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