one as tested in accordance with ASTM D4318. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify elevations of subgrade are as indicated on the plans. B. Verify that subgrade is properly compacted and ready to receive work of this section. 3.02 - PREPARATION A. Fine grade and compact subgrade to 95 percent maximum dry density in accordance with ANSI/ASTM D 1557. 02232-2 SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE 3.03 - AGGREGATE PLACEMENT A. Spread course aggregate over prepared subgrade to a total compacted thickness as indicated on the plans. B. Place aggregate in 6 inch (152.4 mm layers and compact by roller. C. Level and contour surfaces to elevations and gradients indicated. D. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. E. Compact placed aggregate materials to achieve 145 lb/cu ft (2,300 kg/cu m) dry density when compacted in accordance with ANSI/ASTM D1557. F. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. G. Use mechanical vibrating tamping in areas inaccessible to compaction equipment. 3.04 - TOLERANCES A. Maximum Variation From Flatness: 1/4 inch (6 mm) measured with 10 foot (3 m) straight edge. B. Maximum Variation From Scheduled Compacted Thickness: 1/4 inch (6 mm). C. Maximum Variation from True Elevation: 1/4 inch (6 mm). 3.05 - FIELD QUALITY CONTROL A. Perform compaction testing in accordance with ANSI/ASTM D1557. B. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. C. Frequency of Tests: One test per 500 sq. ft. (50 sq. m). END OF SECTION 02232-3 SECTION 02233 - GEOTEXTILE PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Geotexti le 1.02 - RELATED SECTIONS SOHT 01-01 02233-1 A. Section 02232 - Recycled Concrete Aggregate Base Course. B. Section 02316 - Backfilling: Compacted fill under base course. 1.03 ~ REFERENCES A. ASTM D4533 - Test Method for Trapezoid Tearing Strength of Geotextiles B. ASTM D3786 - Test Method for Hydraulic Bursting Strength of Knitted Goods and Non-Woven Fabrics. C. ASTM D4632 - Test Method for Grab Tensile Strength of Geotextiles. D. ASTM D4833 - Test Method for Puncture Strength Tests of Non-Woven Fabrics. E. ASTM 04751 - Test Method for Determining the Apparent Opening Size of a Geotextile. 1.04 - SUBMITTALS A. Test Reports: See Section !.06 1.05 - DELIVERY, STORAGE AND HANDLING A. Do not handle geotextile in any manner which will cause damage or tear to the fabric. 1.06 - QUALIFICATIONS A. Geotextile manufacturer shall be a specialist in the manufacture of drainage control filter fabric, and have produced and successfully installed a minimum of five million square feet. B. The Contractor shall pre-qualify the source of the geotextile filter fabric prior to use on the project. SECTION 02233 - GEOTEXTILE Prior to procurement of the geotextile filter material, the Contractor shall submit to the Engineer the following information for approval: Origin and identification of the raw materials used to manufacture the geotextile filter (including polymer density, type and ultraviolet stability). The geotextile manufacturer's quality assurance/quality control methods, procedures, tests, testing frequency, etc., to ensure compliance with these specifications. A copy of QC certificate regarding the raw materials issued by the producer of the raw materials. A copy of QC certificate issued by the manufacturer of the geotextile filter that the filter material is continuously inspected for uniformity, damage, imperfections, broken needles and foreign materials. A history of the nature and frequency of repair, the method of repair and remediation, and results of re-testing of the geotextile filter material shall be reported. In addition, the method of transportation, loading and unloading of the filter material must be submitted. A copy of the Contractor's QC plan regarding the installation of the geotextile filter which shall include, at a minimum, the following information: Installation procedures Field seaming procedures Defects, documentation and repair procedures A certificate of compliance from the manufacturer of the geotextile filter that the material to be supplied meets all the material specifications for the geotextile filter material. Certified minimum average roll values (i.e., values equal to the mean value minus two standard deviations obtained from routine testing on the product) for the following properties: Results of the mass per unit area analyses conducted in accordance with ASTM D5261. Results of the grab tensile strength tests conducted in accordance with ASTM D4632. 02233-2 SECTION 02233 - GEOTEXTILE Results of the trapezoidal tear strength tests conducted in accordance with ASTM D4533. Test Method for Trapezoid Tearing Strength of Geotextiles. Results of the burst strength tests conducted in accordance with ASTM D3786, Test Method for Hydraulic Bursting Strength of Knitted Goods and Non-Woven Fabrics: Diaphragm Bursting Strength Tester Method. Results of the puncture strength tests conducted in accordance with ASTM D4833. · Results of the thickness tests conducted in accordance with ASTM D5199. Results of the hydraulic conductivity tests conducted in accordance with ASTM D4491, Test Methods for Water Permeability of Geotextiles by Permittivity. Results of the apparent opening size tests conducted in accordance with ASTM D4751, Test Method for Determining the Apparent Opening Size of a Geotextile. All geotextile supplied to the Project shall be the product of one manufacturer, unless that material is found to be unsuitable during the prosecution of the Work. PART 2 - PRODUCTS 2.01- MATERIALS A. Type I Geotextile The geotextile shall be an 8 oz./sq, yard continuous filament polyester or polypropylene nonwoven needlepunched fabric. The fabric shall be inert to commonly encountered chemicals, biological degradation, hydro-carbons, acids, alkalies and mildew. The fabric shall be resistant to rot, ultraviolet light, insects and rodents. b. The polyester or polypropylene filaments shall be formed into a stable network such that the filaments retain their relative position. c. The manufacturer shall provide certifications that each roll (identified by roll number) of geotextile conforms to the requirements of these specifications. The 02233-3 SECTION 02233 - GEOTEXTILE certifications shall be submitted to and reviewed by the Engineer prior to the installation of the material. The geotextile polymer composition shall be at least 95% polypropylene or polyester by weight. The minimum roll width shall be 15 feet. The roll length shall be maximized in order to minimize seams. The Type I Geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Hoechst Celanese, 801 Geotex as manufactured by Synthetic Industries or approved equal. o The Type 1 Geotextile shall conform to the properties listed in Table 2.0b 1. 02233-4 SECTION 02233 - GEOTEXTILE Table 2.01-1 TYPE I GEOTEXTILE Fabric Property Test Method Unit Specified Qualifier'~ Value Fabric Weight ASTM D5261 oz/sq yd. 7.9 - MARV Thickness, t ASTM D5199 Mils 85 MAIJ, V Grab Strength'-" ASTM D4632 Lbs. 210 MARV Grab Elongation~'' ASTM D4632 % 50 MARV Trapezoid Tear Strength© ASTM D4533 Lbs. 80 MARV Puncture Resistance ASTM D4833 Lbs. 100 MARV Mullen Burst ASTM D3786 Psi 320 MARV Water Flow Rate ASTM D4491 Gpm/sq. ft 90 MARV Permittivity ASTM D4491 Sec~ 1.2 MARV Permeability ASTM D4491 Cm/sec 0.3 MARV Apparent Opening 70 Site (AOS) ASTM D4751 Sieve size 0.212 MARV mm ~UV Resistance ASTM D4355 % strength 70 MARV retained pH Resistance 2-13 Range Notes: (1) MARV - Minimum Average Roll Value. (2) Values in the weakest principal direction. SOHT 01-0 l 02233-5 SECTION 02233 - GEOTEXTILE 2.02- QUALITY CONTROL DURING MANUFACTURING The geotextile manufacturer shall strictly implement and enforce the manufactuer's quality assurance/quality control plan and procedures to ensure that the delivered product satisfies the requirements of these Specifications in all regards. During manufacture of the geotextile for this project, the geotextile manufacturer shall, as a minimum, conduct the following quality control tests at no less than the specified frequency. Property Mass Per Unit Area Grab Tensile Apparent Opening Size Permeability Puncture Resistance Trapezoidal Tear Test Frequency every 100,000 fi-' every i00,000 fl~ 1 per production lot I per production lot every 400,000 f( every 400,000 ft~ Upon delivery of the rolls of geotextile, the Contractor shall furnish to the Engineer a copy of the certifications from the manufacturer certifying that the cmTent batch of geotextile material delivered to the site was manufactured and QC inspected, and transported without damage. The certifications shall be signed by a responsible party employed by the manufacturer. The certifications shall include the quality control/quality assurance test results specified herein. The certifications shall also specifically state that each roll has been inspected for the presence of broken needles by means of an on-line metal detector and that any such needles have been removed. D. The certifications and quality control/quality assurance test reports shall clearly delineate the specific, individual roll numbers that they pertain to. PART 3 - EXECUTION 3.01 - DELIVERY, STORAGE AND HANDLING A. No geotextile shall be shipped to the project site prior to the prequalification of the material by the Contractor. The Contractor shall notify the Engineer at least 24 hours prior to delivery. SOHT 01-01 02233 -6 SECTION 02233 - GEOTEXTILE Each roll of geotextile delivered to the site shall be labeled by the manufacturer. The label shall clearly state the manufacturer's name, product identification, lot number, roll number and roll dimensions, and directions to unroll. Geotextile shall be protected from ultraviolet light exposure, precipitation or other inundation, mud, dirt, dust, puncture, cutting or any other damaging or deleterious conditions. Geotextile rolls shall be shipped and stored in opaque and watertight wrappings. The Contractor shall provide all labor and equipment required to assist the Engineer in inspection of material upon delivery to the site. Rolls shall be stored in a manner which protects them from the elements. The Contractor shall not use any hooks, tongs or other sharp tools or instruments for handling the rolls. The Contractor shall utilize non-damaging slings or a pole which extends a minimum of 1 foot beyond each end of the roll to unload or handle individual rolls. The geotextiles shall not be dragged along the ground. Any roll of geotextile which has its opaque and watertight wrapping damaged during delivery, handling or storage ~hall be identified and handling or storage shall be identified and marked. At the time of installation, no less than the first 5 wraps of geotextile shall be removed from the roll and rejected for use on the project. Only geotextile materials which have been approved, properly handled and stored, and for which acceptable roll certifications have been received and approved shall be installed. The Contractor shall assist the Engineer in obtaining conformance samples from the material at the time of placement. A conformance sample shall measure 3 feet in roll length by the width of the roll. Testing of the conformance sample shall be at the discretion of the Engineer. Any conformance sample which yields test results less than these Specifications shall be considered grounds for the rejection, removal and replacement of the sampled roll as well as all other rolls from the production lot which exhibit comparable defects in quality or properties. The Contractor shall bear the responsibility and costs necessary to document that any other rolls (other than the sampled roll) are in compliance with these Specifications. The Contractor shall bear all costs for the removal, reestablishment of a prepared and approved installation surface, and the replacement, installation and testing of the replacement material. 02233-7 SECTION 02233 - GEOTEXTILE Any material which displays characteristics or properties not in conformance with these Specifications and/or makes it unsuitable for the intended purpose shall be rejected, removed and replaced all at no additional cost to the Owner. 3.02 INSTALLATION A. General All geotextiles shall be weighted with sandbags or thc cquivalent when required. Such sandbags shall be installed during placement and shall be installed during placement and shall remain until replaced with cover material. b. If white colored geotextile is used, precautions shall be taken against "snowblindness" of personnel. Before placing any material over the prepared subgrade, the Engineer and the Contractor will visually inspect the prepared subgrade to evaluate the suitability of the subgrade and ensure that the surface is properly compacted, smooth and uniform, and that the elevations are consistent with the Drawings. The surface of the prepared subgrade must be reasonably free of stones, organic matter, irregularities, protrusions, loose soil and any abrupt changes in grade that could damage the geotextile. d. The Contractor shall take any necessary precautions to prevent damagc to underlying layers dunng placement of the geotextiles. During placement of geotextiles, care shall be taken not to entrap in the gcotextile any stone, excessive dust or moisture that could damage the geotextile, generate clogging or hamper subsequent seaming. f. Geotextiles shall not be exposed to precipitation prior to installation and shall not be exposed to direct sunlight for more than 14 days. B. Geotextile Placement The geotextile shall be installed parallel to the slope (where appropriate) and shall be unrolled in overlapping strips as recommended by the manufacturer and directed by the Owner. The number of field seams should be minimized. The geotextile shall be installed in such fashion to avoid excessive stretching and tearing of the material and so that placement of the overlying material will not tear or excessively stretch the fabric. 