Loading...
HomeMy WebLinkAboutC&D Haul and Disposal Services • BIDDER'S SOLICITATION CONSTRUCTION MATERIAL AND/OR DEMOLITION DEBRIS (C & D) • HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS - - - • TOWN OF SOUTHOLD, • / �� STATE OF NEW YORK; • • TOWN OF SOUTHOLD Prepared by: Solid Waste Task Force Technical Committee • 53095 Main Road Southold, NY 11971 • May, 1997 • • NOTICE TO BIDDERS 0 CONSTRUCTION & DEMOLITION DEBRIS (C&D) HAUL-DISPOSAL SERVICES The Town of Southold will receive sealed bids for construction and demolition debris haul-disposal services until the time and at the location herein specified which • will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road • Southold, New York 11971 (516) 765-1800 DATE: Thursday, May 22, 1997 • TIME: 1:00 P.M. EDST (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the • following: A bid price per ton, to provide equipment and labor for hauling construction and debris and disposing construction & demolition debris at the Contractor's Construction & Demolition Debris • Disposal Site. The term of this Agreement shall be three (3) years commencing on July 10, 1997. The Town, at its sole discretion, shall have the option of renewing the Agreement for two additional one year terms by giving Contractor written notice of its intention • to renew at least thirty (30) days prior to the expiration of the term. Bids must be made in writing on the forms furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold, or bid bond, in the sum of one • hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a performance Bond, and insurance in accordance with the instructions in the Bid Solicitation. • 2 • • The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, • should this action be in the best interest of the Town of Southold. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding forms may be examined free of charge and at the following location on weekdays from 8:00 A.M. to 4:00 P.M.: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 • Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk • Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a • pre-bid conference to be held at 10:00 A.M., Monday, May '12, 1997 at: Southold Town Hall 53095 Main Road Southold, New York 11971 • All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (516) 734-7685. • Judith T. Terry Town Clerk For further information regarding bidding requirements, contact Judith T. Terry (516) 765-1800. For information regarding Town Of Southold waste program and haul- disposal operations, contact James Bunchuck (516) 734-7685. 3 • • TABLE OF CONTENTS . GLOSSARY OF TERMS 7 SECTION A - SUBMISSION REQUIREMENTS 10 1.0 Project Purpose 11 2.0 Schedule 11 3.0 Examination OF Agreement Documents 12 • 4.0 Information to be Submitted 13 4.1 Contractual Bid 13 4.2 Supplemental Information 14 5.0 Bid Format 15 5.1 Binding 15 • 5.2 Form Preparation 15 6.0 Submission of Bid 15 6.1 Withdrawal Of Bids 16 6.2 Questions & Addenda 16 7.0 Bid Guaranty 16 • 8.0 Execution Of Agreement 17 9.0 Consideration Of Bids 17 10.0 Selection Of Contractor 18 11.0 Acceptance of Bid 18 12.0 Assignment 18 • 13.0 Limitation Of Funds Available 19 14.0 Insurance and Bonds 19 14.1 Insurance 19 14.2 Bonds 20 15.0 Indemnity (Hold Harmless) 21 • 16.0 Payments 21 17.0 Default 22 18.0 Term of Agreement 22 19.0 Service Agreement 22 20.0 Subcontracts 22 • 21.0 Rights and Options 23 SECTION B - BID SPECIFICATION 24 1.0 Requirements 25 • 2.0 Program Goals and Objectives 26 3.0 Potential Regulatory and Operational Changes 26 4.0 Character Of The Construction and debris 26 4.1 Quality and Characteristics 27 5.0 Program Activities 27 • 5.1 Collection 27 • • 5.2 Loading Mode 28 5.3 Town of Southold Accident and Damage Policy 28 . 5.4 NYSDEC'Part 360 Permit to Operate 28 6.0 Haul Services 29 6.1 Work Included 29 6.2 Equipment 29 6.3 Weighings 30 r 6.4 Routing Mode - Contractor's Responsibility 30 7.0 Disposal Services Program Activities 31 7.1 Work Included 31 7.2 Operational Capacity 31 7.3 Permit Requirements 31 7.3.1 Disposal Sites Inside State Of New York 32 7.3.2 Disposal Sites Outside State of New York 33 7.4 Weighings 33 8.0 Safety and Health Regulations 34 9.0 Operations and Procedures 35 • 9.1 Supporting Data 35 SECTION C - TOWN OF SOUTHOLD CONSTRUCTION AND DEBRIS HAUUDISPOSAL SERVICES 37 1.0 Intent 38 0 2.0 General Bid Statement 38 3.0 Unit Price Bid Schedule 42 3.1 Compensation 42 3.2 Evaluation Unit Bid Price Formula 43 4.0 Bid Security Acknowledgment 44 i 5.0 Information Schedules 44 Information Schedule A Information Schedule B Information Schedule C 0 Information Schedule D Information Schedule E Information Schedule F Information Schedule G Information Schedule H 0 Information Schedule I Information Schedule J Information Schedule K Information Schedule L Information Schedule M 5 • SECTION D -APPENDICES Appendix A Sample Operating Agreement Appendix B New York State Department of Environmental Conservation Permit Appendix C Accident Report Appendix D Town of Southold SWMP (Executive Summary) Appendix E Town of Southold Overview of Transfer Station Operations • • • • • s • • GLOSSARY OF TERMS • ADMINISTRATOR - Shall mean the Coordinator of construction and demolition debris (or his agent) Of the Town of Southold, New York. AGREEMENT - Shall mean a Form operating agreement set forth by the Town and resulting from this Bid Solicitation between the Town of Southold and the successful • Bidder to be executed in 1997. AGREEMENT DOCUMENTS - Shall include the notice to bidders, instructions, bid solicitation, bid Forms, information schedules, proposal, payment bond, bid bond, Agreement, performance bond, certificates of insurance, glossary of terms any general 10 conditions or special conditions, and any addenda. The Agreement Documents will Form a part of the Agreement. AGREEMENT YEAR - Shall mean the period from July 10, of a calendar year to July 9, of the next calendar year. BIDDER - Shall mean any party or parties submitting in proper form a bid to perform the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perform the specified work will thereafter be known as the Contractor. • BID PRICE - Shall mean the unit cost to determine the ranking of bidders. BID SOLICITATION - Shall mean this document, specifications, and any bid addenda issued. 0 COMMENCEMENT DATE - Shall mean July 10, 1997. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) - Shall mean solid waste resulting from the construction, renovation, equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, • bricks, concrete and other masonry materials, soil, rock, wood, wall coverings, plaster, drywall, non-asbestos insulation and roofing shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) DISPOSAL SITES - Shall mean any site designated by the Contractor where construction and 0 demolition debris is disposed of in a manner that minimizes environmental hazards and is permitted under the design and operation requirements of 6 NYCRR Part 360 or alternatively outside the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. • GLOSSARY - I 7 41 r CONTRACT DOCUMENTS - Shall have the same meaning as Agreement Documents. CONTRACT YEAR - Shall have the same meaning as Agreement Year. CONTRACTOR - Shall mean the party contracting to perform the work, or the heirs, executors, administrators, agents, or successors thereof. 41 COORDINATOR - Shall mean the coordinator of construction and demolition debris for the Town of Southold. COUNTY - Shall mean Suffolk County, State Of New York. DAILY - Sunday to Saturday, inclusive. PA - Environmental Protection Agency (Federal). HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars for each ton of construction and demolition debris actually ® hauled from the Town Of Southold Transfer Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Designated Disposal Site. HAZARDOUS WASTE - Shall mean (1) any"hazardous waste" as defined under the Resource Conservation and Recovery Act, 42 U.S.C. Section 6901 et sea.. or * "hazardous substance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.C. Section 9601 at sec., or "hazardous waste" as defined under New York Environmental Conservation Law Section 27-0901 et sea., as each such law may be amended from time to time, and the regulations promulgated thereunder, and any analogous or succeeding Federal, state or local law, rule or 16 regulation and regulations promulgated thereunder and (2) any other material which any governmental agency or unit having appropriate jurisdiction shall determine from time to time cannot be processed at the facility because it is harmful, toxic or dangerous. * NOTICE OF AWARD - Shall mean written notice from the Town of Southold to the successful Bidder that the Town of Southold intends to award an Agreement to the successful Bidder, subject to compliance with all their terms and conditions of the Agreement Documents. f NYSDEC - New York State Department Of Environmental Conservation. SHA - Federal Williams-Steiger Occupations Safety & Health Act of 1970, plus subsequent revisions. • GLOSSARY - 2 s • • OWNER - Shall mean the Town Of Southold, New York. Also may be referred to as the Town. • PERMIT - Shall mean any and all permits, licenses, approvals, certificates of public convenience and necessity, Franchises or authorizations which must be issued by any Governmental Body having jurisdiction thereof to legally enable the Contractor to transport and/or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid permit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, • or infectious waste). SOLID WASTE DISPOSAL SITE(S) - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and Is permitted under the design and operation requirements of 6 NYCRR Part 360 - * Solid Waste Management Facilities, or alternatively outside of the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). • SUBCONTRACTOR - Shall mean an individual, firm or corporation having a direct contract with the Contractor for services, equipment, materials and/or labor. • i GLOSSARY - 3 9 • • SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1.0 PROJECT PURPOSE The Town of Southold expects that it will receive and need to dispose of approximately 5,000 tons of construction material and/or demolition debris during the agreement year. It is possible that the Town of Southold will contract with another town to receive and dispose of their construction material and/or demolition debris. If this happens the quantity of wastes to be hauled and disposed of under this Agreement will increase. This Bid Solicitation will ensure Town of Southold's construction and debris will continue to be 1) hauled From the Town of Southold Transfer Station to Disposal • Site(s) and 2) disposed of at permitted Disposal Site(s). 2.0 SCHEDULE The schedule below is an estimate of the time period leading up to the • commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as firm dates or deadlines due to the multiple parties involved in the decision making process. VENT DATE Transfer Station Visits By Appointment Pre-Bid Conference May 12, 1997 Bid Opening May 22, 1997 • Town Board Approval June 3, 1997 Agreement Executed On or Before June 25, 1997 Operations Commencement July 10, 1997 • • 11 • • 3.0 EXAMINATION OF AGREEMENT DOCUMENTS, FAMILIARITY WITH THE WORK It is the responsibility of each Bidder before submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly; (b) visit the site of the Town of Southold Transfer Station; (c) attend and be familiar with the outcome of the pre-bid conference (d) become familiar with conditions at the Town of Southold Transfer Station and Disposal Sites that may affect cost, progress, performance or furnishing of the work; (e) become familiar with and consider all federal, state and local laws, regulations ordinances, permits, approvals and orders that may effect the cost, progress, performance or furnishing of the work; (f) study and carefully correlate the Bidder's observations with the Agreement Documents; and (g) notify the Town Clerk of all conflicts, errors or discrepancies in the Agreement Documents. • Reference is made to the following Appendices which contain supplemental information which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Permit Appendix C: Town of Southold Accident Report M Reference is made to the following Appendices which contain supplemental information which is attached to the Agreement Documents solely for the convenience of bidders: Appendix D: Solid Waste Management Plan Summary Appendix E: 1996 Cumulative Waste Summary Reference is made to the Following information which is available for review by Bidders at the Town Clerk's Office during normal (business hours - 8:00 P.M. to 4:00 P.M. Monday through Friday. i. Pending conceptual plans for the proposed Town of Southold Transfer Station. • ii. Town of Southold Solid Waste Management Plan. This information is presented solely for the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall form their own conclusions and opinions from this information and shall confirm any information 12 • • contained therein regarding facilities and equipment through site visits. The Town does not guarantee the accuracy of any information contained in these documents. Before submitting a Bid, each Bidder shall, at the Bidder's own expense, make or obtain any additional inspections, examinations, or studies and obtain any additional data and information which may affect cost, progress, performance or furnishing of the work and which Bidder deems necessary to determine its bid for ! performing and furnishing the work in accordance with the time, price and other terms and conditions of the Agreement Documents. The failure or omission of the Bidder to receive and examine any form, instrument or document, or make required inquiries and inspections, shall not relieve the Bidder from any obligation contained in the Agreement Documents. The Town will be justified in rejecting any claim based on facts or conditions of which the Contractor should have been cognizant. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Bid Solicitation, that without exception the Bid is premised upon performing and furnishing the work required ♦ by the Agreement Documents, and that the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performing and furnishing the work. Bidders will be allowed to ask questions regarding the Bid Documents 0 during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold, New York 11971 • May 12, 1997 at 10:00 A.M. 4.0 INFORMATION TO BE SUBMITTED WITH PROPOSAL 4.1 Contractual Bid i For the purpose of assisting the Town in determining the responsible Bidders for this Bid Solicitation, the Bidder is required to submit the following minimum information with his bid: • i. Contractor Bid Form ii. Bid Security or Bid Bond iii. Information Schedules A through M as applicable iv. Supplemental Information as described in 4.2 13 • • 4.2 Supplemental Information In addition to the aforementioned forms, the Bidder is required to submit the following supplemental information with his bid: i. Operational Plan: A plan describing the Bidder's assessment of the requested operation set forth in Exhibit M. This section shall be divided into the following subsections: o Haul A detailed summary of requirements for manpower, materials and supplies, mobile equipment, etc., shall be included to provide the Town with general anticipated guidelines for performance under the Agreement. • o Disposal A detailed summary of requirements of site capacity, useful life, hours and days of the week, operation, etc., shall be included to provide the Town with general anticipated guidelines for performance under the Agreement. A copy of the current Permits to Construct and! Permits to Operate shall be included. If the Construction and debris Disposal Site is located outside the State of New York, a copy of the current applicable laws and 7 regulations governing the design, construction and operation of the Disposal Site shall additionally be included. ii. Litigation: A section briefly describing any current litigation which in any way may affect the Bidder's operational capability of useful life of the Disposal Sites. iii. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. In addition, it is the policy of the Town of Southold to encourage the participation of Minority Business Enterprises (MBE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason, the Agreement will require Contractor to use its best efforts to include among its subcontractors MBE and WBE firms. In the event the successful Bidder intends to subcontract in excess of twenty-five f percent (25%) of the work, the Bidder will be required to submit 14 • to the Town an MBE/WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. iv. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site identified in its Bid, the Bidder shall furnish a statement, signed by an authorized representative of the Disposal Site, which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents. • THE SUPPLEMENTAL INFORMATION REQUIREMENTS MAY BE SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A-M) IF THE SCHEDULE PROVIDES THE INFORMATION REQUESTED AND IS INCLUDED IN THE BID. • 5.0 BID FORMAT 5.1 Binding The document(s) if bound shall be in a manner that will provide for easy evaluation access (to lie flat when opened). Printing on both :sides of the sheets, provided a quality paper is utilized that will prevent the type from showing through, is acceptable. Paper with substantial recycled content is preferred. 5.2 Form Preparation • Bids shall be submitted in the form described in this Bid Solicitation. All blank spaces for bid prices shall be properly filled in, in ink or typed, in both words and numerals for all bid categories required. In the event a price shown in words and its equivalent shown in figures do not agree, the written words shall be binding on the Bidder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing information. • 6.0 SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set for the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: • 15 i The guaranty may be certified check, bank draft, money order, standard form irrevocable letter of credit, or a bid bond in the form attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty, certified check, money order or bank draft must big made payable to the order of the Town of Southold. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the furnishing of the surety bond or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds, insurance and other Agreement Documents are received from the successful Bidder. i 8.0 EXECUTION OF AGREEMENT, FURNISHING OF BONDS The successful Bidder, or its legally authorized) representative, shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents for Haul/disposal services. The successful Bidder shall, at its own cost and expense, procure, execute and deliver to the Town the following documents within ten (10) days of formal Notice of Award by the Town. Performance Bond -A Performance Bond shall! be in an amount of one million dollars ($1,000,000.00). i This bond (as shown by example in Section C, Schedule 5.01), shall be maintained at the Contractor's own expense for the term of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may determine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may suffer as the result of such breach. The Town's rights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specifically reserves any and all other rights against the Contractor as a result of his failure to perform as required by these documents. • 9.0 CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any/or all bids for haul and disposal services if such action is deemed to be in the best interests of the Town. • To be considered responsive to this Bid Solicitation, each Bidder shall: 17 • • A. Provide equipment, labor, maintenance and management services to haul and dispose of construction and debris from the Town of • Southold Transfer Station to Contractor designated Construction and debris Disposal Site(s) as set forth in Section B - Bid Specifications. B. Reserve and provide a minimum available capacity of 15,000 tons (52 weeks/year) yearly, allowing for seasonal and other peak periods. 0 C. Provide evidence of all current valid state and Federal permits, licenses, local ordinances, etc., required by law to receive construction and debris at the designated Disposal Site(s). D. Provide evidence of physical and financial capability to perform 6 services described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved form of bid 0 guaranty. Only bids solicited from firms or combinations thereof, who have sufficient management, engineering capabilities, operating, and maintenance experience to fulfill the Town's goals and comply with the applicable local, state., Federal laws, ordinances, regulations, e.g. New York State Department of Environmental Conservation, Resource Conservation Recovery Act and Federal Environmental Protection Agency guidelines • will be accepted. The Town will review the bids and make a selection recommendation based on the evaluation criteria included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose 4111 Evaluation Unit Bid Price is the lowest. The Town of Southold reserves the right, in its sole discretion, to reject all bids submitted in response to this Bid Solicitation. 