Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Well Drilling Services for Town Landfill
!tb cmdca and Bartilucci CONSULTING ENGINEERS 6800 Jericho Turnpike, Syosset, New York 11791 516-364-9892 • Fax: 516-364-9045 February 1, 1991 Scott L. Harris, Supervisor Town of Southold Town Hall 53095 Main Road P.O. Box 1179 Southold, NY 11971 Re: Southold Landfill Hydrogeologic Investigation Laboratory Analytical and Well Drilling Services D&B No. 1027 Dear Supervisor Harris: As requested, our firm has reviewed the bids that were sent to us for both laboratory analytical services and well drilling. Upon review, a few mathematical errors were noted. Corrected bids are enclosed for Empire Soils Investigations, both the analytical and well drilling bids, and Water Resources Inc. 's well drilling bid. None of these corrections affected contractor selection. To evaluate the bids, summary tables were developed for the analytical services and well drilling, listing the items in each bid and the prices provided by each firm/laboratory (enclosed) . After reviewing all bids, Dvirka and Bartilucci recommends that Nytest Environmental , Inc. be awarded the laboratory analytical contract and R&L Well Drilling be awarded the well drilling contract. Both of these subcontractors were the low bidders, and their bids appear responsive. We have worked with Nytest previously and have found them satisfactory and in discussions with R&L, they have affirmed their understanding of the specifications and their ability to do the work. References contacted indicated that R&L's work has been satisfactory. (: Recycled Paper . 0 DVIRKA AND BARTILUCCI Scott L. Harris, Supervisor Page 2 Town of Southold February 1, 1991 If you have any questions or comments, or require additional information, please call me at (516) 364-9892. Very truly yours, ."1 Thomas F. Maher TFM:ft Enclosures cc: Judith Terry, Town of Southold Robbin Petrella, D&B (_ Recycled Paper Sample Analytical Matrix Method HAS NEI H2M IEA Soil 8240 $1,925 $1,295 $1,575 $1,575 601/602 980 980 1,575 1,190 8270 3,220 3,465 3,220 3,395 8080 1,225 1,260 1,610 1,540 200.7/335.2 2,450 1,120 1,575 2,240 1310 3,465 2,450 3,850 3,780 Groundwater 8240 3,500 2,590 2,940 3,010 601/602 1,960 1,960 2,940 2,100 8270 6,090 6,930 5,880 6,440 8080 2,100 2,520 2,940 3,010 200.7/335.2 4,690 2,240 3,010 4,200 Leachate Parameters 6,160 2,310 4,340 4,340 Leachate 8240 750 555 630 645 601/602 420 420 630 450 8270 1,305 1,485 1,260 1,380 8080 450 540 630 645 200.7 1,005 408 600 825 Leachate Parameters 1,320 495 930 930 Trip Blank 8240 NC 555 630 645 601/602 NC 420 630 450 Field Blank 8240 750 555 630 645 601/602 420 420 630 450 8270 1,305 1,485 1,260 1,380 8080 450 540 630 645 200.7/335.2 1,005 480 645 900 Leachate Parameters 1,320 495 930 930 Matrix Spike Liquid 8240 250 185 210 215 601/602 140 140 210 150 8270 435 495 420 460 8080 150 180 210 215 200.7 335 136 200 275 Leachate Parameters 440 165 310 310 1310 395 350 525 NA 01027 Sample Analytical Matrix Method HAS NEI H2M IEA Matrix Spike Solid 8240 $ 275 $ 185 $ 225 $ 225 601/602 160 140 225 170 8270 460 495 460 485 8080 175 180 230 220 200.7 350 136 210 290 Leachate Parameters 440 165 310 NA 1310 495 350 550 540 Matrix Spike 8240 NC 185 210 215 Duplicate Liquid 601/602 NC 140 210 150 8270 NC 495 420 460 8080 NC 180 210 215 200.7/335.2 NC 160 215 300 Leachate Parameters NC 165 310 310 1310 NC 350 525 NA Matrix Spike 8240 NC 185 225 225 Duplicate Solid 601/602 NC 140 225 170 8270 NC 495 460 485 8080 NC 180 230 220 200.7/335.2 NC 160 225 320 Leachate Parameters NC 165 310 NA 1310 NC 350 550 540 Shuttle 80 NC 225 --- Diskette 100 685 150 160 TOTAL $52,945 6 45,310 55,115 $55,065 (Corrected Total) ($53,085) ©1027 Item Tyree ( / R&L WR Delta AA WG Empire Bedell Mob & Demob $ 3,500 $ 500 $ 7,500 $ 4,000 $10,235 $ 8,000 $ 8,000 $ 600 Decon Pad 3,600 500 2,000 1,500 1,200 4,000 2,000 800 Set Up 4,200 700 0 4,200 2,450 4,200 7,000 0 Shallow Boring 7,122.50 5,775 11,550 6,160 9,240 11,550 9,625 15,400 Deep Boring 22,050 26,250 31,500 18,900 30,450 31,500 36,750 52,500 Split Spoon Sampling 4,500 9,000 7,500 13,500 6,000 6,000 7,500 25,500 Shallow Well - Casing 657.50 447.10 2,630 867.90 1,578 4,734 6,575 3,945 - Screen 3,920 3,640 4,200 4,655 6,580 8,400 8,400 6,300 - Plug 245 182 350 294 350 280 1,050 0 - Cap 56 35 140 49 28 210 1,050 0 Deep Well - Casing 2,495 1,796.40 9,980 3,293.40 6,986 17,964 24,950 14,970 - Screen 1,960 1,820 2,100 2,520 3,640 4,200 4,200 3,150 - Plug 245 182 350 294 350 280 1,050 0 - Cap 56 35 140 49 28 210 1,050 0 Bentonite Seal 560 392 210 294 308 560 NC 700 Grout 13,000 2,400 2,000 2,800 2,400 4,000 NC 4,000 Sand Pack 617.50 487.50 650 715 650 975 NC 1,300 Cement 826 168 210 168 126 560 NC 280 Well Development 3,640 4,200 5,600 4,200 5,040 7,840 7,000 5,600 Surface Casing 938 1,400 1,400 2,800 1,400 2,100 2,100 1,050 Water Containment 2,500 2,250 3,000 2,250 3,250 5,000 5,000 1,500 Soil Containment 1,800 1,350 1,800 1,350 2,250 3,000 3,000 750 Standby Time 4,000 1,000 2,500 1,200 1,400 2,500 3,400 1,400 TOTAL $82,488.50 $64,510 $97,520 $76,059.30 $95,939 $128,063 $136,300 $139,745 (Corrected Total ) ($93,310) ($139,700) 101027 January 23, 1991 Southold Town Hall 53095 Main Road Southold, New York 11971 Attention: Judith T. Terry Reference: Well Drilling Services Southold Town Landfill Site Gentlemen: As per your recent request enclosed please find our bid for the above referenced project. If you have any questions please contact us at (908) 287-2224. Thank you for the opportunity to bid. Very truly yours, EMPIRE SO LS I STIGATIONS, INC. W. Dean Ander on Vi a President F WDA/ks 35 NATIONAL ROAD, EDISON, NJ 08817, 201-287-2224 BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHO NEW YO K Contractor's Signature: . Title: Vice President Date: January 23, 1991 Company Name: EMPIRE SOILS INVESTIGATIONS, INC. Company Address: 35 National Road, Edison, NJ 08817 Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once $8.000.00 $ 8,000.00 ' and Demobilization Sum b. Construction of Lump Once $2,000.00 $ 2,000.00 Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 s 500.00 $ 7,000.00 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal $ 29.00 9,625.00 (7 water table wells Feet Feet - average depth of 55 feet)*** b. Deep Borings Lineal 1050 Lineal $ 35.00 $36,750.00 (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 N Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples $ 25.00 $ 7,500.00 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet $ 25.00 $ 6,575.00 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth Lineal 140 Lineal 35 to 55 feet)*** Feet Feet $ 60.00 $ 8,400.00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs L-150—.00 $ 1,050.00 4. 2" Vented PVC Well Caps Cap 7 Caps $ 150.00 $ 1,050.00 b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet $ 25.00 $24,950.00 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet $ 60.00 $ 4,200.00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs $ 150.00 $ 1,050.00 4. 2" Vented PVC Well Cap Cap 7 Caps $ 150.00 $ 1 ,050.00 6. Bentonite Seal Bag 14 Bags Included Included (100 lbs. per bag) CP-2 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 1. Cement/Bentonite Grout Per Bag 200 Bags Included Included Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags Included Included (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags Included Included Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours $ 125.00 $ 7.000.00 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover $ 150.00 $ 2,100.00 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums $ 100.00 $ 5,000.00 Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-G'allon On-Site Drum Drums $ 100.00 $ 3,000.00 14. Standby Time Per Hour 20 Hours $ 170.00 $ 3,400.00 TOTAL AMOUNT OF BID (IN FIGURES) $13fr, �0 /J9 7-00 TOTAL AMOUNT OF BID (IN WORDS) One hundred & 36 thousand three hundred dollars DOLLARS CP-3 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder; nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) del (Corporate Title) (if any) Vice Presient Bid on WELL DRILLING SERVICES • - J9N. 23 '91 02:06PM MPL•S SAF INS CO � P.2/2 SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST gNATIONAL NSURANCE COMPANY BAFECOm HCME OFF CA CE: 30lC0 PLAZA SEATTLE, WASHINGTON 98185 Bono BID BOND I KNOW ALL BY THESE PRESENTS, That we, EMP I RE SOILS 1 NY E S T i GA T I ONS, INC. of 140 TELEGRAPH RD. , M I DOLEPORT , NY 14105 (hereinafter called the Principal), as Principal, and GENERAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety, are held and firmly bound unto TOWN OF SOUTHOLD, NY (hereinafter called the Obligee) in the penal sum of F I V E P E R CE N T OF A MOU N T OF 01 D r r r r r • " * r r ■ r r r r r r r r • V _ * e r r r r r r r r r r r Dollars ($ 5% OF 81 D" " ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for WELL DRILLING PROJECT ON SOUTHOLD TOWN LANDFILL IN CLITCHOGUE , NY NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 23RD day of JANUARY EMPIRE SOILS (See)) INV T/1 A S, Priftoipal; Witness GENERAL INSURANCE COMPANY'�UF AMERICA By I�tton�ey-in-Paci RegisleM trpdeMarK of SAFECO Corporalson. 9.156 VEP 7178 PRINTED IN U.S.A. BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD., NEW YORK Contractor' s Signature: Title: '14 51? _n-% Date: 4`3 15,1 Company Name: W. CSS / C - Company Address: 5-7- ,`�' %iY,_7-1r- 113e0 x-) Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once Q p and Demobilization Sum b. Construction of Lump Once Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 Borehole Boreholes 3. Borehole Drilling** - (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal 3©J Q (7 water table wells Feet Feet - average depth of 55 feet)*** b. Deep Borings Lineal 1050 Lineal 3a (7 deep/clay interface Feet Feet wells —�--- - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoonr 7 _ decontamination) Samples Samples 5, / S D� 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet ��• ZO 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth Lineal 140 Lineal 35 to 55 feet)*** Feet Feet , Zoo, 3. 2" Stainless Steel Screen r Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Caps Cap 7 Caps Z o, C, b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet �j'� - 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal C3 0 feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 0. 5 O, 4. 2" Vented PVC Well Cap Cap 7 Caps 6. Bentonite Seal Bag 14 Bags (100 lbs. per bag) CP-2 4 . Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 1. Cement/Bentonite Grout Per Bag 200 Bags � 2 Portland Cement - Type I (100 lbs. per bag) 8. Sand PackPer Bag 65 Bags (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags /ll 21o , Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover O 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums ,12 Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums ' 4QO 14. StandbyTime - Per Hour 20 Hours �5 TOTAL AMOUNT OF BID (IN FIGURES) $ Q, TOTAL AMOUNT OF BID (IN WORDS) DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BIO. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. 01027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) ( / (Corporate Title) (if any) Bid on WELL DRILLING SERVICES January 22, 1991 Southold Town Hall 53095 Main Road Southold, New York 11971 Attention: Judith T. Terry Town Clerk Reference: Laboratory Analytical Services Southold Town Landfill Site Dear Ms. Terry: Pursuant to your invitation of January 3, 1991 we are pleased to present our unit fee/estimated cost proposal for performing the desired analytical testing services for the above referenced project. Our proposal is based on the "Specifications for Laboratory Analytical Services" dated November 1990. Our unit fees are provided on the bid sheets found in Attachment #1 and in this letter. The following fees should be considered along with the bid sheets attached. o Meetings including Laboratory Personnel $1,750.00/meeting o Other Meetings $ 600.00/meeting Please note that the total price on page 6 of 7, of Attachment #1 reflects only one shuttle and diskette deliverable charge. Estimated quantities for these items could not be determined based on the information provided. In addition we site the fol- lowing additions and adjustments to the contract. 1) Due to the short holding times required for some of the testing it will be necessary for samples to be obtained at the closest time possible to pickup or delivery for over- night shipping . Ideally the sample should be obtained the late afternoon prior to an early morning delivery to the lab. 2) Boron would be analyzed by EPA Method 200.7 instead of the requested EPA Method 212.3 . 3) Although no longer applicable, our Laboratory meets the re- quirements of a NYS DEC Contract Laboratory. We have no ob- jection to a NYS DEC audit if required to secure this bid. 35 NATIONAL ROAD, EDISON, NJ 08817, 201-287-2224 January 22 , 1991 Page -2- The "General Conditions for Hazardous Waste Site Services" in Attachment #3 should be reviewed as it forms part of this pro- posal. We appreciate the opportunity to be of service to you. If you have any questions regarding this proposal please contact us at your convenience. Very truly yours, EMPIRE SOILS INVESTIGATIONS, INC. PC Bruce A. LaPenta, P.E. Geotechnical Engineer cc: Kathy Syracuse, H.A.S. BAL/ks EmEURE VM 4 Attachment #1 Page 1 of 7 BID SCHEDULE , ANALYTICAL PROGRAM TOWN OF SOUTHOLD LANDFILL SOUTHOLD, NEW YORK DATE: January 17, 1991 LABORATORY NAME: Huntingdon Analytical Services ADDRESS: P.O. Box 250 Middleport, NY 14105 SIGNATURE: ���, .