02233-8 1~2 2©iS ¢9 SECTION 02233 - GEOTEXTILE The protective wrappings on each roll shall not be removed more than 1 hour prior to unrolling the geotextile. After the protective wrapping has been removed, the geotextile shall not be left exposed to sunlight for more than 14 days unless otherwise specifically specified and guaranteed, in writing, by the geotextile manufacturer. Geotextile which has been left exposed to sunlight for more than 14 days shall be rejected by the Engineer. The Contractor shall promptly remove the rejected material and replace it with new geotextile which conforms with the requirements of these Specifications at no additional cost to the Owner. The Contractor shall promptly discard the rejected material and remove it from the projected site. The Contractor shall properly protect unused portions of rolls in accordance with the requirements for new rolls. Unused portions of rolls which are not properly protected, handled and stored shall be rejected by the Engineer and removed from the site by the Contractor at no additional cost to the Owner. The geotextile shall be joined by seaming as specified herein, and in accordance with the recommendations of the geotextile manufacturer. All sewing shall be done using polymeric thread with chemical properties equal to or exceeding those of the geotextile. The thread shall be a color which clearly contrasts with the color of the geotextile to promote visibility and facilitate inspection. All seams shall overlap a minimum of 3 inches and shall be sewn using a double thread lock stitch Type 401 or equivalent. The seam shall be a "flat" or "prayer" seam. The sewn seam shall be a minimum of 3 inches from the edge of the geotextile. Any holes or tears in the fabric shall be promptly repaired in accordance with the geotextile manufacturer's specifications and recommendations. Should any tear exceed 10 percent of the width of the roll, that roll shall be removed and replaced. On slopes steeper than 10%, the fabric patch shall be sewn into place using a double sewn lock stitch (1/4 to 3A inch apart and no closer than 3 inches from any edge). On non-slope areas (slope less than 10%), a fabric patch shall be spot seamed in place with a minimum of 36 inches of overlap (or greater as recommended by the geotextile manufacturer) beyond the perimeter of the tear or damage in all directions. All geotextiles shall be weighted with sandbags or the equivalent. The sandbags shall be installed during placement of the geotextile and shall remain in place until removed and replaced with the overlying marterials. 02233-9 SECTION 02233 - GEOTEXTILE 3.03 BACKFILLING OF ANCHOR TRENCH The anchor trench shall be backfilled and compacted by the Contractor as shown on the Drawings and as directed by the Engineer. Trench backfill material shall be placed in lifts and compacted by hand or other light compaction equipment to a minimum of 90 percent Standard Proctor density. Care shall be taken when backfilling the trenches to prevent any damage to thc geotextiles. At no time shall construction equipment come into direct contact with thc geotextile. If damage occurs, it shall be repaired by the Contractor prior to the completion of backfilling. 3.04 PLACEMENT OF OVERLYING MATERIALS A. No materials shall be placed over the geotextile until it has been properly and completely installed, repaired as necessary, documented and accepted. Prior to placement of overlying materials, the Engineer's approval of completed portions of the geotextile shall be required. Unless otherwise approved by the Engineer, the Contractor shall not seek approval for any area of geotextile of less than 40,000 square feet. The Contractor shall place all overlying materials in such a manner to ensure the geotextile is not damaged, that there is minimal slippage of the geotextile on underlying layers and no excess tensile stresses are generated in the geotextile. The Contractor shall exercise extreme care when placing or installing any of the materials which overlie the geotextile. The Contractor shall take all necessary precautions so that the installation of these materials does not damage the geotextile. Equipment used for placing any overlying materials shall not be driven directly on the geotextile. A minimum thickness of 6 inches of recycled concrete aggregate base material is required between a low ground pressure tracked vehicle and the geotextile. END OF SECTION 02233-10 SECTION 02310 - ROUGH GRADING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Removal and storage of subsoil. B. Cutting, grading, filling and rough contouring the site prior to placement of topsoil or aggregate base for final grading. 1.02 - RELATED SECTIONS A. Section 02230 - Site Clearing. 1.03 - REFERENCES A. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb. (4.54 kg) Rammer and 18 inch (457 mm) Drop. 1.04 - SUBMITTALS A. Submit under provisions of Section 01330. B. Sieve Analysis: Submit a sieve analysis of all types of fill material to be used. 1.05 - PROJECT RECORD DOCUMENTS A. Accurately record actual locations of utilities remaining, by horizontal dimensions, elevations or inverts, and slope gradients. PART2-PRODUCTS 2.01 - MATERIALS A. Subsoil: Reused excavated material, graded, free of lumps, rocks and gravel larger than 3 inches (75 mm) in size, debris and contaminants. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that existing conduits, pipelines and buried structures do not exist in the line of the Work. B. Verify that survey benchmark and intended elevations for the Work are as required. SOHT 01-01 02310-1 I~ (3 ~3i ilo SECTION 02310 - ROUGH GRADING (CONT'D.) 3.02 - PREPARATION A. Identify required lincs, levels, contours, and datum. B. Identify known underground, aboveground and aerial utilities. Stake and flag locations. C. Coordinate the removal or relocation of utilities with the necessary utility companics. D. Protect above and below-grade utilities which are to remain. E. Protect plant life, lawns, rock outcropping, and other features remaining as a portion of final landscaping. F. Protect benchmarks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. APPLICATION Excavate subsoil from areas to be further excavated, re-landscaped or re-graded. Do not excavate wet subsoil. B. Stockpile in area designated on site. Remove excess subsoil not being reused from site. C. Stockpile subsoil to a height not exceeding 8 feet (2.4 m). Cover to protect from erosion. D. When excavation through roots is necessary, perform work by hand and cut roots with sharp saw. E. Fill areas to contours and elevations with unfrozen subsoil material with allowances made for topsoil, aggregate base course or paving. F. Place and compact subsoil fill material in continuous layers not exceeding 6 inches (150 mm) compacted depth, compacted to 95 percent maximum dry density in accordance with ANSI/ASTM D1557. G. Maintain optimum moisture content of fill materials to attain required compaction density. Make grade changes gradual. Blend slope into level areas. Remove surplus fill materials from site. TOLERANCES Maximum Variation From Top Surface of Subgrade: 1 inch (25 mm). 3.03 - A. I. 3.04 - A. 02310-2 SECTION 02310 - ROUGH GRADING (CONT'D.) 3.05 - FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01450. B. Perform tests and analysis of fill material in accordance with ANSI/ASTM D1557. END OF SECTION T:\200 ljobs\SOHT 01-01\02310G DOC 02310-3 Itl/M, ,C,-4:)[ ~[ SECTION 02315 - EXCAVATION PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Excavation. 1.02 - RELATED SECTIONS A. Section 02316 - Backfilling: Backfilling excavated material. 1.03 - QUALITY ASSURANCE A. Do not excavate wet or frozen materials without written approval from the Engineer. B. If excavation exceeds a depth of four feet (1.2 m), place temporary sheeting. C. Provide safety barricades around all open excavations as specified in Division specifications. 1.04 - FIELD MEASUREMENTS A. Verify that survey benchmark and intended elevations for the work are as indicated. 1.05 - COORDINATION A. Coordinate excavation with installation of sheeting. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 - PREPARATION A. Identify required lines, levels, contours, and datum. B. Identify known underground, above ground and aerial utilities. Stake and flag locations. C. Notify utility company to remove or relocate utilities, if required. D. Protect above and below grade utilities which are to remain. E. Protect benchmarks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. F. Notify the Engineer prior to commencement of excavation. SOHT 01-01 02315-1 Ifl'~,~ GF~OU P SECTION 02315 - EXCAVATION (CONT'D.) 3.02 - EXCAVATION A. Underpin adjacent structures that may be damaged by excavation work, including utilities and pipe chases. B. Excavate for geotextile installation to the limits as indicated on the plans and extend a sufficient distance from walls, piers, footings and curbs to provide adequate clearances for construction operations, including sheeting and bracing, if required, and for inspection purposes. C. Machine slope banks to angle of repose or less, until shored. D. Excavation cut not to interfere with normal 45 degree bearing splay of foundations. E. Grade top perimeter of excavation to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock. H. Notify Engineer of unexpected subsurface conditions and discontinue affected work in ama until notified to resume work. I. Stockpile excavated material in area designated on site. 3.03 - FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01450. B. Provide for visual inspection of bearing surfaces. 3.04 - PROTECTION A. Protect work under provisions of Section 01500. B. Protect excavations by methods required to prevent cave-in or loose soil from falling into excavation. C. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. 3.05 - DISPOSAL OF MATERIALS A. All suitable excavated material shall be utilized for backfill or embankment. B. All excess suitable excavated material shall become the property of the Contractor and be disposed of by the Contractor in accordance with governing regulations and laws. The cost for hauling and disposal of excess suitable excavated material shall be included in the price as bid. C. All unsuitable excavated material that cannot be used for backfill shall become the property of the Contractor and be hauled and disposed of off-site in accordance with 02315-2 SECTION 02315 - EXCAVATION (CONT'D.) governing regulations and laws. The cost for hauling and disposal of unsuitable material shall be included in the price as bid. 3.06 - MATERIALS The Contractor shall remove unsuitable materials in excavations, which are incapable of supporting structures, as determined by an independent soil-testing laboratory, to the extent and depth directed by the Engineer. Refill and compact the excavation with Typc C - Sand fill as defined in Section 02316. If required and directed by the Engineer, import Type C Sand. The trucking and material costs associated with the import of Type C material will be paid for as "Extra Work" in accordance with the provisions contained in the Contract. END OF SECTION T:X2001jobs\SOHT 01-01\02315G.DOC 02315-3 SECTION 02316 - BACKFILLING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Backfilling. 1.02 - RELATED SECTIONS A. Section 02232 - Recycled Concrete Aggregate Base Course B. Section 02310 - Rough Grading C. Section 02315 - Excavation 1.03 - REFERENCES A. ANSIJASTM C 136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb. (4.54 kg) Rammer and 18-inch (457-mm) Drop. C. ASTM D2922 - Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 1.04 - SUBMITTALS A. Submit under provisions of Section 01330. Submit the following: 1. Sieve analysis for each type fill to be used. 2. Compaction reports 1.05 - QUALITY ASSURANCE A. Do not backfill over or with wet or frozen materials. B. Field quality control laboratory tests will be paid for out of the cash allowance for testing services. Coordination with the testing lab shall be the Contractor's responsibility and be included in the price as bid. 1.06 - COORDINATION A. Coordinate work under provisions of Section 01310. B. Coordinate and make all arrangements to have the testing laboratory present so that tests can be made. The Engineer may stop backfilling operations until such time as the testing laboratory is on-site to make tests or take required samples. SOHT 01-01 02316-1 SECTION 02316 - BACKFILLING (CONT'D.) PART 2 - PRODUCTS 2.01 - MATERIALS A. Type A - Coarse Stone: Angular, washed natural stone; free of shale, clay, friable material, sand, debris; graded in accordance with ANS1/ASTM C136 within the following limits: Sieve Size Percent Passing 2-inch (50 mm) l-inch (25 mm) 3/4-inch (19 mm) 5/8-inch (16 mm) 3/8-inch (9.5 mm) No. 4 (4.75 mm) 100% 95% 75 - 90c7, 35 - 60% 15 - 35% <5% B. Type B - Pea Gravel: Natural stone; washed, free of clay, shale, organic matter; graded in accordance with ANSI/ASTM C136, to the following: 1. Minimum Size: l/4-inch (6.4 mm). 2. Maximum Size: 5/8-inch (16 mm). C. Type C - Sand: (Structural Fill) Natural river or bank sand; washed, free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C136, within the following limits: Sieve Size Percent Passing No. 4 (4.75 mm) No. 14 (1.18 mm) No. 50 (0.30 mm) No. 100 (0.15 mm) No. 200 (0.075 mm) 100 10-i00 5-90 4-30 0-1 D. Type D - Subsoil: Reused excavated material, graded, free of lumps, rocks and gravel larger than 3 inches (75 mm) in size, debris and contaminants. Perimeter Roadway Subbase - New York State Department of Transportation (NYSDOT) Type 4 Subbase Course to meet the following criteria: Sieve Size 2 in (50 mm) IA in (6.4 mm) No. 40 (0.24 mm) % Passing by Weight 100% 30-65% 5-40% 02316-2 SECTION 02316 - BACKFILLING (CONT'D.) No. 200 (0.075 mm) 0-10% Subbase materials to be used for landfill access road restoration shall be granular material consisting of a uniformly graded mixture of crushed concrete and soils conforming to the following criteria. Sieve Size % Passing by Weight 1-1/2 in 100% I in 90-100% V2 in 65-85% 3/8 in 55-75% #4 40-55% #8 30-45% #30 16-27% #200 5 - 10 % The portion of stone blend that is finer than the #40 sieve shall have a Plasticity Index of zero (0) maximum according to ASTM D424. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions and substrate. B. Verify fill materials to be reused are acceptable. C. Verify items to be buried during backfilling process have been inspected prior to backfilling. 3.02 - PREPARATION A. Compact subgrade to 95 percent maximum dry density in accordance with ANSI/ASTM D1557 or ASTM D2922. Cut out soft areas of subgrade not capable of in situ compaction. Backfill with Type C fill and compact to density equal to or greater than requirements for subsequent backfill material. 3.03 - BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. over porous, wet, frozen or spongy materials. Do not backfill Place and compact materials in continuous layers not exceeding 6 inches (150 mm) compacted density. 02316-3 SECTION 02316 - BACKFILLING (CONT'D.) D. All backfilled materials shall be compacted to 95 percent maximum dry density in accordance with ANSI/ASTM D1557 or ASTM D2922. Maintain optimum moisture content to attain required density. E. Employ a placement method that does not disturb or damage structures or other items against which material is backtilled. F. Backfill against supported structures. Do not backfill against unsupported structures. G. Backfill simultaneously on each side of structure. H. Make grade changes gradual. Blend slope into level areas. I. Remove surplus backfill materials from site. J. Leave fill material stockpile areas completely free of excess fill materials. K. Remove temporary sheeting as backfilling progresses. 3.04 - TOLERANCES A. Maximum Variation From Top Surface of Backfilling: 1 inch (25 mm). 3.05 - FIELD QUALITY CONTROL A. Perform testing under provisions of Section 01450. B. Perform tests and analysis of till material in accordance with ANSI/ASTM D1557 or ASTM D2922. C. If tests indicate work does not meet specified requirements, remove work, replace and re- test at no cost to Owner. D. Compaction tests shall be taken at the rates indicated in Section 01450. E. Coordinate the efforts of the testing laboratory and have a technician present from the laboratory so tests can be made. 3.06 - PROTECTION A. Protect finished work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. T:\2001jobs\SOHT 01 01\02316G DOC END OF SECTION 02316-4 SECTION 02317 - TRENCHING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Excavate trenches for below grade piping. B. Compacted bedding and backfill around and over piping to subgrade elevations. C. Backfilling and compaction. D. Digging of test holes to locate or verify locations of existing utilities that are shown on the Drawings or that may otherwise be present. 