11.0 ACCEPTANCE OF BID iM The acceptance of a Bid will be a Notice of Award signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to execute the Agreement and other Agreement Documents. • 12.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transfer, convey, sublet, or otherwise dispose of the Agreement or of his right, title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. 18 • 13.0 LIMITATION OF FUNDS AVAILABLE f The Contractor specifically agrees that any Agreement shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds appropriated on the date of execution of the Agreement by the Town for the said purpose. 14.0 INSURANCE AND BONDS 14.1 Insurance For the period from Agreement commencement date until one (1) year after Agreement termination date, Contractor must maintain insurance acceptable to the Town in the kinds and amounts set forth below. All such insurance coverage shall be provided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of Southold and its agent shall be named as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall furnish to the Town, certificates of insurance, in a form satisfactory to the Town Attorney, evidencing such insurance. The kinds and amounts of insurance are as follows: A. Contractor's Insurance - Insurance for liability for damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the Agreement, whether performed by Contractor or his subcontractors. The kinds and amounts of insurance are as follows: (1) Worker's Compensation Insurance -A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, known as the Worker's Compensation Law, covering all operations Of the Contractor, whether performed by him or by his subcontractors. The Agreement shall be void and of no effect unless • the person or corporation making or executing same shall secure compensation coverage for the benefit of, and keep insured during the life of said Agreement such employees in compliance with provisions of the Worker's Compensation Law. (2) General Liability (Comprehensive Form) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work performed by him under the Agreement. The following insurance coverage shall be included: • 19 of the Town of Southold. The standard form irrevocable letter of credit shall be in a form acceptable to the Town of Southold. • In the event the Contractor secures a Performance Bond from any of its subcontractors, said bond shall also name the Town of Southold as a dual obligee. Should the Town designate another public or private gent of contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town, upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) Contractor shall agree to defend, indemnify and nave harmless the Town against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the terms of such Agreement, or the failure to carry out any of the revisions, duties, services or requirements of such Agreement, whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal, state or local government agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, survive the term of the Agreement and include, but not be limited to, claims concerning non-sudden environmental impairments. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all necessary appeals which may be necessary, in the opinion of • the Town. 16.0 PAYMENTS Contractor shall receive monthly payments for services performed during • the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of construction and debris haul trips from the Town of Southold Transfer Station including the tonnage of construction material and/or demolition debris and the manifest number for each load of construction and debris removed. Such payments shall be made within sixty (60) days of the Town's approval + of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the Transfer Station. The Town shall be entitled to 21 • • deduct from any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. • 17.0 DEFAULT In the event the Contractor fails to perform its obligations under the Agreement, the Town may terminate such Agreement, and the Town may procure the • services from other sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to terminate the Agreement for just cause. 18.0 TERM OF AGREEMENT The term of this Agreement shall be three (3) years commencing on July 10, 1997. The Town, at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one (1) year terms by giving Contractor written notice 0 of its intention to renew at least thirty (30) days prior to the expiration of the term. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit status of its Disposal Site. In the S event that Bidder wishes to submit a bid for a Disposal Site for which Bidder does not currently have all necessary federal and state permits, Bidder shall, at its sole risk and expense, be responsible for obtaining and/or renewing its permits or providing to the Town an alternate Construction and debris Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. This is a full service Agreement and failure of • the successful Bidder to provide the identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date for services under the Agreement Documents awarded hereunder shall constitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations hereunder by reason of any • failure to obtain or maintain its permits at the identified Disposal Site. 20.0 SUBCONTRACTS In the event Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement, Bidder shall: • (1) furnish to the Town a copy of the signed Agreement between Bidder and the Disposal Site Contractor which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents; • 22 • • (2) require the Disposal Site Contractor to furnish to Contractor and the Town a performance bond guaranteeing the • availability of the Disposal Site throughout the term of the Agreement; (3) require the certificates Contractor to provide insurance naming the Town as additional insureds on all policies maintained by Contractor. 21.0 RIGHTS AND OPTIONS The Town of Southold, New York, reserves and holds at its discretion the following rights and options upon issuing this Bid Solicitation: 1. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 102' of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. • 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualifications, and conduct investigations or interviews with respect to the qualifications of each Bidder. 5. To designate another public body, private or public agency, group, or authority to act in its behalf for evaluation and Agreement negotiations. r 6. To designate another public body, private or public agency, group, or authority to act in its behalf for contract administration of this project at any time during the Agreement period. • 23 • • • SECTION B • BID SPECIFICATIONS • (TECHNICAUMANAGEMENT) • 7 • • • • 24 • • SECTION B BID SPECIFICATIONS • TECHNICAUMANAGEMENT 1.0 REQUIREMENTS • This request for bids is issued for the Town of Southold, State of New York, Town Hall, 53095 Main Road, Southold, New York, 11971 (Telephone (516) 765-1800) The effort, shall be known as the Town of Southold Construction Material and/or Demolition Debris Haul Disposal Service. The Town of Southold desires to issue an Agreement with a qualified Contractor to haul and dispose of a portion of its Construction and Debris. The Town will need to dispose of approximately 5,000 tons of construction and debris during the agreement years. The Contractor will ensure the Town that construction debris will continue to be; 1) hauled from the Town of Southold's transfer Station to disposal site(s), and; 2) disposed at permitted disposal site(s). The following general services are sought in this request: • HAUL • Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling construction and debris from the Town of Southold transfer Station to Contractor designated disposal site(s) as set forth herein. Transportation equipment shall be in accordance with New York State Department of Transportation, Interstate Commerce Commission, United States Department of Transportation, as defined in the Code of Federal Regulations, or other applicable state and federal regulatory requirements. • Disposal Reserve capacity and provide equipment, labor, maintenance, management and policies to receive and dispose of construction and debris from the Town of Southold Transfer Station as set forth herein. The Contractor's New York State Construction and debris Disposal Site(s) must be in compliance with all State of New York Department Of Environmental Conservation's and U.S. Government's Regulatory requirements, e.g., 6 NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. • Disposal Sites outside New York State shall be permitted by applicable 25 • • local, state and Federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment than those outlined in this specification. Disposal • alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with regulatory requirements and environmental standards. 2.0 PROGRAM GOALS AND OBJECTIVES • The goal of this project is the continued safe and reliable hauling and disposal of the construction and demolition debris from the Town Of Southold Transfer Station at minimum cost to the citizenry. t It is also the objective of the Town of Southold to ensure that the haul- disposal operations proceed according to the provisions of this document and subsequent agreements/amendments are upheld. 3.0 POTENTIAL REGULATORY AND OPERATIONAL CHANGES During the term of the Agreement, there may be a number of regulatory and operational changes which may Affect the quantities and types of construction and debris received at the Town of Southold Transfer Station and delivered to the Disposal Site. f This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor. The Town reserves the right to designate another public body, private or +V public agency, group or authority to act in its behalf for administration of the Agreement at any time during the term of Agreement. 4.0 CHARACTER OF THE CONSTRUCTION AND DEBRIS • The wastes which are to be hauled and disposed of under terms of this bid solicitation are to include typical municipal wastes from a rural community. This will include all wood, sheet rock, shingles, insulation, concrete, bricks, metal, and other items generated by the construction industry. It could also include items generated by renovation activities such as broken furniture, i small appliances, carpets, and other like items, as allowed under 6 NYCRR Part 360. It should not include typical household garbage other than what might be generated by construction work crews at construction sites during coffee breaks, lunch breaks, etc. Nor should contraction material and/or demolition debris include any wastes covered by special waste permits • such as pathogenic or hazardous materials, but the l"own cannot guarantee 26 r • that the waste stream does not contain same. Special costs associated with handling non-compliance loads will be compensated under Forced Accounting • (Appendix A-9). 4.1 Quality and Characteristics The Town Of Southold's historical construction and debris quantities and characterization data are included in the Appendices. Bidders are cautioned • that actual quantities may differ significantly from these data. Recycling programs may affect the quantity and characteristics of the waste received at the Town of Southold Transfer Station. If the Contractor discovers any non-compliance waste (hazardous, regulated • medical or special wastes), the Contractor shall notify the Town and dispose of the noncompliance waste in accordance with local, state and Federal regulations. Compensation for such waste disposal services shall be provided for under Forced Accounting (Appendix A-9). The Town makes no specific representations in the foregoing disclosure. 5.0 PROGRAM ACTIVITIES 5.1 Collection The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to 5:00 P.M. The Contractor will be expected to collect and remove construction and debris from the Transfer Station during the following hours: 6 Monday through Friday 7:00 A.M. to 4:00 P.M., The Transfer Station is closed on the following holidays: New Year's Day Columbus Day Martin Luther King Day Election Day Lincoln's Birthday Veterans Day Presidents Day 1/2 day before Thanksgiving Easter Sunday Thanksgiving Memorial Day 1/2 day before Christmas Independence Day Christmas Labor Day 1/2 day before New Year's Day The Contractor must make transfer containers available for loading seven days a week, if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on • Sundays is frequently not required during the winter months. 27 • • The Contractor will be expected to provide enough containers to empty the Transfer Station tipping floor on a daily basis, delivery and staging of an • adequate number of containers for this purpose will be coordinated with Transfer Station Staff as needed. 5.2 Loading Mode • The Contractor shall fully prepare transfer containers for loading, including assuring that container covers or empty containers are left open. Construction and Debris will be loaded by the Town at its Transfer Station using a front end wheel loader or backhoe. • After loading, Contractor will bring transfer containers to the Town's truck scales for weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to leaving the site. • If required by any local, state or Federal regulations or law, the contractor shall line transport equipment with plastic prior to loading. This service shall be at the Contractor's expense and included in the unit price bifid. ! 5.3 Town Of Southold Accident and Damage Policy The Contractor shall be required to prepare an Accident Report (See Appendix C) Of any accidents and/or damage that occur while performing services under the term of the Agreement. • The Town of Southold shall immediately be notified of any major occurrences such as bodily injury of structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. • The offending parts or representative/e thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. All accident and/or damage reports will be included in reports to the Town. • 5.4 NYSDEC Part 360 Permit to Operate The Town Of Southold operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC:) Part 360 Permit to • Operate. A copy of NYSDEC Permit is included as Appendix B. 28 • • 6.0 HAUL SERVICES • For Construction and Debris Haul-Disposal Services Agreement, the following services will include the tasks, responsibilities and performance required as outlined herein. • 6.1 Work Included The Contractor shall provide the following major essential services or equipment and any other nonspecified items, without limitations, to maintain a reliable haul services operation in a manner that will meet the needs of the Town of Southold. • • Management and operation of a fleet to accommodate the transport of construction and debris from the Town transfer Staticin to Construction and Debris Disposal Site(s) in accordance with all local, state, and Federal regulations. • . Financial liability and maintenance responsibility of transport equipment, i.e., dump trailers, transfer trailers bulk material containers, vehicles, personnel and services for open-top loading construction and debris hauling activities. ' • Coordination of haul services with disposal services. 6.0 Equipment The Contractor shall provide reliable refuse handling and other essential . ancillary equipment, along with personnel to operate and maintain a reliable haul services system in a manner that will satisfy the needs of the Town of Southold. The minimum level of haul services equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and • containers, etc. The contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal construction and debris including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet the Town of Southold • Transfer Station requirements. Each bidder is therefore responsible for familiarizing itself with the Town of Southold Transfer Station site, construction and debris, etc., to assure equipment compatibility. Transport equipment may be open-top bulk material containers, dump trailers, • roll-off containers or opentop transfer trailers, provided that all such equipment 29 • • is suitable for convenient loading given existing configurations of the Town of Southold Transfer Station. Transport equipment shall be: 1) Registered with the State of New York Department of Motor Vehicles or equivalent agency; :?) designed to preclude spillage of waste; 3) loaded within their design capacity and New York State Department of Transportation regulations; 4) well maintained in good working 0 order. Corroded, defective, bent, deformed or punctured trailers, roll-off boxes, or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting construction and debris in open-top transport equipment. The bidder shall clearly indicate the . quantity and type of transport equipment/vehicles it plans to use, their availability date, state of repair, and that such units are compatible with the Town of Southold Transfer Station scales and New York State DOT regulations, United States Department of Transportation, as defined in the Code of Federal Regulations, or equivalent. The Contractor will promptly remove from use any transport equipment/vehicle that does not conform with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own off-site maintenance shop facilities for servicing the transport equipmentand vehicle fleet, unless it elects to subcontract for these services. No major maintenance may be done at the Town of Southold Transfer Station site. 6.3 Weighings The Town of Southold will provide certified weighing at the Town of Southold 0 Transfer Station. The Contractor will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales. 6.4 Routing Mode - Contractor's Responsibility 0 Contractor will have the right to select the route(s) for travel from the Town of Southold transfer Station to the Disposal Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town harmless from any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. 0 7.0 DISPOSAL SERVICES PROGRAM ACTIVITIES 30 • • For Construction and Debris Haul-Disposal Service Agreement, the following disposal services will include the tasks, responsibilities and performance • requirements as outlined herein. 7.1 Work Included The Contractor shall provide the following major essential services or equipment • and any other nonspecified items, without limitations, to maintain a reliable disposal services operation in a manner that will meet the needs of the Town Of Southold. • Liability insurance, performance and payment bonds. • • Safety equipment. 7.2 Operational Capacity • The bidder shall identify in its proposal, the following information: • Disposal Site capacity. • Flexibility of Disposal Site capacity to allow for seasonal variances in waste • generation and sufficient to permit service in the tonnages bid. • Hours and days of the week that the designated Disposal Site will be open for receiving construction and debris from the Town of Southold, including weekends, holidays and special closure periods. 7.3 Permit Requirements Throughout the term of Agreement that may result from this Bid solicitation, the Contractor must maintain all current and valid local, state and Federal permits, • licenses, or other authorizations, (either temporary and permanent) which are required by law to receive construction and debris at any and all Disposal sites designated by the bidder. Because of the varying terms of Construction and Debris Disposal Site permits, • it is possible that a permit will expire during the term of Agreement. The responsibility of obtaining and/or renewing a permit to operate is solely upon the Contractor. In the event a Contractor fails to maintain or obtain any necessary current and • valid local, state and Federal permits, licenses, or other authorizations, allowing 31 • • the lawful use of its designated Disposal Site then the Contractor will be solely responsible for obtaining the utilization of an alternate Construction and Debris • Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain permits by the Contractor be considered a change in conditions. In the event the Contractor is unable to find an alternate Disposal Site, it shall be • deemed to be in default of the Agreement and liable -for damages, bonds forfeitures and other expenses as provided in the Agreement. In the event the individual and/or entity submitting a bid in response to this bid solicitation is not the individual and/or entity named as the permit holder on any • necessary current and valid local, state or federal permits, licenses or other authorizations, required by law to receive construction and debris at any disposal site designated by the bidder or any alternate disposal site, the bidder is required to provide satisfactory evidence to the Town of Southold of a binding contractual relationship between the bidder and the permit holder which provides • the bidder with the irrevocable right to utilize the construction and debris disposal site during the term of Agreement, or portion thereof, in a manner which is in complete compliance with this bid solicitation and the bidder's bid submission. The agreement between the bidder and the permit holder shall include provisions that: 1. Provide Town with the right to discuss operational matters with the permit holder whenever necessary. 