�/� �'`, Zc2G��`='�- TITLE• • Director, Environmental DATE: 4e-xe e- HYDROGEOLOGIC INVESTIGATION SAMPLE MATRIX TYPE OF ANALYSIS METHOD ESTIMATED TOTAL ITEM UANTITY (2) UNIT PRICE (3) PRICE 1. Soil (solid) Volatile Organic Compounds 8240 7 $ 275.00 $ 1925.00 (USEPA SW-846, Method 8240, 601/602 7 $ 160.00 $ 9ft&-.W x/020 .601 and 602) (Note B) Semi-volatile Organic 8270 7 $ 460.00 $ 3220.00 Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 7 $ 175.00 $ 1225.00 (USEPA SW-846, Method 8080). TCL Metals and Cyanide Note A 7 $ 350.00 $ 2450.00 (NYSDEC ASP 200.7 and 335.2) Extraction Procedure Toxicity 1310 7 $ 495.00 $ 3465.00 Test, Metals & Pesticides/ Herbicides (EPTOX), USEPA SW-846, Method 1310 NOTE: The matrix spike samples are chargeable and the matrix spike duplicate is non-chargeable. Page 2 of 7 ESTIMATED TOTAL ITEM SAMPLE MATRIX TYPE OF ANALYSIS METHOD QUANTITY (2) UNIT PRICE (3) PRICE 2. Ground Water (liquid) Volatile Organic Compounds 8240 14 $ 250.00 $ 3500.00 (USEPA SW-846, Method 8240, 601/602 14 $ 140.00 $ 1960.00 601 and 602) (Note B) Semi-volatile -Organic 8270 14 $ 435.00 $ 6090.00 Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 14 $ 150.00 $ 2100.00 (USEPA SW-846, Method 8080) TCL Metals and Cyanide Note A 14 $ 335.00 $ 4690.00 (NYSDEC ASP 200.7 and 335.2) Leachate Parameters Note C 14 $ 440.00 $ 6160.00 3. Leachate Volatile Organic Compounds 8240 3 $ 250.00 $ 750.00 (USEPA SW846, Method 8240, 601/602 3 $ 140.00 $7 420.00 601 and 602) (Note B) Semi-volatile Organic 8270 3 $ 435.00 $ 1305.00 Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 3 $ 150.00 $ 450.00 (USEPA SW-846, Method 8080) TCL Metals Note A 3 $ 335.00 $ 1005.00 (NYSDEC ASP 200.7) Leachate Parameters Note C 3 $ 440.00 $ 1320.00 NOTE: The matrix spike samples are chargeable and the matrix spike duplicate is non-chargeable. Page 3 of 7 ESTIMATED TOTAL ITEM SAMPLE MATRIX TYPE OF ANALYSIS METHODUAQ NTITY (2) UNIT PRICE (3) PRICE 4. Trip Blanks Volatile Organic Compounds 8240 3 $ NC $ NC (USEPA SW846, Method 8240, 601/602 3 $ NC $ NC 601 and 602) (Note B) 5. Field Blanks Volatile Organic Compounds 8240 3 $ 250.00 $ 750.00 (USEPA SW-846, Method 8240 601/602 3 $ 140.00 $ 420.00 601 and 602) (Note B) Semi-volatile Organic 8270 3 $ 435.00 $ 1305.00 Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 3 $ 150.00 $ 450.00 (USEPA SW-846,. Method 8080) TCL Metals and Cyanide Note A 3 $ 335.00 $ 1005.00 (NYSDEC ASP 200.7and 335.2) Leachate Parameters Note C 3 $ 440.00 $ 1320.00 6. Matrix Spikes Volatile Organic Compounds 8240 1 $ 250.00 $ 250.00 Liquid (USEPA SW-846, Method 8240, 601/602 1 $ 140.00 $ 140.00 601 and 602) (Note B) Semi-volatile Organic 8270 1 $ 435.00 $ 435.00 Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 1 $ 150.00 $ 150.00 (USEPA SW-846, Method 8080) TCL Metals Note A 1 $ 335.00 $ 335.00 (NYSDEC ASP 200.7) NOTE: The matrix spike sample is chargeable and the matrix spike duplicate is non-chargeable. Page 4 of 7 ESTIMATED TOTAL ITEM SAMPLE MATRIX TYPE OF ANALYSIS METHODUAQ NTITY (2) UNIT PRICE (3) PRICE 6. Matrix Spike Leachate Parameters Note C 1 $ 440.00 $ 440.00 Liquid (continued) Extraction Procedure Toxicity 1310 1 $ 395.00 $ 395.00 Test, Metals & Pesticides/ Herbicides (EPTOX), USEPA SW-846 Method 1310 Matrix Spikes Volatile Organic Compounds 8240 1 $ 275.00 $ 275.00 Solid (USEPA SW-846, Method 8240, 601/602 1 $ 160.00 $ 160.00 601 and 602) (Note B) Semi-volatile Organic 8270 1 $ 460.00 $ 460.00 Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 1 $ 175.00 $ 175.00 (USEPA SW-846, Method 8080) TCL Metals Note A 1 $ 350.00 $ 350.00 (NYSDEC ASP 200.7) Leachate Parameters Note C 1 $ 440.00 $ 440.00_ Extraction Procedure Toxicity 1310 1 $___495 00 $ 495.00 Test, Metals & Pesticides/ Herbicides (EPTOX), USEPA SW-846 Method 1310 NOTE: The matrix spike sample is chargeable and the matrix spike duplicate is non-chargeable. Page 5 of 7 ESTIMATED TOTAL ITEM SAMPLE MATRIX TYPE OF ANALYSIS METHODUAQ NTITY (2) UNIT PRICE (3) PRICE 7. Matrix Spike Volatile Organic Compounds 8240 1 $ NC $ NC Duplicates USEPA SW-846, Method 8240, 601/602 1 $ NC $ NC Liquid 601 and 602 (Note B) Semi-volatile Organic 8270 1 $ NC $ NC Compounds (USEPA 'SW-846, Method 8270) Pesticide/PCB. Compounds 8080 1 $ NC $ NC (USEPA SW-6, Method 8080) • TCL Metals and Cyanide Note A 1 $ NC $ NC (NYSDEC ASP 200.7 and 335.2) Leachate Parameters Note C 1 $ NC $ NC Extraction Procedure Toxicity 1310 1 $ NC' $ NC Test, Metals & Pesticides/ Herbicides (EPTOX), USEPA SW846 Method 1310 Matrix Spike Volatile Organic Compounds 8240 1 $ NC $ NC Duplicates USEPA SW-846, Method 8240, 601/602 1 $ NC $ NC Solid 601 and 602 (Note B) Semi-volatile Organic 8270 1 $ NC $ NC Compounds (USEPA SW-846, Method 8270) Pesticide/PCB Compounds 8080 1 $ NC $ NC (USEPA SW-6, Method 8080) TCL Metals and Cyanide Note A 1 $ NC $ NC (NYSDEC ASP 200.7 and 335.2) Leachate Parameters Note C 1 $ NC $ NC Extraction Procedure Toxicity 1310 1 $ NC $ NC Test, Metals & Pesticides/ Herbicides (EPTOX), USEPA SW846 Method 1310 Page 6 of 7 SAMPLE MATRIX TYPE OF ANALYSIS METHOD EUANTITYO(2) UNIT PRICE (3) TOTPRICEEN, 8. Roundtrip Note (5) $ 80.00 S 80'.00 Shuttle Service (Price/Cooler) 9. Diskette Deliverables 1 per data $loo.00, $ 100.00 package As specified on page 2 of 6 of Specifications for Laboratory Analytical Services - "spreadsheet summary TOTAL $5R,,945.00 format listed alphabetically by parameter." (5-3 a N Page 7 of 7 (1) Estimated Quantities are provided for evaluation purposes only. Estimated Quantities may increase or decrease subject to Town approval . For matrix spike/matrix spike duplicate, indicate whether cost is included in the cost of analysis of the environmental sample or separate. If separate, specify. (2) Unit Prices held firm thru December 31, 1991. (3) All deliverables as per requirements of the 1989 New York State Department of Environmental Conservation Analytical Services Protocol . Two (2) copies of complete deliverables are required. (4) Federal Express (5) Estimated number of coolers based upon the number of sampling days. Individual Prices Cost Per Sample (1989 ASP) Individual Prices Cost Per Sample (SW-846) Parameters Aqueous Non-Aqueous Parameters Aqueous Non-Aqueous TCL Metals $ 300.00 $ 310.00 TCL Volatiles (8240) $250.00 $275.00 Cyanide $ 35.00 $ 40.00 TCL Volatiles (601/602) $140.00 $160.00 TCL Semi-Volatiles (8270) $435.00 $460.00 TCL Pesticides/PCBs (8080)$150.00 $175.00 Note A: SW-846 Methods for: Selenium (7740) Lead (7421) Thallium (7841) Mercury (7470) Arsenic (7060) Note B: Volatile Analysis by Method 601/602 depends on the results of the analysis by Method 8240. If any of the 601/602 compounds are not found above the detection limit in Method 8240 then analysis by Method 601/602 must be done. Note C: Leachate parameters are listed in Table 5-2 found in Attachment No. 2. Attachment #2 SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA O FIRST NA L NSURANCE COMPANY OF SAFEM a HOME OFFICE: SAFECO PLAZA SEATTLE. WASHNGTCN 98185 Bond BID BOND KNOW ALL BY THESE PRESENTS, That we, EMPIRE SOILS INVESTIGATIONS , INC. of 140 TELEGRAPH RD, MIDDLEPORT , NV 14105 (hereinafter called the Principal), as Principal, and GENERAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety, are held and firmly bound unto TOWN OF SOU T HOL D (hereinafter called the Obligee) in the penal sum of FIVE PERCENT OF AMOUNT OF BID* * * * ' * * * * * * * * * * * * * * * * * * * * * * * Dollars(S 5% OF B I D* * ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for LABORATORY TESTING SERVICES FOR TOWN LANDFILL PROJECT NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 22ND day of JANUARY EP I RE OILS (Baal) INVE-yIyGA N INC. Pripcipal Witness Vice P P sident Title GENERAL INSURANCE COMPANY OF AMERICA J ttornoy-in-Fact S-1561/EP 7/72 ®Registered trademark of SAFECO Corporation. PRINTED IN U.S.A. ® GENERAL INSURANCE COMPANY OF AMERICA SG,O® FINANCIAL STATEMENT — DECEMBER 31, 1989 Assets Liabilities Cash and Bank Deposits .................. $ 1,747,093 Unearned Premiums ...................... $ 217,352,809 *Bonds — U.S. Government ....... ......... 106,537,570 Reserve for Claims and Claims Expense ..... 616,247,546 Reserve for Dividends to Policyholders...... 6,829,140 *Other Bonds............................. 730,950,339 Additional Statutory Reserve .............. 10,997,615 *Stocks ............................. ..... 270,985,152 Reserve for Commissions, Taxes and Other Liabilities........................ 53,498,606 Real Estate .............................. 16,913,853 Total ............................... $ 904,925,716 Agents'Balances or Uncollected Premiums... 83,453,567 Capital Stock .............. $ 2,500,000 Accrued Interest and Rents ................ 25,807,758 Paid in Surplus ............. 2,391,058 Unassigned Surplus ......... 378,526,640 Other Admitted Assets .................... 51,948,082 Surplus to Policyholders .............. 383,417,698 Total Admitted Assets ................ $1,288,343,414 Total Liabilities and Surplus ........... S1,288,343,414 S��CE C9yP��` 0 S T *Bonds are stated at amortized or investment value; Stocks at Association Market Values. WSEAL Securities carried at$101,895,522 are deposited as required by law. J925 �n ' if Wasti�Q�� 1, PHILIP A.STEPHENS,senior vice-president of General Insurance Company of America,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31, 1989,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington,this 1st day of March, 1990. Senior VA-President *Registered trademark of SAFECO Corporation. S-885 1'90 PRINTED IN U.SA. POE SAINSURANCE COMPANY OF AMERICA ® OF ATTORNEY GEN RAL INSURANCE COMPANY OF AMERICA HOME OFFICE:SAFECO PLAZA SEATTLE,WASHINGTON 98185 SAFEM No. 9065 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint -----------------JAN CEDERHOLM------------------------------------------------------ its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 29th day of July _ 19 88 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . ..On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i); The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Boh A- Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws-the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal oflaid corporation this �a*I d day . 19 • ® SAFECO NSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA CO ION FIRST NATAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 ACKNOWLEDGMENT BY SURETY STATE OF MINNESOTA County of HE NNE P I N On 22ND day of JANUARY 1991 , before me personally appeared 'COMPANY to me to be the Attorney-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY, the corporation that executed the within instrument,and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. avid L. Bakke [^P=?, -OTARYPUBLIC-MINNESOTANNEPIN COUNTY PIRES DEC. 2S� 1991 Notary--Public 1n the State of (Seal) County of HENNEP I N F S-2301EP R4 W7e PRINTED IN U.S.A. Attachment #3 f RMPTR EMPIRE SOILS INVESTIGATIONS, INC. GENERAL CONDITIONS FOR HAZARDOUS WASTE SITE SERVICES Section 1: SERVICES b. is necessary for the preservation of public safety and welfare; Empire Soils Investigations,Inc.("Empire")shall provide for the client,in accordance c. required by government directives or compliance orders;or with these General Conditions,services in connection with the hazardous waste site which is the d. required for protection against or defense of claims against Empire or claims of subject of this agreement,including exploratory drilling,installation of monitoring wells,soils the client arising from or relating to the project which is the subject of this agreement. laboratory testing,and construction quality assurance services. Empire agrees only to disclose such information as is reasonably necessary to achieve the The client will advise Empire of the nature and extent of the hazardous waste at the site.If purposes set forth in subparagraph(a)-(d),as applicable. Empire discovers after it undertakes the services that the hazardous waste site is of a different nature or extent than as advised by the client,the client and Empire agree that the scope of ser. Section f: STANDARD OF CARE, WARRANTIES vices, schedule and estimated fee budget shall be adjusted as needed to complete the work Services provided by Empire under this agreement will be performed in accordance with without injury or damage. specifications and instructions provided by the client and in a manner consistent with that level Section 2: RIGHT OF ENTRY of care and skill ordinarily exercised by members of the industry currently practicing under similar conditions. Empire makes no other warranty,express or implied. The client will provide for right of entry of the employees,agents or subcontractors of Em- The client recognizes that subsurface conditions may vary from those encountered at the pire and all necessary equipment,in order to perform and complete the work which is the sub- location where,and at the time when,borings,sampling,or testing are performed by Empire ject of this agreement. and that the data provided by Empire are based solely on the information available to it.Em- While Empire will take all reasonable precautions to minimize any damage to the prop- pire will be responsible for those data,but shall not be responsible for the interpretation by erty,the client understands and agrees that in the normal course of work some damage may oc- others of the information developed. cur,the correction of which is not part of this agreement. The client agrees to indemnify and hold Empire harmless from and against all claims, damages,losses and expenses arising from the interpretation by others of data provided by Section 3: JOBSITE HEALTH AND SAFETY Empire. The client will provide a site specific health and safety plan addressing the dispersal,dis- charge,escape,release or saturation of pollutants in or into the atmosphere or on,onto,upon, Section 10: INSURANCE in or into surface or subsurface soil,waters,or waWCOUrses,objects or any tangible or intan. Except as see forth below,Empire represents and warrants that it and its agents,staff and giblet matter. consultants employed by it are protected by worker's compensation insurance and that Empire The client will provide health and safety supervision,monitoring and direction to the ex- has such coverage under public liability and property damage insurance policies which the Em- tent required to ascertain the safety of Empire's staff and agents while performing the work pire deems to be adequate.Certificates for all such policies of insurance shall be provided to the which is the subject of this agreement. client upon written request.Empire shall not be responsible for any loss,damage or liability Section 4: UTILITIES beyond the amounts,limits,and conditions of such insurance.Empire shall not be responsible The client will provide to Empire documentation setting forth the location and depth of all for any loss,damage,or liability arising from any acts by client,its agents,staff,and other underground utilities or structures. consultants employed by it. The client recognizes that Empire's insurance policies contain certain exclusions,including In the prosecution of its work, Empire will take all reasonable precautions to avoid exclusions for certain claims arising from the discharge,dispersal,release or escape of pollu- damage or injury to underground structures or utilities. tants. The client agrees to defend,indemnify,and hold Empire and its employers or agents The client agrees to hold Empire harmless and pay for any damages to underground util- harmless for and against all claims,causes of action,suits,proceedings,damages,losses and ities or structures which are not called to Empire's attention and correctly shown on the plans expenses,including third party claims or actions,arising from Empire's work for client under furnished. this agreement which falls within the scope of any exclusion from Empire's public liability or Section 5: BOR/NCS AND MONITORING WELLS property damage insurance policies. The client will provide to Empire plans,specifications and instructions delineating the Section 11: HAZARDOUS WASTES location,diameter,type and depth of each boring and monitoring well to be performed by Em- The client agrees to purchase from Empire and take possession of all laboratory and field pire.The client shall be solely responsible to select the location,diameter,type and depth of equipment used to perform work involving hazardous wastes for the client that Empire deter- each boring and monitoring well. mines cannot tle decontaminated. Section 6: JOBSITE TESTING AND OBSERVATION The client agrees that all samples of contaminated materials,including material samples In no event shall Empire be responsible for methods of construction,superintendence,se- not consumed in Empire's laboratory work and contaminated wastes generated by drilling or quencing or coordination of construction,or safety in,on or about the jobsite. testing at contaminated sites shall be owned by the client and the client shall take possession of In accepting reports of observations and tests performed pursuant to this agreement,the contaminated samples upon Empire's request. client agrees that the extent of Empire's obligation with respect thereto is limited to the fur- The client shall defer.