1.02 - RELATED SECTIONS A. Section 02310 - Rough Grading: B. Section 02315 - Excavation: Disposal requirements for excess material and unsuitable material. 1.03 - REFERENCES A. ANSI/ASTM C 136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb. (4.54 kg) Rammer and 18-inch (457 mm) Drop. C. ASTM D2922 - Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth), 1.04 - SUBMITTALS A. Submit a sieve analysis for imported bedding material. 1.05 - QUALITY ASSURANCE A. Do not excavate wet or frozen matehals without written approval from the Engineer. B. Do not backfill over or with wet or frozen materials. C. When an excavation exceeds a depth of 4 feet (1.2 m), the Contractor shall place temporary sheeting. D. Field quality control laboratory tests will be paid for out of the cash allowance for testing services. Coordination with the testing lab shall be the Contractor's responsibility and be included in the price as bid. SOHT 01-01 02317-1 I~,~ (;15©k);~ SECTION 02317 - TRENCHING (CONT' D.) 1.06 - FIELD MEASUREMENTS A. Verify that survey benchmark and elevations for the work are as shown on plans. 1.07 - COORDINATION A. Coordinate the work under the provisions of Section 01310. B. Coordinate and make all arrangements to have the testing laboratory present so that tests can be made. The Engineer may stop trenching operations until such time as thc testing laboratory is on-site to make tests or take required samples. PART 2 - PRODUCTS 2.01 - MATERIALS A. Bedding: Natural river or bank sand; washed; free of silt, clay, loam, lhable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C136; within the following limits: Sieve Size No. 4 (4.75 mm) No. 16 (1.18 mm) No. 50 (0.30 mm) No. 100 (0.15 mm) No. 200 (0.075 mm) Percent Passing 100 10-100 5-90 4-30 041 Subsoil: Reused, excavated material, graded, free of lumps, rocks and gravel larger than 3 inches (75 mm) in size, debris and contaminants. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that existing site conditions are suitable for trenching operations to take place in that existing structures, piping, and utilities have been located as not being in conflict with the new work. Refer to paragraph 1.05 herein. B. Verify, with the Engineer, that excavated material is acceptable for fill. If directed by the Engineer, send soil samples to the testing laboratory to determine its ability to support intended loads. C. Do not backfill any item until the Engineer has fully inspected the work. Expose the work that was not inspected by the Engineer, when so directed by the Engineer. 02317-2 SECTION 02317 - TRENCHING (CONT'D.) 3.02 - PREPARATION A. Identify required lines, levels, contours, and datum. B. Maintain and protect existing utilities remaining which pass through the work area. C. Protect benchmarks, existing structures, fences, sidewalks, paving, and curbs from excavation equipment and vehicular traffic. Any item damaged by the Contractor shall be promptly repaired at the Contractor's expense. D. Protect above and below grade utilities that are to remain. E. Excavate unsuitable material in accordance with the requirements contained in Section 02315, paragraph 3.05. Import suitable material in accordance with the requirements contained in Section 02315, paragraph 3.06. 3.03 - EXCAVATION A. Excavate subsoil required for piping. B. Excavate trenches to the dimensions shown on the plans, or if not shown, to the dimensions required to properly install the work. C. Excavation shall not interfere with normal 45 degree bearing splay of foundations. D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E. Remove lumped subsoil, boulders, and rock. F. For trenches made in solid rock, excavate to a depth of I foot (300 mm) below the proposed pipe invert. G. Stockpile excavated material in area designated on site and remove excess as specified in Section 02315. H. Install sheeting if trench depth exceeds 4 feet (1.2 m). I. Excavate to required invert of sewerline piping. If based on decision of the Engineer the piping will be bearing on non-virgin material (i.e. solid waste), the Contractor will be required to over excavate the trench to a depth as shown on the Plans and backfill with suitable material. The over excavation and additional backfill will be reimbursed to the Contractor based on the unit prices in the Proposal. 3.04 - INSTALLATION - BEDDING A. Support pipe during placement and compaction of bedding fill. B. For trenches made in solid rock, place an additional 1-foot (300 mm) of bedding under pipe. C. Place bedding to the dimensions and limits as shown on the plans. 02317-3 I~,~ (~ ?.Or ~[.) SECTION 02317 - TRENCHING (CONT'D.) D. Place bedding material against and to I foot (300 mm) over the top of the pipe in 6 inch (150 mm) compacted layers. E. All bedding material shall be compacted to 95 percent maximum dry density in accordance with ANSI/ASTM D1557 or ASTM D2922. Maintain optimum moisture content to attain required density. F. Place bedding simultaneously on both sides of the pipe. 3.05 - BACKFILLING A. Backfill trenches to contours and elevations with unfrozen materials. B. Backfill to the dimensions and limits shown on the plans with reused subsoil. C. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. D. Place and compact material in continuous layers not exceeding 6 inches (150 mm) compacted depth. E. Employ a placement method that does not disturb or damage pipe. F. All backfilled materials shall be compacted to 95 percent of maximum dry density in accordance with ANSI/ASTM D1557 or ASTM D2922. Maintain optimum moisture content to attain required density. G. Import suitable material as specified in Section 02315 if directed by the Engineer. 3.06 - TOLERANCES A. Maximum variation from top surface of backfilling under paved areas: 1/4 inch ( 13 mm). B. Maximum variation from top surface of general backfilling: I inch (25 mm). 3.07 - FIELD QUALITY CONTROL A. Perform testing under provisions of Section 01450. B. Perform tests and analysis of fill material will be performed in accordance with ANSI/ASTM D1557 or ASTM D2922. C. If tests indicate work does not meet specified requirements, remove work, replace and re- test at no cost to Owner. T:\200 Ijobs\SOHT 01-01\02317G.DOC END OF SECTION 02317-4 II~,~ 7~ f~© U ~ SECTION 02480 - RESTORATION OF SURFACES PART 1 - GENERAL 1.01 - DESCRIPTION A. Restoration of surfaces damaged or disturbed because of the Contractor's operations and installation of the work. 1.02 - RELATED SECTIONS A. Section 02740 - Asphalt Concrete Paving B. Section 02920 - Seeding 1.03 - QUALITY ASSURANCE A. Provide at least one person who shall be present at all times during this portion of Work and who is thoroughly familiar with the types of materials being installed, the best methods for their installation and who shall direct all work performed under this Section. B. Grades and surfaces shall be restored so as to be equal to or better than the original conditions which existed at the time they were damaged or disturbed, except as otherwise specified or shown on the Drawings. C. Restoration of surfaces under the jurisdiction of public authorities or public utilities shall be in accordance with the requirements of such authorities. Ascertain these requirements, procure necessary permits, arrange for required inspections, and pay all fees, deposits, and other charges that may be required by the authorities. D. Existing pavements and walks to be restored shall be replaced with new pavement equivalent to or superior to the existing in quality, thickness, bearing capacity and surface finish, except where otherwise specified. E. Replaced pavement shall be free from all noticeable sags, settlements, bumps, humps, cracks or other defects. Other than possibly color, the replaced pavement shall be unnoticeable from the existing pavement. 1.04 - SUBMITTALS A. Submit under provisions of Section 01330. B. Submittals required are identical to those required under other Sections. If submittals have been made and approved under the other Sections, and is applicable to this Section, then a notification to this effect will be sufficient. C. At the completion of the Work under this Section, submit copies of letters of approval from all authorities having jurisdiction over the areas that were restored. JRSB 00-03 02480-1 SECTION 02480 - RESTORATION OF SURFACES C. At the completion of the Work under this Section, submit copies of letters of approval from all authorities having jurisdiction over the areas that were restored. 1.05 - SCHEDULING A. It is the intent of this Section to restore all surfaces as soon as possible so as to cause the least amount of inconvenience to existing facilities. B. Replace all pavements as specified elsewhere in these specifications. C. Replace all items as soon as possible after installation of the work, with special attention directed at those which control traffic, protect property and lives, create hazards when not in place or are otherwise deemed essential. D. The phrase "after installation of the work" means after the installation of the work that necessitated the removal of an item or items. 1.06 - MAINTENANCE AND GUARANTEE A. The maintenance and guarantee requirements of other applicable Sections are required under this Section. B. Maintain and care for all restoration work. C. Continually maintain all areas where pavement has been removed to provide a smooth, dust-free surface by adding fill and dust control materials and grading daily, or more frequently when required. PART2-PRODUCTS 2.01 - REUSE OF EXISTING MATERIALS A. Curbs, walks, fences, walls, signs and other items which have been removed, knocked down, or displaced shall be replaced with existing materials when, in the opinion of Engineer, such materials are in acceptable condition. Where such materials have been damaged, marred, broken, or are otherwise in an unacceptable condition, provide replacements of equal or better quality, appearance, size and type, at the Contractor's expense. PART 3 - EXECUTION 3.01 - INSPECTION A. Carefully inspect the work installed under other Sections and verify that all such work is complete to the point where restoration of surfaces may properly commence and to insure the unnecessary disturbance of restored surfaces at a later date. B. Do not begin restoration work until conditions are satisfactory. END OF SECTION T:~2001jobs~SOHT 01-01\02480S.DOC SOHT 01-01 02480-2 1~':/~C-312Ot.~ P SECTION 02614 - CORRUGATED POLYETHYLENE PIPE PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Corrugated polyethylene pipe. B. Fittings and accessories. 1.02 - RELATED SECTIONS A. Section 02317 - Trenching. 1.03 - REFERENCES A. ASTM D2321 - Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications. B. ASTM F405 - Corrugated Polyethylene (PE) Tubing and Fittings. C. ASTM F667 - Large Diameter Corrugated Polyethylene Tubing and Fittings. 1.04 - SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Provide data on pipe, fittings and accessories. C. Manufacturer's Instructions: Indicate special procedures and conditions required to install products specified. 1.05 - PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01785. B. Accurately record actual locations of pipe runs, connections and invert elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. SOHT 01-01 02614-1 SECTION 02614 - CORRUGATED POLYETHYLENE PIPE 1.06 - REGULATORY REQUIREMENTS A. Conform to applicable codes for materials and installation of the work of this section. B. Install pipe in accordance with ASTM D2321. 1.07 - FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the plans and as required by the manufacturer, 1.08 - COORDINATION A. Coordinate work under provisions of Section 01310. B. Coordinate pipe installation with the trenching. PART 2 - PRODUCTS 2.01 - COMPONENTS A. Corrugated Polyethylene Pipe: ASTM F405 or ASTM F667 corrugated polyethylene: N-12 manufactured by ADVANCED DRAINAGE SYSTEMS, INC. or specifically approved equal. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions and substrate. B. Verify that trench cut is ready to receive work and excavations, dimensions and elevations are as indicated on the plans. 3.02 - PREPARATION A. Remove large stones or other hard matter which could damage piping or impede consistent backfilling or compaction. 02614-2 SECTION 02614 - CORRUGATED POLYETHYLENE PIPE B. Excavate under provisions of Section 02315. 3.03 - INSTALLATION A. Install pipe and accessories in accordance with manufacturer's instructions and approved shop drawings. B. Lift or roll pipe into position. Do not drop or drag pipe over prepared bedding. C. Shore pipe to required position; retain in place until after compaction of adjacent fills. Ensure pipe remains in correct position and to required slope. D. Lay pipe to slope gradients noted on the plans, with maximum variation from true slope of 1/8 inch (3 mm) in 10 feet (3 m). E. Repair surface damage to any pipe protective coating in accordance with manufacturer's recommendations. Backfill under provisions of Section 02316. 3.04 - TOLERANCES A. Maximum Variation from Intended Invert Elevation: 1/2 inch (13 mm). B. Maximum Offset of Pipe from True Alignment: 1 inch (25 mm). 3.05 - FIELD QUALITY CONTROL A. Request inspection prior to and immediately after placing aggregate cover over pipe. 3.06 - PROTECTION A. Protect pipe from damage or displacement until backfilling operation is in progress. END OF SECTION 02614-3 METHOD OF PAYMENT TOWN OF SOUTHOLD SOLID WASTE DISTRICT YARD WASTE COMPOST FACILITY PROJECT NO.: SOHT 01-01 For furnishing all material, labor, equipment and related items necessary and incidental for work associated with Yard Waste Compost Facility, Town of Southold in accordance with the Contract Documents, the Contractor shall be compensated the LUMP SUM amount stipulated in ITEM No. 1 of the PROPOSAL. T:\2001jobs\SOHT 01-01\MOP-E doc SOHT 01-01 MOP- 1 INDEMNITY, LIMITATION OF LIABILITY 1.0 - INDEMNITY The Contractor and all subcontractors performing work in connection with this Contract shall HOLD HARMLESS, INDEMNIFY and DEFEND the Owner and Engineer, their consultants and each of their officers, agents and employees from any liability, claims, losses or damage including reasonable costs of defense arising out of or alleged to arise from the Contractor's or subcontractor's negligence in the performance of the work described in the Contract Documents, but not including liability that may be due to the sole negligence of the Owner, the Engineer or their officers, agents and employees. 2.0 - LIMITATION OF LIABILITY The Contractor and all subcontractors agree to limit the liability of the Owner and the Engineer due to the Engineer's professional negligent errors or omissions such that the total aggregate liability of the Engineer to those named shall not exceed Fifty Thousand Dollars ($50,000) or five percent (5%) of the Contract award amount, whichever is greater. 