2. Require the permit holder to comply with directives of the Town which are • consistent with and pursuant to the Agreement which shall result from this bid solicitation. 7.3.1 Disposal Sites Inside State of New York • The Contractor's Construction and Debris Disposal Sites, if located within the State of New York, must be in compliance with all State of New York Department of Environmental Conservation's and I .S. Environmental Protection Agency regulators requirements, e.g., 6 NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, at al. The Construction and Debris Disposal Site must have valid construction and operating permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold construction and debris without violating applicable law. It shall meet the design, construction and operating requirements of all • applicable laws in the jurisdiction where the disposal site is operating. 32 • • Disposal alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with all the above governing regulators requirements and environmental standards. The use of • Construction and Debris Disposal Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the environment and its design, • construction and operation complies with all applicable laws. 7.3.2 Disposal Sites Outside State of New York The Contractor's Construction and Debris Disposal Sites, if located outside • the State of New York must be in compliance with all the applicable local, state and Federal laws and regulations and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, at al. The Construction and Debris Disposal Sites must have valid construction and • operation permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold construction and debris without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the • jurisdiction where the disposal site is operating. Bidder must clearly specify their intended disposal alternatives and support same with copies of appropriate experience, site location, permits, agreements et al., as outlined in this bid solicitation. The use of Construction and Debris Disposal Sites shall be subject to the approval of the 'Town of Southold based • upon review of information submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. The Contractor shall be solely and completely Responsible for any and all liability relative to contractor's failure to dispose of construction and debris at an approved site. • 7.4 Weighings The Town will compensate the Contractor for waste material hauled and disposed of on a net tonnage basis (short tons = 2000 pounds). The certified • weighings will be made at the Southold Town Transfer Station. The Disposal Site will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales. In the event of any dispute over differences in net weights between the Town • and Disposal Sites scales and weight records, the Town may make payment 33 • • upon the weight it deems to be most correct, until the dispute is reconciled. Any claims for differences must be filed in writing within sixty (60) days of occurrence • or the Town's calculation shall be deemed final and binding between the parties. 8.0 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor, Safety • and Health Regulations under the Occupational Safety and Health Act, 1972 (PL 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (PL 91-54). Specific consideration shall be given, but not limited to, the following major areas: • a. Maintenance safety procedures - guards and Shields on dynamic equipment, guards, railings, electrical lockouts, vehicle wheelblocks, audio vehicle backup alarms, vehicle wheel chocks, etc. b. Employee safety orientation, education, teaching, first-aid training, • cardiopulmonary resuscitation, etc. c. Noise and dust control, ear protection, respirators, hard-hats, safety shields, glasses, protective clothing, sanitary facilities, etc., . d. Fire and explosion preventions, control, equipment (fire blankets, extinguishers, first aid, hoses, etc.) and personnel escape alternatives. e. Traffic flow control patterns. f. Accident or injury reporting system (the Town shall received copies • of all reports and immediate verbal notification). g. Employee health safeguards. h. Mechanic's lien safeguard against work interference. • The Contractor shall comply with all local, state and Federal regulations, laws and statutes which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor current • requirements. The Contractor shall be solely and completely responsible for operational safety during performance of the Agreement. The obligation exists twenty-four (24) hours a day, each and every day throughout the term of the Agreement. • 34 • • The Town of Southold shall not have any responsibility for means, methods, sequences of techniques selected by the Contractor for safety precautions and • programs, or for any failure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and performing the services under the terms of the Agreement. 9.0 OPERATIONS AND PROCEDURES • The Contractor will be required, prior to commencement of operations, to provide the following operational plans to the Town for review and acceptance. Revisions, modifications, and updates shall be forwarded to the Town throughout the term of the Agreement. • . Organization personnel and structure, showing the chain of command, names and telephone numbers and staffing requirements. • Operational plan - shifts, hours, etc. • • Safety, disaster. and emergency procedures. • Transportation plan, including available transport equipment, vehicle fleet and reserve capabilities. • • Inclement Weather Plan -This shall describe the bidder's plan should inclement weather alter normal daily operations as described in the bidder's operations plan. The inclement weather plan shale include hauling operations and disposal operations. The bidder's means of assessing • inclement weather conditions (weather and road conditions), method of reporting to the Town and the alternatives shall be described. 9.1 Supporting Data • In the event the Town requires any information in support of Town held licenses and permits at the Town, County, State and Federal level, the Contractor will be required to furnish all licenses, permits and inspection reports regarding equipment and disposal sites which may be required by Town, County, State or Federal law. • In the event the Contractor requires any information in support of Contractor held licenses and permits at the Town, County, State and Federal level, the Town will cooperate in furnishing such information as it applies to the Southold Town operations. • 35 • • Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that • allows for easy retrieval and analysis. The Town, or its designee, may upon 24 hours notice inspect the contractor's records. Such records shall he kept, available by Contractor for a period of two (2) years after termination of this Agreement. In the event the Town requires additional information for reporting purposes, the • Contractor will supply same. The Town, or its designee, may call upon the Contractor at anytime for an oral review of any technical matter. The Contractor shall file and update the following information as specified herein. • Items Due Haul Equipment (Schedule H) as changes occur Haul Accident Report (Appendix C) on occurrence Disposal Accident Reports on occurrence • Licenses, Permits and Inspection Reports on occurrence Pari 360 Permit as changes occur All Bid Information Schedules as changes occur • • • • • 36 • • SECTION C • TOWN OF SOUTHOLD CONSTRUCTION MATERIAL AND/OR DEMOLITION DEBRIS SERVICES • CONTRACTOR BID FORM 1.0 INTENT • The undersigned hereby recognizes that these documents are complementary and are intended to provide for uniformity in bid evaluations. The formal Agreements resulting from this Bid Solicitation shall be in a form provided by the Town. • These documents are intended to depict complete Construction and Debris Haul-Disposal Services Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder from furnishing the same. No oral :statement shall in any manner or degree modify of otherwise affect the terms of the Agreement. Work • or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID STATEMENT • TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 • Gentlemen: The undersigned Bidder has carefully examined the forms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, performance bond, certificates of insurance, general conditions, bid specifications, and • addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary services, permits, labor, materials, equipment, vehicles, and tools required to perform and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold for this project. • 38 • • The undersigned Bidder agrees to abide by all conditions stated, intended, or implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. • 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satisfactory performance bond, and insurance all within ten (10) • calendar days. SECOND: To begin Construction and Debris Haul-Disposal services operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, • personnel hiring, equipment procurement, subcontractor contractual agreements, and ancillary facilities, etc., to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it may incur as a result of • the Contractor's failure to perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Budder as a means of • obtaining indemnification or, payment of such damages. FOURTH: During the performance of this Agreement, the Contractor hereby agrees as follows: • a. The Contractor shall not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, marital status, national origin, physical disability, and shall take affirmative action to ensure that they are afforded equal employment opportunities without discrimination because of age, race, creed, color-, • sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination, rates of pay, or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. • b. The Contractor shall comply with the provisions of Sections 290 through 301 of the Executive Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights under these nondiscrimination clauses and such sections of the Executive Law, • and shall permit access to his books, records, and accounts by the State 39 0 • Commission for Human Rights, the Attorney General, and the Industrial Commissioner for purposes of investigation to ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law • and Civil Rights Law. c. This Agreement may be forthwith cancelled, terminated, or suspended, in whole or in part, by the Town upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied • with these nondiscrimination clauses, and the Contractor may be declared ineligible for future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these nondiscrimination • clauses. Such findings shall be made by the State Commission for Human . Rights after conciliation efforts by the Commission have failed to achieve compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been given to the Contractor, and an opportunity has been afforded to him to • be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in addition to sanctions and remedies otherwise provided by law. d. No laborer, workman or mechanic in the employ of the Contractor or • subcontractor shall be permitted or required to work more than eight hours in any one calendar day, or more than five days in any one week except as otherwise provided in Labor Code Section 220. e. The Contractor shall include the provisions of clauses (a) through (e) in • every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct, including sanctions and • remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of • his knowledge and belief.- a. elief:a. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any • other Bidder or with any competitor. 40 • • b. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not • knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. c. No attempt has been made nor 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. 2. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally inspected the actual location of work, together with the • local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, and waives all rights to claim any misunderstanding, omissions or errors regarding the same which such inspection and observation would have disclosed. • The undersigned further understands and agrees that it is or they are to fumish and provide in return for the respective Evaluation Unit Bid Price, all the necessary materials, machinery, vehicles, implements, tools, labor services, and other items of whatever nature, and to do and perform all work necessary under the aforesaid conditions, to complete operations of the aforementioned • Construction and Debris Haul-Disposal Services operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and that it or they will accept in full compensation therefore, the compensation provided for in Section C-3. • 3. The undersigned submits herewith a bid guaranty within the form provided by the applicable bid documents in the amount of$100,000.00 for any option or combination thereof. In the event this proposal is accepted, and the undersigned fails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the form • provided by the Town or fails to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty shall be forfeited and be retained by the Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise, the total amount of bid guaranty liquidated will be returned to the Bidder. 4. The undersigned acknowledges the receipt of the following addenda, but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have • knowledge of all addenda. 41 • • o�Og11FF0(,�c O JUDITH T.TERRY =� G'y� Town Hall, 53095 Main Road TOWN CLERK wP.O. Box 1179 x Southold, New York 11971 REGISTRAR OF VITAL STATISTICS WO Fax(516) 765-1823 MARRIAGE OFFICER • RECORDS MANAGEMENT OFFICER Ol �aO� Telephone(516) 765-1800 FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK • TOWN OF SOUTHOLD May 1 , 1997 • Dear Bidder: Please replace Page 43 in your bid packet for Construction & Demolition (CED) Haul Disposal Services with the enclosed Page 43. Thank you. • Town of Southold • • • • • • • The Haul-Disposal Service applicable unit price F • year 1999-2000 is P-10-Tv -:51 X _ rC)RTY -f EE cents ($ The Haul-Disposal Service applicable unit price F • P-1 F= ` 51X year 2000-2001 is _ r RTY TN2EE cents ($ 5lo L3 )• (CSI) • The Haul-Disposal Service applicable unit price per ton for agreement year 2001-2002 is P-1 P7`/ J`EVEIJ dollars and �yJENT`l _7E✓Ei✓Cents ($ Jam' 7 27 )• (C5) • 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price = • (Cl)5,000+(C2)5.000+(C3)5,000+.5(C4)5,000+.5(C5)5.000 20,000 tons 1 Evaluation Unit Bid Price = $ F-IF"TV :5)1 T-bLURF5 '' I REE QNLT . CS(o•p3/ • The evaluation unit bid price formula is designed to evaluate years four and five at .5 the evaluate of each of the first three (3) years. • Bidder.'/FAIN/TY 1&9JAW729T/D/✓ 7/4 BL)1DAEN30,, Al RD, 0,CW7 1�L zst�O Firm-Corporation Address • By: iu_ Ax/97 Authorized Representative Date • 43 • • ADDENDUM NUMBER AND DATES • Number 1 - Dated: uRH IST ►997 Number 2 - Dated: Number 3 - Dated: • Number 4 - Dated: Number 5 - Dated: • 5. The Bidder has completed the Contract Bid Form and Unit Price Schedules in both words and numerals in accordance with these bid requirements. 3.0 UNIT PRICE BID SCHEDULE CONSTRUCTION AND DEBRIS HAUL-DISPOSAL SERVICES • SOUTHOLD TOWN, NEW YORK 3.1 COMPENSATION The undersigned hereby submits the following price bid to furnish • Construction and Debris Haul-Disposal Services, to Southold Town, New York for the terms July 10, 1997 through July 9, 2002. • HAUL-DISPOSAL SERVICES The Haul-Disposal Service applicable unit price per ton for agreement year 1997-1998 is (- I P-TyFIVE dollars and • rQRTY T KEE cents ($ 55 3 ). (Cl) The Haul-Disposal Service applicable unit price per ton for agreement ! year 1998-1999 is !-11:Ty P-IVl= dollars and FioM cents (s 55 43 ). (C2) • 42 A • The Haul-Disposal Service applicable unit price per ton for agreement year 1 9-2000 is dollars and f cents ($ ) (C;3) e Haul-Disposal Service applicable unit price per ton for agreement year 2000-2001 i dollars and ce is ($ ). (C4) The Haul- i posal Service applicable unit price per ton for agreement year 2001-2002 is dollars and cents ($ ). (C5) • 3.2 EVALUATION UNIT BID RICE FORMULA Evaluation Unit Bid Price = (CI)10.000+(C2)10.000+(C3)1 00+(C4)10,000+.;5(C4)10,000+.5(C5)10.000 • 40, 00 tons Evaluation Unit Bid Price = $ • The evaluation unit bid price formula is designed to valuate years four and five at .5 the evaluate of each of the first three (3) years. Bidder: Firm-Corporation Address • By. Authorized Representative Date 43 • • 4.0 BID SECURITY ACKNOWLEDGMENT • I have attached the required bid security to this bid. 5.0 INFORMATION SCHEDULES I agree to furnish and include the following information schedules in addition to the information submitted with this proposal, as a part of this bid: • A. Certification that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation involving the Town of Southold, State of New York (Schedule A, attached hereto). B. Location and address of the Bidder's main office and the main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B, attached hereto). • C. Identification of Surety Company and its Agent, and written certification from the Surety verifying the bond specified herein will be provided (Schedule C, attached hereto). D. Identification of all currently registered parent bidding subsidiary • corporate officers, and their addresses, and identification and certification of offices authorized to execute an Agreement on behalf of the firm (Schedule D, attached hereto). E. Detailed financial statement for the Bidder, and if applicable, for • parent companies (Schedule E, attached hereto). F. Statement of Bidder's Qualifications and related experiences (Schedule F, attached hereto). • G. Major Subcontractors - (Schedule G, attached hereto). H. Equipment - (Schedule H, attached hereto). I. Maximum Specified Capacity - (Schedule 1, attached hereto). • J. Information on Bidder's Construction and debris Disposal Site(s) (Schedule J, attached hereto). K. Form of Bid Bond (Schedule K, attached hereto). 44 • • L. Performance Bond (Schedule L, attached hereto). ! M. Operation Plan (Schedule M, attached hereto). Dated: 5--)o-117 Name of Bidder: -Mori 'rtAms pt-MrnnL Address of Bidder: 214 ¢D. OEMWAL, -TSU P 1J W I Signature Title Corporate Seal (If a Corporation) . Incorporated under the laws of the State of_Alpin) 'qbV-4 Names and addresses of officers of the corporation: GINla OpP.E SPUT RCCY- '¢b.r 54055'E7- (President) Name Address • PATEAWk 'N NAirbo Ow Bnnnk Psi., DIx 14u,- (Secretary) Name Address tJ I R (Treasurer) Name Address • (If an individual or partnership) Names and addresses of all principals or partners • z a m 1 (.1 x 'I (t (r u. r• 1.,1 1'• .. IQ rt (o N N 'l Q) At II It ) - r• C) L•, L•• fl (1 '1) u.l O r. I_.. CL O N ] 7 rI to 111 I I ^ ^ In �l Ivl f7. I_. O .� '1 '-n O .� AD 0 O J (A rp M -- RCL (1 to It ] 1 p < to J Q H AI '1 11 IC I.. - O to = O A II IU IT u' '1 (r '7 of E .. O ,_. t.. P_ If) O - C 'p T 1. fi. of 11 (1 N z r•• to rr rL T 7 1 r• OI O u (1r• (o x N w .7 7 m a «i m V, ul 13 ,•• to (1 O 1U z '-1 ;.•. _1 a m O 7> lI ') ,•� U (( If: N (1 -) If I-• 'O C 1 ID'L) E 7 E Irl r C O :3 N D to J 'a CJ d O z 1:1 C C7 O to O 3 1—• CU rt r rt q 11 ] E (D C) a 1rf11 to M 0 O O1 111 QH. (D "I 7• r1 a 11 r. Q -1 l7. n (1 L1 IIIN•-I t7 l .. 1.I. C (a to T r1 U r• N [L rl r f0 HC to E ID (o N 7 O r• h 'U r to to n ul n n c I1 rt rt r• r• - C (D f0 fo O X r "1 ll) '7 ft t0 rY p, .h ID a fr l0 '1 lA r• rl a ] rt fi i N rr a r• iD m u �i to I-• x n 111 I-• b•• - UI 111 N ,•. rr Q N UI 7 to z < rt ]� rI z ('I to 0 r I•• r• (D o E N LI "I I> < r1 rt 1 13 c tD (D O O C1 t0 N ID C h- r. [] b of IT r. O LU n (D O (1) w r• H -' (D r- h IC T UI 7 (D F• to r•' N r' O 7 C) h (y r• N r• rr '1 '"1 7 Cl n N rt a r Ill 11 to (c t➢ 7 N Q. N t•' (D In N lU 'tl 01 - to N r r "h �t t' J' rl 10 N ) t-^ O 'U r• N rt� n U �_ h O (� 00 O r. p. 7 b C' - N J 1- -u N (D to 6 ❑. (0 UI in O C) r't '-n C N r• '"1 11l n. (U 3 '• E (l) UI Z N p•. I. O U t-• ID (C: J' C (`! lu ••,, ID '... N r• J Iv' 7 (D '-. ] N 3 -C rI (Y 10 V) UZ 3 7 t0 (1 rl' E 1 ' to r to r (D ..q O 13 .,I p t tom. r) r � �.� qtIV (-. r 1 UI Cl O 11 r (-R 7 -D (U (u CI I ;it (1) t-. 17 r• 16- C1 J U O -1 rt < 3 tC U J x ry tD rt 10 :1 0 , O rr O '1 W N L to to E r t t•• C" (l U U ''I 'O q r t 1 n '"rl O In (D 'U — CJ' . 3 M �1 O r, (1 r J l➢ N (7 U) .3 £ n (D 1 rt O 'U 7 n N in ID r. = C •-1 U rt .j d' rt 7 , C 7 O N U N 7' O Z ::r U t-. r• ryO r •. 