-1,indemnify and hold Empire and its employees or agents harmless nishing of such data,which shall not be solely retied upon by others as acceptance of the con- from and against all claims,damages,losses and expenses,including third party claims,arising struction work,nor shall it relieve the contractor in any way from his obligations and respon- out of or in any manner connected with or related to the performance of this agreement,to the sibilities under the construction contract to conduct the work in conformance with the plans extent the same are not covered by the insurance maintained by Empire. and specifications. Section 12: TERMINATION Section 7: INVOICES This agreement may be terminated by either party upon seven(7)days written notice in Empire will submit invoices to the client monthly and a final bill upon completion of ser- the event_of substantial failure by the other party to perform in accordance with the terms vim, hereof. Such termination shall not be effective if than substantial failure has been remedied Payment b due upon presentation of invoice and is past due thirty(30)days from invoice before expiration of the period specified in the written notice.In the event of termination,Fm- date.The client agrees to pay a finance charge of one and one-half percent(1 lh fie)per month, pire shall be paid for services performed to the termination notice date plus reasonable termi- or the maximum rate allowed by law,on past due accounts.The client will be liable for all nation expenses. court costs,disbursements,and reasonable attorneys'fees incurred by Empire in the collection In the event of termination,or suspension for more than three(3)months,prior to com- of any outstanding invoices. pletion of all reports contemplated by this agreement,Empire may complete such analyses and records as are necessary to complete its files and may also complete a report on the services Section g: OWNERSHIP OF DOCUMENTS.CONFIDENTIALITY performed to the date of notice of termination or suspension.The expenses of termination or All reports, boring logs,field data,field notes,laboratory test data,calculations, and suspension shall include all direct costs of Empire in completing such analyses,records and other documents prepared by Empire as instruments of service shall remain the property of reports. Empire. The client agrees that all reports and other work furnished to the client or its agents,which Section 13: ASSIGNS is not paid for,will be returned to Empire upon demand and will not be used by the client for Nether the client nor Empire may delegate,assign,sublet or transfer its duties or interest any purpose whatsoever. in this agreement without the written consent of the other An ass Empire will retain all pertinent records relating to the services performed fora period of 1 Y Y �successor is Pe legal representative of any of the parties to this agreement shall be bound by the terms of this six years following submission of the report,during which period the records will be made agreement. available to the client at all reasonable times upon request and for the cost of reproduction. Empire agrees that all information prepared or furnished by Empire shall be and remain Section 14: DISPUTES confidential and Empire will not release,publish or disclose any information prepared or fur- If a dispute arising out of or relating to the performance of the services to be provided nished by Empire without the client's written consent except as: under this agreement result in legal action the parties agree that the prevailing party shall be en- a. Empire deems reasonably necessary for the performance of work on the project, titled to recover all reasonable costs incurred with respect to the claim,including staff time, including but not limited to informing its staff,agents,and subcontractors; court costs,attorneys'fees,and other claim-related expenses. NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Vice President Bid on LABORATORY ANALYTICAL SERVICES y.. JUDITH T. TERRYr x. Town Hall, 53095 Main Road TOWN CLERK * ? = P.O. BOX 1 179 REGISTRAR OF VITAL STATISTICS +�1 YYY Southold, New York 1 1971 _ Fax (516) 765-1823 MARRIAGE OFFICER Telephone (516) 765-1801 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 1 , 1991 Kathy M. Bagge D.L. Maher Co. 71 Concord Street North Reading, Massachusetts 018 64 Dear Ms. Bagge: In response to your letter of January 28, 1991 requesting a refund of the $25.00 fee for the Well Drilling Services for the Town of Southold, please be advised that the $25.00 was a fee to obtain the bid documents, and as a fee, it is not refundable. Sorry for the inconvenience this has caused you. You may keep the documents. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures D. L. MAHER CO. GROUND WATER CONSULTING•DRILLING SERVICES SO �, � YEARS • • OF �1 ! SERVIGE � RECEIVED _ 41 FEB 1 1991 Souk Tow- C" January 28 , 1991 Town Clerk 's Office t 53095 Main Road Southold, New York 11971 ATTN: Judith T. Terry I. Southold Town Clerk Dear Judith, Enclosed please find the bid specifications for Well Drilling Services for the Southold Town Landfill Site Cutchogue, New York. Unfortunately we were unable to bid this job because of prior committments. Could you please return our deposit of $25.00 , thank you in advance. Very truly yours, D.L. MAHER Co. 12 r11 Kathy Bagge I KMB/kmb Enclosure r l 71 CONCORD STREET, NORTH READING, MASSACHUSETTS 01864 617/933-3210 FAX: 508/664-3299 THOMAS MAHR Dvirka & Bartilucci Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 JUDITH T.TERRY FAX(516)765-1823 TELEPHONE(516)765-1801 TOWN CLERK REGISTRAR Of VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 25, 1991 Tom: Per our telephone conversation, enclosed are the bids opened on January 24th for Well Drilling and Laboratory Analytical services for the Southold Town Landfill. � v/rJ BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor's Signature: Title: ��4 , %,j/� _ Date:14e / 9 Company Name: F / Z L Company Address: , 7 '�7 Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit uantit Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once 00• (/ and Demobilization Sum b. Construction of Lump Once �� Decontamination Pad Sum f 2. Set Up at Each Borehole Each 14 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal f /1 (7 water table wells Feet Feet ✓ ��� " � - avers a depth of 55 feet}g*** b. Deep Borings Lineal 1050 Lineal .�� (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole.must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples U UQ Pm.o/I 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet 70 7• /� 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (avera a depth Lineal 140 Lineal 35 to 55 feet?*** Feet Feet 6V .3, Z/0 ap 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs Q • 4. 2" Vented PVC Well Caps Cap 7 Caps 00 .3�•DD b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet 7 ,/ 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet p 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs le-, .00 4. 2" Vented PVC Well Cap Cap 7 Caps �Qa ,504 6. Bentonite Seal Bag 14 Bags .OD (100 lbs. per bag) CP-2 Total Item Description Estimated Unit Price Item Price Unit uantit Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags OD �2�0(�.UQ Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags J SQ 7 �6-0 (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours % .5. iz �v . 2 no.Do 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover 14Q. Qd /�000� 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums pQ Z95040 00 14. Standby Time Per Hour 20 Hours TOTAL AMOUNT OF BID (IN FIGURES) $ TOTAL AMOUNT OF BID (IN WORDS �/ x 7-y f u � �y N� /�/ / til A/ CN DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid bas been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) - (Corporate Title) (if any) JL Bid on WELL DRILLING SERVICES Internationa Fidelity Insurance Copany 24 COMMERCE STREET NEWARK, N. J.07702 low KNOW ALL NEN BY THESE PRESENTS: That we, the undersigned, R & L Well Drilling 31 Union Avenue, Islip, NY 11751 as Principal, and THE INTERNATICKAL FIDELITY INSURANCE COMPANY& a corporation of the State of New Jersey, as Surety, are held and firmly bound unto Town of Southold. in the penal sum of Five Percent of Bid Amount (5% Bid Am t.7 for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 24 day of Jan. 19 91 The condition of the above obligation is such that whereas the Principal has submitted to Town of Southold a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for Well drilling surfaces for Southold Landfill . NOW, TNBREFORE, (a) If said bid shall be rejected, or in the alternate (b) If said bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SHALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liabil- ity of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, sealed and delivered in the presence of: ATTEST: ���' )- R & L Well Drillin inc ip ATTEST., 1 / 11INTE 0[�TAL LITY INSURANCE CO. By: HR ATn-Wkscvju CA~ Count Mr • Y �YCt w E On this--------- -- -----day of.---.-- _._---- --- ---• 19__-, lxlore me pefsonally lame V --to me known, and known to me to be the individual described in and who executed the foregoing instrument,and acknowledged tome that he execute the same. My commission expires Notary Public -- ---- ------- ---- --- -- - --- - -- - - --- - - -- - -- -- ---- --------- -- - - -- - - - - - - - State of�/►= ss. County of S0 r'E.V �" < - _ On this 22 12 X41 day of J r-r &i:l /-E �/ . 19-2LL,before me personally came to me known and known to me U6 to be a member of the firm of j 1 �! !-t L�(�i-1— � �' (� l �Z 6 described in and who executed the(0JA ; nt, and he thereupon acknowledge to me that he executed the same as and for the litme act and deed of said firm. i0-,n:.ary Public,State of New York l ; Suuolk Co.,No.47:u852 �'rrr"i��lcn Expires AuZust31,A 44 wMy -----issionex-- ----------------------- ------ - --- -- -- Notary-ub- -- - ------ - - - - State of ss. County of On this day of . 19__,before me personally came to me known. who being by me duly swan,did depose and say that he is the of 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•corporation,and that he signed his name thereto by like order. My commission expires - Notary Public -- -- - - -- - - - - - - - - - - - --- - - - - -- - -- - - - - - - - -- - - - - -- - - - --- - -- - --- - -- - -- -- - - State of New York SS. County of New York On this 24th day of Jan. , 19 9 1 ,befare me personally came c John E. Maher to me known, who,being by me duly sworn,did depose and say that t ti Internaonal FidelityInsurance Company he is an attorney-in-fact of -9 the corporation described in and which executed the within instrument;that he knows the corporate seal of said corporation;that the seal 41 affixed to the within instrument is such corporate seal,and that he sued the saidinstrument andaffixed the said seat as Attorney-in-Fact. by authority of the Board of Directors of said corporation and by authority of t is office under the Standing Resolutions thereof. C AR!vtAN / :low-York My commission expires counn cx tree ,►an. 31,-t Notary Public FORM M 11 25M S/Ro CoauiA�sW� p INTERNATIONAL FIAITY INSURANCE COMPAW 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30, 1990 ASSETS 1990 Bonds (Amortized Value) .......... . . . . . . . . . . . . . . . . .. . . 552,179,299 Preferred Stock . . . . . . . . . . . . .. . . .. . 500,000 Common Stocks.(Market Value) ...... . . . . . .. . . ... . . . . .. 1,141,731 Mortgage Loans on Real Estate ... . . . . . . . . . . . . . . . . . . . . . 84,709 Real Estate . . .. . . . . . . . . . . . .. .. ... . . . . . . . . . . . . . . . . . . . . 57,440 Cash & Bank Deposits . .... . .. ... . . . . . . . . . . . . . . . . . . . . . 6,1 19,898 Short Term Investments .. . . .. .... .. . . . . . . . . . . . . .. . . . . . . 3,157,197 Unpaid Premiums & Assumed Balances . . . . . . . . . . . . . . . . . 1,186,084 Reinsurance Recoverable on Loss Payments . . . . . . . . . . . . .. 1,544,112 Federal Income Tax Recoverable 336,000 Electronic Data Processing Equipment 279,331 Interest & Dividends Due and Accrued . . . . . . . . . . . . . . . . . . 1,197,161 Funds Held in Escrow Accounts .. . . . . . . . . . . . . . . . . . . . . . . 7,957,522 Collateral Funds Heid Under Contract . . . . . . . . . . . . . . . . . . (7,957,522) Contract Balances Due and Unpaid235,508 . . . . . .. . . . . . . . . . . . . . . Prepaid State & Local insurance Taxes . . . . . .. . . . . . . . . . . . 23.783 TOTAL ASSETS . . . . . . . . . . . . . 68.002.253 LIABILITIES, SURPLUS & OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) ... .... . . . . .. . ... . . . . . 25,911,562 Loss Adjustments Expenses ... ..... . .. . . . . . . . . . . .. . . . . . 8,922,887 Contingent Commissions &Other Similiar Charges .. . . . . . 150,447 Other Expenses(Excluding taxes, licenses and fees) . ... . . . . 79,210 Unearned Premiums ............... ....... .... . .. . . . .. 16,826,222 Funds Held by Company Under Reinsurance Treaties . . . . . 66,877 Amounts Withheld by Company for Account of Others . . . . 13,713 Liability for Unauthorized Reinsurance . .. .... . . .. ..e . . . . 911,756 . Liability for Uncashed Checks . . .... ... . . . . . . . . . . .. . . . . . 57 TOTAL LIABILITIES .... ..... ... .. .... . . .. . . . . . . . 52,882,731 Common Capital Stock .. ......... .. ... ... ..... . . . . . . . 1,330,000 Preferred Capital Stock . .. .... . . . .. .. . . . . . . . . . . . . . . . . . 1,200,000 Gross Paid-in & Contributed Surplus . . . . . . .. ... . . . . . . . . . 544,600 Unassigned Funds (Surplus) ......... . .. . . .. ... . . . . . . . . 12,044.922 Surplus as Regards Policyholders . . . . . . . . . . . . . .. . . . . . 15.1 19,522 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS 68,002,253 I. PHILIP KONVITZ, President of INTERNATIONAL FIDELITY INSURANCE COLViPANY, certifv that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the close of business. June 30, 1990, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. �`l INC. N TESTIMONY WHEREOF, I have set my hand and affixed ,NO spy the seal of the Company, this August 9, 1990. Qom, 01 R4 92 o �' SEAI INTERNATIONAL FIDELITY INSURANCE COMPANY n Zd.,� 1904 S�i da President TEL'd01►62.1-7200 POW& OF ATTORNEY INTERNATIONAL FIDELITY INS[;RANCE COMPANY 110\IF. OFFICE: 24 C'ONINIERC E NTREF:T NEN ARK, NE%% JF:RsF:I (171112 IIONU N ). KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL.FIUELIII' INSLRA%C L COMPANY,a'torporauon oreantveJ.)ill existing under the lits, of the St.ttc al New Jersey. and ha%in► its principal ol'lice in the City of Newark Ncw Jcr,c%. J,v% herchy constitute and appnni ARNOLD MELMAN,; JOHN Er MAHER, RAYMOND C. CARMAN , JANICE FISCINA NEW YORK.- NEW YOWL its true and lawful atforney(s)-in-fact to execute.seal and deliver for and on its behalf as surety.am and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law..utute,rule,regulation,contract or otherwise.and the execution of such instrument(s) in pursuance of these presents, shall he as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY. as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article 2. •Section 3,of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and hald on the 23rd day of December. 