3.0 - NO CLAIM FOR DELAY The Contractor and all subcontractors agree to HOLD HARMLESS from any and all claims for loss or damages of any nature against the Owner or Engineer for delays in commencement, performance or completion of the Contract, regardless of whether said delays are, or may be, caused by the Owner, Engineer or any governmental agency. T:\2001jobs\SOHT 01 01\ILL doc SOHT 01-01 ILL - 1 of 1 CONTRACT SOLID WASTE DISTRICT TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK THIS AGREEMENT, made this day of in the year 20 , by and between the TOWN BOARD, an authority of the State of New York having its principal place of business at 53095 Main Road, Southold, in the County of Suffolk, in the State of New York (hereinafter called the Board, party of the first part), and in the County of Suffolk, in the State of (hereinafter called the Contractor, party of the second part). WITNESSETH: The Contractor and the Board, in consideration of the covenants and agreements herein contained, mutually agree as follows: 1-A - The Board shall be the Town Board of the Town of Southold, New York. All disbursements of the budget funds shall be made by the Board, and any reference to the Board disbursing money in this Contract shall mean the Town Board. Work shall NOT commence until the Contractor is notified in writing by the Board (or the Engineer) that monies are available for this project from the Town budget. This Contract was hereby awarded by the BOARD to the CONTRACTOR for the work and material called for under his bid section and designated as and, if required by the Engineer, Items SOHT 01-01 C- i of 27 CONTRACT 1-B - The Contractor will, at his own sole cost and expense, furnish all labor and services and all materials and equipment required for: YARD WASTE COMPOSTING FACILITY proposed to be carried out by said Board, and will construct, complete and finish same in the most thorough, workmanlike and substantial manner in every respect, to the satisfaction of the Board's Consulting Engineers (hereinafter referred to as the "Engineer"), in the manner and within the time hereafter limited, and in strict accordance with the Contract and with the Information for Bidders, and General and Technical Specifications and the General Conditions hereto attached, and the Plans therein referred to, and under the penalty expressed in the bid form referred to herein, which said Information, Specifications, Clauses, and Plans are hereby made part of this Contract as if same were repeated at length herein; said Plan consisting of the following sheets, entitled: SHEET 1 - SITE PLAN, LOCATION MAP SHEET 2 - DETAILS, GENERAL NOTES PREPARED BY HOLZMACHER, McLENDON & MURRELL, P.C. CONSULTING ENGINEERS MELVILLE, NEW YORK PROJECT NO. SOHT 01-01 DATE: NOVEMBER, 2001 C - 2 of 27 CONTRACT 2. The said Plans and Specifications are intended to supplement each other, and together constitute one complete set of Plans and Specifications, so that any work exhibited in the one and not in the other shall be performed just as if it had been set forth in both, in order that the work shall be completed in every respect according to the complete design or designs as decided and determined by the Engineer. Should anything be omitted from the Plans and Specifications which is necessary for a complete understanding of the work to be performed, the Contractor shall notify the Engineer in writing promptly upon its discovery of such omission(s). Should errors appear in the Contractor's "as-built' drawings or other submissions to the Engineer evidencing the performance of work required by the Plans and Specifications, or should the Engineer discover any material defects or omissions in the Contractor's performance of such work, or should the Engineer discover that the Contractor has left any such work in a materially damaged condition or that any such work has sunk, subsided or settled beyond tolerance levels, the Contractor shall repair or replace all such error(s), defects(s), omission(s) or damage at its sole and exclusive cost and expense. In the event that the Contractor shall fail to effect such repairs or replacement within ten (10) days of written demand by the Engineer, the Board shall have the right to effect such repairs or replacement at the sole and exclusive cost and expense of the Contractor; provided, however, that in the event of an emergency, as determined by the Engineer, the Board may effect such repairs or replacement, at the Contractor's cost and expense, without notifying the Contractor. 3. The Contractor shall, at its own expense, provide any and all manner of labor, materials, apparatus, scaffolding, appliances, utensils, tools, machinery, transportation and cartage, and whatever else may be required of every description necessary to do and complete the work, and shall be solely answerable for the same and for the safe, proper and lawful construction, maintenance and use thereof. The Contractor shall cover and protect the work from damage, and shall make good all injury to the same occurring before the completion of this Contract. 4. The Contractor shall and will indemnify and save harmless the Board and its officers and agents from all damages arising from the infringement or alleged infringement of any letters, patents or patent rights covering any materials, appliances or devices used in or upon the work or any part thereof, and shall and will, without cost or expense to the Board and its officers and agents, defend any suit or suits which may be brought against it or them by reason of such real or alleged infringement. 5. Neither the Board nor any of its officers or agents shall in any manner be answerable to, or responsible for, any loss or damage that shall or may happen to the said work or to any part of parts thereof, or to any materials, building equipment or other property that may be used or employed therein, or placed upon the ground during the progress of the work, nor shall it or they be in any manner answerable or responsible for any injury done, or damage or compensation C - 3 of 27 CONTRACT required to be paid under any present or future law, to any person or persons whatever, whether employees of the Contractor or otherwise, or for damage to any property, whether belonging to the Board or to others, occurring during or resulting from said work. Against all such injuries, damages and compensation, the Contractor shall and will properly guard. The Contractor shall also at all times indemnify and save harmless the Board and its officers and agents against all such injuries, damages and compensations arising and resulting from causes other than its or their neglect, including counsel fees and expenses of defense. 6. All work under this Contract shall be done to the satisfaction of the Engineer, who shall at all times have access to the work and may order the dismissal of such workmen as it may deem incompetent or careless, or may require the Contractor to remove from the premises such materials or work as, in the Engineer's opinion, are not in accordance with the Specifications, and to substitute therefor, without delaying other work and materials, and the expense of doing so and of making good other work disturbed by the change shall be borne by the Contractor. The Engineer shall also determine the amount, quality, acceptability and fitness of the several items of work and materials which are to be paid for hereunder. The Engineer shall also determine whether the Plans and Specifications have been fully complied with by the Contractor. The determination of the Engineer in all such matters shall be final and binding upon the parties thereto. Such determination, and in case any question shall arise, shall be a condition precedent to the right of the Contractor to receive any money hereunder. 7. The Contractor shall keep itself fully informed of all Municipal laws, ordinances and regulations, County, State and National laws in any manner affecting the work herein specified, and any extra work Contracted for by it, and shall at all times observe, comply with and cause all its subcontractors, agents and employees to observe and comply with such ordinances, laws, rules, regulations, statutes, and shall indemnify and save harmless the Board and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, rules, regulations or statutes. The Contractor shall secure, at its own expense, all necessary permits from the State, Town, County or other public authorities, shall give all notices required by law, regulations or ordinances, shall pay all fees and charges incident to the due and lawful prosecution of the work covered by this Contract and extra work Contracted for by it, and shall otherwise comply with all local and state laws and regulations. At all street, road or highway crossings and other points as may be directed by the Engineer, the trenches shall be bridged in a secure manner, so as to prevent any serious interruption to travel upon the roadway or sidewalks, and also to afford necessary access to public and private premises. Private individuals must not be unnecessarily inconvenienced while crossing their property, with pipe line construction or other work provided for herein. Roadways, sidewalks and paths must be kept as free as possible from earth or material used in construction, and road- C - 4 of 27 CONTRACT ways, walks and paths bridged whenever necessary and replaced to their original condition at the expense of the Contractor. All work in, upon, under or across public highways not under the control of the Board shall be in accordance with permission so granted by the Village or County Superintendent of Highways, or the State Commissioner of Highways, pursuant to the provisions of the Highway Law relating thereto. Ali such permits shall be secured by the Contractor, and all such expenses in connection therewith shall be home by it. The Contractor must furnish sufficient lights so located and distributed that all open or unfinished work and all materials, tools and debris will be properly lighted, and the Contractor will also provide necessary and sufficient watchmen at night, on Sundays and holidays, and at all other times when necessary to avoid accidents. 8. The Contractor shall, from time to time as required by the Board, furnish satisfactory evidence that the claims of all persons who have done work or furnished materials for the improvement to be constructed hereunder have been fully discharged or have been secured in a manner satisfactory to the Board. The Board may retain, from any amount at any time due the Contractor hereunder, such sum or sums as shall be necessary to meet the lawful claims of the persons aforesaid until the Contractor has furnished evidence that such claims have been fully discharged or so satisfactorily secured, it being understood and agreed, however, that the Board hereby assumes no obligation toward such claimants, nor in any way undertakes to pay such claims and apply thereto any monies retained under this Contract. Whenever it is necessary in the performance of the work to interfere with any gas, water, sewer or other pipes, or any drain or culvert, steam or other, railroad masonry, lamp or telegraph posts, fences, sidewalks, crosswalks, curbs or other property, the Contractor shall support the same, when necessary, at its own expense, and if removed or damaged shall replace or repair the same, so that it shall be in as good condition as before. When necessary to lay pipe through any bridge or other masonry structure, the Contractor shall make such opening as may be directed by the Engineer, and after the pipe is laid, such opening shall be restored as nearly as possible to its former condition in a prudent and workmanlike manner. The cost of making and replacing such openings shall be included in the unit prices bid for the various items. 9. The Contractor shall, at his own cost, promptly upon notification from the Engineer to do so, make good any and all defects, settlements and shrinkage, and other faults in its work or that of any subcontractor employed by it hereunder, which may occur or appear during the progress of the work or within twelve (12) months after the date of the issuance of the final payment request, as prepared by the Engineer and hereinafter mentioned. If, within ten days after the delivery or mailing of notice in writing to the Contractor or its agents of the occurrence or C - 5 of 27 CONTRACT appearance of any such fault in the work, the Contractor shall not remedy same, the Board may remedy same or cause it to be remedied. In case of any emergency where, in the opinion of the Engineer, delay would cause serious loss or damage, the Board may remedy such defect or cause same to be remedied without previous notice. The proper cost, as determined by the Engineer, of any defect as remedied or caused to be remedied by the Board shall be borne solely by the Contractor, and any sum so expended or any expense so incurred by the Board shall be deducted from any money then due, or thereafter due, from the Board to the Contractor. The Contractor shall, whenever so required by the Engineer, erect and maintain fences around the ground occupied by it, of such character as will be sufficient for the protection of the adjoining property. The Contractor shall exercise all reasonable care to avoid damage to private property on or about which work is done, and shall conform to any and all agreements made by the Board with the owners of such property. Any fences that may be injured or destroyed by the Contractor shall be restored to their former condition by the Contractor at its own cost. 10. For unit price Contracts, the Contractor agrees that the quantities of work, as stated in the "Notice to Bidders" and "Bid Form", or indicated by the Plans, are only approximate and that, during the progress of the work, the Board may find it advisable, and shall have the right, to omit portions of the work and to increase or decrease the quantities, and that the Board reserves the right to add or take from the amount of the work up to a limit of fifteen percent (15%) or $25,000 of a single quantity, or fifteen percent (15%) or $25,000 of the total amount of the Contractor's bid, based upon said estimated quantities. If actual quantity increases or decreases an estimated quantity by greater than fifteen percent (15%) or $25,000, or if the total Contract amount increases or decreases by more than fifteen percent (15%) or $25,000, the Board shall have the right to review the unit price and negotiate a supplemental agreement if necessary. 