1 in fl Co- 7 t O. U) c1r• U O w ri rt N Y 1 E rt 7 J' N t-•' I'1 to J (C ID •-1 (-1 (1) 'It 3 Cl til (D 'O C1 L7 rt (D (D t-•• r r lu lU U r• O C H• 0. O t- rl '1 '1 J '1 tl C .In •U r h1 to tc to (D CO b rL 7 _cm 11 r( ° .0 t0 7 Q O N Co. O J' t r r1 Y N a ''1 N (inD t0 Ul tol ('Jt' n (�� C- 10 r. N r. < ID 10 t C of 1 3 ut{ 101 n 3 3 0 P . N _. 0 tD (D 'r1 (a rr to N N 7 rp :I r f0 N (D �•. r( /ll rl 11 11 0• (o1• 7 Q, IU 3 01 all ) t'• O ,1 U of U O P. IL rl X p.• rl '1 (D if z o w 1 3 FI l to UI u N tri �D C1 N on q 21 73 U \' N r . TNP.^_,i'hl�7 �, CIN Si.HL�iuL_ n - C ''.0':__Tlh'_ ' NameF c:�cer:/ TQINIT 141.15P THZI�wI By ; 0 late i Ncte : _ =ny at=achmerts or' meczca�._r:.s this Fcrm. shai: .^,9 _=tepee Cche�ul=_ � ..�'. . � , n__ to f.-rc.::er tw r " _nte,r: aze....r _r=7 the C'_e term . .C) . 0 tL37lK nCt 1Cat- F:I1 W'_ NSA 51dd g-hef Cart:: Sca= cn 'ase _ F 1l lFROPCSAL) 'ORM INFORMATION SCH'cOUL7 C Town of Southold Bid Project CED Haul-Disposal Services w This is identification that CR¢,ouk3A CA5uRtr`1 will be the Surety Company for 'rejkii- 4 :I:MQSGLtTATOU COO the Bidder, on this project and that the named Surety Company • herein provides written cert`_fication that the named Surety Company will provide the Performance Bond, specified in the Contract Occuments , in the event the Bidder enters into an Agreement with the Town . The Surety Company herein cert_'ies that such Company is --tensed to do business in the State zf New York . 5 EE A ITAC14A (T .= . ) Principal (Seal ) • Surety Company By : f Surety ver_:ication Schedule BID C?YOPCSAL) FCRM • fCAROLINA CASUALTY INSURANCE E COMpANY 100 Campus Drive Florham Park, New Jersey 07932-0853 CONSENT OF SURETY May 22, 1997 TOWN OF SOUTHOLD 53095 Main Road Southold, New York 11971 RE: TRINITY TRANSPORTATION CORPORATION PROJECT: CONSTRUCTION MATERIAL AND/OR DEMOLITION DEBRIS (C & D ) HAULING AND DISPOSAL SERVICES E. C. P.: BID DATE: MAY 22, 1997 Gentlemen: The undersigned, CAROLINA CASUALTY INSURANCE COMPANY, is prepared to execute the required 100% Performance and Payment Bonds if the above named • TRINITY TRANSPORTATION CORPORATION. is awarded the captioned contract. This obligation is contingent upon Principal and Surety's review and approval of the contract terms, and the Obligee arranging financing satisfactory to Principal and Surety. This commitment expires sixty (60) days from this date. CAROLINA CASUALTY INSURANCE COMPANY BY: ✓— ELEANOR DOUDERA, ATTORNEY-IN-FACT i • • Fnrm 152 Corp. Ack. STATE OF NEW YORK COUNTY OF NASSAU ss.: On this.........._22nd day of............MAY.. ...................... ...............1.297....., before me personally came ELEANOR DOUDERA ......................................................................................................................................................................................-................................................................ to me known, Who, being by me duly sworn, did depose and say; that lie resides in SUFFOU...coUgff. NEW YORK -......................... ........ ---I......I.................................................-................_.....that he is the....... CAROLINA CASUALTY INSURANCE COMANY ....... ............................. of the............................-.............. .......................................-......................................I.... ... ....the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said cor- poration, and that he signed his name thereto by like order. ON RUBIN DAVOWN N"n Kt1jr.Stow of Now York (seal) mm 4M* c 7 126 No. r POWER OF ATTORNEY CAROLINA CASUALTY INSURANCE COMPANY JACKSONVILLE,FLORIDA NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS:that CAROLINA CASUALTY INSURANCE COMPANY("Company")a corporation duly organized and existing under the laws of the State of Florida, having its Principal office in Jacksonville,Florida,has made, constituted and appointed,and does by these presents make constitute and appoint Anthony J. Romano or Thomas Bean o Fred Nicholson or Gerard S. Macholz or Eleanor Doudera of Uniond;le, New York its true and lawful Agent and Attorney-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute, seal,acknowledge and deliver: any and all bonds and undertakings 10 and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company held on March 30, 1966,to wit: ' RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company.,Chairman of the Board,President, Secretary and Treasurer,or either of them,are hereby authorized to execute on behalf of the Carolina Casualty Insurance Company, Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company,and further,that the said Officers of the Company mentioned,are hereby authorized to affix the corporate seal of the said Company to Powers of Attorney executed pursuant hereto". RESOLVED FURTHER,this Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind the company except in the manner and to the extent therein stated. RESOLVED FURTHER,this Power of Attorney revokes all previous powers issued in behalf of the attorney-in-fact named above. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed.The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF Carolina Casualty Insurance Company has can�ed these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 36{^ day of �T3rcl , 1 signed Attest: Carolina Casualty In ur nce ompany By By Betty m. Sutherland chael J.//Sfidad, CPCU, CLU ooh.r tary WARNING: THIS PORW INVALID IF NOT PRINTED ON GREEN"MP05 OTF'4 CURITY PAPER. STATE OF FLORIDA) COUNTY OF DUVAL) SS Sworn to before me,a Notary Public in the State of Florida,this30 day of O/tlfiCNi/•G(.�' , 19 9'�,by Beit,y r. See etary of Carolina ./su-ally Insurance C pany. LPATaICt . .- C1 Tri-�Gt.C.cc.I./ 07�.h-�» Y, ?IAF co `7 ` . 'r.d,73 Notary Public,State of rida at Large Ilk . M.Y..:..?:.\.'iSmC..•, k..;.FEE.3v,t7 RTIFICATE 1,the undersigned,Secretary of CAROLINA CASUALTY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a just,true,correct and complete copy of original Power of Attorney;that the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond to which this Power of Attorney is attached, is in ful I force and effect as of this date. Giver, under my hand and the seal of the Company,this ZZndday of MAY . 19 97 74�,lL.tiy� d9 +'' Betty C therland Secretary CAROLINA CASUALTY INSURANCE COMPANY STATEMENT, DECEMBER 31, 1996 STATUTORY BALANCE SHEET ' (AMOUNTS IN THOUSANDS) Admitted Assets Bonds $ 125,578 Common & Preferred Stocks 13,017 Cash& Short Term Investments 14,322 Other Investments 9,410 Premiums Receivable 7,972 Investment Income Receivable 2,088 Reinsurance Recoverables 7 Other Assets 1.237 Total Admitted Assets 173,631 Liabilities& Surplus Loss& LAE Reserves $ 82,785 Unearned Premium Reserves 15,835 Drafts Outstanding 2,604 Other Liabilities 10.450 Total Liabilities 111,674 Capital Stock 3,687 Additional Paid In Capital 27,090 Unassigned Surplus 31.180 •\ Total Policyholders' Surplus 61,957 Total Liabilities&Surplus S 173,631 • Officers: Directors: President: Michael J. Snead Anthony J. Del Tufo Senior Vice President: John S. Hill Robert S. Gorin Vice President: Charles E. Estes Edwin L. Heer Vice President: Barbara B. Murray John S. Hill Vice President: Carroll D. Starmer Michael J. Snead Vice President : Alan P. Toth Carroll D. Starmer Corporate Secretary: Betty C. Sutherland Edward A. Thomas !NFORMA7TON SCH=OUL= 0 Town of Southold Bid Project C&D Haul - Disposal Services The Bidder herein certifies tnat the below named individuals are the current registered corporate officers, along with their r current permanent addresses, and designates their authority to execute an Agreement on behalf of the firm Officer 's Name � � f Offic=-r ' s Name GINA CoQ Subsidiary =asst gIDDF�S Corporate _orperate "itie PRE-5. Address Address .5puT ROCK. eD. City itg 040 W4 State, Zip State, Zip- Officer 's Name Officer 's Name_PAT12-IGR ���A7fEO Subsidiary' B1UDf� Corporate Title Corporate Title Sin T4 ' Address Address bl OQ BEQUY P-0 City City_ DIX WLL5 State, Zip State, Zip_►J`1 117yto Officer 's Name Officer ' s Name �J �PC Subsidiary Parent Corporate Title Corporate Title Address Address City Cit b State , Zip State, Zip_ �Urrent Corporate 3f icsr5 .Chedule � .C .0 BIC (PROPOSAT-) =CRm Paye 1 f INFORMATION SCHEDULE D - (Conzinued) Officer 's Name Cfficer 's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City = State, Zip State, Zip_ Name of Bidder: 1�.1)Jrrq TULI0&6 F}T10I) c'O 2 _= poste BY ! �1 A Seal / Date: NCTc: i` blank not applicable, .."_11 in will Ni SChed;._e 5 .0 .0 =_D C 'RCPCSALi r_'3M =_^> - ,.f 1C i • INFORMATION SCHEDULE Town of Southold Bid Project CED Haul - Disposal Services STATEMENT OF BIDDER 'S FINANCIAL CONDITION 1 . This Bidder agrees to provide For any subsidiary and parent Firm, and hereto attaches a current or the most recent Audited Financial Statement(s) including as a minimum the Firms opinions, notes, revenue/expense statements, t conditions of cash, etc . The attached statement provided includes: Accounting Firm Name MI 11 n T. BEgg-Ep 4 Co Address VE'T�tPA1J no i a� µWY 2a�Yn.lYnrna Financial Period Tp Statement Date ZRIUMAT PEAnI'�, ek�hmys 1991, lS "T nno oTta PAn WILL %S AVRIL4954k WM+Iu '7 '><Nis IF '2EQuieaz. c . The bidder certifies that he currently has an avail=_bie line of credit in the amount of s A su;'porting documentary evidence attached to this f'prm is Supplied bu : Name Address Dat= The undersigned Bidder certifies to the validity of S statement and agrees to Furnish any other information upon request that may be required by the Town of Southold, New York . s 3 ^ ' a ldde icn Schedule cial Cpndlt BID S .C . CF-DFOSAL) FORM °age ! of _ S TN^ORMA-ION SCHEDULE - - (continued) u . The unde-=_igned hereby authorizes and requests any person , Firm or corporation to furnish any information requested by Town of Southold , New York in verification of the firms Financia'_ condition. Dated at CaYTtVAL TsuP This 20 day of ka-i— -rea�t-rq 7Ra4NSPckTgnon� coRP. Name of Sidder Title State of New York, County of 5upFow— PA-7UCA N PR-7rEt) being duly sworn deposes and says t hat he is �e�-z`t = TelfJi"h 'fYl4/JSPoIr�o�.l CffiC�. _ _t12 Name of Organizaticn and that the answers to t;e 'cregoing questions and a__ stat=_men= therein ccnta_-ed ars true and correct . Sworn tc me odd day cf 1?59. My Commission expires ,1 9 NOTE: Cl) (Bidder may submit additional information if desired as Schedule E attachments . ) (2) I° blank not applicable, fill in with N/A • Bidder ' s 'ina-c1aI nd':_ _ •`� •- BID (PROPOSAL: ?ORM Page 2 ,.f '2 _ INFORMATION uHT.DULE Town or Southcid Bid Project CED Haul - Disposal Services • The Bidder herein certifies that it is qualified to perform the work covered by this proposal , and that it is not acting as a broker on the behalf of others . To substantiate these qualifizations, the Bidder offers the following slated information and references in order that the Town may evaluate ! the Bidd:- 's qualifications and experience . i . __tder 's Legal Name: _MilJiTM TrAQS►OL,"(Al1DO _ . B;:siness Address: 214 BL.NhOI)JNO PGµ Pj2 , * 5 z:res QlakrOIL rsuP OY n�aa C` - State Zio _y 3 . State incorporated: KevJ `(ok.IL Year, i ncorp . 1?93 • `i . New York State; Business License No . : S . N_ . years in contracting business under above name: _ILyrs . S . has firm ever defaulted on a contract? Yes No ✓ i 7 . Gross Value - work under current contract: 5 B . Number of Current Contracts: FOP_ CE) /iJOA/E B.-_af description general work performed try flrm: MOTE Cx)S-TpMERS MRUI- 4 bl SPOSE of G D MA PeL_ No cora-FLACryAL o'au(SATLor�)S • G+ualiricazicns Summary Schedule S .O .F BiI CPRC?OSAL) FORM Page I of u i • INFORMA-ION SQrEDULE F - (Continued) • 10 . Has Firm ever failed to complete work awarded? Yes_ No if yes, attach support statement as to circumstances . 11 . Related Experience Reference Cwithin previous 5 years) 11 . 1 Project Title: WA5T? MGT QE NEWyORti iUC Owner 's Name: Address: ` ReACY 51-F RQCXDkL4I J Engineer: Address: Project Initial Star- Date: ��A ?roJect Acceptance Cate: A1IA initial Bid value: S QJA f Final Complete ?roject value: St,� Iq BrieF . roject Descr_pt` on: ARM. 1 Dt3P05E _v D MRT�21A1� 11 . 2 Project Title: KAM OW AWE-R_ Owner 's Name: Address: i (MF,9 SC STN Sr Ptt SU L 1J`j Engineer: Address: • Project Initial Start Date: IA A PrcJect Acceptance Cate: 0)14 f QualiFica-_ors Summartj Schedule 5 .0 -F 510 CPROPCSAL) FORM Page 2 of u • INFORMATION SCFEOUL:E F - (Continu-d) Initial aid Value: S OIA Final Complete Project value: S MIA Brief Project Description: HAUL-+ DI5(b5E 0-4t> r 11 .3 Project Title: CoeuT111EKrrftLL 96eyel,6s, �. Owner 's Name: Address: -)$UX17)1-) ST.� t0A'11( Engineer: Address: Project Initial Start Date P:cject Acceptance Date: WIA Initial Bid value: S N hq Final Complete Project value: S_OIA Brief Project Description: IIP&)L Z>ISP05E C+ D MY-TWW, AD 0 QualiFlcatlons Summary Schedule S.O .F BID CPROPOSAL) FORM Page = c.` • INFORIA77ON SQi7OULE - - CCont_„uet 12 . principal Firm Member=_ ' Background/Experience (= members minimum) . Attach current resumes as Schedule 5 . 0 . 7 r supplement or give concise description by individual . Name /Bidd r T�/N/TY T21Z1/S�9L7�t771�d/C • « By : Iit� Daze: (Authorized 5 4718turO' NOTE : =.ny supc amental attachments or mod'_F_caticns to this °crm shall be labeled Schedule Q .C .F . and s"nail be Properly integrated into this Bid Form . blank ct aoclicable , Fill in with N/A 1 Gua_ l°jcations Summary 5chedute = . _ . BI 'FROFCSAL) FORM 'rage cF • TRINITY TRANSPORTATION CORPORATION 214 Blydenburgh Road Central Islip,N.Y. 11722 (516)342-9673 • The following are some of the municipal projects that our company has been or is currently involved in: Town Of Brookhaven: • Complete operation of transfer station facility: Our responsibilities include all the loading and transfer operations as well as hauling over 700 tons of MSW per day. All manpower& equipment is provided exclusively by Trinity Transportation Corp. Equipment Provided: 15 one hundred cubic yard walking floor trailers, 6 tractors, 1 Caterpillar 325L Grapple Loader, 1 Caterpillar 970 Payloader, 1 Komatsu 420 Payloader. Status: Operation currently in progress Contact: Dennis Lynch, Commissioner of Sanitation ♦ Town of East Hampton: Hauling& Disposal of 40 to SO tons per day: f Trinity Provides staged trailers at East Hampton's Facility which are pre- loaded and then hauled for disposal& returned. We have structured this program so that there are always empty trailers on site ready to be loaded. Equipment Provided: 10 one hundred cubic yard walking floor trailers i Status: Operation completed February '97. Contact: Dave Paolelli, Commissioner of Sanitation ' Town of Smithtown: Transportation of Ash: • Trinity provides ten wheel dump trucks and thirty five cubic yard dump trailers for the transfer of approximately 250 ton per day of Ash. f Equipment Provided: 2 ten wheel dump trucks, 2 thirty five cubic yard dump trailers Status: Operation currently in progress • Contact: John Zollo, Town Attorney Town of Riverhead: Hauling& disposal of MSW and Commingled Recyclables as hauler for East End 6 Recycling. Trinity provides one hundred cubic yard walking floor trailers and tractors for the hauling and disposal of material. All material is live loaded at the site. • Equipment Provided: 2 one hundred yard walking floor trailers Status: Operation completed December '96. Contact: John Reeves, Commissioner of Sanitation Town of Babylon: Hauling and/or disposal of various materials Trinity has been involved in numerous projects with the town of Babylon, including the hauling of MSW as well as Aggregate for their landfill closure project. i Equipment Provided: Various pieces or rolling stock as the projects require. Status: Ongoing various projects AL Contact: Douglas Jacob, Town Comptroller In addition to the above referenced projects, Trinity does private hauling and disposal for numerous clients in the New York Metro Area. Materials we haul include: MSW, Demolition Debris, Screenings, Recyclables, Aggregate Products, Yard Waste, Compost, Mulch, Wood, Dirt, Ash, Concrete, Asphalt, Contaminated Soil, and various other materials. • When considering Trinity Transportation for any of your disposal and/or hauling needs, please keep in mind that we own and operate over a hundred pieces of rolling stock and twenty pieces of heavy equipment. Further, our workforce and equipment capacity 0 coupled with disposal capacity at over 30 permitted facilities in the region allow us to mobilize with as little as forty eight hours notice. • • • • • 1 • !NFORMAT:ON SCHEDULE 6 Town of Southold Bid Project CED Haul.- Disposal Services • The Bidder heraby states that it proposes, iF awarded an Agreement to use the following haul subcontractors on this project . Subcontractor/ �I�} Contract Trade/ Individual Address Phone # :specialties t 7 . i0 . Name of Bidder : �iCY TPKiA]SAD/7fNlOK� • By : Date s�3o 9 (Authorized Signature) NOT_: TF blank not applicable, Fill in with N/A 5:4bcont^actors Schedcle S .v .0 4iD (P3Or'�SAL) -��n • NFORMATION SCHEDULE H Town of Southold Bid Project C&D Haul - Disposal Services • The Bidder states that it owns the following pieces of equipment that are available for use on the project , if awarded the agreement . 5EE �1rpCNZD • Proposed Current Equipment Item Project Use -quipment Location S -- • Name Bidder : -')R4r n/ Y -7;&V5W7AWon/ i 3y : Date:'S/ /77 NOTE : any supplemental attachments or modifications to this form shall be labeled Schedule S .O .H and shall be ' properly integrated into the Bid Form . I: blank not applicable, fill in with N/A Construction cquioment Schedule 5 .� ... 8Iv i?ROPOSAL) FORn Trinity Transportation Corp. • TRACTOR# VIN # YEAR MODEL LICENSE is 4 #19 1M2AD25Y5PW001048 1993 CL PP8279 #21 1M2AD27Y6PW001060 1993 CL PP8281 #23 1M2AD37Y3RW001509 1994 CL PP8282 #25 1M2AD37Y9RW001398 1994 CL PP8866 • #27 1 M2AD37YXRW001877 1994 CL PR3609 #29 1M2AD37Y3RW001879 1994 CL PR3610 #31 1 M2AD37Y1 RWO01878 1994 CL PR1435 #33 1 M2AD37Y4RW001 874 1994 CL PR1434 #35 1M2AD37Y8RW001876 1994 CL PP1433 #37 1M2P267Y2RM020646 1994 CL PR2950 #39 1 M2P267Y1 RM020850 1994 RD PR3606 0 #41 1M1AD37Y9RW001891 1994 RD PR4430 #43 1M2AA12Y9RW035846 1994 CL PR3207 #45 1M2AA13Y4PWO26354 1993 CH PR3208 #47 IMIAA13YRWO38369 1994 CH PR3209 411 #49 IM1AA13Y4RW039810 1994 CH PR4432 #51 1 M2P267Y4RM020356 1994 RD PR4431 #53 IM2AA14Y1SW049565 1995 CH PP8280 0 #55 1M2AA14Y3SW049566 1995 CH PR7651 #57 1M2AA14Y5SW049567 1995 CH PR7652 #59 1M2B128C6EA010352 1984 DM 12356AD #61 1M2B156CXBA002612 1981 DM 12355AD i #63 1 WAUDCVGI HU304347 1987 AUTO TW6393 #65 1 WAUDCVGXHU304346 1987 AUTO TW6394 #67 1M2P267Y8SM021788 1995 RD TX6941 #137 R686S30778E341431 1979 RD TW6364 TTC-Tractors 101 79086G 103 78923G 105 77322G 107 78932G • 109 79203G 111 78922G 113 7893OG 115 78929G f 117 78931 G 119 78921 G 121 78936G 123 78927G 125 78934G 127 78933G 129 78935G 131 78937G 133 78928G 135 78925G '+ 137 78924G 139 78926G 141 77024G 143 66267F 145 15488E 147 68874F 149 66394F 151 65585F 153 66105F i 155 6559OF 157 15487E 159 65586F I ' 161 76927G 163 15489E j 165 77251 G 167 65584F 169 17753F t 171 66308F 173 17685F 175 66200E • _7 �. 177 66201F A 179 77169G 181 7716BG 183 7702-isv 185 17280F 187 65589F 203 63843J 205 63842J 207 63389J 209 67691J 210 65887F 211 67723J 213 67689J 215 63716J 217 67724J 219 63388J 220 66158F 221 67742J `a 223 67846J a 225 40771K 230 66934J :d 15 68554F * 17 19051T 19 79048G 21 63766J 23 67883J 25 40495K 27 67690J 29 41231 K 31 40690K 33 41230K 35 44458K 53 6680OF • INFORMATION SCHEDULE I • Town of Southold Bid Project C&D Haul-Disposal Services • The Bidder hereby states that it will be prepared to dispose of up to the following Maximum Specified Yearly Capacities in tons of Town of Southold construction material and/or demolition debris if awarded an Agreement. Contract Year Maximum Tons per Contract Year 1997-1998 I io 000. 1998-1999 150 000. 1999-2000IAC] )00- - 2000-2001 2001-2002 Name of Bidder: By: Date: s�wh7 • • Maximum Specified Capacity Schedule 5.0. 1 BID (PROPOSAL) FORM • • INFORMATION SCHEDULE J Town of Southold Bid Project • C&D Haul-Disposal Services NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE DISPOSAL SITE, AN INFORMATION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The following is information on the undersigned Bidder 's Disposal Site: • I . GENERAL A . Disposal Site Location Name: Address• Phone: • B . Disposal Site mailing address CIF different than I ) Address: i • II . CURRENT OPERATIONS 1 A . Operations Permit 1 . Permittee: • 2 . No . : 3 . State: It . Date of Issue: 5 . Date of Expiration: 6 . Copy Enclosed: Yes: No: Bidder Disposal Site(s) Schedule 5.0 .J BID (PROPOSAL) FORM Page 1 of 7 • �? INFORMATION SCHEDULE J - (Continued) B . Hours of Operations 1 . What are the PERMITTED operating hours? • DAY A .M. P .M. Monday to Tuesday to Wednesday to Thursday to Friday to Saturday to Sunday to 2 . Are there any PERMITTED closure periods stipulated? What are the ACTUAL operating hours? DAY A .M . P .M . Monday to Tuesday to • . Wednesday to Thursday to Friday to Saturday to j Sunday to • 1 L} , What holiday or other period :is the -Disposal Site 3 typically closed? DAY YES NO New Year 's to • Memorial to Independence to Labor to 1 Thanksgiving to Christmas to • Other (Specify) to Bidder Disposal Site(s) Schedule S .O .J B'ID (PROPOSAL) FORM Page 2 of 7 i • •, INFORMATION SCHEDULE J - (continued) S . Will the ACTUAL operating hours in Question II . B .3 be extended up to the PERMITTED operating hours in Question II .B .1 in order to accommodate Town of Southold construction material and/or demolition •� debris? Yes No — j 6 . Are there. any local agreements, ordinances, etc . • which would prohibit extending the ACTUAL operating hours in Question II .B .3 up to the PERMITTED operating hours in Question II .B . 