1968. The President or any Vice President. Executive Vice President. Secretary or Assistant Secretary, shall have power and authority (I)To appoint Attorneys-in-fact,and to authorize them toe%!cute on behalf of the Company.and attach the Seal of the Company thereto.bonds an undertakings. contracts of indemnity and other writings obligatory in the nature thereof and. (:) To remove, at any time. any such Attorney-in-fact and revoke the auttwrity gixcn. Further,this Power of Althoney is signed and sealed by facsimile pursuant to resolution of the Bard of Director%of said Company 341410,.-d at a meeting duly call;d and held on the 4th day of February. 1975 of which the follow iAg is true excerpt: ':ow therefore the signatures of such officers and the%cal of the Company may he affixed it,an% .u:h power of attorney or an%y certificate relating thereto by facsimile. and am' such power of attorney or certificate hearing wch facsimile %ignaturc%or facsimile .cal .hill he valid and hinding upon the Comm pany and asucp h ower so executed and certified by facsimile signatures and facsimile.cal shall he%aliJ and hinding upm the Company in the future w uh respectm to abond or undenakine n+ which it is attached. IN TESTIMONI'WHEREOF.INTERNATIONAL VIDELITY IN-SURANCE CO%IPANI'has caused this instrument I(%he%i¢ned and its corporate seal to he afli%ed by its authorized officer. this Ise. day of Ma%. A.D. 1996. Ty K INTERNATIONAL FIDELITY INSURANCE CONiPANI' SUSE�1L� tee+ `< , s STATE OF NEWJERSEY County of Essex Executive Vice President On this Isc day of hlav 1986:before me came the indi%idual who executed the prccc,fine in-rumcni. It,me penortally known, and. hying b%y me duh sworn, saw that he is the therein described and authorized tiff-seer of the I%TERNATIONAI. FIDELITY INSURANCE COMPANY: that the seal affixed to %aid instrunen: is the Corporate Seal of said Company: that the ,aid Corporate Scal and his signature were Juh aftixcd h% order of the Board of Directors tit' said Compam R^ J C IN TESTIMONY WHEREOF. I hate hereunto %et my han; ,,,/,i ,ffixed m% Off:ial Scali °�' ••.� sips• at the City of Newark. New Jer%!y the day and year first at%o%c written t. . <;r1 IOTA R Yui u,`t 0Is ~• I A NOTARY PUBLIC PNEW JERSEY SFW JIEjkq{- My Commission Expires November 23. 1992 ~•r CERTIFICATION 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY Jo herehv cenif% that 1 have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set Irth in aid Power of Attorney. with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY. and that the same are correct transcripts therert. and of the whole of the said origin.)[., and that the %aid Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF. 1 have hereunto set my hand this day of 24th Jan. 1� 91 BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL S 1 D, NEW YORK Contractor's Signature: Title: Date: 3 Company Name: I Company Address: ?n �� 3oci 11-175 Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price - Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization G j - a. Site Mobilization Lura Once "610 0610 and Demobilization Sun b. Construction of Lump Once 5,0o / '500_ Decontamination Pad Sun of 2. Set Up at Each Borehole Each 14 _300 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal /�D (7 water table wells Feet Feet - average depth of 55 feet*** b. Deep Borings Lineal 1050 Lineal 900 (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Item DescriptionEstimated Unit Price Item Price Unit Quantit Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples p 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet 3.30 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (averse depth Lineal 140 Lineal cj 35 to 55 feet)*** Feet Feet 3-3o a,5 3. 2" Stainless Steel Screen o Bottom Plug Plug 7 Plugs a0 4. 2" Vented PVC Well Caps Cap 7 Caps 0 0 _ b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 LinealG feet)*** Feet Feet ,., , , 2 4 3 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal as feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Cap Cap 7 Caps 6. Bentonite Seal Ba — j 0 14 Bags (10 lbs. per bag) CP-2 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars .� 1. Cement/Bentonite Grout Per Bag 200 Bags � $per Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags _r7l (100 lbs. per bag) j 9. Neat Cement Grout Per Bag 14 Bags Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking . % obi Cover _000 Foo 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums 0 14. Standby Time Per Hour 20 Hours 00 ' 30 TOTAL AMOUNT OF BID (IN FIGURES) $ G pct TOTAL AMOUNT OF BID (IN WORDS) S� © ��� ----DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith _ prior to the official opening of the bid. (Signed) - (Corporate Title) _ (if any) RC S f Bid on WELL RAILLING SERVICES THE AMERICAN INSTITUTE OF ARCHITECTS 10 AIA Document A310 Bid Bond BBSU 856765-90 KNOW ALL MEN BY THESE PRESENTS, that we DELTA WELL & PUMP CO. ,INC. (Here insert full name and address or legal title of Contractor) 97 UNION AVE. ,BOX 1309, RONKONKOMA,NY 11779 as Principal, hereinafter called the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 24 COMMERCE STREET,NEWARK,NJ 07102 a corporation duly.organized under the laws of'the State of NEW JERSEY as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) TOWN BOARD OF TOWN OF SOUTHOLD as Obligee, hereinafter called the Obligee, in the sum of 5% OF AMOUNT BID Dollars ($ 5% AMT BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for WELL DRILLING SERVICES FOR TOWN LANDFILL (Here insert full name,address and description of project) SITE(14 MONITORING WELLS) E NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with goad and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 18th day of JANUARY 19 91 DELTA WELL & PUMP CO. ,INC. Jdd: (Principal) (Sea)) %4-G�x,�ILlL�G (Witness) - . DONNA L. BENSIN (Tide) PRESIDENT INTERNATIONAL FIDELITY INSURANCE COMPANY i ri R rely) (Sea!) r,. lWells) EILEEN DI PAOLO (Tide) ATTORmY—IN—FACT AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN ' INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 State of ss. « County of c d On this day of , 19 , before me personally came > 3 c Y to me known, and known to me to be the individual described in and who executed the foregoing instrument,and acknowledged tome that he executed the same. My commission expires Notary Public --------------------------------------------------------------------- State of 1 County of J ss. « c °i On this day of 19 ,before me personally came E a E ; to me known and known to me o c v to be a member of the firm of a described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. My commission expires Notary Public State of NEW YORK ss. County of SUFFOLK On this 22nd day of JANUARY " 1991 , before me personally came c o E DONNA L. BENSIN os ,to me known, ac who being by me duly sworn,did depose and say thatshe is the PRESIDENT V Y a of DELTA WELL & PUMP CO. , INC. 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 corporation,and thatEhe signed his name thereto by like order. CAROL S.bAKANISITYN Ndw Pift,Stab of Now Yolk My commission expiresNIL AMM-Su{foMlCmMg4 —J———— Notary Public — State of NEw YORK ss. County of NASSAU k « On this rday of , 19�, before me personally came c d EILEEN DI PAOLO to me known,who, being by me duly sworn,did depose and say that d � in o he is an attorney-in-fact of INTERNATIONAL FIDELITY INSURANCE COMPANY X the corporation described in and which executed the within instrument;that he knows the corporate seal of said corporation;that the seal Q affixed to the within instrument is such corporate seal,and that he signed the saidinstrument andaffixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. THF.RFS4 S.as± Kc Notary Urrk My commission expires77f Comas. r'�� NaryPublic VOW 'y ,o INTERNATION*FIDELITY INSURANCE C(OPANY 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30, 1990 ASSETS 1990 Bonds(Amortized Value) . .... . ... .. . .. . . . .. . . .. .. . .. . . $52,179,299 Preferred Stock . . ...... . .. .. ... . .. . .. . . . . . . . . . .. . . ... 500,000 Common Stocks(Market Value) .. . . .. .. . . . . . . . . . .... . .. 1,101,731 Mortgage Loans on Real Estate . . . . .. . . .. . . . .. ... .. . . .. 84,709 Real Estate ... . ... .. .. .. . .. .. . ... .. . . .. . . . . . .. . . . . .. . 57,440 Cash& Bank Deposits . .. . .... . .. .. . . .. . . . . . . .. .. . ... . 6,1 19,898 Short Term Investments . . .. . . . .. . .. . . . . . .. . . .. . .. . . .. . 3,157,197 Unpaid Premiums&Assumed Balances . . . . . . . . . .. .. . . .. 1,186,084 Reinsurance Recoverable on Loss Payments . .. . . . . . . . . . . . 1,544,112 Federal Income Tax Recoverable ... . . . .. . . .. . . .. .. . . . . . 336,000 Electronic Data Processing Equipment . . . . . . . . . . . ... . . . . 279,331 Interest& Dividends Due and Accrued . . . . . . . . . . . . . . .. . . 1,197,161 Funds Held in Escrow Accounts . . . .... . . . . . . .. . . .. . . . . . 7,957,522 Collateral Funds Held Under Contract . ... . . . . . .. . . . ... . (7,957,522) Contract Balances Due and Unpaid . . . . . . . . . .. . .. .. . . . . . 235,508 Prepaid State& Local Insurance Taxes . .. . . . . . . .. .. .. . . . 23,783 TOTAL ASSETS .. ... .. .. .. ..... . . . . . . . . .. . .... . .. 681002,253 LIABILITIES, SURPLUS & OTHER FUNDS Losses(Reported losses net as to reinsurance ceded and incurred but not reported losses) .. . . . . . . . . . . . . . . . . . . . . 25,911,562 Loss Adjustments Expenses . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8,922,887 Contingent Commissions & Other Similiar Charges . . . . . . . 150,447 Other Expenses(Excluding taxes, licenses and fees) . . . . . . . . 79,210 Unearned Premiums .. .. . . . . . .. . . .. . . . . . . . . .. . . . .. . . . . 16,826,222 Funds Held by Company Under Reinsurance Treaties . . . . . 66,877 Amounts Withheld by Company for Account of Others . . .. 13,713 Liability for Unauthorized Reinsurance . .. . . .. .4 .. . .. . . . . 911,756 Liability for Uncashed Checks .. . . . .. . ... . . .. . . .. .. . . .. . 57 TOTAL LIABILITIES . . .. .. .. . . .. . . . . . . . . . . . .. . . . . 52,882,731 Common Capital Stock .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1,330,000 Preferred Capital Stock . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1,200,000 Gross Paid-in & Contributed Surplus . . . . . . . . . . . . . . . . . . . . 544,600 Unassigned Funds (Surplus) . . . . . . . . . . . . . . . . . . . . . . . . . . . 12,044,922 Surplus as Regards Policyholders . . . .. . . . . . . . . . . . . . . . 15,119,522 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS 68,002,253 I, PHILIP KONVITZ, President of INTERNATIONAL FIDELITY INSURANCE COMPANY, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the close of business, June 30, 1990, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. IN "TESTIMONY WHEREOF, I have set my hand and affixed V%1Y /*0 the seal of the Company, this August 9, 1990. O�POR.4 92 SEAL c INTERNATIONAL FIDELITY INSURANCE COMPANY 1904 0 Zd� yfw 10t d3 President •— a , 11 A as 1 i , ti�,�" '7 +Y!'*��A.1. k�rg*^:'`��,'�+�"` ' � gra ';P a+ ^i.:sr# 1, =;,s.,•;{i?--•;`;°-i a'"�• .'�r ,+ r °'.�• k a tt '� s b %b. '+t �' +w .«�ak• -� {a 2�s :. •' ,rf3 fi ;+"• K 'yt - s �d�'�'y„•'v^1 .o�'+ .w T 2i 9 J r a"" r�" '•'fi' � .F •le ��11 ��s, ;a tp'1v�?� sL 9' ��.°� @ � pr �: �11 t f: a is r;! �9�r' .3„ '• ' .. :r - . ITAl=1 67, i til • 'e:Hti .u,< !'. '�:!'i u'.`ii i. "i i7:' e'. -i. t' a•F t i'� ,'�• a _ >s ..'i.w• y.+f a= - ••- rr <,r t 1 �A • •�s' a ��r t n e• .S • rt 1. .� ,�.: r• •rt• r •• r� • .•. r, , .. � any .* t .��3f� .• ••- 1�,, i• !'. .a.*.y,ll: i t 1 /t,1 r � ,• • I-�i..32!�R . 1 rl �-...af ' ::ir.,r:.�;...' a.*- �r�i • \► • 18l� "4�/ 0 /1is ' 1 + ` , ° ,j - ,.,.. .�-i4! :. a N "•tP':%'[`Eei `�•�!'_' 2�!q_i.J4 •�,�'k_W 1-b „ �.w'„w3. .,.l.is'.s>;,.N fl,'M�.;i'-•.�iF��-.. ,� y;,�a�.Y1�,lt�;i.i'1�,.1:q xii�:11.1Ms.,..,.r.»,ar.�..e:s°.'i►,L+.digs+,fti�.,'9f7�'M�t� ^ �'�•+.-i-•d41��►e�.Yn'�t'��4 j'�'v.�M'w�,.w. ..�..r. �~ Mt,;. ► h� ";�:-"!Y �'1`�'1• .["'..• :-✓µ4v - {Liar-'.u�':.� -. ,. -..-. _ _ • v s t WON ,,�- c. .'=r, •... � _.. "�—_ !'_. �.•,..R--,� 4:..:... .11.1 ,. +.v •,e ..�7. r rq ,g.:- -.. .- "�• 1�` •:.,.�^';G� 1. �� f�.i✓� T'�ar� s � r ,A 3"i i-'*(•��ts���•Y"i�1a.eJ�l� �YrY�j�/G�X��..fr r. ur._ ��`+•.£;a•�" Y ~r• c; .t. .,�+Y's' S.•.e�r � 3.:, �!�\�'t'�:.!'j Cd>s� .1!117 aY.��j,�,!{ f�,'1L'�•' ° _ _ - J•-• • • � � •'r'i 1/�tl�: 1 �Je 11• �f -4S 3vwiv 1 4 h`i .� k h IN Jay r y '/ • Ihv MR + 7 , BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL S D 0, NEN YORK,.__ Contractor's Signature: Title: i-ciii 412C-1 - : Company Name: r e. ,��ol� •^S f � r s•�o..c»f... Service 5 ..� a Company Address: cPo F IQ,F 1d ; `.ter.... , .. A) 7, 5— Note: By signing this Bid Schedule, the Contraitor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) moths. Total Estimated Unit Price* Item Price - Item. Description Unit ... wti Dollars Q91lars 1. Mobilization, Set-Up and Demobilization - a. Site Mobilization Lump Once and Demobilization sum b. Construction of Lump Oce 34-00 36 da Decontamination Pad sum 2. Set Up at Each Borehole Each 14 Borehole Bereftles 3. Borehole Drilling** (6-1/4 inch ID ager, 6" ID spin casing. or alternate approved by the Town) a. Shallow Sorings Lineal 305 Lineal J�O 7/��. SO (7 water table wells Feet Feet - aver th of 55 feet) n b. Deep Borings Lineal 1050 Lineal 6W a;7*2 051>. ov (7 deep/clay interface Feet Feet wells - average depth of 150 feet)* *Unit Price mast include all costs for labor, terials, per diem, etc. **Borehole mud be a mi nim of four (4) inchee its diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dolma Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Sin decontamination) Samples Samples 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 44 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet ave ground to Feet Feet o� 35 feet)*** 2. 2" Schedule 304 Mire Wrapped Stainless Steel Screen (aver depth Lineal 140 Lineal 35 to 55 feet)*** Feet Feet 3. 20 Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Caps Cap 7 CapsG,O� b. Deep Wells 1. 2" Schedule 40 PVC Cas i r (average depth from 2-112 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet S " 15 2. 2" Schedule 344 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet 0 C 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Cap Cap 7 Caps "G 6. Bentonite Seal Bag 14 Bags � 'GTo, o0 (100 bag) Per . CP-2 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags S U 7 S-0 (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags PEort alnd Cement - Type 11 (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking 67 Cover 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon SS-Gallon Development hater and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums -14. Standby Time Per Hour 20 Hours moa `Ute, vv TOTAL AMOUNT OF BID (IN FIGURES) 5� � TOTAL AMOUNT OF BID (IN WORDS) r t•Jhc��.sa-L-+d� tp�cr CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. 01027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. i (Signed) _ (Corporate Title) (if any) Bid �_ ELL_QRILLING SERVECES THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 BBSU 854880-90 Bid Band KNOW ALL MEN BY THESE PRESENTS, that w He TYRES BROS.E mRa1�R=TAL SERVICES, INC. re infull name and address or legal tide of Contractor) . 208 ROUTE 109, FARM Eb NY 11735 ai Prind I i e�aft r rynCi a, a (Here insert full name and address or Waal title of Surety) pimm COMPANY 24 'ECOMMERCE ST., NEwARK, NJ 07102 a corporation duly organized under the laws of the State of NEW JERSEY as Surety, hereinafter called the Surety, are held and firmly boundunre touentort ll name and address or)coal title of owner) Town of Southold, Suffolk County,NY as Obligee, hereinafter called the Obligee, in the sum of 5% of Amt. bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) Well Drilling Services for the Southold Town Landfill Site, Cutchogue. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faitbful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the farlune of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the ObRpe the difference not to exceed die peralfy, hereof between the amount specified in said bid and such larger amount for which the Obligee may in good ";0WAract, with another party to perform the Work covered by said bid,then this obligation shall be Wali and void,otherwise D remain in full force and effect. Signed and sealed this 22 day of January 19,9.1 TYREE BROS. ENYIRaNMENTAL SER CES, ZINC. '.ya✓ 'r- ` fir-► n ' (Witness) fD'Z�'�c�+~•z - (Tide) '* INTERNATIONAL FIDELITY COMPANY (Su ) (Seal) Ja_ Sp S BURKE (Title) ATTTOO[THERESA s MA DOCUMENT Ai7B•BID gONO•AIA••FEBRUARY 19M E0•THE AWARKAN ' INSTITUTE OF ARCHITECTS, ins N.Y. AVE., N.W., WASHINGTON, D.C. 20066 State of 1 ss. « County of ) c A E On this day of , 19 , before me personally came v > ' to me known, A and known to me to be the individual described in and who executed the foregoing instrument and acknowledged tome that he executed the some. My commission expires Notary Public -------------------------- ------------------------------------------ State of SS. County of « On this day of , 19 ,before me personally came E to me known and known to me o c to be a member of the firm of described in and who executed the foregoing instrument,and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. My commission expires Notary Public -- ----------------------------------------------------- State of ss. County of S«Lf v�(� c � On this `� day of �J 4 „ << / , 19 , before me personally came to me known, cwho being by me duly sworn,did depose and say that he is the -Z S the co ation 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;&%to"affixed by order of the Board of Directors of said corporation,and that he signed his name thereto by like order.NOTARY PUBLIC,State Of t1A�11 Y01°11 No. 3o-4621570 ; My commission expires__�L�>un■a in Nassau county ------------- Commission ExpireaJune30, 19_. 4----------------- Notary-- ic ------------- State of New York SS. County of Nassau On this 22 day of January ' 1991 ,before me personally came C E Theresa S. Burke to me known,who, being by me duly sworn,did depose and say that m International Fidelity Insurance Company y a he is an attorney-in-fact of -x the corporation described in and which executed the within instrument;that he knows the corporate not of said corporation;that the seal affixed to the within instrument is such corporate seal,and that he signed the saidinstrument and affixed said 90811 as Attorney-in-Fact by authority of the Board ofrDIt%Vt*Mof-%4W corporation and by a this offide under the Stan ing Resolutions thereof. My commission expires ublic INTERNATIOWL FIDELITY INSURANCE OhMPANY 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30, 1990 ASSETS 1990 Bonds (Amortized Value) . . . .. . .. . . . . . . .. . . . . . . . .. . . . . . $52,179,299 Preferred Stock .. . .. .. . . . . .. . . . .. .. . . . . . . . . . . . .. . . ... 500,000 Common Stocks (Market Value) . . . . . . .. . . . . . . .. . .. . . . .. 1,101,731 Mortgage Loans on Real Estate . . . . . . . . . . . . . . . .. . .. . . .. 84,709 RealEstate . . . . .. ... ... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . 57,440 Cash& Bank Deposits . .. . . . . . . . . . .. . . . . . . . . . . . .. . .. . . 6,119,898 Short Term Investments . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . 3,157,197 Unpaid Premiums& Assumed Balances . . . . . . . . . . . . . . . . . 1,186,084 Reinsurance Recoverable on Loss Payments . . . . . .. . . . . . .. 1,544,112 Federal Income Tax Recoverable . . . . .. . . . . . . .. . .. . .. . . . 336,000 Electronic Data Processing Equipment . .. . . . . . .. . .. .. . . . 279,331 Interest& Dividends Due and Accrued . . . . . . . . . .. . .. . . .. 1,197,161 Funds Held in Escrow Accounts . . . . . . . . . .. . . . . . . . . ... . . 7,957,522 Collateral Funds Held Under Contract . . . . . . .. . . . .. . .. . . (7,957,522) Contract Balances Due and Unpaid . . . . . . . . . . . . . . . . . . . . . 235,508 Prepaid State& Local Insurance Taxes . . . . . . . . .. . . . . . . . . 23,783 TOTAL ASSETS . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 68,002,253 LIABILITIES, SURPLUS & OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) . . . . . . . . . . . . . . . . . . . . . . 25,911,562 Loss Adjustments Expenses . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8,922,887 Contingent Commissions & Other Similiar Charges . . . . . . . 150,447 Other Expenses (Excluding taxes, licenses and fees) . . . . . . . . 79,210 Unearned Premiums .. .. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . 16,826,222 Funds Held by Company Under Reinsurance Treaties . . . . . 66,877 Amounts Withheld by Company for Account of Others . .. . 13,713 Liability for Unauthorized Reinsurance . . . . . . . .F. . . . . . . . . . 911,756 Liability for Uncashed Checks . . . . . . . . . . . . . . . . . .. . .. . . . . 57 TOTAL LIABILITIES . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 52,882,731 Common Capital Stock . .. .. . . . . . .. . . . . . . . . . . . . . . . . . . . 1,330,000 Preferred Capital Stock . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1,200,000 Gross Paid-in& Contributed Surplus . . . . . . . . . . . . . .. . . . . . 544,600 Unassigned Funds (Surplus) . . . . . . . . . . . . . . . . . . . . . . . . . . . 12,044,922 Surplus as Regards Policyholders 15,1 19,522 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS 68,002,253 L PHILIP KONVITZ, President of INTERNATIONAL FIDELITY INSURANCE COMPANY, certify that the foregoing is a fair statement of'Assets, Liabilities, Surplus and Other Funds of this Company, at the close of business, June 30, 1990, as reflected by its books and records and as reported in its statement on file �Wll the Insurance Department of the State of New Jersev. o�`11r SNS IN TESTIMONY WHEREOF, I have set my hand and affixed POR IN the seal of the Company, this August 9, 1990. � R f o �' SAE m INTERNATIONAL FIDELITY INSURANCE COMPANY y s 1904 a c-1 0 d� F�IE0.S`` 3 President � v�:Sy�',wei-,.r? ;t a��'�i 1 !E ''• �^��. .. a., e�,,.,, �yq 1,;;" �.,s.,�e. ! Al `• �.� ."Ye F,.� C� _� •r.W s k,� F�,s"k r �e�- 3�_y. IA p•�i fll�,e � a � : z tt 1 a s • s t,.e p -74�5.�5e>4 �'h•�`:t,� t`"'r'r`"`�1-' d x a 3a r iw�sya s {�_ �' � N4 a r '^•.n,.,j ^*"Y m`r 'T� -xt 'rt yo r - tis. -'Y ♦ •, 4 3 t!l� t '•�.!<a4`ia'rt'c't'�'.ei71e�����,j6'S met`�gr`It�""�"-S'ttYf�•eTi'1`'1`it ;;rY x .;`i r 'wr¢,*-' ' t r x�' ;ay m•a''i e" a. •-. ., '�M Raj��1.� �7:\w^I•i)JI� e10 r':' .ter. .;r�•' t' • ^'dY"�"'''I ,..�? 'F Ns , :L. Y 1.x:T.r•:r:1'itiar.+-.r.+oi',+ .e-7...�C...,.wa,:+.. ..e r_:..r � e r.s:t.,. �.t, .� .....ea.` ... ,°i°w.,r.. -. e •a •` - .• _• •u w e u., '�' • ,i (iit •i��e •. S'i •• • • • ! u 7 a • e e s ,a 1 a e •�e} • • •• • '♦ f to yr e e . e e r w e t, e a • s '�` : ..• ', � `• r"i5 a'� z•• �.�ks , y, 3 } ��•`klt4 ��lr a�g �xt a �� � ! y <,�`''" ,� • • :/:crAs" `i�x r �eiTifi .�t .r Wii7 s"F }{ q"i3t�"� ii•"�.+ i d" Mr A� f6,i.t. - - s _ s r� e �-R3�S�k+_^r,"`�01�.'r:'t.1�3 I�d•',t,.�';'.-. ' ,d E�'��s ;, /�sr���,;.3 t". .._ �. :« � .. �- 3-..wta�. ,b :d�.�' yt _ ..j,,.....:,.: _„.y.: yI W,..,f3 rw,.;r•- ;+'f ...f,.. - yv'�� ,iT�! lire_r:s� 1 '7-' � '�u;•R l �+tr`� :'t4 •�..,M„` re`s ✓:.'i`rT ! .. ._ ( .. If r :3/ �4 � 'f,{. s �� -�• a._,.f-,.� ..'�`.s� `Vis..� t::�s.� j--mss•s 7" d° , y-,t f__ye(j', 'tl • r7 ee • �� i Y i fQy} �#�f I��ye r t j� t � �e " re -t ,r '-rpt 3 �° r. e -It e a s e• ,• e ae e .,)�7 5 • 4 • e. _• oftim, • + s t sC*'" r BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor's Signature: pl"� Dn, Title: President Da e: 1-21-91 Company Nance: American Au4er & Ditching Co. , Inc. Company Address: Rt. 23, Box 147L, Constanti.a., NY 13044 Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantit Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once 10,235. 10.235. and Demobilization Sun b. Construction of Lump Once 1,200, 19200. Decontamination Pad Sun ---"'-- 2. Set Up at Each Borehole Each 14 175. 2,450. Borehole Boreholes 3. Borehole Drilling** - (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal 24. 99240. (7 water table wells Feet Feet - average depth of 55 feet*** b. Deep Borings Lineal 1050 Lineal 29. 30,450. (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minim of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 • F Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples 20. 6,000. 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet 6. 1,578. 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (averse depth Lineal 140 Lineal 35 to 55 feet*** Feet Feet 47. 6.580. 3. 2" Stainless Steel Screen - Bottom Plug Plug 7 Plugs 50. 350. 4. 2" Vented PVC Well Caps Cap 7 Caps 4. 28. b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal _ feet)*** Feet Feet 7. 6.986. 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet 52. 3.640. 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 50, 350-. - - 4. 2" Vented PVC Well Cap Cap 7 Caps 4. 28. 6. Bentonite Seal (00 14 Bags 22_ 308, lbs. per bag) CP-2 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags 12. 2,400. Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags 10. 650. (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags 9. 126. Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 90. 5,040. 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking . Cover 100, 1,400. 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums 65, 30250, Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums 75, 29250, -14. Standby Time Per Hour 20 Hours 70_ 10-400- TOTAL TOTAL AMOUNT OF BID (IN FIGURES) S 95,939.00 TOTAL AMOUNT OF BID (IN WORDS)_ Ninety-five thousand, nine hundred, thirty-nine DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 MON-COLU)SIVE BID CERTIFICATE The wudersigned bidder asrtit" that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Sigma) - (Corporate Title) (if any) Bid on WELL DRILLING SERVICES 1 BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLIJ, NEW YORK Contractor's Signature: Title: /eps PtDate: 2.3 AV Company Name: /z-,9/f ;,6e Company Address: -rr #409'1s!D£ Note: By signing this Bid Schedule, the Contractor agrees to accept all, terms and conditions of the entire contract. Prices are to remain in effect 'for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once r0 D and Demobilization Sum b. Construction of Lump Once 4-�Decontamination Pad Pad Sum 2. Set Up at Each Borehole Each 14 © �— Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal (7 water table wells Feet Feet - avera a depth of 55 feet}*** b. Deep Borings Lineal 1050 Lineal 3a 3 (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon �5� decontamination) Samples Samples 7 S� 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casinngg (Average depth from 2-1/2 Lineal 263 Lineal �. tg feet above ground to Feet Feet 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (averse depth Lineal 140 Lineal 2 4 D, 35 to 55 feet*** Feet Feet .01 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 3 D r 4. 2" Vented PVC Well Caps Cap 7 Caps Z D, Or b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal _ feet)*** Feet Feet 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal 2� feet)****** Feet Feet d 3. 2" Stainless Steel Screen �. Bottom Plug Plug 7 Plugs J 4. 2" Vented PVC Well Cap Cap 7 Caps of / ©r 6. Bentonite Seal Bag 14 Bags (100 lbs. per bag) CP-2 Total Item Description Estimated Unit Price Item Price Unit QuantityDollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags r 2/0 , Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Dry Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums d4 -14. Standby Time i Per Hour 20 Hours z5 2�OO TOTAL AMOUNT OF BIO (IN FIGURES) S TOTAL AMOUNT OF BIO (I N WORDS j ;t, �,� ,� �►,g _ '� DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith _ prior to the official opening of the bid. (Signed) - (Corporate Title) (if any) "-�- Bid on •ELL DRILLING SERVICES . . . . . _ BID SCHEOW,.E MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor's Signature: Ti,.tle: Preaident Date: January 23, 1991 Company Name: Warren George, Inc. Company Address: JprleZ AvenueJersey Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Itw,Q;� c fpti,on Unit Quantity Dollars Do11a�,-rs,� 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once 8,000.00 8,000.00 and Demobilization Sum b. Construction of Lump Once 4,000.00 4,000.00 Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 3DO•00 4,200.00 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal 30.00 11,550.00 (7 water table wells Feet Feet - average depth of 55 :feet)*** b. Deep Borings Lineal 1050 Lineal 30.00 31,500.00 (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Y Y ` Total Item 0escri tion Estimated Unit Price Item Price --- -.. ...�....._.. unit uant i t Doi l ars Dol l ars 4. Soil Sampling Split 300 Split (split spoon including nit Spoon Spoon Samples Samples 20.00 6,000.00 5. Well Installation (materials and labor) , a. Shallow Wells 1. 2" Schedule 40 PVC Casin eve jAverap *Wth from 2-1/1 Lineal 263 Lineal moo" ground to Feet Feet 18.00 4,734.00 35 feet)*** 2. 2" Schedule 304 Wire Wr d Stainless Steel Screen (average depth Lineal 1411 Lineal 35 to 55 feet)*** Feet Feat 60.00 8.400.00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 40.00 280.00 4. 2" Vented PVC Well Caps Cap 7 Caps 30.00 210.00 b. deep Wells 1. 2" Schedule 40 PVC Casingg (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet gent 18.00 17,964,00 - 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average fee jgdepth 140 to 150 Lineal 70 Lineal Feet Feet 60.00 4,200.00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 40.00 280.00 4. 2" Vented PVC Well Cap Cap 7 Caps 30.00 210.00 6. Bentonite Seal Bag 14 Bags 40.00 560.00 (100 lbs. per bag) CP-2 Total Estimated Unit Price Iters Price Item Wcription Unit uantit Dollars Dollars r�Y i I 7. Cement/Bentonite Grout Per Bag 200 Bags 20.00 4,000.00 Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags 15.00 975.00 (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Begs 40.00 560.00 Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 140.00 7,840.00 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking 150.00 2,100.00 Cover 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon 100.00 51000.00 Development Water and Drum Drums Purge Water On-Site .13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon 100.00 3,000.00 On-Site Drum Drums 14. Standby Time Per Hour 20 Hours 125.00 2,500.00 .TOTAL AMOUNT OF 8I0 (IN FIGURES) s 128,063.00 TOTAL AMOUNT OF BID (IN WORDS) One hundred twenty eight thousand sixty three dollars no cents pOLLARS CP-3 1 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. 