11. The Contractor shall, at its own expense and under the direction of the Engineer, promptly furnish all labor and materials necessary or proper for marking and preserving all lines, marks and grades that are indicated on the Plans. All work during its progress and on its completion shall conform to the lines and grades by the Engineer in accordance with the Plans, it being understood and agreed, however, that such lines and grades may be modified from time to time. 12. The Contractor, in entering into this Contract, understands that the Board reserves the right to modify the arrangement, character, grade or size of the work or appurtenances whenever, in its opinion, it shall be deemed necessary or advisable to do so. The Contractor shall accept such modification when ordered in writing by the Board through the Engineer, and the same shall C - 6 of 27 CONTRACT not vitiate or void this Contract. Any such modifications shall not, however, subject the Contractor to increased expense without equitable compensation, which shall be determined by the Engineer. If such modifications or any other modifications result in a decrease in the cost of work involved, an equitable deduction from the Contract price, to be determined by the Engineer, shall be made. The Engineer's determination of any such additional compensation or of any such deduction shall be based upon the bids submitted and accepted. In no event shall any modifications in the work shown on the Plans and Specifications be made unless the nature and extent thereof have first been certified by the Engineer in writing and sent to the Contractor. 13. In case the Engineer requires the Contractor to supply any material or to perform any work which is not specified, mentioned, denoted or otherwise provided for herein, or in the Plans and Specifications forming part of the Contract, the Contractor shall furnish such materials at and for the actual and necessary net cost in money to the Contractor for labor, for insurance upon such labor under the Workers Compensation Law, for Social Security and Unemployment Insurance, and for material incorporated in the work and, in addition thereto, fifteen percent (15%) of such net cost, and the Contractor shall have no claim in excess of the above, such payment being in full compensation for the performance of such work, the furnishing of such material and for the expense of plant, power, tools, supplies and other means of construction (except equipment, as hereinafter defined), administration, superintendence and insurance, and for all the loss, damage, risks, delays and expense hereinbefore mentioned. Before any extra work order is issued, the Contractor shall present the Engineer with a list of equipment proposed to be used in connection therewith and the hourly charge therefor, and these prices, if agreed to as reasonable, or other prices reached by agreement between the Contractor and the Engineer, shall be paid to the Contractor for the use of equipment (including all charges for fuel, gasoline, oil, lubricants and all other elements of expense except labor). Equipment is to be interpreted as large mechanical apparatus, such as trenching machines, concrete mixers, steam shovels, derricks and pumps, as differentiated from tools such as picks and shovels, small electric drills, pneumatic tools such as drills, paving breakers, air hammers, etc., or 1Yom plant such as stone or sand bins, concrete sheds, etc. In case of dispute whether any apparatus is to be classified as equipment, the decision of the Engineer shall be final. Payment for equipment shall be for the hours actually in use in connection with the work covered by the extra work order. The equipment shall be a net figure and will not have any further allowance for overhead and profit or for insurance or bond. Payment shall not be made under this Article for any work or materials which are so required to be done or furnished in connection with this Contract, and which are not mentioned, specified, indicated or otherwise provided for in this Contract or in or upon the project design plans and specifications. So far as such work or materials may, in the opinion of the Engineer, be C - 7 of 27 CONTRACT susceptible of classification under the other items of the schedule, such work or materials shall be paid for in part or in whole, as the case may be, at the unit price given in such other items. In case any work or materials shall be required to be done or furnished under this Article for cost plus fifteen percent (15%), the Contractor shall, at the end of each day, furnish to the Engineer daily time slips showing the name and number of each worker employed on such work, the number of hours employed therein, the character of work being done and the wages paid or to be paid to him, the rate and amount of the workers insurance, and a daily memorandum of such materials furnished, showing the amount and character of such materials, from whom purchased and the amount paid or to be paid therefor. If required by the Engineer or the Board, the Contractor shall produce any checks, vouchers, records and the actual prices therefor. Such daily time slips and memoranda shall not, however, be binding upon the Board and, if any question or dispute shall arise as to the correct cost of such labor and material, the determination of the Engineer upon such question or dispute shall be final and conclusive. Instead of the method above described under this Article for payment of any such work or materials to be paid for under this Article, the Engineer may, but only with the approval of the Board, agree with the Contractor upon reasonable unit prices or a reasonable lump sum price for such work and materials. Such additional unit prices or such lump sum prices shall be embodied in a supplemental schedule. 14. No payment request given or payment made under this Contract, except the final payment request or final payment, shall be evidence of the performance of the Contract, either wholly or in part, and no payment shall be construed to be an acceptance of defective work or improper materials. No act of the Board or of the Engineer or of any representative of either of them in superintending or directing the work, nor any extension of time for the completion of the work, shall be regarded or taken as an acceptance of such work or any part thereof, or of materials used therein or therefor, either wholly or in part, but such acceptance shall be evidenced only by the final payment request prepared by the Engineer. Before any final payment request shall be allowed, the Contractor shall be required and hereby agrees to sign and attest in said payment request a statement that it accepts the same in full payment and settlement of all claims on account of work done and materials furnished under this Contract and, furthermore, that all claims for materials provided or labor performed have been paid and satisfied in fulll No waiver of any breach of this Contract, by the Board or anyone acting for or on behalf of the Board, shall be held as a waiver of any other or subsequent broach thereof. Any remedy provided heroin shall be taken and construed as cumulative; that is, in addition to each and every other remedy herein provided, or arising by operation of law. 15. The Contractor shall commence work upon receipt of the Notice to Proceed. The rate of progress shall be such that the whole work shall be performed and the ground cleared in C - 8 of 27 CONTRACT accordance with the Contract and specifications before expiration of the period named in the proposal or specifications unless an extension of this time shall be made in the manner herein provided. Time is of the essence in this Contract, and it is the intent that the work shall be progressed in a manner to bring it to a total completion and to a satisfactory operating point at the earliest possible date. The Contractor expressly covenants and agrees that in undertaking to complete the work within the time mentioned, it has taken into consideration and made allowance for all of the ordinary delays and hindrances incident to such work, whether growing out of delays in securing materials, workmen or otherwise. Should the Contractor, however, be substantially delayed in the prosecution and completion of the work by any changes, additions or omissions therein ordered in writing by the Engineer, or by fire, lightning, earthquake, tornado, cyclone, riot, insurrection or war, abandonment of the work by the workmen engaged therein through no fault of the Contractor, or by the discharge of all or any material number of workmen in consequence of difficulties arising between the Contractor and such workmen, or by the neglect, delay or default of any other Contractor, or Board, then the Contractor may, within five (5) days after the occurrence of the delay for which it claims allowance, notify the Engineer in writing and thereupon, and not otherwise, the Contractor shall be allowed such additional time for the completion of the work as the Engineer, at his discretion, shall award in writing; his decision shall be final and conclusive upon the parties. 16. The time allowed in this Contract for the completion of the work is considered sufficient for such completion by a Contractor having the necessary plant, capital and experience, unless causes beyond the reasonable control of the Contractor render proper performance of this Contract impossible. In case the Contractor shall fail to complete the work hereunder in accordance with the specifications and to the satisfaction of Engineer within the time herein agreed upon, Contractor shall pay to the Board $350.00 per day for each and every working day (Sundays and legal holidays excepted) that the time consumed in said work and completion may exceed the time herein allowed for that purpose, which said sum is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages (including extra cost of engineering), that Board will suffer by reason of said delay and default and not as a penalty; and Board shall and may deduct and retain the amount of such liquidated damages out of any monies which may be due from it to Contractor. C - 9 of 27 CONTRACT The findings of the Engineer, approved by the Board, shall be accepted by the parties hereto as final. Such waiver of the time limit shall in no manner affect the rights or obligations of the parties under this Contract, nor be construed to prevent action under Article 23 hereof in case the Contractor shall fail, in the judgment of the Engineer, to make reasonable and satisfactory progress after such waiver of the time limit. If the Board is to furnish any of the materials to the Contractor and the Board fails to deliver the material at a rate sufficient so that the work can be completed within the specified time limit, the Engineer, with the consent of the Board, may waive the time limit and permit the Contractor to finish the work within a reasonable time period, to be determined by the Engineer. In this event, the Board will bear all costs beyond the date of completion for the Board's inspection, superintendence, engineering, legal, etc., caused by or in connection with such extension of time. The Contractor shall, however, have no cause for action or claim for additional compensation due to the failure of the Board to supply these materials at the proper time. 17. The Contractor shall have no right or power to assign this Contract, in whole or in part, nor to assign any right arising or monies due or to grow due thereunder. 18. No part of the work embraced in this Contract shall be subcontracted or in any way removed from the control of the Contractor under the direction and supervision of the Engineer as aforesaid, except with the written consent of the Board, but this provision shall not apply to the purchase and delivery of materials necessarily manufactured and provided elsewhere. 19. Each and every employee of the Contractor, and each and every one of its subcontractors engaged in said work, shall for all purposes be deemed and taken to be the exclusive servants of the Contractor, and not for any purpose or in any manner be relieved from respohsibility or liability on account of any fault or delays in the execution of said work, or of any part thereof, by any such employee, any such subcontractor or any materialmen whatsoever. 20. The Board, in addition to the extra charges hereinbefore expressly mentioned and provided for, in consideration of the faithful performance by the Contractor of all and singular of its covenants, promises and agreements herein contained, agrees to pay the Contractor for the full completion by it of the work embraced in this Contract in the manner and within the time spec- ified and limited herein, and to the satisfaction and approval of the Engineer, the prices stipulated in the said Proposal hereto attached, such payments to be made at the time, in the manner and upon the conditions expressly provided herein. C - 10 of 27 CONTRACT 21. Payment (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make up an approximate estimate of the work done and the materials furnished, based upon the prices set forth in the Proposal and receipt of an invoice from the Contractor. in consideration of the work done and the material furnished, the Board will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him, less a sum equal to five percent (5%) of such amount and such additional amount as may be necessary to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Engineer for the Board of any work so estimated and paid for. The amount of the monthly estimate remaining unpaid will be retained by the Board as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages incurred by the Board by mason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. All partial payments are subject to correction in the subsequent payment. No interest shall be allowed the Contractor on retained percentages. (b) Final Payment Request: Thirty (30) days after the Contractor shall have substantially completed the work required of it under the Contract, the Contractor may submit to the Engineer a final payment request of all work done. The project will be considered substantially complete upon approval of the Engineer of the Contractors payment request for up to ninety (90) percent of the value of the Contract. Upon approval of the final payment request by the Engineer, the Board will pay to the Contractor the full amount of the Contract less a sum equal to two times the value of any remaining items to be completed and an amount necessary to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged, less any prior payments paid by the Board to or on behalf of the Contractor. (c) In order to secure the performance of the covenant of the Contractor, prior to release of the Performance Bond, the Contractor shall deliver to the Board a Maintenance Bond equal to one hundred percent (100%) of the total Contract price including all change orders. This Maintenance Bond shall remain in full force and effect for a period of one (1) year after the date of the final payment request and such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business in the State of New York, shall guarantee to the Board that the Contractor shall promptly remedy any defects or faults that may occur within 12 months after completion and acceptance of the work performed by the Contractor pursuant to this Contract. 