1 .? Yes No__ C . What is the PERMITTED annual capacity in cubic yards? 1998 1999 2000 2001 2002 At the PERMITTED levels in Question II .C . , what is the projected useful life in years? • E . What is the annual RECEIVING level today? Bidder Disposal Site(s) Schedule S .O .J BID (PROPOSAL) FORMS Page 3 of 7 •i INFORMATION SCHEDULE J - (Continued) F . At the RECEIVING levels in Question II .E . , what is the •� projected useful life in years? • G . How much of the RECEIVING level in Question II .E . is committed to under contract in cubic yards? 1998 1999 • 2000 2001 2002 • H . Does the Disposal Site have special waste restrictions For: Gate Yes No Fee C$) • 1 . Asbestos 2 . Wastewater Treatment Sludge 3 . Hazardous Waste • • Bidder Disposal SiteCs) Schedule S .O .J BID (PROPOSAL) FORM Page `t of 7 • • • INFORMATION SCHEDULE J - (Continued) I . Are there any existing Agreements with local municipalities which prohibit: • item Yes No Y 1 . Routing to site 2. Weight limits between • state roads and site 3 . Number of vehicles H . Vehicle size • S . C&D importation outside ,jurisdictional area 6 , Host Community Benefits III . EXPANSION PLANS • A . Application Permit 1 . Permittee: 2 . No . . • 3 . State' Lt . Date of Submission: 5 . Copy Enclosed: Yes __ No 6 . Submission Status: a . Expansion of current site or new site • b. Local Citizenry reaction_ • i c . Regulatory agency i Bidder Disposal SiteCs) Schedule S.O .J BSD (PROPOSAL) FORM Page 5 of 7 • • INFORMATION SCHEDULE J - (Continued) d . Litigation • a . Likelihood to succeed B . If you are successful in Question III .A. , what is the additional annual DESIGN capacity in cubic yards (do not include figures from Question • 1998 1999 2000 • 2001' 2002 • C . At the annual DESIGN levels in Question III .B . , what would be the Projected useful life in years? D . Would you be willing to share with the Town of Southold engineering reports utilized for the preparation of the Operating Permits on Expansion Application? Yes No _ • E . Bidder 's Disposal Site(s) Engineer of Record Firm 's Name Firm 's Address • Project Engineer • Bidder Disposal Site(s) Schedule S .O .J BID CPROPOSAL) FORM Page 6 of 7 • • • INFORMATION SCHEDULE J - (Continued) IV . ATTACHMENTS Attach copies of all permits required of the disposal site(s) and a copy of the agreement, performance bond and • insurance between bidder and permit holder to use the disposal site(s) during the term of this Agreement. Are you willing to meet with the Town of Southold to discuss your short and long term disposal capabilities? Yes—No • The undersigned hereby certifies that services, material , or equipment to be furnished as a result of this bid will be in full accordance with Town of Southold specifications applying thereto unless exceptions are indicated above and an explanation attached . • Bidding Company "TP-IIJIT 7M.)5P"T14T1W CgA4 Address IN BLgNk)A0614 QD. CM-&4L, =5UP ljy I17�a • City State Zip P 1, ' (Please P ' n� T pe �AME AND TITLE Signature • Phone No . (510 3U2 -903 Date 5"���7 CORPORATE SEAL • Bidder Disposal Site(s) Schedule S .O .J • BID (PROPOSAL) FORM Page 7 of 7 • PHONE 234-7100 ,let Tapez cStod cozp. 228 Blydenburgh Road Central Islip, Long Island, N. Y. 11722 • February 18, 1997 :• 1Re;Trinity Transportation Corp. • To Whom It May Concern, Jlet Paper Stock Corp.owns a New York State,DEC permitted solid waste transfer and recycling facility under permit#14728-00720MW3-0.The current permit expiration date is March 4,2001. Our facility is permitted for 500-650 tons per day of incoming material.As of this writing,there are NO contractual • commitments for any material at this facility.Trinity Transportation is authorized to access our facility with MSW as well as recyclables as is within our permit limits,as needed. Sincerely, S. DiMatteo Manager • • • • bc• rcnn, Mut•c�- LitLCIIVL PAIL , V'4 0/00003.0 1/6/96 --1 FACILITY/ NCU M IA 11(t) IT EXPIRATION DATES) pE 1 u•T•01 3/4/01 Undw the Emlrvrtl*l Conservation Low TAPE OF PERMIT .. Now a Mrnwal 0 Modification 0 Permit to Construct 0 Permit to Operate 0 Artilcle 15, Title ft Protection 0 6MYCAR Was rater owl ItY f Article 27, Title 7; a•rpa of wars Certification lotto waste Manpemant 0 Article /5, Title 1St Water 0 Article 17, Titles 7, At S►DES 0 Article Supply Maaaroaw wool* Management 0 Article 191 Air Pollution 0 Article 15, Title 1St water Control 0 Article 34'1 coastal froeltn Transport Mena9~1 0 Article 23, Title 271 Mined Land 0 Article 15, Title 1St Lon/ Reclamation 0 Article 361 flootlptatn • Island yells Management 0 Article Zit Freshwaterwtlarde 0 Article 15, Title 271 wild, 0 Articles 1, 3, 17, 19, 27, 37; Semis and Aeereatienlal Rivers 0 Article 251 Tidal Wetlands 6NYCRA 3x01 Aediatlon Control 0 Other: PERMIT ISSUED TO TELE►NONE wtAWER i Jet Paper (Stook Corporation ADDRESS 'Of ►ERMITTEE 228 Ryser 91% Road Central 1• ( NT 11722 CONTACT pillow FOR PERNITT90 "K TELE►MONE MLMafR Patricia DI Mattes 228 1t. r Road Control Istl NY 11722 NAME AND AODRESS Of PROJECT/FACILITY Jot Paper Stock Corporation Property 228-!jr h Road LOCATION Od MOJECT/FACILITY Central Is l • COUNTY TOWN rATERCOURSE NYTM COORDINAtES Suffolk Islandlo of iF'i IDV CF AJFFCRIZ® ACTIVITY Operation of a solid wasp transfer facility to provide a $00.650 ton per day, recyclable materials recovery A separation, baling and lerg•houl transfer of non•residantlal solid waste to permitted out of tout dlspoul altos. i • BY aepeptanoe of this permit, the pormtttee sprees that the permit Is contingent upon strict compliance rite the ECL, alt applicable regulatigne, the aeMrel Conditions specified (age page 2) and any Special Candltlaru Ineluaed as pert ;r this permit. =Evans ADDRESS • Ildo. i0, AUNIT, Rom 219, Stony (rook, MY 11790.2356 DATE �� T/16/98 Page 1 of 6 • . � New Ybdc State DepatUnerri of ErtvQonmental Conservation n - B 40 -SUNY, Stony Brook Now York 11790-2356 • Twaphorla (516) 444-0365 Facsim4a (516) 444-0373 v Utklmd D. Zapata CanwhiaWner nvt Omni Recycling of Babylon, Inc. 114 Alder Street • West Babylon, NY 11704 RE: 1-4720-00643/'00002-0 • Dear Permittee: In conformance with the requirements of the State Uniform • Procedures Act (Article 70, ECL) and its implementing Regulations (6NYCRR, Part 621) we are enclosing your permit . Please read all conditions carefully. If you are unable to comply with any conditions, please contact the Regional Regulatory Affairs Office, N.Y.S . Department of Environmental Conservation, State University of New York at Stony Brook, Building 40 , Stony Brook, • NY 11790-2356 . Very truly yours, Susan V. Ackerman SVA:jr Environmental Analyst I enclosure File • • • • NEW YORK STATE DEPARTMENTAKNVIRONMENTAL CONSERVATION etv DEC PERI(iT NUM ER EfFECT(VE' DATE 1-4720.00643/0 002-0 ; FACILITY/PROGRAM NUMBERS) PERMIT EXPIRATION DATES) 52M19 Order the Envi raneerltal fff Conservation Lar I TYPE OF PERMIT ❑ New 0 Renewal ❑ Modification ❑ Permit to Construct ■ Permit to Operate 7 Article 15, Yitle 5: Protection ❑ 6NYCRR 608: Water Quality ■ Article 27, Title 7; 6NYCRR 360: of Waters Certification Solid Waste Management Article 15, Title 15: Water ❑ Article 17, Titles 7, 8: SPDES ❑ Article 27, Title 9; 6NYCRR 373: Supply Hazardous Waste Management ❑ Article 19: Air Pollution Article 15, Title 15: Water Control ❑ Article 34: Coastal Erosion Transport Management ❑ Article 23, Title 27: Mined Land Article 15, Title 15: Long Reclamation ❑ Article 36: Floodplain Island Wells Management e ❑ Article 24: Freshwater Wetlands Article 15, Title 27: Wild, ❑ Articles t, 3, 17, 19, 27, 37; Scenic and Recreational Rivers ❑ Article 2S: Tidal Wetlands 6NYCRR 380: Radiation Control Other: PERMIT ISSUED TO TELEPHONE NUMBER Omni Recycling.of Babylon, Inc. ADDRESS OF PERMITTEE i 114 Alder Street i West Babylon, NY 11704 CONTACT PERSON FOR PERMITTED WORK TELEPHONE NUMBER Anthony E. Cork, P.C. 114 Old County Road, Mineola, NY 11501 NAME AND ADDRESS OF PROJECT/FACILITY Omni Recycling'.of Babylon, Inc. 114 Alder Streit, West Babylon, between Alder and Plate, South of Patten Avenue LOCATION OF PROJECT/FACILITY West Babylon COUNTY TOWN WATERCOURSE NYTM COORDINATES Suffolk Babylon CESMIPTIM CF AUi1-CPoZ® ACTIVITY iOperation of a residential and commercial materials recycling facility, which will receive residential commingled containers, yard waste, construction end demolition waste and mixed commercial waste for separation and transfer. This ifacility has a design capacity of 324,000 tons per year. I By acceptance of this permit, the permittee agrees that the permit is contingent upon strict compliance with :he ECL, all applicable regulations, the General Conditions specified (see page 2) and any Special Conditions included as part of this permit. PERMIT ADMINISTRATOR: /� ADDRESS �O��e r-j" ,,4 (r`rG drh </ Bldg. 40, SUNY, Roam 219, Stony Brook, NY 11790-2356 AUTHCRIZED MATURE DATE / • �/ Page 1 of 6 I rL% ions • 1 , The permitted site or facility, including relevant records, is subject to in- spedtion at reasonable hours and intervals by an authorized representative of the Department of Errviromantal Conservation (the Departrmnt) to determine Wlether the permittee is cvrplying with this permit and the ECL. Such represen- tative ray order the vwrk suspended pursuant to ECL 71-0301 and SQPA 401 (3) . copy of this permit, .including all referenced rraps, drawings and special • conditions, nest be available for inspection by the Department at all tirres at the project site. Failure to produce a copy of the permit upon request by a Department representative is a violation of this permit. Permit Changes and Fennels 2. The Department reserves the right to modify, suspend or revoke this permit W-en: • a) the scope of the permitted activity is exceeded or a violation of any condition of the permit or provisions of the Eft and pertinent regula- tions is found; b) the permit wes obtained by misrepresentation or failure to disclose relevant facts; c) new material inforration is discovered; or • d) enviromantal conditions, relevant technology, or applicable la+v or regulation have rreterially changed since the permit vies issued. 3. The permittee rust submit a separate written application to the Departrant for renwa 1 , modification or transfer of this permit. Such application rrust include any forms, fees or suppleTental information the Departrrent requires. Any • reneinel , rrrodification or transfer granted by the Dapartrmnt mut be in writing. 4. The '.pe rni t tee rrust sutmi t a renwa I app I i cat i on at I east: a) 180 days before expiration of permits for State Pollutant Discharge Elimination System (SPi7Es) , Hazardous VIAste Ivbnagerant Facilities (FV%F) , rrejor Air Pollution Control (APC) and Solid V%ste Nbnagerent • Facilities (SM)F) ; and b) 30 days before expiration of all other permit types. 5. Wass expressly provided for by the Department, issuance of this permit does not modify, supersede or rescind any order or determination perviously issued by the Departrent or any of the tears, conditions or requiremnts contained in such • order or determination. Other Legall Cbligat ions of Permittee 6. The permittee has accepted expressly, by the execution of the application, the full legal responsibility for all dwmges, direct or indirect, of V4,etever nature and by Wwraver suffered, arising out of the project described in this • permit and has agreed to indem ify and save harmless the State fran suits, actions, darages and costs of every naTa and description resulting from this project . 7. This permit does not convey to the permittee any right to trespass upon the lands or interfere with the riparian rights of others in order to perform the • permitted vwrk nor does it authorize the inrpa i Trent of any rights, t i t I e, or interest in real or personal property held or vested in a person not a party to the permit. 8. The permittee is responsible for obtaining any other permits, approvals, lands, easerents and rights-of-v�ey that ray be required for this project. s Page 2of 6 • _ T 95.20.6( 1-25C NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION • SPECIAL CONDITIONS For Article 27 ( Title 7;6NYCRR 360 : Solid Waste Management • SPECIAL PERMIT CONDITIONS Omni Recycling Center Inc. PERMIT TO OPERATE 1) Average total of waste received per day for any week shall not • exceed 1300 tons per day for a two (2) shift working day.Any storage of waste will require prior approval of the RSWE. 2) There will be no storage of yardwaste at the facility. All yardwaste must be cleaned from the area at the end of each working day. • 3) The permittee shall not accept solid waste that originates from a municipality that has not completed a Comprehensive Recycling Analysis (CRA) satisfying the requirements of 6 NYCRR Part 360-1. 9 (f) and approved by the Department, and has implemented the recyclables recovery program determined to be feasible by the • analysis unless, for the service area of the facility either; another municipality prepares such an analysis, the Department approves it and the analysis addresses the waste stream of that municipality, or a Department-approved local solid waste management plan that addresses all components of such analysis takes effect. • 4) The permittee shall provide complete access and assistance to the generators of solid waste received at the facility in the development and implementation of a schedule and means of monitoring the waste stream entering the facility to monitor and record the input of recyclables . This is to include an annual analysis of the full waste stream entering the facility, including • non-recyclable materials . 5) A list of municipalities serviced by the facility must be included in the first quarterly report with the status of the municipality' s CRA. TL tha T..T nil i h.• dess ....rv.r n4l have an d Gpf the pye�Aeeted -_ eg -_ GzLzg mttat lae _ All • subsequent quarterly reports must provide a similar listing on new municipalities being serviced by the facility. The Permittee shall, during operation of the Recycling Facility, promptly submit to the Department for its review and approval any reasonable supplementary information requested in writing by the Department . • 6) This Permit to Operate is issued with the expressed understanding by the Permittee that it must immediately modify the quantities of yard waste accepted at the facility in accordance with the approved contingency plan, without prior hearing or judicial review, upon receipt of written notice from the Department that there exist at or emanating from the facility, odors of a magnitude that, in the • sole discretion of the Deoartment, justify such modification. DEC PERMIT NUMBER 1-,4770-00643/00002-0 FACILITY ID NUMBER PROGRAM NUMBER Page of 6 • 95406 '1-25c NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION 2 • SPECIAL CONDITIONS For Article 27 ( Title 7 ; 6NYCRR 360 :Solid Waste Management The processing and handling operations at the facility must be • conducted in such a manner that any off-site migration of odors are not objectionable, as determined solely by the Department . . Any operational changes deemed necessary by Department personnel must be followed. In addition, any material on-site that is causing objectionable odor migration, as determined by the Department, shall be transported to another authorized solid waste management • facility. 7) In the event- that any unauthorized or any other unacceptable waste is rejected, the date, name of shipper, license plate number and type of material rejected shall be recorded and • reported to the RSWE upon request . ;B) In the event that any hazardous or prohibited waste is accidentally accepted by the facility, it shall be contained properly secured immediately. The incident should be reported to the Environmental Monitor, and the RSWE and the Suffolk • County Department of Health Services (SCDHS) shall be notified in writing within 48 hours of the incident . Prohibited wastes shall be removed to an approved disposal or treatment facility within 24 hours by a waste transporter authorized under 6NYCRR Part 364 to transport such waste . A written report of the incident shall be submitted to the Department within five (5) • working days of disposal of the waste. 9) The Permittee shall notify the RSWE within 18 hours of any occurrence of an event which will cause the cessation of operations for a period 48 hours or more. Such an event would include a fire, spill, equipment or similar. event . • 10) Receipt of waste at this facility shall be limited to the following: Monday through Friday 7 : 00 a.m. to 5 : 00 p.m. Saturday 7 : 00 a.m. to 5 : 00 p.m. • Sunday CLOSED 11) The Permittee shall require that all vehicles transporting waste to and from the site be appropriately enclosed or covered so as to prevent littering of roadways approaching the site . • 12) The Permittee shall regularly observe the condition of roads, both on-site and off-site providing immediate access to and from the facility to determine if litter from the facility or from vehicles using the facility is being deposited thereon. The Permittee shall take such steps as may be necessary to properly maintain on-site access roads (such as, without limitation, mechanically cleaning, • wetting and/or paving) . DEC PERMIT NUMBER 1 47201-00643/00002-0 FACILITY ID NUMBER PROCRAM NUMBER Page 4 of 6 • 9S•20di 1-25C NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION • SPECIAL CONDITIONS For Article 27 ( Title 7; 6NYCRR 360 : Solid Waste Mar;agement 1:3) Waste tire storage, whether whole, shredded or baled, shall not • exceed 1000 tires at any time, without a 6NYCRR Part 360 Permit fox Waste Tire Storage. 14) Records are to be kept of all incoming and outgoing shipments and shall include : date; name of shipper; license plate number; tonnage or cubic yards . Records of the shipment of recyclable • materials to materials brokers are to be kept separately in order to obtain estimates of the recycling effort. Shipping records are to be sent to the Regional Solid Waste Department, on a quarterly basis . 15) Environmental Monitoring Requirements • An account to fund the Environmental Monitor (s) shall be established with the Department as follows : (a) The sum of $75, 000 shall be paid the Department as follows. Within 10 days of the effective date of this permit, Permittee • shall submit $37, 500 to the Department to the address specified in pagragraph 15 (e) below, and within 40 days and 70 days respectively of the effective date of this permit, permittee shall submit additional payments of $18, 750 each to the address specified in paragraph 15 (e) below. This sum is based on an estimate of annual Monitor program costs and is • subject to quarterly revision. Subsequent quarterly payments shall be made for the duration of this agreement to maintain an account balance sufficient to meet the next nine months' anticipated expenses . Quarterly payments shall be made for the duration of this permit in accordance with the following provisions . • (b) Costs to be covered by this fund include: (1) Direct personal service costs and fringe benefits of the Environmental Monitor (s) and full-time Monitor supervisor (s) , including the costs of replacement • personnel for the person (s) regularly assigned to these positions . (2) Direct non-personal service costs, including without being limited to purchase or lease of a vehicle if necessary and its full operating costs, and any • appropriate chemical sampling and. analysis . (3 ) Inflation increases and negotiated salary increases . (4) Indirect support or overhead costs at the New York State Department of Environmental Conservation Federally- Approved Indirect Cost Rate . DEC PERMIT NUMBER -4 FACILITY ID NUMBER PROCRAM NUMBER Page _:,_ of --.