01027 CP-4 NONCOLLUSIVE BID CERTIFICATE The undersigned bidder oertifUm that this bifid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. s (Corporate Title) (if any) Presdient Bid on WELL pgILLIMG SERVIC FIREMAN'S FUND INSURANCE COMPANY SAN FRANCISCO Fl !'S F n�u�►rr�c�r BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, F + R -o ,. as Principal, ani FIREMAN'S FUND INSURANCE COMPANY, a California corporation, as Surety, are held and firmly bound.unto j as Obligee, in the penal sum of /�} DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this /C day of ,� N �, y lg y I WHEREAS the said Principal is herewith submitting proposal for / �v' r LL )V6 SF- ✓ I C 5 NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal shall execute a contract and give bond for the faithful performance thereof within the time required in the bidding or contract documents, or if the Principal or Surety shall pay the Obligee the sum, not exceeding the penalty hereof, by which the amount of the contract, covering the said proposal, properly and lawfully executed by and between the Obligee and some third party, may exceed the amount bid by Principal, then this obligation shall be void; otherwise it shall remain in full force and effect. .s .irs< I- Principal e CFIREMAN'S FUND INSURANCE COMPANY Attorney-' Fact 360097—FF-9.65 ' FIREMAN'S FUND CE COMPANY �q SUMMARY FINANCIAL STAT December 31, 1989 Fim d anis (As Filed with Insurance Department of the State of California Fireman's Fund 777 San Harin Drive Insurance Company Novato,CA 94998 415 899 2000 ASSETS: *Government *Government Bonds *State and Municipal Bonds $ 955,832,084 *Miscellaneous Bonds 359,295,269 +Stocks 629,099,348 Cash in Bank and Company's Office 2,499,482,255 Accrued Interest (3,223,107) Premiums in Course of Collection and Other Assets 41,194,539 Total Assets 1.905.897 145 $6,387,577,533 LIABILITIES SURPLUS AND OTHER FUNDS: Loss and Loss Expense Reserve Unearned Premium Reserve $3,525,150,128 All Other Claims, Demands and Reserves 664,763,583 Total Liabilities 771.29884.9 4,961,212,560 Capital Paid-up $ 3,015,000 Net Surplus 1,423.349 973 Policyholder's Surplus 1,426,364,973 Total Capital, Surplus and' Reserves $6,387,577,533 *Bonds are stated at Amortized Values 0 +Stocks are stated at Market Values State. of California ) County of Marin )ss I, R. D. Farnsworth, Vice President of Fireman's Fund Insurance Company, do hereby certify that the above is a true statement of the assets and liabilities of said Corporation as of December 31, 1989, taken from the books and records of said Corporation. _i�„ Farnswort - V ce President State of California Nce co.F County of Marin ass Subscribed and sworn.before me, a Notary Public of the State of California, in the County of Marin, this 21st day of February, 1990. fitiwnunanHnuuuo+unuaaurtnNpaampNaaait OFFICIAL SEAL J. M. VANDEVORT (VOTARY PUBLIC-CALIFORNIA � No Pub c-OC a orn a _ Principal Office in Marin carnty .. 360351-PSI-90 My CommWm Ercpim Aug.28,1442 �aaataeaarua�aawannarumeuutma�g VL[Nr i A.. POWER OF. n I - FIR*N'S FUND INSURANCE COMPANI& KNOW ALL MEN BY THESE PRESENTS:That FIREMAN'S FUND INSURANCE COMPANY,a Corporation duly organized and existing under the laws of the State of California,and having its principal office in the County of Marin,State of California,has made,constituted and appointed,and does by these presents mage,constitute and appoint WILLIAM LUCY and ROBERTA E. LUCY jointly or severally WALDWICK, NJ its true and lawful Attomey(s)-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,undertaking,recognisances or other written obligations in the nature thereof __—._—_____r—___________________ and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate sea] of the Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII,Sections 45 and 46 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article VII.Appointment and Authority of Resident Secretaries,Attorney-la-Fact and Agents to accept Legal Process and Make Appearances. Section 45.Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board of Directors,the Chairman of the Board of Directors,the President or any Vice-President may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46.Authority.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents shall be as prescribed in the instrument evidencing their appointment.Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to snake catch appointment:' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY at a meeting duly called and held on the 7th day of August,1984,and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice-President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation" IN WITNESS WHEREOF, FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Via-President,and its corporate seal to be hereunto affixed this 14th day of December 19 87 io-�•'•• ...ti,10 FIREMAN'S FUND INSURANCE COMPANY 'cf Cod• By Vice-President STATE OF CALIFORNIA COUNTY OF MARIN ss. 14th December On this day of 19 87,before mctpersonally came R. D. Farnsworth to me known,who,being by me duly sworn,did depose and say:that he is Vice-President of FIREMAN'S FUND INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and Year herein fust above written. 101tIt11�ttttNN11t110t1111111 i N i I i trltltlNttlNUIt OFFICIAL SEAL SUSIE K. GILBERT NOTARY PUBUC• CALOORNIA Principal Office in Marin County = Naary Public My Commission Expires Nes. 17, 1988 NNI{alIt11NN11/tIN11H11YNNIN11CERTInCATE STATE OF CALIFORNIA COUNTY OF MARIN IS. I,the undersigned,Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY,a CALIFORNIA Corporation,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the By-laws of the Corporation,and the Resolution of the Board of Directors;set forth in the Power of Attorney,are now in force. Signed and scaled at the County of M;vin.Dated the L' day of ".4 1Z 19 ail. a 'VCE CO J• R=bdenl Aaduaat$[arta(, 36+711—FF-11-97 r January 24 , 1991 Southold Town Hall 53095 Main Road Southold, NY 11971 Attention: Judith T. Terry Reference: Well Drilling Services Southold Town Landfill Site Madam: Enclosed please find the original bid bond required for the above referenced proposal. If you have any further questions please contact our office at (908)287-2224 . Very truly yours, EMPIRE SOILS INVESTIGATIONS, INC. 1 W. Dean Anderson Vice President WDA/ks 35 NATIONAL ROAD, EDISON, NJ 08817, 201-287-2224 • January 23 , 1991 Southold Town Hall 53095 Main Road Southold, New York 11971 Attention: Judith T. Terry Reference: Well Drilling Services Southold Town Landfill Site Gentlemen: As per your recent request enclosed please find our bid for the above referenced project. If you have any questions please contact us at (908) 287-2224 . Thank you for the opportunity to bid. Very truly yours, EMPIRE SO LS IN STIGATIONS, INC. W. Dean Ander on Vi a President WDA/ks 35 NATIONAL ROAD, EDISON, N,l 08817, 201-287-2224 BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHO , NEW YO K Contractor's Signature: Title: Vice President Date: January 23, 1991 Company Name: EMPIRE SOILS INVESTIGATIONS, INC. Company Address: 35 National Road, Edison, NJ 08817 Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once $8.000.00 $ 8,000.00 ' and Demobilization Sum b. Construction of Lump Once $2,000.00 $ 2,000.00 Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 $ 500.00 $ 7,000.00 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal 5.00 $ 9,625.00 (7 water table wells Feet Feet - average depth of 55 feet)*** b. Deep Borings Lineal 1050 Lineal $ 35.00 $36,750.00 (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples $ 25.00 $ 7,500.00 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet $ 25.00 $ 6,575.00 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth Lineal 140 Lineal 35 to 55 feet)*** Feet Feet $ 60.00 $ 8,400.00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs $ 150.00 $ 1,050.00 4. 2" Vented PVC Well Caps Cap 7 Caps $ 150.00 $ 1,050.00 b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet $ 25.00 $24,950.00 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet $ 60.00 $ 4,200.00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs $ 150.00 $ 1,050.00 4. 2" Vented PVC Well Cap Cap 7 Caps $ 150.00 $ 1.050.00 6. Bentonite Seal Bag 14 Bags Included Included (100 lbs. per bag) CP-2 Total Item Description Estimated Unit Price Item Price Unit Quantic Dollars Dollars 7, Cement/Bentonite Grout Per Bag 200 Bags Included Included Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags Included Included (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags Included Included Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours $ 125-00 $ 7,000.00 11, 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover $ 150.00 $ 2,100.00 12, Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums $ 100.00 $ 5,000.00 Purge Water On-Site 13, Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums $ 100.00 $ 3,000.00 14. Standby Time Per Hour 20 Hours $ 170.00 $ 3,400.00 TOTAL AMOUNT OF BID (IN FIGURES) $136,300.00 TOTAL AMOUNT OF BID (IN WORDS) One hundred & 36 thousand three hundred dollars DOLLARS CP-3 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) _ (Corporate Title) (if any) Vice Presient Bid on WELL DRILLING SERVICES JAN 23•'191 02:06PM MPLS SAFECO INS CO P.2/2 SAFECO PRANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL NSURANCE COMPANY OF AICA SjApFa :6 HOME D F CE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 Bond BID BOND KNOW ALL BY THESE PRESENTS, That we, EMPIRE SOILS INVESTIGATIONS , INC. of 140 TELEGRAPH RD. , MI DDLEPORT , NY 14 105 (hereinafter called the Principal), an Principal, and GENERAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety, are held and firmly bound unto TOWN OF SOUTHOLD, NY (hereinafter called the Obligee) in the penal sum of FIVE PERCENT OF AMOUNT OF 8 I D" a N C N M N N N N r N r N N N N r N # N N r N r N a N N N N N Dollars ($ 5% OF X IDN N ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for WELL DRILLING PROJECT ON SOUTHOLD TOWN LANDFILL IN CUTCHOGUE , NY NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obliges for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 23RD day of JANUARY EMPIRE SOILS (Sea)) i NVE9T I N S, Principal Witness L46 — i '0 the GENERAL INSURANCE COMPANY``-OF AMERICA J By , . t�iton�ey-in-Fact (D Regirtaratl traaemark of SAFECO Corporation. 8-1561/EP 7176 PRINTED IN U.S.A. o M January 24 , 1991 Southold Town Hall 53095 Main Road Southold, NY 11971 Attention: Judith T. Terry Reference: Well Drilling Services Southold Town Landfill Site Madam: Enclosed please find the original bid bond required for the above referenced proposal. If you have any further questions please contact our office at (908)287-2224 . Very truly yours, EMPIRE SOILS INVESTIGATIONS, INC. C W. Dean Anderson Vice President WDA/ks 35 NATIONAL ROAD, EDISON, NJ 08817, 201-287-2224 ® SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA SAFECO FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 Bond BID BOND KNOW ALL BY THESE PRESENTS, That we, EMPIRE SOILS INVESTIGATIONS , INC. of 140 TELEGRAPH RD. , M I DDLEPORT , NY 14105 (hereinafter called the Principal), as Principal, and GENERAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety, are held and firmly bound unto TOWN OF SOUTHOLD, NY (hereinafter called the Obligee) in the penal sum of F I VE PERCENT OF AMOUNT OF B I D* * * * * * * * * * * * * * * * * * * * * * * * * * * * * Dollars ($ 5% OF B I D* ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for WELL DRILLING PROJECT ON SOUTHOLD TOWN LANDFILL IN CUTCHOGUE , NY NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 23RD day of JANUARY , 19 91 EMPIRE S S (Seal) INVES=0 -,-1 C. Principal Witness Title GENERAL INSURANCE COMPANY'Of AMERICA By Attorney-in-Fact (D Registered trademark of SAFECO Corporation. S-1561/EP 7178 PRINTED IN U.S.A. 4 GENERAL INSURANCE COMPANY OF AMERICA �® FINANCIAL STATEMENT—DECEM$ER 31, 1989 Assets Liabilities Cash and Bank Deposits .................. s 1,747,093 Unearned Premiums ...................... S 217,352,809 *Bonds—U.S.Government ................ 106,537,570 Reserve for Claims and Claims Expense ..... 616,247,546 Reserve for Dividends to Policyholders...... 6,829,140 *Other Bonds............................. 730,950,339 Additional Statutory Reserve .............. 10,997,615 *Stocks .................................. 270,985,152 Reserve for Commissions, Taxes and Other Liabilities........................ 53,498,606 Real Estate.............................. 16,913,853 Total ............................... $ 904,925,716 Agents'Balances or Uncollected Premiums... 83,453,567 Capital Stock .............. S 2,500,000 Accrued Interest and Rents ................ 25,807,758 Paid in Surplus ............. 2,391,058 Other Admitted Assets .................... 51,948,082 Unassigned Surplus ......... 378,526,640. Swptus to Polieyhoiders .............. 393,417,698 Total Adaitted Amets ................ 11,Z8&WA14 Total Liabilities and Surplus........... S1 28 34 W.` *Bonds are stated at amortized or investment value;Stocks at Association Market Values. SEAL Securities carried at$101,895,522 are deposited as required by law. 1925 ♦� of I,PHILIP A.STEPHENS,senior vice-president of General Insurance Company of America,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31, 1989,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this lst day of March, 1990. Senior V' -President S-8853/90 *Registered trademark of SAFECO Corporation, PRINTED IN U.SA. &ER SA INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE:SAFECO PLAZA Saco SEATTLE,WASHINGTON 98185 No, 9065 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint -----------------JAN CEDERHOLM-------------------------------------------------- its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 29th day of July _ 19 88 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMMMY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-tact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the Cpmpany,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMSMA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal*of the Company may be a facsimile thereof." 1, Boh A. Dickey; Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a-Resolution of the Board of Directors of these corporations,and of,a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this 23RD day of JANUARY 19 91 S-974 RIO 3/86 PRINTED IN U.S.A. SAFECO INSURANCE COMPANY OF AWRICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 ACKNOWLEDGMENT BY SURETY STATE OF M I NNE SOT A County of HENNE P I N ss On this 23RD day of JANUARY1 99 1 before me Personally appeared JAN U UtHMULM known to me to be the Attorney-in-Fact of SAFECO INSURANCE ANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY, the corporation that executed the within instrument,and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. �wsaroM4►+rr,�,e ;•:;�::::, COLETTE GIEaLER .a. NOTARY PUBLIC— P.+•i:INESOTA r HEN tls==PIN COUNTY w otary blic m tate of (Seal ` '' My Commission Expires Feb 10, ,sa3 County of HE NNE P I N S-230/EP R4 8/78 PRINTED IN U.S.A. - t BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor' s Signature: _ Title: P ;�ZDate.- Company ate:Company Name: C Company Address: / Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Item DescriptionEstimated Unit Price* Item Price Unit Quantic Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once and Demobilization Sum b. Construction of Lump Once Sum Decontamination Pad ?J2y s� 2. Set Up at Each Borehole Each 14 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 LinealoG C U (7 water table wells Feet Feet "�� Q� d - average depth of 55 feet)*** b. Deep Borings Lineal 1050 Lineal d (7 deep/clay interface Feet Feet wells - average depth Of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon O� decontamination) Samples Samples < 00 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal >'O feet above ground to Feet Feet / ou 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth Lineal 140 Lineal o © a t1 35 to 55 feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Caps Cap 7 Caps b. Deep Wells 1. 