22. All of the terms and provisions of this Contract, insofar as same are applicable, shall apply to and govern any change orders for work and materials which may be ordered. C- 11 of 27 CONTRACT 23. Should the Contractor at any time refuse or neglect to supply a sufficiency of properly skilled workmen or materials of the proper quality and quantity, fail in any respect to prosecute the work with promptness and diligence, the Board shall be at liberty after five (5) days written notice to the Contractor (which notice may be mailed to the Contractor's last known address) to provide any such labor or materials, and to deduct the cost thereof from any money due then or thereafter to become due to the Contractor hereunder; in such case, the Board shall also be at liberty to terminate the employment of the Contractor for said work and to enter the premises and take possession of all materials and appliances of every kind whatsoever thereon, to employ any other person or persons to finish the work and to provide the materials therefore. In case of such discontinuance of the employment of the Contractor, it shall not be entitled to receive any further payment under this Contract until said work shall be wholly finished, at which time, if the unpaid balance of the amount to be paid under this Contract shall exceed the expense incurred by the Board in finishing the work, such excess shall be paid by the Board to the Contractor, but if such expense shall exceed the aforesaid unpaid balance, the Contractor shall pay the difference to the Board. The expense incurred by the Board as heroin provided, either for furnishing materials or for finishing the work, and any damage incurred through such default, shall be audited and certified by the Engineer, whose payment request thereof shall be conclusive upon the parties. 24. The word, "Engineer", as used heroin shall mean "Holzmacher, McLendon & Murrell, P.C.", holding the position or acting in the capacity of Consulting Engineer to said Board, whether acting directly or through properly authorized agents. Whenever the word, "Board", is used in the specifications, it is understood to refer to the Board as stated on Page C-1. The words, "as directed", "as required", "as permitted", "as allowed", or phrases of like effect or import as used herein shall mean that the direction, requirement, permission or allowance of the Consulting Engineer is intended; similarly, the words, "as approved", "reasonable", "properly", "suitable", "satisfactorily" or words of like effect or import, unless otherwise particularly specified heroin, shall mean approved, reasonable, proper, suitable or satisfactory in the judgment of the Engineer. 25. Labor Preference and Wage Rates: Each laborer, worker and mechanic employed by the Contractor or any subcontractor or other person about or upon the work contemplated by this Contract shall be paid wages as provided by Davis-Bacon Act of the U.S. Government, and as set forth in the "Minimum Wage Rate Schedule" included in these Contract documents. If work by men of any occupation not listed in said schedule is required on this work, the Contractor shall C - 12 of 27 CONTRACT request of the Engineer a supplemental schedule covenng such occupation, and the Engineer shall apply for such supplementary schedule from the appropriate regulatory agency. The Davis-Bacon Act governing federal wage rates provides among other things that it shall be the duty of the fiscal officer to make a determination of the schedule of wages to be paid to all laborers, mechanics and workers employed on public work projects, including supplements for welfare, pension, vacation and other benefits. These supplements include hospital, surgical or medical insurance or benefits, life insurance or death benefits, accidental death or dismemberment insurance, and pension or retirement benefits. If the amount of supplements provided by the employer is less than the total supplements shown on the wage schedule, the difference shall be paid in cash to the employees. The Davis-Bacon Act governing federal wage rates also provides that the supplements to be provided to laborers, workers and mechanics upon public work "...shall be in accordance with the prevailing practice in the locality...". The amount for supplements listed on the enclosed schedule does not necessarily include all types of prevailing supplements in the locality, and a futura determination of the appropriate regulatory agency may require to Contractor to provide additional supplements. The Contractor shall post and maintain, in a prominent and accessible place on the site of the work, a legible schedule showing all determined minimum wage rates, as specified in the Contract, to be paid for the various classes of mechanics, workers and laborers employed on the work, showing all authorized deductions, if any, from unpaid wages actually earned. The Contractor and each subcontractor or other person doing or Contracting to do any part of the work contemplated by this Contract shall pay each of its employees engaged on such work the full and proper wages in cash without any deduction or kickback, except such deductions as are mandatory by law. Payment to every employee shall be made not less often than once in each week. In hiring of employees for the performance of work under this Contract or any subcontract hereunder, no Contractor, subcontractor, nor any person acting on behalf of such Contractor or subcontractor, shall, by mason of race, creed, color or national origin, discriminate against any citizen of the United States of America who is qualified and available to perform the work to which the employment relates. No Contractor, subcontractor, nor any person acting on their behalf, shall in any manner discriminate against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color or national origin. Them may be deducted from the amount payable to the Contractor by the Board under this Contract a penalty of Fifty Dollars ($50) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this Contract. This Contract may be canceled or terminated by the Board, and all monies due or to C - 13 of 27 CONTRACT become due hereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this paragraph of this Contract. No laborer, worker or mechanic in the employ of the Contractor or in the employ of any subcontractor or other person doing or Contracting to do the whole or any part of the work contemplated by this Contract shall be permitted or required to work mom than eight (8) hours in any one calendar day or more than five (5) days in any one week, except in cases of extraordinary emergency, including tim, flood or danger to life or property. Before payment is made by or on behalf of the Board of any sum or sums due on account of this Contract or for extra work, the Contractor shall file or cause to be filed a statement in writing, in form satisfactory to the Board, certifying to the amounts then due and owing from the Contractor or subcontractor, filing such statement to any and all laborers for daily or weekly wages on account of labor performed upon the work under its Contract, setting forth therein the names of the persons whose wages am unpaid and the amount due to each respectively, which statement so to be filed shall be verified by the oath of the Contractor or subContractor, as the case may be, that it has mad such statement subscribed by it and knows the contents thereof, and that the same is true of its own knowledge. This Contract may not be assigned by the Contractor, nor may the Contractor subcontract any work or delegate any obligations hereunder, without the prior written consent of the Board or Engineer. Prior written consent may be withheld for any mason. Any attempted assignment, delegation or subcontract without such prior written consent shall be null and void, and shall constitute grounds for termination of this Contract pursuant to Section 23 of the Contract. 26. Evidence of Coverage - The Contractor (and each of its subcontractors, if any) shall provide the Board with evidence of all insurance coverage it is required to maintain by this Contract in such form as shall be satisfactory to the Board, as specified below. No work shall commence heminunder unless and until the Board is furnished with all such evidence. Each required coverage shall be issued by a New York State admitted insurance career with a Best's financial rating of "A" or "A+" or Class XIII. (a) Indemnification - To the fullest extent permitted by law, the Contractor agrees to indemnify and hold harmless the Joint Regional Sewerage Board, its Board of Commissioners, and the Engineer and each of their agents and employees from and against any and all claims, damages, losses and expenses brought against them for any claim, damage, loss or expense arising out of or alleged to arise from the performance of the work, and any and all costs or fees on account of injuries to persons or property, including accidental death and damage to adjoining structures and premises, but not including liability that may be due to the sole negligence of the Board, the Engineer, or their officers, agents and employees. C - 14 of 27 CONTRACT (b) Insurance Certificates - Proof of coverage of the required insurance shall be furnished in the name of and on behalf of the Joint Regional Sewerage Board and the Engineer in the certificates of insurance, and the policies shall provide that the policy or policies cannot be changed or canceled without sixty (60) days written notice given to the Joint Regional Sewerage Board. The Contractor shall have its insurance carder(s) furnish certified copies of each policy, comprising the required insurance, to the Joint Regional Sewerage Board and as approved by the Board Attorney prior to the commencement of any work under this Contract. (c) Worker's Compensation - The Contractor agrees that he shall, pursuant to the Worker's Compensation Law of the State of New York, secure the payment of compensation for the benefit of all employees who may be injured or suffer disability in the work to be performed under this Contract, and for the benefit of the dependents of such employees. The Contractor shall continue to secure the payment of such compensation during the life of this Contract. In event of the failure of the Contractor to secure compensation to the employees and their dependents as aforesaid, or in the event of the failure to continue the securing of such compensation during the life of this Contract, the Contract shall be and become void and of no effect, and the Contractor shall forfeit to the Board all payments earned under the Contract and the value of all work done and materials rendered thereunder. Coverage should also include voluntary Compensation Endorsement, and Longshoreman and Harbor Workers Endorsement, where applicable. The Contractor shall submit Certificate Form C-105.2 or State Fund Insurance Company Form U-263 as proof of compliance with the state's workmen's compensation law. (d) Owner's and Contractor's Protective Liability - The Contractor shall furnish an Owner's and Contractor's Protective Liability policy of a combined single limit of $1,000,000 for both injury and property damage. (e) Public Liability and Property Damage - The Contractor shall take out and maintain during the life of this Contract a Public Liability and Property Damage Insurance policy covering all operations in a combined single limit of $2,000,000 for both a Bodily Injury or Property Damage Liability. Coverage shall be extended to include the following: 1) Broad Form Comprehensive General Liability 2) Personal Injury Liability A, B, C with Exclusions A and C deleted 3) Products and Completed Operations Liability including X, C and U coverages 4) Contractor's Protective Liability 5) Blanket Contractual Liability 6) Broad Form Properly Damage Liability C - 15 of 27 CONTRACT 7) Policy must be occurrence format; claims made policies are not acceptable 8) Builders liability insurance 9) Operations 10) Assumed Liability Prior to any blasting, if required under this Contract, special coverage for blasting and explosion shall be obtained under the Public Liability policy. Any demolition work, if required under this Contract, shall be indicated as to job and location on the duly executed certificates of insurance. (f) Motor Vehicle Liability - The Contractor shall take out insurance covering all vehicles in a combined single limit of $2,000,000 for Bodily Injury, Death and Property Damage. Coverage for owned and non-owned vehicles including Hired Car Coverage for a minimum combined single limit of $2,000,000 for Bodily Injury and Property Damage. The Contractor shall obtain, and maintain throughout its performance of this Contract, vehicle liability coverage (including Endorsement Form MCS-90) with minimum policy limits (in the form of a combined, single limit per occurrence and for all occurrences in the aggregate) of $ !,000,000 for bodily injury and for property damage, applicable to all vehicles (any cars and trucks, and any construction, demolition or other equipment propelled or drawn by mechanical power) used to provide services pursuant to this Contract, including owned, non-owned and hired vehicles. Endorsement Form MCS-90 must include an endorsement which covers the "in intrastate commerce: in bulk only" exclusion for Type of Carriage No. "(3)" as set forth in its Schedule of Limits, Public Liability. (g) Disability Benefits Liability - Statutory benefits. The Contractor shall submit State Workers Compensation Board Form DB-120.1 as proof of compliance with the New York State Disabilities Benefits laws with the location of operation designated as "all locations" in Rockland County, New York. (h) Umbrella Liability Policy - with minimum limits of $5,000,000 over and above the basic policies, including all coverage afforded thereunder. 27. The Contractor shall take out and maintain, during the life of this Contract, a Performance Bond executed by the Contractor and underwritten by a reliable, solvent surety company authorized to do business in the State of New York and approved by the Board, which bond shall be in an amount equal to one hundred percent (100%) of the total amount of the Contract. Said C - 16 of 27 CONTRACT bond shall guarantee to the Board the faithful performance of the Contract and payment of all claims for materials, labor and wages in connection therewith. Prior to release of this bond, the Contractor shall deliver to the Board a Maintenance Bond equal to one hundred percent (100%) of the total Contract price, including all extras. This Maintenance Bond shall remain in full force and effect for a period of one year after the date of the final payment request and such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business in the State of New York, shall guarantee to the Board that the Contractor shall promptly remedy any defects or faults that may occur within one year after completion and acceptance of the work performed by the Contractor pursuant to this Contract. 28. Ail of the terms and provisions of this Contract shall be binding upon each of the parties hereto, and upon the successors and assigns of the Board, and to the executors, administrators, successors and assigns of the Contractor. 29. Integration Clause - This Contract constitutes the sole, exclusive and entire agreement between the Board and Contractor with respect to its subject matter, superseding and merging all prior and all contemporaneous agreements or understandings of any form or kind. It may not be modified except in a writing referring specifically to this Contract that is executed by both parties. 