(I_ • 9540.6' 9-25t NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION SPECIAL CONDITIONS 27 For Article Title 7 i6NYCRR 360 :Solid Waste Management J (c) Upon written request by permittee, the Department shall make • available to permittee any records (e . g. , vouchers, time records) relating to such Monitor costs, consistent with applicable law. (d) As noted, the Department may revise the required payment on a • quarterly basis to include all costs of monitoring to the Department. The quarterly revision may take into account factors such as inflation, salary increases, accrued interest to be applied to the balance, changes in operating hours and . procedures and the need for additional on-site Monitors and supervision of such Monitors by full-time Monitor supervisors. • Upon written request by the permittee, the Department shall provide permittee with a written explanation of the basis for any modification. (e) Within 30 days of written notice by the Department that a payment is due, payment shall be forwarded to the Department . • Payment should be sent to: NYS Department of Environmental Conservation 50 Wolf Road - Room 593 Albany, NY 12233-1510 ATTENTION: Director of Environmental Monitors. • Payments are to be in advance of the period in which they will be expended. (f) Upon termination, expiration, or surrender of this permit and payment of any outstanding costs, the unexpended balance, • including interest, will be returned to the permittee (g) Failure to make the required payments shall be a violation of this . permit . The Department reserves all rights to take appropriate action to enforce the above payment provisions. • (h) The Monitor shall, when present at any permitted facility, abide by all of the permittee' s health and safety and operational requirements and policies; provided, however, that this subparagraph shall not be construed as limiting the Monitor' s powers as otherwise provided for by law and shall not result in the Monitor' s being less protected than the • Monitor would be if he or she were to abide by Departmental health and safety requirements . (i) The Department will review the monitor contribution on an annual basis, at the request of the permittee, using the Department' s criteria and will adjust if appropriate . • DEC PERMIT NUMBER 1-4720-00643/00002-0 FACILITY ID NUMBER PROGRAM NUMBER Page 6 of 6 • • NL..d YORK STATE DEPARTMENT OF ENVIRONMENTAL. CONSERVATION _ Building 410 - SUNY, Stony Brook, New York 11790-2356 Phone (516) 444-0375 Fax (516) 444-0245 _ Michael D. Zagata • Commissioner April 17, 1996 • Mr. Anthony E. Core, P.C. OMNI Recycling of Babylon Inc. 114 Alder Street W. Babylon, NY 11704 • Dear Mr. Core: Please be advised that Permit Condition No. 5 of Special Permit Conditions of the renewed Permit to Operate dated 4/15/96 has been amended as follows: • A list of municipalities serviced by the facility must be included in the first quarterly report with the status of the municipality's CRA. All subsequent quarterly reports must provide a similar listing including municipalities being serviced by the facility. The Permittee shall, during operation of the Recycling Facility, promptly 0 submit to the Department for its review and approval any reasonable supplementary information requested in writing by the Department.' This letter is an amendment to the original permit and, as such must be kept with the permit and made available at the facility. A#other terms and conditions • remain as written in the original permit. If you have any questions, please call Mathew Eapen at (516) 444-0375. Sincerely, Robert Green Regional Permit Administrator SA:ek cc: Susan Ackermann Mathew Eapen • Jeanne Compitello File 52M19. • • INFORMATION SCHEDULE K JtLL 6 N KNOW ALL MEN BY THESE PIESENTS, that we, the undersigned , TRMTS TRANSPORATION CORPORATION of, . Bl Road Central Islip,Hew York 11722 as Prineieal , and ;CAMLINA-CASUALTY IHSDBANCE COIWAW. s Drive, tPldrhai Park, New Jea 07932-0853 °O� es Surety, are hereby held and TOWN 0F OS �A, 53095 main Road, rlrutw' bound unto Southold. New York 11971 as Owner in the ONE HDND "BUT Gf ($100,000.00) DOLLARS for she ` paymen„ of iirhfCh;; will and truly be made we hereby Jointly and severally ;. bei t -corselves, our heirs, axe utors, administrators, Successors anct '^aas. ions . Signed this 22nd dev of MAY The .coidi.tion of the above cb4igation is such that whereas the • Pr "Ci-pal has submitted to the Town OF Southold a certain !id , ;atteiched hereto and hereby made a part hereof to enter into a on.Zct in writing, For the ha4ling and disposal of solid waste; ;IOW; THEREFORE, .540 IF said Bid shall be rjeJected or in the alternate, Cli,7 IF said Bid shall be ccepted, and the Principal shall , execute and deliver Agreement in the form of the Sample Operating Agre ment attached hereto (properly completed in accorda CO with Said Bid) and shall Furnish certificates a insurance and Faithful performance f said Agreamen payment of all person performing labo ♦ materials in connects n therewith, an other respects perfort the Agreement acceptance of said Bil, then this obli void, otherwise the ame shall remail effect; it being expr ssly understood the liability of the Surety for any hereunder shall , in n event, exceed r_1 Of this obligation as erein stated . ; r.-M . f 9 ,:Bid Bond Schedule 9. i).�_.0 PROPOSAL) FORM Page 1 of • The Surety, for valu received, hereby -stipulates and `. agrees that the obligtions of said Surety and its bond r: shall be in no we impaired or a=farted by any extension of the time within which the Owner may accept such Bid; and said 5 rety does hereby waive notice of any such extension . lN. WITNE55 WHEREOF, the Princi181 and the Surety have hereunto *et: thei.r hands and seals, and such of them as are corporations ;q*used their corporate seas to be hereto affixed and these -pr"ents'to be signed by their proper officers, the day and year Tirst: bet Forth above . • c , ( TBIRISPO OR ORATION ` Principal V. CAEOLIRA CASUALTY INSUMCE COIO'ARY Surety ELFANM DOUDEBA, ATTOBREY-IR-FACT Rdxsress of Surety: Inn CaNdiQ D=bra lnn.hv9 t X— , F 02912-0853 .tACxNOWLEDSEMENT BY CONTRACTOR, IF A CORPORATION) ; UNTY , SSN: flit oris (fi -te- dew of IS T7 , before me rsdnaily came to me known, who being .twu Awprn did depose anti say that he resides in that he is the of the � TSIRiTY TRARSPORATIOR TrOR - M an describetl in and which executed the foregoing lnC; that he knows the skal of the corporation; that the d t�'Tlxed to the instrument is such corporate seal ; that it s0 :> affixed by the order ole the Board of Directors OF the :.; pca. lon; and that he signed h' name t by like order . No a; Public F:p;rm=Cl�` f Bid Bond Schedule 5 .0.=in 48 %**kMk i0;' RpPOSAL) FORn Page 2 of 3r+nu.ryC,,"iy�y9�' • ACKNOWLEOGMENT By CONTRACTOR, IF A •PARTNERSHIP) TATE OF: ) ;-CUNTYi OF: .r;, .. . ) SSN: �T ":this day of r , 19_, before me ��•.�.��,}��sonally came to me known, and 1C�► U0% .t_.o me to be a member of t e firm of _ ffind .dreiown to me to be an i dividual described in, and Who 6x&ctrt*d the foregoing in trument in the firm name of and h duly acknowledged to me that he exa, uted the same for and in th behalf of said firm for the uses and' purposes mentioned therein . N tart Public `4AICIKNOWLEDGEMENT BY INDIVIDUAL dDNTRACTOR) OF: ) :11)UNty ' ) SSN: Cin :phis day of 19 before me . peconal ly ' . to me known and known to big the, person desc-abed in d who executed the foregoing Y(#gt'rumOnt and duly acknowledged, that he executed the -same . • No ary Public lb • m:.of Bid Bond Schedule S .0 .X -C`?RGOSAL) FORM Page 3 of 3 • 126 No. r POWER OF ATTORNEY CAROLINA CASUALTY INSURANCE COMPANY JACKSONVILLE,FLORIDA NOTICE. The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. `. KNOW ALL MEN BY THESE PRESENTS:that CAROLINA CASUALTY INSURANCE COMPANY("Company')a corporation duly organi#ed and existing under the laws of the State of Florida,having its Principal office in Jacksonville,Florida,has made, constituted and appointed,and does by these presents make constitute and appoint Anthony J. Romano or Thomas Beano Fred Nicholson or Gerard S . Macholz or Eleanor Doudera of UniondAle, New York its true and awful Agent and Attorney-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute, seal,acknowledge and deliver: any and all bonds and undertakings and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company held on March 30, 1966,to wit: . RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company.,Chairman of the Board,President, Secretary and Treasurer,or either of them,are hereby authorized to execute on behalf of the Carolina Casualty Insurance Company, Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company,and further,that the said Officers of the Company mentioned,are hereby authorized to affix the corporate seal of the said Company to Powers of Attorney executed pursuant hereto". RESOLVED FURTHER,this Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind the company except in the manner and to the extent therein stated. RESOLVED FURTHER,this Power of Attorney revokes all previous powers issued in behalf of the attorney-in-fact named above. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed.The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF Carolina Casualty Insurance Company has cau ed these presents to be sign gd and attested by its appropriate officers and its corporate seal hereunto affixed this .361 day of .. i� Attest: Carolina Casualty ins urrnce ompany wu, 3 1` B By *�� y Betty Tg utherlarld chael .J. ead, CPCU, CLU WARNING: THIS POW� VALID IF NOT PRINTED ON GREEN"MON1T071"-. CURITY PAPER. * STATE OF FLORIDA) SS OF DUVAL) C, OlOyiCtfl�iG(.' 9 Sworn to before me,a Notary Public in the Slate of Florida,this-1;i0 day of 19 b_, y Bet,ry r. See etary of Carolina .lsu-ally Insurance C any. ct„k , �r.So:•1AYI.,�r» ) CC235F173 Notary Public,State of Fillbrida at Large :vii c.,P. — r.23,1x7,, RTIFICATE I,the undersigned,Secretary of CAROLINA CASUALTY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a just,true,correct and complete copy of original Power of Attorney;that the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond to which this Power of Attorney is attached,is in full force and effect as of this date. Giver, under my hand and the seal of the Company,this 221111day of MAY , 19 97 Betty C1 Sutherland ,Secretary say` if • i f 4 F.m 152 Corp.Ack. STATE OF FHW YON[ COUNTY OF NASSAU } as.: ' On this............................22nd............. day of............_ .....................................................19....MAY 97. before me personally came ELEAM DOUDM _...... to me known, who, being by me duly sworn, did depose and say; that he resides in..............................._................... SDFFOL$ ODMCY, FEW YOBS MORIM—IP—FAC! ... ..................................................................................................._....that he is the............................................._..._....................................._................_. CABOLIFA CASUALT'r IFSOEA= COMPANY • of the .......................................................................................................__.......................................the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said cor- poration, and that he signed his name thereto by like order. sss RuwN DAVMON 11odrPkW16,169NOW Yat (Seal) 7�� • CAROLINA CASUALTY INSURANCE COMPANY STATEMENT, DECEMBER 31, 1996 STATUTORY BALANCE SHEET (AMOUNTS IN THOUSANDS) Admitted Assets Bonds S 125,578 Common& Preferred Stocks 13,017 Cash&Short Terre Investments 14,322 Other Investments 9,410 Premiums Receivable 7,972 Investment Income Receivable 2,088 Reinsurance Recoverables 7 • Other Assets 1,237 Total Admitted Assets 173,631 Liabilities& Surplus Loss& LAE Reserves $ 82,785 Unearned Premium Reserves 15,835 Drafts Outstanding 2,604 Other Liabilities 10.450 Total Liabilities 111,674 Capital Stock 3,687 Additional Paid In Capital 27,090 Unassigned Surplus 31.180 Total Policyholders' Surplus 61,957 Total Liabilities& Surplus 173,631 Officers: Directors: President: Michael J. Snead Anthony J. Del Tufo Senior Vice President: John S. Hill Robert S. Gorin Vice President: Charles E. Estes Edwin L. Heer ! Vice President: Barbara B. Murray John S. Hill Vice President: Carroll D. Starrner Michael J. Snead Vice President : Alan P.Toth Carroll D. Starmer Corporate Secretary: Betty C. Sutherland Edward A.Thomas • INFORMATION SCHEDULE L S PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold (hereinafter called the "Owner") in the full and gust sum of dollars (s ) good and lawful money of the United States of America, for the payment of which sum of money, well and truly to be made and done, the t Principal binds himself, his heirs, executors, administrators and assigns and the Surety binds itself, its successors and assigns, ,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Agreement bearing date on the day of , 199 with the Owner for the Town of Southold construction material and/or demolition debris Haul- Disposal Services, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full . NOW, THEREFORE, the conditions of this obligation are such that if the Principal , his or its representatives or assigns, shall well and faithfully comply with and perform all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outlay and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pay any r and all amounts, damages, costs and judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or servants or the improper performance of the said work by the said Principal, or his Ctheir, its) agents or servants, or the infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or otherwise, then this obligation shall be null and void, otherwise to remain in full f force and effect; Performance Bond Schedule 5.0 .1- BID .O .LBID (PROPOSAL) FORM Page 1 of 2 of -Ur n , n. (n a N It n N rt w r-I rt rl r• rt w rt M n n a11) rt in 11) to :" ID n. in 1-1 0 -1 r t n N in -1 •'1 -r I-• 'i. y J' J' O 3 J' 3 7 X O w tri C 7 in C i t - _) 11 n. to '"11 It N T J 3 In O. (u fel r-• to IC ID l0 'O (D O. (D U 3 r• 11 �• t0 t- ,- I'• '4 N U rt to (D tD r• 1 J 11 '1 fJ a 1-TJ to (D r 1 O. r•'CI �� Cl n r• rl ❑ 1) r• trl N 0 (r.) to £ (0 ri (D r• 0 r• n rl 1- 3 l0 D_ to IC C 'U 11 ❑ ❑ 11 C 11 .-. CJ w J 1-• 111 ID o c 0 0 r• rt U rt b O N (D CL in O Y w '-v 70 3 11 DI 11 01 3 - 7 IC Ill to 1- (0 In .11 J 'I 11 3 'O to r w :U 3 rt rt N r4 Q1 U N Al Cl w 'U J -O rt a "11 tD '1 - n. ?C- N to n, r• O 'O r• t0 11 U - '1 (D rt C1 `U J O O. O w J U ID lA n N (D 11 (O in < t-• O rt (0 in 11 10 < O o 11 11 rt 1-- F" rl Il - J'- U 11 0 14 O N C ED J a 0 h r• f0 11) (it .— U) to a v N rl ,_ Ir 1-• c -- rt -1 '1 o r1 rl n ci rt N a .11111 3 o ci T. rr rt rt In rt (A '-I 1•• (A ) lu 'Cl n O (0 11 t•• n 171 r• O C u7 O (D 1) N k7 1-' CU to (I I-• to U Z J C In J N JN .O 3 w CI t0 U O 111 n to 0 rl 1) ] B J CJ ... 0 (D O w 1-11 fu O• N D.(C J if Cl' C (D 14 7 N 7 J' U 3 O rt n. J O in 7 r• O' ill 11 U n 3 Q. N IC H. n. r4 IA x rt w 3 11 - "q a N rt - a 7 ul (D O n. t0 to "1 (D O O rt :r rol 3 w N S O (D w w w r rr J O J' J X N N t0 n 0 II E 7 (D E it N 3 U J w O rt n. rt 1n J E N 0 rt J N rt I1 N U J n. rr rt 14 N (11 N ❑ (D J rl N C O.UI E 3 Cl. -. rL 0 r• n. -C rt " (D •1 N l0 t-• N (r T w < 11 rt 11 11 0 7 11 It til n. O Iq VI r• N ID to - ] Ci 11 7 (D 11 N a m to r• 7C to (C N n (0 <- 'I .1 J 'At (1 N CI N CT In 14 N f0 11 N 1 XI O 3 E n C U to tq to _. t0 N l'11 -1 r• 0 J IC r- (l IA 11 ID U' t-• C1 - "I (D 11 N O it w 3 In yC) 0 U' f1 J C) rl O Cl. E O U) 11 N to C (C a -• E r• C 3 CO 3 Tl -in (D n. "11 rt 'l (D o) J C 3 r. r J N it N r• rr n U C rt 1-• Cr - C7 (n :4 r-. (A 1"1 to UJ J n. N O N 7 w 1--• rl rt T r• in to 1-•. .r n IC In (1)- O 'O < - ID n. J - (D J C In (0 J r 7 (D (D in rt rt 1.4 :T "4 T a U C 3 11 (D r1' 3 11 11 r- Q O r• J rt 0 (D to b ]� to N rt N 11 r•• (D Il 3 (C 0 (D - (D (Cl In E n E (D rt 11 In rt at rr C71 11 t-- r T t•• l0 w I I N N O 11 J O ID rt ] C 171 (D 3 O T O rt (D C rr IC rt IC (D rt a n. rl J (r (A - Cl n. rI rt 0 X U_ UI 11 C C1 O 11 to J' _r.0 (1) r1 w to •• C UI IC n. to 1-• 1-•-'0 - 11 rt - t0 11 rt rt x N to (D C C t0 N N J w "CI 11 Ic 111 (D N O' to it rt rt to r• C -U t0 -1 (t rt rt rt J -it "t N O r• N J tC U O Al 7 IC 7 7' ] 0 0 11 N (D tc O n. 11 r- U) rl' rt in N fl (C N tC (n 7 N - (D to t0 O -r r• rt £ rt r) 1` U J' CI (I In N :J' C r• rl 11 11 1 n1 J (D O (D r. J n a 1— in rt to 3 0' N w 0 10 111 -U w E 0 '1 11 0. ul 'U N it n r• rt '1 U-0 1-• r^ 11 O r J J 1 r• 7 O ri O rr O r• 3 7' C I h 1U 7 r• U 7 to C O U (D J lD tC IC rt IC 11 r• v 7 n n U to Iry rl f- r4 (D U N O r/ r 3 O O' r• it O w 7 (D O 7C N - 3 rt O (D 7 r•• DI 1- C 11 n. N 3 In (C- t0 rt E Ill III < n II 3 r• (0 U 11 (I n X 1 (n N 0 0 t0 - (n r• (H it O N t•• n to a n J it r• to u) 7 J J ID J E J r• w rt O' r• r •U to O r At 14 O rt n. 'U D. C N (0 (n rt w to < IC r• ❑ U C a t- 1) to 3 w 1 1-- 0 ID 11 7 (1 11) to 1-. (1 l0 3 3 1 c (D r a rr (1 r- O. o CD r t0 w O ID Cr 3 < C O 11 t0 to n. 1- J "I r• t- r• J v rt r't' in J 1 IC N F•- (o to rl :1 - a '1 r• n. r) 0 to ut to (ll C J' (C to t0 3 N rt N rt N 7 w O ] rt r• n. 0 (D 1-• J• to N n. N (A 0 0 0 3 7• (D 0 11 3 7 O N 7 t0 O N J C t•• J 1) r1 14 rt O a N to rt E a O 7 N U' 17 a 11 11 n. N U' U O J' T (1 1- r• 5r rt H. r) to n U: Ill -1t in Ut ID to in 0 J rl tD w N r• 1— a < N CL :T rl' in - (1 i) N 0 c O J' r• 11 0 (A r• rl 11 n 11 111 7 (D a (D 7 C 7 rt (D In J• ] 3 w 3 (0 J - n U tC (D r• a CL 0. 11 IC r• Il (D w D. 1-. t0 N Cl rt r• r (D rt (D C n a - Q in O 1 w «l J (1 In :' n. m 0 rt r 11 N 11 O• rr ] a at rl E rt • a w (D ll C C (t to N a 0 to 11 l7 0. fl H.Irl "I to n tC N (A Il 1-• - U) in 1-• 0 CL .4 0 (u 11 to r^ J -1 O to 14 (D rt it n n CI - 1 1 (D I to in CL -r to r) c n. 0 J 0 '1 O 10 11 3 11 11 ID rt U 1 t E '4 n. N n. (D N rt -r 0 t•- N 3 N < 7 to (D 0 J 111 w < r• J in a o r < r• N rt J ID r4 1-. U' - J In r• 7 3 N c N Cr fo J' !It • 1 IC rL rt (0 O rt r•(C to N to O rt It J 11 Ijr J to I) (D C) rr U 1 O '1 r- It) E rl to rL — ri O w Cl - 11 r •J' J' rr a fu -) w 0. 0 0 0 E 7 (D r4 it w J• J (D !-• I I I I I U rl 1-- r• U• 7 Cl J J UI J C ❑ J 1 11 N a w O 7 it O (D N rt r• rt 0• 11) N N UI to t0 O (C Cl - CL (D 11) N to X'tC -1- 171 rl (D 0 u rl O (A J 0 tr • INFORMATION SCHEDULE M ` OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the following operational plan to haul and dispose of Construction Material and/or Demoliton Debris (C&D) from the Town of Southold Landfill if awarded an Agreement. I. Haul Summarize the manpower and equipment you will make available to • perform under this Agreement. N5 1'S ►J ro z51a24_ i II. Disposal Summarize the identity and location of the primary and secondary sites you plan to use for disposal of the construction material and/or demolition debris. Describe the arrangements between your company and the disposal site for use of the site. Describe any treatment the C&D will undergo during transport t or upon arrival at the disposal site. Attach copies of the permits to construct and permits to operate the disposal site. Site No. 1 • NAME 2f PAp STor-Y, CoO . LOCATION Qt*-yML- SSuP QV CONTACT PERSON AND PHONE N0. SAurA 1'�1 PAIMo i ( Sib Z3y -�1o0 Operational Plan Schedule 5.O.M f Bid (Proposal) Form 1 of 2 • ARRANGEMENTS FOR USE q5 mE6CQD TO um iTs TREATMENT OR UNUSUAL CONDITIONS *Cmu16 of V-pop -+ IWD-TAts f Site No. 2 NAME 0ML)i o�:7 RAl?mo►J LOCATION w. CONTACT PERSON AND PHONE NO. BR.Prb WLW 3-15 (,316) _3e ✓ qLj - ►69q ARRANGEMENTS FOR USE TREATMENT OR UNUSUAL CONDITIONS SoRlf1JG of RjgUcj0.bU4 A OPERATIONAL PLAN Schedule 5.O.M Bid (Proposal) Form 2 of 2 i r a APPENDIX A SAMPLE OPERATING AGREEMENT • • i • THIS AGREEMENT, made on the day of 1997, by and between the Town of Southold, a municipal corporation of the State of New York having its principal place of business at 53095 Main Road, Southold, New York hereinafter called the "Town" and hereinafter called the "Contractor." WITNESSETH WHEREAS, Contractor has submitted to the Town a bid dated 1997 ("Bid") in response to the Town's Bid Solicitation for Construction Material and/or Demolition Debris Hauling-Disposal 41 Services dated 1997, ("Solicitation"); and WHEREAS, the Town Board of the Town of Southold by resolution No. adopted on authorized the Town Supervisor to enter into an agreement with the Contractor to perform certain services in connection with the handling of solid waste, 1 NOW. THEREFORE, it is mutually covenanted and agreed by and between the parties hereto as follows: I. DEFINITIONS -Terms defined in the Bid Solicitation shall have the some meaning as if defined herein. APPENDIX A-1 i • Il. SCOPE OF SERVICES -The Contractor shall perform the services in accordance with the description of those services as set forth in the Solicitation. III. TERM OF AGREEMENT-The Term of this Agreement shallk be three (3) years commencing on July .the Town, at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one (1) year terms by giving Contractor written notice of its intention f to renew at least thirty (30) days prior to the expiration of the term. IV. PRICE SCHEDULE/COMPENSATION -The unit bid price schedule for the services to be furnished by Contractor is found in Section C - 3.1, 3.2 Contractor's bid which is incorporated into this Agreement. V. PAYMENTS - The Contractor shall received monthly payments for services performed during the prior calendar month.The Contractor shall submit a request for payment on a Town approved voucher form along with Contractor's invoice which shall include a daily summary of tonnage hauled by Contractor at a Disposal Sit as applicable. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice.The Town shall be entitled to deduct from any payment owning to Contractor any sums expended by the Town to cure any default or other Agreement non-compliance by APPENDIX A-2 • sums expended by the Town to cure any default or other Agreement non-compliance by Contractor or to protect the Town from loss on account of any claims filed or reasonably anticipated to be 1 filed . VI . CONTRACTOR 'S WARRANTIES AND REPRESENTATIONS Contractor makes the following warranties and representations: A . Contractor represents that the Town has made no commitment under this Agreement with respect to the volume of construction material and/or demolition debris to be handled by Contractor during the term of this Agreement . B . Contractor warrants that Contractor shall comply with all federal , state and local laws, ordinances or regulations applicable to all of the services to be performed by Contractor . C . Contractor represents that the information furnished by Contractor in the equipment schedules included in i the bid is accurate and complete and Contractor acknowledges that Town has relied upon the accuracy and completeness of that information in .the selection of Contractor as the lowest responsible bidder. D . The Contractor represents that Contractor Shall utilize its best efforts to insure that Minority and Women ! Owned Businesses (MBE 's and WBE 's) have the opportunity to participate as subcontractors under this Agreement . In the event the contractor subcontracts twenty-five percent (25:) or more of • APPENDIX A-3 its work hereunder, Contractor shall submit to the Town an MBE and a WBE Utilization Plan, prior to execution of this Agreement . E. In the event the Contractor 's Disposal Site is unable to receive and dispose of the Town's construction material and/or demolition debris for any reason (including failure to obtain or maintain necessary permits or licenses) , Contractor shall be responsible for providing to the Town an alternate Disposal Site for the Town 's use at no additional cost to the Town, and shall indemnify the Town against any additional hauling cost by the Town or its agent because of the location of the alternate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or failure or inability to obtain or maintain necessary permits by the Contractor be considered a change in conditions. In the event the Contractor is unable to Find an alternate Disposal Site(s) , he shall be deemed to be in default of this Agreement and liable for damages, bond Forfeitures and other expenses as provided in the Agreement . VII . INDEMNIFICATION INSURANCE/BONDS A. Contractor agrees to defend, indemnify and save harmless the Town of Southold against any and all liability , loss, damage, detriment, suit, claim, demand, cost, charge, attorney 's Fees and expenses of what ever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or performing under the terms of this Agreement, or failure to carry out any of the provisions, duties, services or APPENDIX A-4 • requirements of this Agreement, whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of Contractor's employees or agents who may seek to hold the Town liable therefore. This obligation shall be ongoing, shall survive the term of this Agreement and include, but not be limited` to, claims concerning non-sudden environmental impairments. The Contractor shall ,loin in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town 's rights hereunder, including all appeals which, in the opinion of the Town, may be necessary . B . Contractor shall procure and maintain the insurance described in Section A of the Solicitation for a period commencing on the date of this Agreement and terminating no earlier than one year following termination of services under this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thirty C30) days written notice has been given to the Town . All such insurance shall be issued by a company duly authorized to transact business in the State of New York and acceptable to the Town and shall include all riders and additional coverage necessary to insure that Contractor will be financially able to meet its obligations under APPENDIX A-S • the Foregoing indemnification. C. Contractor shall, For the period of the performance of services hereunder, maintain a Performance Bond in the amount of five hundred thousand (SS00,000.00) dollars wherein named obligee is Town of Southold. The Bond shall be in a Form acceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety . VIII . FORCE MAJEURE If either party is delayed or prevented from Fulfilling any of its obligations under this Agreement due to any act, event or condition, whether affecting the Town, the Contractor, the Disposal Site or any of the Town's or the di Contractor 's respective subcontractors or suppliers, to the extent that it materially and adversely affects the ability of either party to perform any obligation hereunder (except for payment obligations) , and if such act, event or condition is beyond the reasonable control and is not also the result of the willful or negligent action, inaction, or Fault of the party relying thereon as justification For not performing an obligation or complying with any condition required of such party under the Agreement, the time for Fulfilling that obligation shall be extended day-by-day For the period of the uncontrollable circumstance; provided, however, that the contesting in good Faith or the failure in good Faith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party „ Subject to the APPENDIX A-6 • foregoing, such acts or events shall include the following: (1) an act of God (but not including reasonably anticipated weather conditions for the geographic area of the * Town or Disposal Site) , hurricane, landslide, lightning, earthquake, fire, explosion, flood, sabotage or similar occurrence, acts of a public enemy, extortion, war, blockade or insurrection, riot or civil disturbance; (2) the failure of any appropriate federal, state, county , town or local public agency or private utility having ,jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, services, water and sewer lines and power transmission lines which are required for the operation or maintenance of the Transfer Station or Disposal Site; (3) governmental pre-emption of materials or services in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the Transfer Station or Disposal Site; and ' (4) the presence of hazardous waste upon, beneath or migrating from the Transfer Station. It is specifically understood that none of the following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations; (b) the financial condition of the Town, the Contractor, any of its affiliates or any subcontractor; (c) union work rules, requirements or demands r. APPENDIX A-7 • which have the effect of increasing the number of employees employed otherwise increase the cost to the Contractor of operating its haul operation or the Disposal Site (d) equipment Failure; (e) any impact of prevailing wage law, customs or practices on the Contractor 's costs; Cf) any act, event or circumstance occurring outside of the United States, or (g) any M change in law or in the permit conditions or status of the Transfer Station Disposal Site or alternate Disposal Site. IX . SUBCONTRACTS t Contractor shall not enter into any subcontracts in connection with the services to be performed by Contractor hereunder without the prior written approval by the town of such subcontracts . All such subcontracts shall make express reference to the terms and conditions of this Agreement and shall obligate the subcontractor to comply with all applicable federal , state • and local laws, ordinances or regulations relating to the services to be performed under the subcontract. . In the event the subcontractor is required to Furnish any insurance or bonds for the benefit: of Contractor, the Town shall also be named as an additional insured or obligee . X . PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the New York State Labor Law relating to the payment of ! prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal . In the event that at any time during performance under this Agreement, the Contractor is APPENDIX A-B • required to increase the wages paid to any of its employees as a result of such requirement, all costs resulting there From shall be borne exclusively by Contractor. XI . FORCED ACCOUNTING In the event the Town directs the Contractor, by • written authorization signed either by the Town Supervisor or Town 's Solid Waste Coordinator, to perform additional services beyond the scope of those described in this Agreement, the Contractor shall be compensated for such additional services on the following basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES - DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEAD + PROFIT For the purposes of this Section: A . DIRECT LABOR COST shall include hourly wages, including overtime premiums actually paid plus the Following Fringe benefits associated with those wages - group medical , group life insurance, pensions, FICA, uniforms, safety equipment or special tools. These Fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in connection with work performed within the scope of the Agreement . B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor for materials utilized by Contractor in performance of the additional services . The costs for such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures, APPENDIX A-9 r buildings, or real property of the Town since such personal property is exempt from taxation under Section 1115 of the New York State Tax Law. C. OVERHEAD shall be 10% of the total of the Direct Labor Costs and the Direct Material Costs. D . PROFIT shall be S: of the total of the Direct Labor Costs, the Direct Material Costs and the Overhead . XII . CONTRACTOR'S OPERATIONS AND PROCEDURES REPORTS Contractor will provide the operating plan and supporting data listed in Sections A and B of the Solicitation to the Town for review and acceptance. Contractor will update the plan as necessary and furnish copies of those updates to the Town . XIII . DEFAULT In the event the Contractor Fails to perform its obligations under the Agreement, the Town may terminate the Agreement, procure the services from other sources and hold the Contractor responsible For any costs incurred. The Town also may deduct such costs From payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement For such excess costs. The Town reserves the right to terminate the Agreement for gust cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit status Of its Disposal Site . In the event that Contractor submits a Bid APPENDIX A-10 f �I POE a Dl6po 31 Sita Por which Contractor does not currently have all necessary federal and state permits, or which after the acceptance of the Bid loses its permitted status, Contractor shall, at its sole risk and expense, be responsible for obtaining and/or renewing its permits or providing the Town an alternate Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. The parties agree that this is a full service Agreement and failure of the Contractor to provide the identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date shall constitute a breach of this Agreement. The Contractor accordingly shall not be excused From its obligations hereunder by reason of any failure to obtain i or maintain its permits at the identified Disposal Site. XV . LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extent of the funds currently available for the purposes of this Agreement and that the Iown incurs no liability beyond those available by authorization of • the Town Board as of the date of this Agreement . XVI . DISPUTES/ARBITRATION Any disputes between the parties to this Agreement S may be referred to arbitration by mutual agreement of the parties . Absent such an agreement, any actions or claims by either party hereto shall be commenced in Supreme Court, Suffolk County , New York. In the event the parties agree to arbitrate a APPENDIX A-11 dispute, such arbitration shall be conducted in accordance with the rules of the American Arbitration Association. In no event shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations . An award rendered by arbitrators following any such arbitration shall be final and ,judgment may be entered upon it in accordance with applicable law in any court having ,jurisdiction thereof . i XVII . MISCELLANEOUS A . This Agreement shall be governed by the laws of the State of New York . B. Contractor shall not assign, convey or otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. C. This Agreement, including all Exhibits and documents referred to herein, along with the Specifications, Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the Services to be performed hereunder . This Agreement may be modified only by written agreement of Contractor and the Town . D . To the- extent of any inconsistency among the documents constituting the agreement of the parties, the priority M among those documents shall be: 1 . This Agreement; APPENDIX A-12 i wc 2. Exhibits hereto; 3. The Solicitation including Appendices; `t. Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for :a the benefit of creditors or a receiver is appointed for the c Contractor or any insolvency arrangement proceedings are 4 instituted by or against the Contractor, the Town may terminate r, this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither hold themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to, Worker 's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. 6. If any provision of this Agreement shall for any reason be held to be invalid or unenforceable, the invalidity . or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be enforced as if such invalid and unenforceable provision had not been contained herein . H. Contractor agrees that it shall not discriminate APPENDIX A-13 .,.y K-•...f{wss.a w. . f 21I99�,�, -� �' • and that it shall cause there to be no discrimination against any employee who is employed in the work, or against any applicant for such employment, because of race, religion, color, sex, age, marital status, handicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited • to, the following: employment; upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for r training. XVIII . NOTICES All notices required to be given hereunder shall be made in writing by first class mail addressed as follows: • APPENDIX A-14 • • If to the Town: i Supervisor of the Town of Southold Town Hall 53095 Main Road Southold, New York 11971 i With a copy to: Solid Waste Coordinator Town of Southold • 53095 Main Road Southold, NY 11971 If to the Contractor. • i IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. TOWN OF SOUTHOLD t BY: Jean W. Cochran, Supervisor BY: • APPENDIX A-15 • • i • i APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT • r • New York State Cepardment or =nvironmen-M] Conseriaticn Alk Legal atrairs. Building 10 -SUNY, Stony Brock, NY 117S0-1356 tobaw S Telephone: (516) ""345 _ Facsimile: (516) 44443=9 .l9e�ed D.Zaps Cammiaaner °E T'ne Honorabie Jean W. COC.Ma Supervisor, Town of SOuthoid Town Fall :309: Main toad Souu'toid, New :-oro :19;1 cZe: Town of ScuthCid% 7:21=—'e-=—'e- S"Mica r=e.:ity ldertic^dcr,Vic. := - Dear Suoe^isor Coc .^_,: ?L'r-1arlL CO LL.'{=) of-"He =tyle.^..^e- ICC 1 Decic.$i0Q ?Ad Qr er CI�C`C7! CCC.L'SSSOIIG `Ld`%`%ard O'SuiivatL DEC `+o. .-^'_0, =rd :he Tcwu s : :s cc Src raw=, 1996. :or= ere^lien. " e Dec_r=eat fere v SOMves coe-meII Me .A'7-oru r_mer -,=Ca s the Cuicnoo-m site -mm f - .. :99-, a- -Cave T ues.zv, Oeooe:3. ' 6. OM^_non at :ie jcj r :,rill be s demiiey a±e=:.2_irle--�Mg Z=cr, jrerarw ay Dvirsa ,k 3ariiucz� datedr`temberr. :993, and in _ddicen. ±e TowQ 3QiS Z=Ciy NIM`:e :;.dowing ooe-rating conditions: :. Tse Town Mum =iv with 5 NYCZ.Q Suboars '360-1 C ��_l ?-oviscasj and '3OJ-i 1 1 T:iI1.TiZr Sialic CSl oC� V-:CZ.2?=rE '3OJ f,d�eL',I`re ::CCaC'?. 1:'C.i, '_'C"9."t 3 spec_::caily mcdiIIed by _1S iut,cr=tion Sad me 'Spnved _C=een-'g 2_.oa Md ?!=PS. _. -:e Town 5:-.ail act s. re ��� u he -ripr amore za. = '_cQ cr me =e of icce=tante of;c:cas,e. .e Ql'JQ sr—ail m.Ct ^_i :e^-tsar r _ie0s :a : n i GL'rac C'S _:S -io`:+iSk :aceta. f -reC-ors. _.:Sr. d ; ccrs. W 'wticr=ed t0 :Ce."1re _ne ::Cilri 3'C31 is a�C`=a 3f-':Q ...e z _even (<) days we.L -- ----_ -. V • :. The Town is proirioiced scrn receiving at this facility, hazardous wase as dem;red :n 6 V'YCU Par, 371 or .arliamd medical wane as defined in 6 NYCZR Par. 360. Approvai ,:.ust be granted in advance, in writing, by the Regional Solid Wane Engineer, ro accept aon-hazardous indurial wase at the utility. 6. The Town shall appiy for and receive a permit for the t[aaier ration before the e7tpiraIIOII Of this temporary authort=OIL i. The Town must submit by December 31, 1996, to the Departra=ether 1.)a=ues • for Put 360 registration approval for[hesubjer traasier i=ty, or, 2.)an irnplemepratioa schedule for the preparation, samirmi and obtaining of a decision by[he Depar�on a permit for the aqe-transfer rc!Ey. Ea the evear the laser is submitted, it may, if . detrmined by the Deparment to be appropriate, result in a fi6_w=amszon of[mss temporary authorization. In no event, however, shall such=rasion coed Ocober 3, S 1997. T'nis authorizadoa is ccaditioned upon the Town's strict uibereIIa to the conditions as outlined above and auure m do so may suit is a revocation of this authorization. • Veny=v"youts, R.Ay I CO%=ti, 'a A R=onal Dire_or MC,-MEG'mils Esc. cc. L. Riiev Cava • NL Carpeadere ?�L =- ea • s • APPENDIX B-2 11 1 7 1 • 1 1 I i APPENDIX C ! Town of Southold Accident Repart • r TOWN OF SOUTHOLD • ACCIDENT REPORT Date of Accident: Time of Accident_ _AM/PM 7 Oral Report By: To: Date: _/_/_ Time: AM/PM Location of Accident: • Brief Description of Accident: Check if continued on separate sheet Action Taken: • Additional Action Required & By Whom: Date of this Report:_/_/_ By: Department: • ANY POLICE REPORT PREPARED REGARDING THIS ACCIDENT MUST BE ATTACHED. Forward Accident Report to Solid Waste Coordinator- Southold oordinatorSouthold Town Solid Waste District P.O. Box 962 Cutchogue, New York 11935 APPENDIX - C 4 I • I l • • APPENDIX D t Town Of Southold SWMP (Executive Summary) • • • • • S.0 SMOIARY This is a Summary of the update to the Solid Waste Management Plan (Sr2Le1 for • the Town of Southold. The Town' �s initial draft S+aSP was adopted by the Town 3oard on September 25, 1990, and s final on 7anuary 22, 1991. Since the adoption of the Slale, there have been a number of changes is solid waste management in Southold and on Long Island. • The update to the SW10 has been necessitated by several factors, including changes in solid waste generation, recycling initiatives, regulatory const *aims, and available capacity at other solid .caste facilities combined with changes ih the cost of cut-of-Town handling and processing by the private sector. These factors have resulted in a change in the Town's preferred processing'alternative • and • cliiq. for the residual waste remaining after reduction, .ease, r cY S.1 Town Setting The Town of Southold is a rj-al t."wa of appro)r�macely 54 square miles located in eastern Su:folk County on Long Island. It is bordered by .e ?aconic Says and Gard'-hers 3ay to the south, and the Long Island Sound to the north. The Town, along with the Town of ?overhead to the west, comprises the North Fork of the •7_ast Endo of Long Island. It also includes the Hamlet of Fishers Island, a • small island co^+ ln; Vt covering approximately four square Iles. The Town supports a 'large agricultural community, as well as a seasonal tourist population and a number of weekend/part-time residents. Of the various ecmmunities in the Town, the larger residential areas are rrimar_ly located -'-- Southold, nSouthold, Cutchogue, Greenport, and Mattituck. The Tows possesses diverse ecological resources including beaches, bays, estuaries, lakes, freshwater and tidal wetlands, and the upland enviro=ent. These resouress are the result of natural physiology and existing development patterns, and are important _or their preservatioral, social, aesthetic, and recreational value. The Town comer-ses 5.3% of Suffolk County's land area, but only 1.5& of the County's population. The la-;est single land use ih the Tawn is vacant land • Tom SUMMARY-1 APPENDIX D • effort are: o Newspaper o Plastic containers o Major household appliances • o Metal containers a Bulk Metals o Household hazardous waste o Clear glass o 4Taste oil o Leaves o Green glass o Old clothes o Brush o Brown glass o Batteries o Wood chips • o Tires o Mixed Paper (other than cardboard) o Cardboard In accordance with its solid waste management planning efforts, the Town has • implemented a mandatory c.irbside rec_�clable collet=ion program cr three residents whose solid .caste is toilet=ad by carters. Residents that use carters ars required to separate green, brown, and clear glass, plastic (HDPE al and T2) , tin and aluminum (cammi39l8d) , newspaper, and cardboard. Collec=ion c'- rsciclabies from customers Zs c:rrently performed once every other week. • Collection by Town perrittad carters is provided for residential, coamercia-, institutional, and iadustriai castomers on an individual contract