2" Schedule 40 PVC Casing (average depth from 2-1/2 g o� feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal I,&f c o feet)*** Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Cap Cap 7 Caps — 6. Bentonite Seal Bag(100 14 Bags lbs. per bag) CP-2 Total Item Description Estimated Unit Price Item ,Price Unit Quantic Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags (100 lbs. —426— d per bag) 9. Neat Cement Grout Per Bag 14 Bags Portalnd Cement - Type II (94 lbs. per bag) 10. Well ment Develo p Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover �" a 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon A On-Site Drum Drums 14. Standby Time Per Hour 20 Hours low-, - TOTAL AMOUNT OF BID (IN FIGURES) $ TOTAL AMOUNT OF BID (IN WORDS) DOLLARS CP-3 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) ' Bid on_ WELL DRILLING SERVICES 16L AND, AIR, WATER ENVIRONMENTAL SERVICES, INC. P. O. BOX 372 • 16 COZINE ROAD CENTER MORICHES, N.Y. 11934-0372 (516) 874-2112 January 23 , 1991 REalVED JAN 2 51991 Town of Southold Ms . Judith T. Terry Son0104 T,w i rlmrk Town Hall Main Road Southhold NY Subject: Bid for drilling services for the Southold Town Landfill site, Cutchogue, New York. Dear Ms . Terry: Land, Air , Water Environmental Services must regretfully decline to bid on this project. Due to the construction specifications we feel that it is not economically feasible for our firm to submit a bid at this time . If the specifications are altered and the project is rebid we would be happy to reconsider after reviewing the new specifications . We thank you for extending this request to our firm and would ask that you continue to include us on your bidders listing. If you have any questions regarding this correspondence please feel free to call me and I will be happy to assist you any way I can. Sincerely, Donald P. Griffing Supervisor DPG:mm 169 Page 2 $25.00 Non-Refundable Fee to obtain these Bid Specifications BID - WELL DRILLING SERVICES FOR LANDFILL SII 16. American Auger 6 Ditching C©t..,, Inc Rt 23, Box 147L, Constantia NY 13044 (315) 623-7469 17. A4/1t-4- Flo" � -27lof g17-3 - 1ST/ 18. 1/16/91 - Moretrench American Corp., 100 Stickle Avenue', Rockaway,N.J. 07866 (201) 627-2100 (sent Federal Express) 19. 20. 21 . 22. 23. 24. 25. $25.00 Non-Refundable Fee to obtain these Bid Specifications 0 9� BID - WELL DRILLING SERVICES for LANDFILL Bid Opening: 11 :00 A.M., January 24, 1991. 12/26 1. Casola Well Drillers, 1408 Montauk Hwy, Mastic NY 11950 281-5454 (sent addendum on 1 /2/91 - ce t.mai ret. receipt req.) 12/28 2- Bedell Well Drilling Corp. , 441 Furrows Rd. , Holbrook, NY 11741 588-2875 (sent addendum on 1 /2/91 - cert. mail, ret. receipt req. ) 1 /2 3- Tyree Brothers Envir. Services, 208 Rt. 109, Farmindale,NY 11735 (reed addendum ) (addendum's added to all of the following packets) 1 /2 4- Hanibul Corporation,P.O. Box 550M, Bayshore, NY 11706 1 /2 5- Warren George Inc. , PO Box 413, Jersey City, NJ 07303 1 /3 6- Delta Well 8 Pump Co. , Inc. , 97 Union Ave. , Box 1309, Ronkonkoma, NY 11779 981-2255 18. D. L. Maher Co. , 71 concord St, N Reading, MA 01864 9. ( G 1 /4 10. Floral Park Corporate Center 1 /4 11- Paul Napolitano, Taylor Environmental/Group, Inc. , 110 Jericho Tpk, Floral Pk, NY 11001 / 12 ' �<�1_d � L-'�'—d'QiG�:> ���� ��� L�O��la+"��✓s. CJQ�PPc /L��/,�� ; r l' 13. L � C9t e.�. . 9,,fi, Tat,(,, 14. 3 7r� -4 --G)-3'? l k 1 /11 713- Empire Soils Investigations Inc, 35 National Rd, Edison NJ 08817 (201-287-2224) TO OBTAIN SPEC Send $26.09 ($25.00 for spe# 6 $1.09 postage) to Southold Town Clerk, Town Hall, Main Road, Southold, LEGAL NOTICE N.Y. 11971 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and requested for Well Drilling Services for the Southold Town Landfill Site, Cutchogue, New York, which would entail the construction of a total of 14 monitoring wells. Sealed bids for the Well Drilling Services, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five per- cent (50) of the total amount of the bid, will be received by the Town Clerk at the Southold Town Hall, Main Road, Southold, New York, until 11 :00 A.141. , Thursday, January 24, 1991 , at which time they will be opened and read aloud In public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid .I t interest of the Town of Southold to do so should it be deemed in the bes . i The Bid Documents may be obtained only from the Town Clerk's Office, ' 53095 Main Road, Southold, New York, upon payment of a $25.00 fee. —...a:St b' --ed and sealed in envelopes plainly marked "Bid on Well Drilling Services", and submitted to the Office of the Town Clerk. The tax, federal, state or local, from which the bid price shall not include any Town of Southold is exempt. DATED: December 11, 1990. JUDITH T. TERRY. SOUTHOLD TOWN CLERK I I - �I I PLEASE PUBLISH ON DECEMBER 20,E 1990 and JANUARY 3, i I) i=Oittivl+RD ONE (i�j AFFIDAVIT OE P�uL1CSOUTHOLD, NEW YORK 11971 . TOWN CLERK, TOWN HALL, MAIN ROAD, I Copies to the following: I The Traveler-Watchman The Suffolk Times i Town Board Members i !i Town Attorneys Dvirka S Bartilucci I Dodge Reports commissioner of Public Works Jacobs Town Clerk's Bulletin Board I I i e _ . j $25.00 Non-tie Fee to abs Omm Bid sPLadfications 09 BID - WELL DRILLING SERVICES for LANDFILL Bid Opening: 11:00 A.M., January 24, 1991. 12/26 1. Casola Well Dr'I ers, 1408 Ment k Hw M stic NY 11950 281-5454 (sent ac��endum on 1 /2/� - cer'Y.ma�, ret. receipt req.) 12/28 2. Bedell Well Drilling Corp. , 441 Furrows Rd. , Holbrook, NY 11741 588-2875 (sent addendum on 1 /2/91 - cert. mail, ret. receipt req.) 1 /2 3. Tyree Brothers Envir. Services, 208 Rt. 109, Farmindale,NY 11735 (reed addendum ) (addendum's added to all of the following packets) 1 /2 4• Hanibul Corporation,P.O. Box 550M, Bayshore, NY 11706 1 /2 S. Warren George Inc., PO Box 413, Jersey City, NJ 07303 1 /3 6. Delta Well S Pump Co. , Inc., 97 Union Ave., Box 1309, Ronkonkoma, NY 11779 /1 981-2255 P13 7. lj3 8. D.L. Maher Co., 71 concord St, N Reading, MA 01864 113 9. k/rte �V e.�.�. r3'►u-F°�E.(<�e.l� Park Co Center al 1 /4 11. Paul Napolitano, Taylor Environmental Group, Inc., 110rJeriicho Tpk o rate Floral Pk, NY 11001 12; f�i��y` �'� ?G �� � 6/� -rho� ��✓�. �� �y��Q� lI 1 13. lSGC ci►.�'. -�l/k� `1'� e C ` � lP'd f 3 Agee- 14. I4 -3'L—6 3-7 � -�- 1 Empire Soils Investigations Inc, 35 National Rd, Edison NJ 08817 (201-287-2224) TO OBTAIN SPEC Send $26.09 ($25.00 for spec & $1.09 postage) to Southold Town Clerk, Town Hall, Main Road, Southold, LEGAL NOTICE N.Y. 11971 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and requested for Well Drilling Services for the Southold Town Landfill Site, Cutchogue, New York, which would entail the construction of a total of 14 monitoring wells. Sealed bids for the Well Drilling Services, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five per- cent (50) of the total amount of the bid, will be received by the Town Clerk at the Southold Town Hall, Main Road, Southold, New York, until 11 :00 A.M., II Thursday, January 24, 1991 , at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. i The Bid Documents may be obtained only from the Town Clerk's Office, it I j 53095 Main Road, Southold, New York, upon payment of a $25.00 fee. i l.II bus must be sEynec+ and sewed in envelopes plainly marked "Bid on Well Drilling Services", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. DATED: December 11 , 1990. JUDITH T. TERRY. ff I SOUTHOLD TOWN CLERK i (I i I i( PLEASE PUBLISH ON DECEMBER 20, 1990 and JANUARY 3, 1991, AND (FORWARD ONE (1) AFFIDAViT GF P USBUCATI^P: TO jUDITHTEpRY, II TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971 . Copies to the following: The Traveler-Watchman The Suffolk Times Town Board Members Town Attorneys Dvirka & Bartilucci { Dodge Reports commissioner of Public Works Jacobs j I Town Clerk's Bulletin Board i! 'I '� j • • • Tel. (201) 62 7-2100 MORETRENCH AMERICAN CORPORATION ,A dewatering systems and services TELEX: 178-040, MORETRENCH FAX (201) 627-3950 ADDRESS REPLY TO: January i5, 1991 Town of Southoid 53095 Main Road j N 1 fi 1991 Southold. New York_ 11971 Attention: Town Clerk S0WMW 'r('W" OPA Reference: Plans - Drilling for Monitor ;yells Gentlemen: Per my conversation with your office tris morning, please forward all plans and specifications for drilling of the monitor wells , bid due date 1/24/91. Enclosed is our check in the amount- of $'25.00 to cover cost of plans. Please send the pians via Federal Express, at our expense, as soon as possible to the address shown above. Our Federal Express Account No. is 0071-5437- 2 . Very truly _yours, MORETRENCH AMERICAN CORPORATION Fran Boettcher Administrative Assistant fb/enclosure JANIIB • American Auger & DITCHING CO. , INC. Route 23, Box 147 L Constantia, N.Y. 13044 (315) 623-7496 lie IIVgo JAN 141991 SewtheW Town CkA January 10, 1991 Southold Town Clerk Town Hall, Main Road Southold, NY 11971 Re: Bid Documents Southold Town Landfill Site Dear Clerk: I am enclosing a check for $26.09 for specs and postage for the drilling services required on the above referenced site in Cutchogue, NY. Very truly yours, (RICAN AUGER & DITCHING CO. , INC. Jud aye Pre . January 10, 1991 maim Town Hall -t- "3-"- 53095 Main Road JAN 11 1991 P.O. Box 1179 Southold, NY 11971 Southold Tow", C1PA Reference: Southold Landfill Site Well drilling and testing Southold, New York Gentlemen: EMPIRE is interested in bidding the referenced project. Please send the bid documents, maps & plans to our office. If you have any questions or require additional information please feel free to contact me at our office (201) 287-2224. Thank you. Very truly yours, EMPIRE SOILS INVESTIGATIONS, INC. Kim Smith Marketing/Sales 35 NATIONAL ROAD, EDISON, NJ 08817, 201-287-2224 CTM Analytical Laboratories, Ltd. 15 Century Hill Drive GC/MS PO. Box 727 GC Latham, New York 12110 ICAP (518) 785-1805 CTM Sampling Servicr:,, FAX (518) 785-0370 December 28, 1990 RECEIVED Town of Southhold JAN 7 1991 Town Hall P.O. Box 1179 Southhold, New York 11971 Southold 7nw^ (104 Attn: Ms. Judith Terry Re: Analytical Proposal Dear Ms. Terry: Enclosed , please find a check for $25. 00 to cover the costs for the analytical bid specifications. Please forward a copy to my attention at the above address. Sincerely, CTM ANALYTICAL LABORATORIES, LTD. Elaine K. Gerber Technical Service Representative VENDOR NO. 4()(;''3 TOkN _JF SW HOLU VOUCHER PURCHASE VENDOR INVOICE DISCOUNT NET PAYABLE NUMBER ORDER NO, INVOICE NO. AMOUNTS AMOUNTS AMOUNTS 52 027.2. SPECS BID 25000 Coco 25.00 TOTAL I I TOTAL 1 Z5000 C.CCS 25400 CTM ANALYTICAL LABORATORIES, LTD, DETACH AND RETAIN THIS STATEMENT 15 Century Hill Drive, P.O. Box 727 THE ATTACHED CHECK IS IN PAYMENT OF ITEMS DESCRIBED ABOVE Latham,New York 12110 (516) 785--0976. IF NOT CORRECT PLEASE NOTIFY US PROMPTLY 09 a Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 JUDITH T.TERRY FAX(516)765-1823 TOWN CLERK -- TELEPHONE(516) 765-1801 REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Reminder: $1 .09 postage due for bid specifications requested. Thank you. �. �t�FOEt�CU Town Hall, 53095 Main Road P.O. Box 1179 1z. Southold,New York 11971 ice'F" FAX(516)765-1823 JUDITH T.TERRY TELEPHONE(516)765-1801 TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: KELVIN YOUNT, JOHN MATHES 6 _ASSOC., INC. FROM: JUDITH TERRY SOUTHOLD TOWN CLERK DATE: January 7, 1991 Number of Pages (including cover): only cover If total transmittal is not received, please call (516)765-1801. COMMENTS: e: request for oposal for Landfill work. Please advise whether you wa I Drilli ifications or Laboratory Analytical specifications. Our fax: (516) 765-1823 � y . John Math Associates, Inc. A Burlington Environmental Inc.Company R.D.#1 —Box 683 Jacksonville-Jobstown Road Jobstown,New Jersey 08041 609/723-4700 FAX 609/723-6414 January 3, 1991 Ms. Judith Terry JAN Southold Township 7 1991 P. 0. Box 1179 Southold, NY 11971 3orlbold Tow►, CW* Reference: Southold Landfill Dear Ms. Terry: This letter is to initiate our request for proposal for the work to be done at the Southold Landfill. Please send all pertinent information to my attention using the enclosed Federal Express airbill with our pre— printed account number. Thank you in advance. Sincerely, JOHN MATHES u ASSOCIATES, INC. Kelvin Project Yount Project tlanager KY/hd Enclosure REam JAN 41991 lel' aS L rl 9JA 11 7 ►i M re - f II I i� ` TO OBTAIN SPECS.*Send $26.09 ($25.00 for specsis $1.09 postage) to Southold Town Clerk, Town Hall, Main Road, Southold, LEGAL NOTICE N.Y. 11971 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and requested for Well Drilling Services for the Southold Town Landfill Site, Cutchogue, New York, which would entail the construction of a total of 14 monitoring wells. Sealed bids for the Well Drilling Services, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five per- cent (5%) of the total amount of the bid, will be received by the Town Clerk at the Southold Town Hall, Main Road, Southold, New York, until 11 :00 A. Thursday, January 24, 1991 , at which time they will be opened and read �I ,i aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid i should it be deemed in the best interest of the Town of Southold to do so. i obtained only from the Town Clerk's Office, The Bid Documents may be 53095 Main Road, Southold, New York, upon payment of a $25.00 fee. i i All bids must be signed and sealed in envelopes plainly marked "Bid on bmitted to the Office of the Town Clerk. The Well Drilling Services", and su 1� federal, state or local, from which the bid price shall not include any tax, i Town of Southold is exempt. DATED: December 11 , 1990. JUDITH T. TERRY. SOUTHOLD TOWN CLERK i i = PLEASE PUBLISH ON DECEMBER 20, 1990 and JANUARY 3, 1991 , AND I) FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY, OAD, SOUTHOLD, NEW YORK 11971. TOWN CLERK, TOWN HALL, MAIN R Copies to the following: The Traveler-Watchman The Suffolk Times Town Board Members i !i Town Attorneys Dvirka S Bartilucci Dodge Reports commissioner of Public Works Jacobs i I Town Clerk's Bulletin Board it i� I i �� • Well Drilling Firms( More Trench American Corp. pire Soils P.O. Box 316 Investigations, Inc. dH-.- (100 Stickle Ave.) 5167 South Park Ave. Rockaway, NJ 07866 Hamberg, NY 14075 Attention: Mr. Arthur Corwin Attention: Stan Blass Phone: (201 ) 627-2100 Phone: (716) 649-8110 FAX: (201 ) 627-3950 FAX: (716) 649-8051 Warren George, Inc. rEmpire Soils P.O. Box 413 Investigations,Inc. (Foot of Jersey Ave) 303 Cleveland Ave. Jersey City, NJ 07303 Highland Park, NJ 08904 Att: Mr. James McErlean Att: Dean Anderson Phone: (201 ) 433-9797 Phone: (201 ) 287-2224/ FAX: (201 ) 433-9139 FAX: (201 ) 287 (MBE) E2SI (MBE) Land Site Contracting Corp 3401 Carlands Park Drive 110 Stewart Avenue Baltimore, MD 21215 Hicksville, NY 11801 Att: Sachinee N. Gupta, P.E. Att: Andriano P. Lott Phone: (301) 466-1400 Phone: (516) 938-8200 FAX: (301) 466-7371 FAX: (516) 938-8207 Hydro Group, Inc. _Hydro Group, Inc. Layne Well & Pump Division P.O. Box J 57 Monroe Avenue Smithtown, NY 11787 Pittsford, NY 14534 (108 Hoffman Lane) Att: Mr. Dean Beugless Central Islip, NY 11722 Phone: (716) 381-5300 Att: Mr. Victor Elefante FAX: (716) 381-0716 Phone: (516) 234-1000 FAX: (516) 234-102.5 Hydro Group (WBE) Construction Management & 1251 Elizabeth Ave. Contracting Corp.