30. Governing Law - This Contract, and the rights, obligations and remedies of both parties, shall be governed by, and interpreted, construed and enforced in accordance with the laws of the State of New York including its laws pertaining to "choice of law" and "conflicts of law". C - 17 of 27 CONTRACT IN WITNESS WHEREOF, the Town Board, has caused this Contract to be signed by the Supervisor, pursuant to a resolution of authorization by the Town Board bearing date of __ day of ,20 , and the Contractor has hereunto set his hand and seal, the day and year first above written. TOWN BOARD TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BY: SUPERVISOR TOWN OF SOUTHOLD CONTRACTOR SIGNED BY: TITLE: WITNESS: WITNESS: (SEAL) C - 18 of 27 CONTRACT ACKNOWLEDGMENT OF CHAIRMAN STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) On this day of ., 20__, before me personally came and appeared JEAN W. COCHRAN, to me known, and known to me, and who being duly sworn, did depose and say that she resides in the Town of Southold, Suffolk County, New York: that she is the Supevisor of said Board; and that she signed her name to the foregoing Contract by order of the Town Board, Town of Southold. NOTARY PUBLIC C - 19 of 27 CONTRACT ACKNOWLEDGMENT OF CONTRACTOR IF A CORPORATION STATE OF ) ) SS: COUNTY OF ) On this day of ,20 , before me personally came and appeared , to me known, who being by me duly sworn, did depose and say that he resides at that he is the of , the corporation described in and which executed the foregoing instrument, that he knows the seal of said corporation, that one of the seals affixed to said instrument is such seal, that it was so affixed by order of the directors of said corporation, and that he signed his name thereto by like order. NOTARYPUBLIC ACKNOWLEDGMENT OF CONTRACTOR IF A PARTNERSHIP STATE OF ) ) ,SS: COUNTY OF ) On this day of ,20 , before me personally came and appeared , to me known and known to me to be one of the members of the firm of , described in and who executed the foregoing instrument, and he acknowledged to me that he executed the same as and for the act and deed of said firm. NOTARY PUBLIC C - 20 of 27 CONTRACT AFFIDAVIT WORKERS COMPENSATION POLICY STATE OF ) ) SS: COUNTY OF ) of __, being duly sworn, deposes and says that he has applied for a Workers Compensation policy to cover the operations set forth in the preceding Contract and will comply with the provisions thereof. SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF ., 20 CONTRACTOR NOTARY PUBLIC AFFIDAVIT PROPERTY DAMAGE AND PUBLIC LIABILITY STATE OF ) ) SS: COUNTY OF ) of , being duly sworn, deposes and says that he has applied for all policies of Public Liability and Property Damage insurance required by Article 26 of the foregoing Contract. CONTRACTOR SUBSCRIBED AND SWORN TO BEFORE ME THIS __ DAY OF ., 20 NOTARY PUBLIC C - 21 of 27 CONTRACT PERFORMANCE BOND (WITH LABOR AND MATERIALMEN CLAUSES) KNOW ALL MEN BY THESE PRESENT, of called the "Principal") and the that we, (hereinafter , a corporation created and existing under the laws of the State of New York and having its principal office in (hereinafter called the "Surety"), are held and firmly bound unto (hereinafter called the "Obligee", in the penal sum of Dollars ($. ), lawful money of the United States of America, for the payment of which, well and truly to be made, the said Principal binds itself and its heirs, executors and administrators, successors and assigns, all jointly and severally, firmly by those present. Signed, sealed and dated this day of ,20 WHEREAS, said Principal has entered into a certain written Contract with said Obligee dated as of the __ day of ,20 (hereinafter called the "Contract") for , a copy of which Contract is hereto annexed and hereby made a part of this Bond as if herein set forth in full. C - 22 of 27 CONTRACT NOW, THEREFORE, THE CONDITIONS OF THE ABOVE OBLIGATIONS ARE SUCH THAT if the said Principal, its heirs, executors and administrators, successors or assigns, or any or either of them shall: (a) Well and truly, and in good, sufficient and workmanlike manner, perform or cause to be performed said Contract, and any amendment or extension of or addition thereto, and each and every of the covenants, promises, agreements and provisions therein stipulated and contained to be performed by said Principal, and complete the same within the period therein mentioned, and in each and every respect comply with the conditions therein mentioned to be complied with by said Principal, and fully indemnify and save harmless said Obligee from all costs and damages which it may suffer by reason of failure to do so, and fully reimburse and repay the Obligee all outlay and expense which it may incur in making good any such default; and (b) Also pay or cause to be paid the wages and compensation for labor performed and services rendered to all persons engaged in the prosecution of the work provided for therein, whether such persons be agents, servants or employees of the said Principal, its heirs, executors and administrators, successors or assigns, or of any subContractor or assignee thereof, including all persons so engaged who perform the work of laborers or of mechanics regardless of any Contractual relationship between said Principal, its heirs, executors and administrators, successors or assigns, or any subcontractor or assignee thereof, and such laborers or mechanics, but not including office employees not regularly stationed at the site of the work, and further, shall pay or cause to be paid all lawful claims of subcontractors and of materialmen and other third persons arising out of or in connection with said Contract and the work, labor, services, supplies and materials furnished in and about the performance and completion thereof, then these obligations shall be null and void; otherwise, they shall remain in full force and effect. PROVIDED, however, that this bond is subject to the following additional conditions and limitations: (a) All persons who have performed labor or rendered services as aforesaid, all subcontractors and all persons, firms and corporations, including materialmen and third persons, as aforesaid, furnishing work, labor, services, supplies and material under or in connection with said Contract, or in or about the performance and completion thereof, shall have a direct right of action (subject to the prior right of the Obligee) under any claim which it may assert against the Surety and its successors and assigns on this bond, which right of action shall be asserted in proceedings instituted in the state in which work, labor, services, supplies or material were performed, rendered or furnished, or where work, labor, services or supplies are in more than one state than in any such state. Insofar as permitted by the laws of such state, said right of action shall be asserted in a proceeding instituted in the name of the Obligee to the use and benefit of the person, firm or corporation instituting such action and of all other persons, firms and corporations having a claim C - 23 of 27 CONTRACT hereunder, and any other persons, firms or corporations having claims hereunder shall have the fight to be made a party to such proceedings (but not later than twelve (12) months after the performance of said Contract and final settlement thereof), and to have such claim adjudicated in such action and judgment rendered thereon prior to the institution of such a proceeding by a person, firm or corporation in the name of such said Obligee as aforesaid. Such person, firm or corporation shall furnish said Obligee with a bond or indemnity for costs, which bond shall be in an amount satisfactory to said Obligee. (b) The said Surety or its successors or assigns shall not be liable hereunder for any damages or compensation recoverable under any Workers Compensation or Employers Liability Statute. (c) In no event shall the said Surety or its successors or assigns be liable for a greater sum than the penalty of this bond, exclusive of the proper progress payments made pursuant to this Contract as the work is progressed, or subject to any suit, action or proceeding hereon that is instituted by any person, firm or corporation under the provisions of the above Section (a) later than twelve (12) months after the complete performance of said Contract and final settlement thereof. The said Principal, for itself and its heirs, executors and administrators, successors and assigns, and the said Surety, for itself and its successors and assigns, do hereby expressly waive any objection that might be interposed as to the right of said Obligee to require a bond containing the foregoing provision, and they do hereby further expressly waive any defense which they or either of them might interpose to an action brought heroin by any person, firm or corporation, including subcontractors, materialmen and third persons, or work, labor, services, supplies or material performed, rendered or furnished as aforesaid, upon the grounds that them is no law authorizing said Obligee to require the foregoing provision to be placed in this bond. And the said Surety, for value received for itself and its successors and assigns, hereby stipulates and agrees that the obligations of said Surety and of its successors and assigns and this bond shall in no way be impaired or affected by any extension of time, modifications, omissions, additions or changes in or to the said Contract or the work to be performed thereunder, or by any payment thereunder before the time required therein, or by any waiver of any provision thereof, or by an assignment, subletting or other transfer of monies due or to become due thereunder; and the said Surety, for itself and its successors and assigns, does hereby waive notice of any and all of such extensions, waivers, assignments, subcontracts and transfers, and hereby stipulates and agrees that any and all things done and omitted to be done by and in relation to executors, administra- tors, successors, assignees, subcontractors and other transferees, shall have the same effect as to said Surety and its successors and assigns as though done or omitted to be done by and in relation to said Principal. C - 24 of 27 CONTRACT WITNESS, our hands and seals this __ day of (SEAL) (SEAL) (SEAL) COMPANY ATTEST: ¸, 20 TITLE ATTEST: SURETY If the Contractor (Principal) is a partnership, the bond shall be signed by each of the individuals who are partners. If the Contractor (Principal) is a corporation, the bond shall be signed in its correct corporation name by a duly authorized officer, agent or attorney-in-fact. There shall be executed an appropriate number of counterparts of the bond corresponding to the number of counterparts of the Contract. Each executed bond should be accompanied by: (a) Appropriate acknowledgments of the respective parties; (b) Appropriate duly certified copy of Power of Attorney or other certificate of authority where bond is executed by agent, officer or other representative of Principal or Surety; (c) A duly certified extract from by By-laws or Resolutions of Surety under which Power of Attorney or other certificate of authority of its agents, officers or representatives was issued; and (d) Duly certified copy of latest published financial statement of assets and liabilities of Surety. C - 25 of 27 CONTRACT ACKNOWLEDGMENT OF SURETY STATE OF ) ) SS: COUNTY OF ) On this day of ~, 20__, before me personally came and appeared , to me known, and known to me, and who being duly sworn, did depose and say that he resides at that he is the of __, the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the Directors of said corporation; and that he signed his name thereto by like order. NOTARY PUBLIC C - 26 of 27 CONTRACT ACKNOWLEDGMENT OF CONTRACTOR IF A CORPORATION STATE OF ss: COUNTY OF On this day of , 20 , before me personally came and appeared · to me known, who being by me duly sworn, did depose and say that he resides at that he is the of , the corporation described in and which executed the foregoing instrument, that he knows the seal of said corporation, that one of the seals affixed to said instrument is such seal, that it was so affixed by order of the directors of said corporation, and that he signed his name thereto by like order. NOTARYPUBLIC ACKNOWLEDGMENT OF CONTRACTOR IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this day of , 20 , before me personally came and appeared , to me known and known to me to be one of the members of the firm of , described in and who executed the foregoing instrument, and he acknowledged to me that he executed the same as and for the act and deed of said firm. NOTARY PUBLIC C - 27 of 27 ADDENDUM No. 1 DATED: November 28, 2001 TOWN OF SOUTHOLD SOLID WASTE DISTRICT SUFFOLK COUNTY, NEW YORK YARD WASTE COMPOSTING FACILITY This Addendum is hereby made a part of the Contract Documents for the above noted project and modifies the Original Bidding Documents. The Bidder shall note the following clarifications, deletions, additions, and changes to the Contract Documents and shall submit his/her bid. and be otherwise governed accordingly~ Failure to acknowledge the Addendum may subject the Bidder to disqualification. Note: Acknowledge receipt of the Addendum on page P-B-3 of the Bid Documents. Attach the addendum to the back of the front cover of the Bid Documents. Addendum No. 1 consists of 6 pages. REVISIONS TO DESIGN DRAWINGS 1. Design Sheet 2 of 2. Grading Plan and Site Details Section A-A Trapezoidal shaped berms shown within 50.00 Buffer will be constructed at the perimeter of the site by town fomes and is shown for reference only. There will be no work required by the contractor within the buffer areas except at the access and egress road construction locations. REVISION TO SPECIFICATIONS 2. Proposal Page P-B 1 of 3 Delete "page P-B 1 of 3 in its entirety" Add "page P-B 1 of 3 as attached" to include identification of source of Recycled Concrete Aggregate Base Course material. -1- 1~4,G F4© U P ADDENDUM No. 1 DATED: November 28, 2001 Section 01110 - Summary of Work Page 01110-1 Part 1 - General; Section 1.01 - Abbreviated Summary of Work Subsection C. Delete Add Delete 1. Subgrade preparation, "removal of excess excavated matefial,"dewatering ..... 1. "Subgrade preparation, dewatering....' 