basis. Commercial, institutional, and industrial waste generators can also deliver their own wastes to the landfi-- provided they are permitted by the Town. Residents • may also drop off their wastes at the solid waste complex with a per3it. Lt is estimated that approximately 107 tons per day of municipal solid wasta was generated in the Town in 1992. This volume is based on 1992 scale Kruse data . from the solid waste complex and includes recyclables. Future waste stream projections have been fo=ulated based on the 1992 data and weighted pcpulaticn estimates through the year 2015, and are as follows: XILr Tons nor day '".ons car year 1989 123 44,895 1992 107.7 39,313 laog 125.6 46,194 2000 134.2 48,995 2005 144.1 52,Sa3 2010 154.4 56,364 Nis 155.3 60,348 5:5aaia • sow SMOUR4-3 • • S.3 Alternatives In formulating the Town's original Plan (final SW January 1991) , a number of alternative processing methods and implementation alternatives had been evaluated. The alternatives have been reconsidered in terms of environmental soundness, applicability, effectiveness and cost, and are presented in this SWMP update. They include: • o Waste Reduction o Land Clear+-ng Debris Recycling, o Household Hazardous Waste a Waste-to-energy Reduction/Recovery Removal o Municipal Solid waste Compost_ng o Materials Recycling o Landfill Disposal a Agricultural and Yard Waste o Clean ?111 Disposal Compastiag a Methcds of Processing/Disposal of o Const=action and Demolition Other wastes • Debris (C&D) Recycling although the State has set a goal of SO% reduction, reuse, and recycling as a benchmark :or rasourte recovery systems, it has been concluded as pall-- Of the updated pian that, given the characteristics of its :caste stream, the Town could target a (iacludiag ccmpostiag) goal of approx:macely 708. The alternatives that .rare previously evaluated is the original S«MP or long-term processing or disposal of the residual portion of the waste stream were: o Continued landfilling (no longer an altarnative within the Town) • o Use cf a new, double-li=ed Town landfill adjacent to existing landfill (no longer a viable alternative) c Processing at the Brookhaven compostiag-energy recovery facility (has not been implemented at this time) • o Processing at Hunciagtoa energy recovery facility c Processing at Babylon energy recovery facility o Processing at an in-Town mixed solid waste (MSW) campostiag fac_1_ty (no longer a viable alternative) o Yard waste exchange arrangement with a town having an energy recovery facility (re-evaluated this past year with the towns of Hnatingtaa/Smithe oWZW Private sector process i=g/disposal (including possible use of Hemnstaad,s existing energy recovery :utility and recently pronased orsate sector fac___t_aa) • o :.tag haul to another fac_l.ty (compcneat of tamparary transfer cceratlons) • "' S'AKP SLlIatAAY-5 • • recovery system. waste Reduction !Baste reduction refers to the reduction of solid waste prior to disposal. This is an important consideration since it may affect the sizing or magnitude of individual operations and facilities. Reduction of the vol=4 of waste could be achieved through Town support of legislation and other initiatives that aim to encourage residential, commercial, industrial, and institutional • establishments to reduce waste generation at the source or point of packaging. This would effectively reduce the volume of waste that the Town would need to make provisions for with regard to collection, processing, disposal, administration, and financing. • Regarding the legislative aspects of waste reduction, the Town will continue to support laws proposed by the County, State, and Federal governments that strive to: o Reduce the volume and type of packag=ng motoris=e, especially those const•tated of plastics which are assentially nonbiodeg;adabia, aonreusable, and non=sc_!clabla o Expand the c.L_ent beverage container deposit law to include a wider a-_ay of containers a Encourage greater use of recycled materials, or products packaged in • recycled or recyclable materials o Promote the development of household hazardous waste removal programs o assist and encourage indust=ial, commercial, and institutional generators to undertake reduction and recycllag prog=3=5 • o assist and encourage homeowners to undertake backyard composting and to laave grass clippings on the lawn The Town w-TI continua to support legislative efforts 7 establish deposits on batteries as a means of reducing the concent=acion Of xecals in various products and residues of solid wasta processing. Batteries constitute an easi'.r removable source of potential contamination £=om the waste st=eam. la addition :.a legislat'--re actions, all sectors of the Town (public, Cammera.al, in Z al, and i ticstianal establishments) wi_'_ be encouraged w • tie Town to reduce 5i5aai- sun SMGUM-7 • The materials targeted '_-r source separation, c.:-bside cc!-' ection, and marketing include paper (newspaper and corrugated cardboard( , colcr segregated glass, tin and aluminum, plastics (FEET and )SPE) , and ferrous and nonferrous metal containers. Laavas, brush and laced clearing debris are also source • separated for the purpose of Composting. In addition, construction and demolition debris, white goods (major household appliances) , tires, and household hazardous waste are kept separate at the Collection Canter. As previously discussed, commercial/indust=-:al toxic or hazardous waste is currently regulated • for proper handling and disposal by Federal and State law. These materials should not be handled by the Town and are recycled or processed at pr•-vate sector : facilities. ieeve"•io• vxa-- ?ouse'rold Appliances • As with the i_itial SR7-0, the updated SWMP's resource =ecover_v system rermmends that discarded major household appliances (also referred to as •Whita goods') contiaue tc he tampC=sur ly stockpiled and transferred on a regular basis to private recyel�g facilities. ahita goods, comprising approximately 13 of the waste stream, include discarded refrigerators, washing machines, dr!ers, stoves, etc. Depending on takets, it is possible that revenues could be generated from this material. AentGl :-�. T:-ns A designated =ortion of the solid waste complex is used = tampo_••ari'_y stoc:¢pile tires for shipment to appropriate reprocessing or raeycli g fac:_:ties. The tempora*y stockpile operacions should be sized to stockpile up to 1,000 tiras • at any given time. Using an assumed, generally accepted generation rate of are tire per person per year for the Town's population Of 20,002, approximately 20,000 tires per year could =squire disposal. Alternatively, usi=q an estimated factor for tires = the residential waste stream of 0.54 tons per day (based c.. 1990 scale house ata) , with an assumed weight of 29 pounds per tire, an average of approxcxately 19,000 tires per year would require proper disposal. Based an these estimates, may be nacessa--y to size a ti=e stockpile and transfer operation to handle between 19,000 and 20,000 tires per year. This would correspond to an average annual transfer arrangement of approximacaly 20 • shipments per year (1,000 ti=es per shipment) , or approximately cne shipment every 2 and 1/2 weeks, with a:_owancss for more f squant shipments dur_ag certa_a peak periods. • :047 Sim SOlOIAkY-9 • • gecyclince Household Hazardous 'waste (car=t.) o Gasoline o Spot Removers o Herbicides o Stain and Varnishes o Kerosene o Wood Preservatives • o Paints o Unknown/Unlabeled Containers The resource recovery system in the Town's updated SWMP recommends that the Town work toward implementing an extensive public awareness, Participation, and education program designed to provide information on the importance of proper-'Y • disposing hazardous materials and the procedures to be followed. The Town's S.T.O.P. program is consistent with the New York State Solid Wasta Management Plan guidelines since it can effectively help reduce the quantity of • hazardous wastes entering the waste stream. Additionally, the S.T.O.?. program is expected to increase environmental consciousness and encou-age residents to segregate and recycle wastes _ager than discard them. is estimated that approximately It of the waste st=eam will be covered by this element. . n 1 ' r r -+ar Ard *OM014"40n nebr43 The development, Planning, peaitting, and capital cost of a construrtion and demolition debris processing faci:ity is cost-ef_ective if it is handled by z:--- private ieprivate sector rather than the T=wn. Consequently, as .r+_th the initial T4KP -t • is recommended ih the updated ?len that this waste no longer be accepted at Town disposal facilities, except on a temporary basis. The recycling/Processing ct this waste should become the responsibility of the Pe vata sector, as is the case in most Towns an Long Island. This would 'help a macimize the ef=iciency of recycling this material. Concrete, rocks, bricks, asphalt, lumber, and pallets 40 are among the components of CLD debris that can be processed and recycled. is estimated that approximacaly 15% of the waste st=eam s comprised of commercially generated construction and demolition dabri-s that could be recovered by this ?Ian element. const===Jon and demolition wastes from residents and • contractors are handled in the same manner. • il6aaR/4 • 1027 8'ow SUJOUM-11 • • • • • • OVERVIEW OF TRANSFER STATION OPERATIONS CUMULATIVE WASTE SUMMARY THROUGH DECEMBER • CUMULATIVE RECYCLING SUMMARY THROUGH DECEMBER • 1996 • APPENDIX E • • OVERVIEW OF TRANSFER STATION OPERATIONS 1. DESCRIPTION OF RESOURCES No changes to the District's funding mechanisms or management structure is anticipated at this time, although development of a long-range plan for the District is now underway. 41 2. WASTE RECEIVING AND TRANSFER The Town transfer station operates under a temporary permit from the • DEC (pending approval of plans for a new/re-designed transfer station). It receives municipal solid waste generated within the Town by residential and commercial sources. Approximately 10,000 tons are received annually. The waste is delivered individually both by residents and small commercial contractors bringing their own waste (self-haulers) as well as by commercial 41 garbage carters. All waste to be transferred is deposited into a cement pit, or trench, inside the existing collection building where it resides until the long-haul trailer(s) arrive to be "live-loaded." The trench can hold approximately 300 cubic yards of waste. Permit conditions require all waste to be removed within 48 hours of being received. 0 Upon arrival and weighing at the scale, transfer trailers drive in a temporary loading "slot" located outside the collection building approximately 75 yards from the trench containing the waste to be loaded. The transfer trailers rest on an asphalt surface approximately 4 feet below the loading grade. All 0 loading is done with a front end bucket loader fitted with hydraulic clamps to grab and hold the garbage. Waste is packed, or pressed down, into the trailer by the payloader bucket. Once filled with waste, the transfer vehicles pulls out of the slot and proceeds to the scale to be weighed. If too much weight is on the trailer, the truck will return to the loading slot where the payloader operator will remove enough waste to bring the truck to a legal weight If more waste can be accepted, the operator will add it to the load. Upon being properly loaded, the truck will "scale out," receiving a weight ticket, and pull off to a convenient location where the driver will tarp the load. PLEASE NOTE: The New Transfer Station Currently Being Planned Will Allow for Indoor Loading and Tarping of the Waste. The Town Anticipates Construction of the New Station Will Be Completed Sometime in 1998. 0 Appendix E • 3. RECYCLING OPERATIONS a) Following is a description of key elements of Southold Town's source • separation and recycling program. 1. Procedures for implementing the current program. • Collection Methods. Recyclables are brought to the Collection Center in two ways: a) self-hauled by residents, and b) hauled from curbside by private carters. a) Self-hauled recvclables are accepted during the Collection • Center's regular hours, 7:00 am -5:00 pm, Monday through Sunday. Self-haulers deposit the following items at the recycling drop-off station: 1) glass bottles separated by color, 2) tin and aluminum cans into separate 2-cu. yard containers; 3) plastic containers; 4) polystyrene (PS)(#6 plastic); 5) mixed paper, and newspaper • (ONP). Corrugated cardboard is also accepted, but at an outdoor "bunker" away from the main recycling drop-off station. The glass is deposited into 2-cu. yd containers. When full, the glass containers are carried via forklift from the drop off station 0 to roll-off containers located at a below-grade storage area outdoors, approx. 60 feet to the north of the main collection building; the tin/aluminum cans are brought to an outdoor"bunker' (a 30' by 40' paved area enclosed on 3 sides by movable concrete block walls 4' in height); the plastic is hand-sorted to remove HDPE • and PET containers, which are then baled in one of two small vertical downstroke balers. The remaining plastic consists of a mix of#2 color containers and other miscellaneous plastic. This mix is removed in a container via forklift and dumped in another outdoor bunker; the PS is placed into bags set up in one of two PVC frame bins at the drop-off station. There are separate PS bags for"peanuts" used in shipping packages, block used to pack electronic equipment, and food service containers. Mixed paper is dropped off into 4-cu. foot size gaylord boxes, which are then loaded via forklift into a van-type trailer for hauling to the recycler. Corrugated cardboard is deposited in an outdoor "bunker' to hold until there is enough to load an open-top trailer for hauling to the recycler. The corrugated bunker is shared with carters bringing in corrugated from curbside. ONP is deposited • into small carts used to transport the paper to roll-off containers stationed at the outdoor storage area. The ONP is then hauled out under arrangement with a private firm. • • b) Private carters deliver source-separated curbside recyclables • consisting of all the same items as self-haulers, with the exception of polystyrene (#6 plastic). The glass bottles (also separated by color) are delivered directly to the roll-off containers at the bi-level drop area: the tin/aluminum cans, plastic containers, and corrugated cardboard are brought directly to the outdoor"bunkers' that were • mentioned above. the curbside plastic comes in at too fast a rate to allow it to be sorted to extract the valuable HDPE and PET. It is merely loaded loose into an open top trailer for hauling to the recycler. The haulers bring mixed paper to the same gaylord boxes used by the self-hauling public. They bring ONP directly • to the rolloff in the bi-level area mentioned above. Processing Design/Description -The facility to which sett-haulers bring their recyclables is a section of a large building (the Collection Center) that also houses an enclosed facility for the residential • and commercial delivery of garbage, a mechanic workshop. and the Center's central office. The main residential self-hauler recycling drop-off area is on a covered concrete slab 50' by 25', open on one 50' side. It contains containers and bins for the drop off of glass (sorted into clear, green, and brown), plastic. tin and aluminum cans, and polystyrene. It also contains the vertical balers used to bale HDEP and PET plastic, which is separated from the mixed plastic stream by facility staff. The corrugated is deposited at an outdoor bunker that is also used by • haulers delivering corrugated from curbside. Mixed paper is deposited. by both self-haulers and curbside haulers, to the gaylord boxes that are lined up along one wall of the residential garbage drop-off floor. • Curbside glass and ONP are delivered to roll-offs located in the bi-level drop area; curbside cans, plastic, and corrugated are delivered to the outdoor bunkers. 4. ACCOMPLISHMENTSINEW ISSUES • a) The 1956 period saw several significant and unique developments that contribute towards the MSW management goals set out in the SWMP. • 1) Acquisition of Yard Waste Processing Equipment. In anticipation of receiving ultimate approval of the Town's compost plan, the District acquired the necessary equipment to process and compost • 3 • all of the yard waste currently generated within the Town. 2) Enhancement of Source-Separation Recycling Program. The • Town adopted a design concept for a new transfer station that reinforces its ability to handle existing source-separated recyclables from both self-haulers and carters, and which provides for future expansion of the source-separation program. This demonstrates the Town's commitment to source-separation • as the operating principle behind all of its recycling efforts, and as the means to achieving the recycling rates envisioned in the SWMP. Southold is unique in this regard. 3) Addition of Polystyrene to Source-Separated Recycling • Proaram. Southold became the first Town on Long Island to initiate a Town-wide polystyrene recycling program by participating in a pilot-project sponsored by the American Plastics Council (APC) and the County of Suffolk. Starting in May 1996, the recycling center collected and shipped to a • Long Island vendor 3 grades of polystyrene (#6 plastic). Approximately 2 tons of this extremely light material (600 cu. Yds) were collected and moved. One of the grades, packaging "peanuts," were delivered directly to package shipping outlets for re-use. 4) "Cans for Kids" Program. The Town initiated a drop-off program to collect 5p deposit aluminum beverage cans for use by a local youth environmental organization. We estimate approximately $15,000 worth of these cans are delivered • to the recycling center each year. The Town solicited and received the cooperation of local beverage distributors and sales outlets to accept cans delivered by youth group members who will use the income to fund group activities, which include nature area cleanups, ecosystem study sessions, and recreational camping and field trips. The drop off facility is designed to keep cans sorted into the required brand-name groupings, thus making it easier for the group to redeem them. b) Issues with a potential effect on MSW haul and disposal arrangements • are listed below. Item Issue New Transfer Station Town plans to construct a new facility for • receiving and transferring waste and recyclables adjacent to the existing 4 • • transfer station. A conceptual design has been approved. Engineering specifications • for the new station will be completed by early summer and submitted to the Town for approval and permit application to the DEC. Construction is expected to begin late in 1997. Existing loading patterns will be • changed to accommodate construction activities. The Town will work with the contractor in advance to address any changes in loading arrangements, including any effects on the location • where long-haul trailers are to be staged for loading or the time or days of week available for loading. • Permit for Full Scale Yard DEC approval of plan submitted in 1995. • Waste Compost Facility (May depend on ultimate approval of Closure Plan). Town continues with previously approved small-scale composting program as well as volume reduction of excess yard waste (shredding and chipping) for give-away program or use on-site as ground cover or slope-stabilizing medium. • Capping and Closure of The Town is planning to begin capping and • Landfill closure operations of the now inactive landfill (which is adjacent to the transfer station) within the next two years. This activity may have minor impacts on SW transfer operations due to increased traffic at the site or occasional 16 diversion of resources to activities other than loading MSW. The Town will notify the contractor in advance if it appears that such impacts may result in delayed or postponed loading operations. • • ovwtmnf 0 5 • a� f # ftff#.ftf f€t# ff f € # t� 7L"a 8:$:Aia=888 a Ra fig BR ifi 8 a � R _ —__ g f9lifitfAillk f 9999 9f 9 1 ' E aaRSaiB$8-:A8 e � a a 33 =zae:aaessasa a sEs;z a" 4 • a :a�«eaaa�e' �1's on s a LU IL :s«assess:a-a a :«aR :a $ = a V w • � --sa«a.a«sasa $ aR«« -a a s ? « - = aaeA a« a a } � _29852219 • = t:=e8 Sea e y w goes«::g:g8a8 a :aaa a: : a Q 23RAaaiS$i3R8 a agai Ra LU 9D�AR3d§sRsa- dE'" !' F � 9 • v :Rasaa:saa-as a egos -« s R os sa<. J. � $ ilia *� gg4 � • 3$ • �t: � # #6 s ss #k ��l 8=1E E � b`$�`R^ww�ry ass 99IS9889sA9 a S 3 3 o $ • --------------- •-Ij ( --------------y-y--- It sget Igge-fdam ' • ' �� mai w.a.Reone.�e n �� a ':" T� ' asz =c-asasss:s i � s ax RR s w � ;a aa .« 4 3 gas =oaassassss as R is • Z ^sn R=e_'e88a8sa a o �a As ^a - as n a o cc Rai 82spossa-a98 w. LU & a.R _°wAp'-aww« 0 R «- a A9 nA - w « W as '_ ^ aR; :92:R2ssss3 V '°R «: W A ' e •n & � D < SR R Q' :R8 'oa A oa wo Z _ R^R r ' •. 992 O aa«aaSRar a O 'sA R.ssasaaa R w s� S SR ai a e g ca a«% LLJ Ron o :aaSB geese n A A9 2 p; g A • Q o^ . ► it s as ao ii n s 8 0 y o^„r § aASRa--SpA ^ So • 7f tg3 a a y : ; APPENDIX E