4. "Installation of manholes, frames and covers for pipeline installation" Page 01110-2 Part 2 - General; Section 1.02 - Contract Description Subsection D. Add "The Landfill Contractor will be responsible for excavation and removal off-site of the existing sand at the composting site to the grades and elevations as shown on the Design Plans Sheet 2 of 2. The Yard Waste Compost Site Contractor will be responsible for fine grading and rolling of the subgrade and installation of the geotextile and recycled concrete aggregate base course material at the compost site and site access and egress roads in accordance with the details shown on the design plans Sheets 1 and 2." Page 01110-2 Part 2 - General; Section 1.03 - Brief Process Description Subsection B. Delete 2. "Contractor to install recharge basin at southwest comer of site based on design drawing location." Landfill contractor is to install recharge basin. Section 01140 -Work Restrictions Page 01140-1 Part 1 - General; Section 1.02 - Access to the Site Subsection A. Delete "The Contractor shall use only the entrance to the site off County Road 48" Add "Access to the compost site by the Contractor will only be by the Landfill entrance on Zacks Lane and through the perimeter access road of the landfill along the landfill south property line." -2- ADDENDUM No. 1 DATED: November 28, 2001 Page 01140-1 Part 1 - General; Section 1.02 - Access to the Site Subsection C. Delete Spills of soil ..... from the area. If in the course of importing fill "or removing excess material" it falls....by the Engineer. Add Spills of soil....from the area. If in the course of importing fill "or removing unsuitable material" it falls ..... by the Engineer. Page 01140-2 Part 1 - General; Section 1.03 Contractor Use of the Site Subsection K Delete "Remove excess excavated material"....by the Engineer. Add "Remove unsuitable material"....by the Engineer. Section 01450 - Quality Control Page 01450-6 Part 1 - General; Section 1.12 -Testing Schedule Subsection A. Compaction Testing of Soil. Delete 2. Recycled Concrete Aggregate..."One test per 500 square feet of subgrade." Add 2. Recycled Concrete Aggregate... "One test per 5,000 square feet of subgrade.' Section 01500 - Construction Facilities and Controls Page 01500-1 Part I - General; Section 1.03 - Quality Performance Subsection A. Delete Comply with and ...Secure approvals from "The Town of Haverstraw" and utility companies.., and the Work. Add Comply with and ...Secure approvals from "The Town of Southold" and utility companies.., and the Work. I~G F~O U P ADDENDUM No. 1 DATED: November 28, 2001 Delete Add Subsection B Delete Add Subsection C Delete Add Section 02232 - Recycled Concrete Aggregate Base Course Page 02232-3 Part 3 - Execution; Section 3.04 - Tolerances Subsection A Maximum Variation From Flatness: 'qA inch (6mm)" measured....edge. Maximum Variation From Flatness: "1 inch (25 mm)" measured....edge. Maximum Variation From..."1/4 inch (6mm)." Maximum Variation From..."1 inch (25mm)." Maximum Variation from .... "1/4 inch (6 mm)." Maximum Variation from ..."1 inch (25 mm)." Page 02232-3 Part 3 - Execution; Section 3.05 - Field Quality Control Subsection C Delete Add "Frequency of Tests: One test per 500 sq. ft. (50 sq. m.)." "Frequency of Tests: One test per 5000 sq. ft. (465 sq. m)." [t~,~G 120 LJ ~ ADDENDUM No. 1 DATED: November 28, 2001 o Section 02310 - Rough Grading Page 02310-2 - Part 3 - Execution; Section 3.03 Application Subsection B Delete Stockpile in area....Remove "excess subsoil"...from site. Add Stockpile in ama... Remove "unsuitable material".., from site. Section 02315 - Excavation Page 02315 - 2 Part 3 - Execution; Section 3.05 - Disposal of Materials Delete Subsection 13 in its entirety "All excess suitable...price as bid" Section 02316 - Backfilling Page 02316-1 Part 1 -General; Section 1.05 Quality Assurance Subsection B. Delete Field quality control will be "paid for out of cash allowance for testing services." ....price as bid. Add Field quality control will be "included in the total lump sum bid." ...price as bid. 10. Section 02317 - Trenching Page 02317-3 Part 3 - Execution; Section 3.03 - Excavation Subsection G. Delete "Stockpile excavated material" in area...Section 02315. Add "Stockpile unsuitable excavated material" in area...Section 02315. END OF ADDENDUM NO. 1 Via Facsimile P.'\GWD~ddendum southold l12 8 do~' PROPOSAL TOWN OFSOUTHOLD SUP'POLK COUNTY, NEW YORK BASE BID SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY BID DATE: NOVEMBER 29, 2001 TIME: 11:00 A.M. The undersigned further understands and agrees that he is to furnish all labor, material, equipment, permits, supplies and other facilities necessary and required for the execution and completion of: YARD WASTE COMPOSTING FACILITY TOWN OF SOUTItOLD PROJECT NO SOHT 01-01 in strict accordance with the contract documents for: ITEM FURNISH AND INSTALL SUBBASE FOR YARD WASTE COMPOSTING FACILITY LUMP SUM ($ ) DOLLARS SOURCE OF RECYCLED CONCRETE AGGREGATE BASE COURSE MATERIAL COMPANY NAME ADDRESS UNIT PRICES The Contract shall include unit prices as herein stated. Should the amount of work required by Contract Documents be increased or decreased, the undersigned agrees the following unit prices shall be used as a basis for computing the cost to the Owner, as the case may be, for such increases or decreases in the work. The listed unit prices shall also be used for determining the value of quantities included in the specifications. Prices shall be on the basis for furnishing all labor, material, equipment and other related items necessary for completion of work (in place). The quoted figure shall include the Contractor's overhead and profit. The Owner/Engineer hereby reserves the right to order any addition or deduction of materials on the basis of unit cost figures quoted. SOHT 01-01 P-B I of 3 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following project: SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY PROJECT NO.: SOHT 01-01 NOTICE IS HEREBY GIVEN that sealed bids will be received by the Town Clerk, on behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971 not later than 10:00 a.m., Prevailing time on Thursday, November 29, 2001, at which time they will be publicly opened and read aloud. A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required for a set of specifications. INSTRUCTIONS FOR BIDDER, FORM OF PROPOSAL, FORM OF CONTRACT AND SPECIFICATIONS, etc. may be seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971. Each bid shall be accompanied by a bid bond or certified check on a solvent bank of the State of New York in the amount of five percent (5%) of the total bid. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Composting Facility", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. ELIZABETH A. NEVILLE TOWN CLERK DATED: November 16, 2001 PLEASE PUBLISH ON NOVEMBER 22, 2001, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Solid Waste Coordinator Bunchuck LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following project: SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY PROJECT NO.: SOHT 01-01 NOTICE IS HEREBY GWEN that sealed bids will be received by the Town Clerk, on behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971 not later than 10:00 a.m., Prevailing time on Thursday, November 29, 2001, at which time they will be publicly opened and read aloud. A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required for a set of specifications. INSTRUCTIONS FOR BIDDER, FORM OF PROPOSAL, FORM OF CONTRACT AND SPECI]7ICATIONS, etc. may be seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971. Each bid shall be accompanied by a bid bond or certified check on a solvent bank of the State of New York in the amount of five percent (5%) of the total bid. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Composting Facility", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. ELIZABETH A. NEVILLE TOWN CLERK DATED: November 16, 2001 PLEASE PUBLISH ON NOVEMBER 22, 2001, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attomey Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Solid Waste Coordinator Bunchuck LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following project: SOLID WASTE DISTRICT YARD WASTE COMPOSTING FACILITY PROJECT NO.: SOHT 01-01 NOTICE IS HEREBY GIVEN that sealed bids will be received by the Town Clerk, on behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971 not later than 10:00 a.m., Prevailing time on Thursday, November 29, 2001, at which time they will be publicly opened and read aloud. A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required for a set of specifications. INSTRUCTIONS FOR BIDDER, FORM OF PROPOSAL, FORM OF CONTRACT AND SPECIFICATIONS, etc. may be seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971. Each bid shall be accompanied by a bid bond or certified check on a solvent bank of the State of New York in the mount of five percent (5%) of the total bid. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Composting Facility", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. ELIZABETH A. NEVILLE TOWN CLERK DATED: November 16, 2001 PLEASE PUBLISH ON NOVEMBER 22, 2001, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Solid Waste Coordinator Bunchuck 16/11 '01 FRI 15:50 FAX 516 765 6145 SOUTHOLD CLERK ~001 TX/RX NO INCOMPLETE TX/RX TRANSACTION OK ERROR *** MULTI TX/RX REPORT *** 2982 [* 1512449576 [* 16118005243329 [* 17118882329941 [* 18118002582984 [$ 32]18009620544 Burrelle's Info Data Construct Dodge Reports Construct. Info, ELIZABETH A. NEVILLE TOWN CLERK REGISTRA~ OF VITAL STATISTICS NLA-RI%IAGE OFFICER RECORDS MANAGF2ViENT OFFICER FREEDOM OF INFOP~W~ATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O- Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (651) 765-1800 southo[dtown.northfork,ne~ TO: FROM: DATE: RE: FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-$456 BROWNS'S LETTERS 244-9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Telc. 631 765-1800; fax 765-6145 November 16~ 2001 "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 2 If total transmittal is not received, please call 631 765-1800. COMMENTS: PLEASE ADVERTISE TIlE FOLLOWING BIDS AT YOU EARLEEST CONVENIENCE Yard Waste Composting Facility Bid Openning 10:00 A.M., Thursda¥~ November 29~ 2001. Please acknowledge receipt of this information by signing below and returning a faxed copy to me at 631 765-6145, attention: Betty Neville. Thank you. ]6/11 '01 FR[ 13:56 FAX 516 765 6145 SOUTHOLD CLERK [~00! *** TX REPORT *** TRANSMISSION OK TX/RX NO CONNECTION TEL CONNECTION ID ST. TIME USAGE T PCS. SENT RESULT 298O 2983287 Suffolk Tlmes 16/11 13:55 00'54 2 OK ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF %rITAL STATISTICS MARP, IAGE OFFICER RECORDS N/ANAGEMENT OFFICER FREEDOM OF INFORNL%TION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O_ Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtowax.northfo rk.net FAX TRANSMITTAL TO: SUFFOLK TINIES - ATTENTION: JOAN GUSTAVSON FROM: DATE: RE: LYNDA M. BOHN 11/16/2001 LEGAL NOTICES FOR PUBLICATION NOVEMBER 22~ 2001 Number of pages being faxed 2 including cover page //total transmittal is not receivvd, please call 631 765-1800. fax 631 7fi5-6145 Oue (1) Legal Notice to BIDDERS. PLEASE ACKNOWLEDGE KECEII~T OF THIS LEGAL NOTICE WITHIN ONE (.,]) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. TIq_A2qK YOU. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: SUFFOLK TIMES - ATTENTION: JOAN GUSTAVSON FROM: DATE: RE: LYNDA M. BOHN 11/16/2001 LEGAL NOTICES FOR PUBLICATION NOVEMBER 22~ 2001 Number of pages being faxed 2 including cover page If total transmittal is not received, please call 631 765-1800. fax 631 765-6145 One (1) Legal Notice to BIDDERS. PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (1) HOUR BY SIGN1NG BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. THANK YOU. Received By Date FROM :DEPT OF 'SOLID WASTE NOTICE TO BIDD~S FAX NO, Nov. 16 DO01 lO:23AM P1 PLEASE TAKE NOTICE that sealed bids will be received by the Town Bx~l~, on behalf of the Town of Southold, iv the Town Hall. 53095 Main Road. Sottthold, New York 11971 not later than 10:00 a.m,, Pre,~ailing time on Wednesday, November ~_ 2001, at which time they will be publicly opened and read aloud~ for the following project: ~ SOLID WASTE DISTRICT YARD WASTE COMPOSTLNG FACILITY PROJECT NO.: SOHT 01-01 A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the TOWN OF SouTHOLD will be requi~d for a set of speeificarions. INSTRUCTIONS FOR BIDDERS, FORM OF PROPOSAL. FORM OF CONTRACT, AND SPECIFICATIONS, etc., may be seen at or procuxed from the office of the Town Clerk, 53095 Main Road, Southold, New York [ [971, after 11:00 a.m., Prevailing time on T-4m~day, November ]~, 2001. Each bid sha~l b~ accompauiexi by a bid bond or c~rtified check on a solvent bank of the State of New York, in the amount of five percent (5%) of the total bid. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it bc deemed in the best intexest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Composting Facility", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. BY ORDER OF THE TOWN BOARD TOWN OF SOUTHOLD ELIZABETH A, NEVILLE TOWN CLERK DATED: November~, 200l SOHT 01-01 NB - 1 of I ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS IviANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 825 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBE 4, 2001: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Terry Contracting and Materials~ Inc.~ Riverhead~ NY in the amount of $321~000.00 for the development of a compost site on land adjacent to the Southold Landfill, as per specifications for same developed by the Town, and be it Further RESOLVED that the Town Board authorizes and directs Supervisor Jean Cochran to execute a contract with Terry Contracting for development of the compost site, subject to review and approval of the Town Attorney and the Solid Waste Coordinator. Elizabeth A. Neville Southold Town Clerk RESOLUTION DECEMBER 4, 2001 V - 825 RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Terry Contracting and Materials~ Inc. Riverhead~ NY in the amount of $321~000.00 for the development ora compost site on land adjacent to the Southold Landfill, as per specifications for same developed by the Town, and be it Further RESOLVED that the Town Board authorizes and directs Supervisor Jean Cochran to execute a contract with Terry Contracting for development &the compost site, subject to review and approval of the Town Attorney and thc Solid Waste Coordinator. ELIZABETH A. NEVILLE TOWN CLERK REGISTI~td~ OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS 1S TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 763 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 8, 2001: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids for the materials and labor necessary, for the construction of a yard waste compost facility pursuant to NYSDEC Part 360 Regulations, upon receipt of specifications reviewed and approved by the Town Attorney and Solid Waste Coordinator. Elizabeth A. Neville Southold Town Clerk STATE OF NEW YORK ) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the t 67/d day of/O~Q~:2~.a~, 2001, she affixed a notice of which the annexed primed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. LEGAL NOTICE: Notice of Bid Yard Waste Composting Site Sworn before me this 16,Tt~day of k.[oOo,~,-~, 2001. ~qotary Public LYNDA M. BOHN NOTARY PUBLIC, State of NewY~ No. 01BO6020932 Qualified in Suffolk County Term Expires March 8, 20 0..~. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-5456 BROWNS'S LETTERS 244-9576 BURRELLE'S 1NFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145 November 16~ 2001 "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 2 If total transmittal is not received, please call 631 765-1800. COMMENTS: PLEASE ADVERTISE THE FOLLOWING BIDS AT YOU EARLIEST CONVENIENCE Yard Waste Composting Facility Bid Openning 10:00 A.M, Thursda% November 29~ 2001 Please acknowledge receipt of this information by signing below and returning a fa,xed copy to me at 631 765-6145, attention: Betty Neville. Thank you. Received by Date