* Linden, NJ 07036 201 East 25th Street Att: John Caguassola NY, NY 10010 Phone: (210) 862-1512 Att: Ms. Honi A. Peacock FAX: (201 ) 862-5200 Phone: (212) 545-0593 FAX: (212) 545-0593 * formerly Python Drilling (MBE) R&R International , Inc. (MBE) Minnesota Drillers 1234 S. Cleveland-Massillon Route 1 , Box 101 Rd. Akron Ohio 44321 (Route 1 ) Att: Gurinda Rana, P.E. Kerkhoven, Minnesota 56252 Phone: (216) 666-2200 Att: Mr. Walter Ervin FAX: (216) 666-7874 Phone: (612) 264-0000 FAX: N/A Delta Well & Pump Co. , Inc. (MBE) Kendrick Drilling 97 Union Avenue 2A Black Meadow Road Ronkonkoma, NY 11779 Chester, NY 10918 Att: Bacher Elsabeth Att: Al Kendrick Phone: (516) 981-2255 Phone: (914) 469-2266 FAX: (516) 758-72-19 FAX: (914) 469-2267 Samuel Stothoff Co. , Inc. John Mathes P.O. Box 306 201 West Sand Bank Road (Route 31 and Emery Ave. ) Columbus, Illinois 62236 Flemington, NJ 08822 Att: Mr. Charles Roberts Att: Samuel Stothoff Phone: (618) 281-7173 Phone: -L Phone- 782-2116,, FAX: (618) 281-5120 FAX: (201 ) 782-958 Katoh Environmental Co. , Inc. Atlantic Testing Laboratories, Ltd 20 Hallwood Road P.O. Box 29 - Route 11 Delmar, NY 12054 (Canton-Pottsdam Rd. ) Att: Mr. Michael Place Canton, NY 13617 Phone: (518) 439-4961 Att: Mr. Thomas Pahler FAX: (518) 439-6822 Phone: (315) 386-4578 FAX: (315) 386-1012 (MBE) Sukram & Sons Trucking LTD Testwell Craig Test Boring Co. , 41 Chestnut Road Inc. N. Amityville, NY 11701 P.O. Box 477 Att: Stanford Sukran (565 East Harding Highway) Phone: (516) 842-8186 Mays Landing, NJ 08330-2203 FAX: N/A Att: Gordon Craig Phone: (609) 625-4862 FAX: (609) 625-6325 Marine Pollution Control Empire Soils Investigations, Inc. _ (375 Dunton Avenue) 105 Corona Avenue P.O. Box 220 Groton, NY 13073 East Patchogue, NY 11772 Att: Marvin L'Amereux Att: John Emington Phone: (607) 898-5881 Phone: (516) 654-4900 FAX: (607) 898-9968 FAX: (516) 654-4935 (WBE)- American Auger and Ditching (MBE) Wisconsin Test Drilling, P.O. Box 240 Inc. (Route 49, RD Box 697) 101 Alderson Street West Monroe, NY 13167 Schofield, WI 54476 Att: Rocky Baye Att: Mr. Ronald Thalacker Phone: (315) 668-6573 Phone: ( ) - FAX: N/A FAX: ( ) Foot of Jerey= nue Warren New Jersey(201)433-9797 P.O. Box 413WGI New York(212)267-3215 Jersey City, NJ 07303 George Inc. FAX(201)433-9139 SUBSURFACE EXPLORATION x,1990 s -iwAthold Town Clerk December 28, 1990 Southhold Town Clerk P.O. Box 1179 53095 Main Road Southhold, N.Y. 11971 ATTN: Helene Horn RE: Bad Package Drilling Services Well Installation-Landfill Dear Ms.Horn: Enclosed please find a check in the amount of $25.00 for the bid package for drilling services. Also, enclosed is our Airbill for Federal Express already filled out. Thanking you in advance for your cooperation in this matter. Sincerely, WARREN GEORGE, INC. Lowell V. Bab Vice President LVB/jt L r\ Wenger Contracting Company Incorporated``. Box 1146::*. West Whylon. NY 11704 1516-061-011111. I ax: 516- �o Renovations (ContractNord Estimac 661-1)51)7`') • ,\ T;pe of Woih. • Vis Marc I.ntcrpriscs. I III L.vnan Sheet. West Ilahylon. NY' �Yltcrationsr 11701 (516-191-1222) (n) Gencial Construction Work (B) (I) Standby Emergency Power System Renovations R C R Iluildcrs Inc'' '11-16-127th Strecl`. ('ollcgc {'Dint. ( \) NY 11356 (718-32 1-8(1811) II R Suns Plumbing & Ilealing Co. 2713 Ileigenline \%e. Lau Hampton. NY (Suffolk) Springs School I)istict. 11 137 Union. NJ 07087 (201-867-7562) Status: Bids to owner January I0 at 2pn, I ischbach ,- Moore Inc. 37 01 OucenS III%d. Long Island Bid Date: 1)1 111 1991. 2:00 PN1 Citv. NY 1 1 101 (718-937--1100) Submit Bids To:Owner Melwood Constuction Contpan}", Joseph Magliato. 213 Owner Springs UI SI). Ann Nassauer. 18 School SL East (11-9911) ,\ycnuc''. Ouccns Village". NYI 1 1_'9 (718-710- 011911) Hampton. NY 11937 (510-321-0111) Architect: Knappe ,& Johnson. 600 Old Country Rd. Garden G & P Construction Company. 728 22nd Strcct . lJniott U6. NY 1 1510 (516-228-8506) City. NJ 071187 (201-86-1-6676. 1 ax: 2111-86-1-2828) Anthony Marino Constuction Corporation". 185 Ilroad- Notes: 1002.17 way. New York. NY 111013 (212-219-981111. 1 ax: 212-219- Bond Information: 5"h hitt Mond. 100"o Pei fol mancc Ilonil. 31158'°) IIIII"c Pa,ntent Mond. Certified check also accepted. Cornelius I ilzgerald Inc'. 5-10 West 50th Street'`. NC,% Plans Available From: Architect. $50 deposit. 1110% refund- York. NY 10019 (212-265-0715. 1 ax: 212 189-611351 able. Make ck pa}ahle to school (list. AI)ollon Waterproofing &' Restoration Coipoialion Md Dodge# 90- 226156-1 Felephone No.(301 055-936'-). '_1-37-161h Street:. Astoria" NY 1 1 103 (718-728-8000) Ro-Mar Constuction (-ompan\ Inc. Mf Bill Ilrennan. -'lll Piaget Ave. Clifton. NJ 0701 (201-310-3?I)11. I ax: 201-310- 2527) Georgc Campbell Painting Corporation. 31-10 College L1 „feet Esiimai,, Point Blvd. Ilushing. NY 11351 (718-353-8130) \ tffolk L frocont Constuclion Corporation. 16-27-5111) Road. Mas IIt7fi----.--- peth. NY 11378 (718-937-211(1(1) Status: Bids 10 owner January 21 at Ilam Vassallo ConStl uCli011 Contpan,' 80 Jamaica A\ Cnuc Bid Date: 111 I;1991. 11:1111 j\NJ Mookl\n. NY' 11207 (718-927-211111) GCICo Iluilders IncorporaleW. 113 Fast 119th Street Ncw Submit Bids To: Owner Yotk. NY 100.15 (212-369-7660. 1 ax: 2 1 2-2 89-7119 1: owner: (own of Southold. Judith I Icrry. Main Road. RI.M Contracting Corporation''. 1511 Ilroadholloa Road'. Soul hold. NY 11971 (516-765-18011 Melville. NY 11747 (5 1 1)-6 7 3-9 51111. I ax: 510-5 19-11775'') Plans (Architectural) By: Owner r\-OK Construction. 1079 Yonkers A%e. Yonkers. NY Notes: 11111-237-Non Collusive Hid certificate must 1ccom- 1070-1 (911-237-5536. I ax: 911-237-0851) pan\ each hid Minelli Constuction. 300 Corporale Plaza. Islandia. NY Bond Information: 5 Ilid Mond. Certified check also 11722 (516-232-1122'=. I ax: 516-232-0303) accepted. Atlantic Contracting Corp. 52-119 list Place. Long Islam) Plans Available From Owner. $25 charge. City. NY 11101 (718-718-8118) Additional Features: Construction of I 1 moniloring wells Lost Report Date: 1'_'211911 Dodge k 00- "589?-1 Dodge a 90- 111661(1-9 -- Changed Info. (continued) DODGE BULLETIN 12 27:90 Long Island 17 JUDITH T. TERRY Town Hall, 53095 Main Road �._ t:,�` TOWN CLERKP.O. Box 1 179 REGISTRAR OF VITAL STATISTICS �$ Southold, New York 11971 MARRIAGE OFFICER �� �" Fax (516) 765-1823 Telephone (516) 765-1801 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 2, 1991 CERTIFIED MAIL RETURN RECEIPT REQUESTED Casola Well Drillers 1408 Montauk Highway Mastic, New York 11950 Gentlemen: Transmitted herewith is Addendum to the Specification for Well Drilling Services for the Southold Landfill, Town of Southold, Suffolk County, New York, which you obtained from this office on December 26, 1990. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure P-531 924 946 t. TERRY SENDER: Complete items 1 and 2 when additional services are desired, and complete 3 and 4. hh Put your address in the"RETURN TO"Space on the reverse side.Failure to do this will prevent this f' from being returned to you.The return recei t fee will rovide ou the name of the person delivered the date of del ver . For additional fees the following services are dual a e. onsu t postmaster or an check ox es or additional service(s)requested. , E 1. 17 Show to whom delivered,date, and addressee's address. 2. O Restricted Delivery (Extra charge) (Extra charge) Casola Well Drillers i 3. Article Addressed to: 4. Article Number Highway 924 946`: 1408 Montauk Hi g Y Casola Well Drillers Type of Service: Mastic, N.Y. 11950 1408 Montauk Highway ❑ Registered ❑ Insured Mastic,, New York 11950 ® certified ❑ COD Return Raceiipp�� / ❑ Express Mail for MerchendlrWk " .85 $5 Alw tain signature of addresser or and DATE DELIVERED. 6. Sig ddressee 8. Addressee's Address (ONLY if f s requested and fee paid) w 6. Signature — Agent .90 x 7. Date of Delivery ` DOMESTIC RETURN fiE PS Form 3811,Apr. 1989 - .,. fj; X c_ F r i 4 JUDITH T. TERRY '= ., "� Town Hall, 53095 Main Road �'� ,• ;� P.O. Box 1179 TOWN CLERK tom .' _T Southold, New York 11971 REGISTRAR OF VITAL STATISTICS "z'. Fax (516) 765-1823 MARRIAGE OFFICER r vl;J �� Telephone (516) 765-1801 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 2, 1991 CERTIFIED MAIL RETURN RECEIPT REQUESTED Bedell Well Drilling Corp. 441 Furrows Road Holbrook, New York 11741 Gentlemen: Transmitted herewith is Addendum to the Specification for Well Drilling Services for the Southold Landfill, Town of Southold, Suffolk County, New York, which you obtained from this office on December 28, 1990. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure • 3 and Complete items 1 and 2 when additional services are desired, and complete Mems P--531 924 945 d 4 TERRY Put your address in the"RETURN TO"Space on the reverse side.Failure to do this will pmvent,this card from being returned to you.The return recei t fee will provide you the name of the r vered to and i the date of delivery. For add-m—on-a7fees the following services are avai a e. onsu t,po er o fees. an check hoz es or additional service(s)requested. r 1. ❑ Show to whom delivered, date, and addressee's address. 2. ❑ Restricted Delivery ` t (Extra charge) (Extra;charge) 3. Article Addressed to: 4. Article Number Bedell Well Drilling Corp. P-531 924 945 E Bedell Well. Drilling Corp. Type of Service: w 441 Furrows Road _ 441 Furrows Road ❑ Registered ID Insured Holbrook, New York 11741 91 Certified ❑ Coo Holbrook, N.Y. 11741 ❑ Express Mail ❑ Return Racei t far M rchan Ise Always obtain signature of addressee or agent and DATE DELIVERED. .85 5. Signature — Addressee 8. Addressee's Address (ONLY if • X requested and fee paid) 6. SiOpt —Agent ' X 7. Date o liveryr � .90 PS Form 38 1, Apr. 1989 DOMESTIC RETURN RECEIPT f_ CL ! at 4 • J dLj__ Dvirka __/ and 0) Barfilued CONSULTING ENGINEERS 6800 Jericho Turnpike, Syosset, New York 11791 516-364-9892 • Fax: 516-364-9045 JAN 2 1991 SV*AW toVr*Owk December 27, 1990 Mr. Matthew Kiernan Assistant Town Attorney Town of Southold Town Hall, 53095 Main Road PO Box 1179 Southold, NY 11971 Re: Well Drilling Specifications for Southold Landfill D&B 1027 Dear Matt: As we discussed today,please find enclosed an addendum to the above-referenced specifications, which addresses the need for uisurance, perfonnance bonds, health and safety requirements and other requirements which will provide additional control and protection to the Town related to the installation of groundwater monitoring wells at the landfill. This addendum should be sent as soon as possible (certified mail,return receipt requested) to those firms who have requested copies of the bid document. If you have any questions with regard to the enclosure,please call me at (516) 364-9892. Veiy.t-,ly yours, Thomas F. Maher TFM/cmc Enclosure cc: Scott Harris 342a/50 (= Recycled Paper ADDENDUM TO SPECIFICATION FOR WELL DRILLING SERVICES FOR THE SOUTHOLD LANDFILL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOVEMBER 1990 STANDARD FORM OF AGREEMENT FOR CONTRACTOR SERVICES THIS IS AN AGREEMENT made this day of in the year Nineteen Hundred and by and between Town of Southold (Town) and (Contractor) for the Work described in Section 2 below in connection with the following project (the Project) : Construction of Monitoring Wells at the Southold Landfill , Town of Southold, New York The part of the Project for which Contractor is to provide services (see Technical Provisions Section - Well Construction) is hereinafter called "This Part of the Project". Contractor will be furnished information for the Project to the extent available and necessary and will be furnished additional data pertinent to his Services hereunder as it becomes available. Page 1 of 12 Section 1 - General Town is the Owner with respect to Contractor' s Services to be performed under this Agreement and is responsible for coordinating Contractor' s Services with the services of others involved in the Project. All of the Contractor' s communications to or with others involved in the Project will be through or with the knowledge of Town. Contractor recognizes that services of others involved in the Project are dependent upon the timely performance of his Services and he shall perform such Services in accordance with the time schedule in the Special Provisions. Contractor is responsible for the means and methods used in performing his Services hereunder. Contractor shall , at his own expense obtain all data and information (other than that referred to in Paragraphs 3.1 and 3.2) necessary for the performance of his Work hereunder. Contractor is responsible to see that his documentation and Work conform to regulations, codes and special requirements of the place where the Project is located. The Contractor is also responsible to assure that there are no underground utilities at the specified drilling locations and responsible for the safety and protection of his equipment, materials and supplies, as well as provision for water for well construction. Page 2 of 12 Section 2 - Work of Contractor Contractor shall perform the Work described in Technical Provisions Section - Well Construction, in accordance with the terms and conditions of this Agreement. Section 3 - Town's Responsibilities Town shall : 3.1 Furnish to Contractor all information available to Town as to the requirements for This Part of the Project. 3.2 Place at Contractor' s disposal all information available to Town pertinent to the site of This Part of the Project all of which Contractor may rely upon in performing his Services hereunder. 3.3 Undertake to make all provisions for Contractor to enter upon public and private property as required for his performance of Services hereunder. Section 4 - Period of Work The period of Work shall be as set forth in the Special Provisions. Section 5 - Payments to Contractor 5.1 Compensation for Services and Work performed pursuant to Section 2 will be as indicated in Technical Provisions Section - Well Construction. Page 3 of 12 5.2 Times of Payment 5.2.1 Contractor shall submit monthly statements for Work performed. The Town will make prompt monthly payments in response to Contractor' s approved statements. Final payment shall be predicated upon successful completion of the project, including site cleanup, disposal of waste materials and demobilization. 5.3 Reproduction and Information 5.3.1 Contractor shall furnish at his expense to Town all progress reproductions and information required by Town in connection with Town' s services. 5.3.2 Town shall furnish at its expense information and progress reproductions of its services required for the execution of Contractor' s Work. Page 4 of 12 Section 6 - General 6.1 Termination 6.1.1 This Agreement may be terminated by Contractor upon seven days written notice to Town in the event of substantial failure by Town to perform in accordance with the terms hereof through no fault of Contractor. It may also be terminated by Town with or without cause upon seven days written notice to Contractor. 6.2 Records 6 .2.1 Contractor shall maintain records as required in Technical Provisions Section - Well Construction. 6.3 Insurance 6.3.1 Contractor agrees and shall submit evidence to the Town before beginning Work on This part of the Project that he has procured and will maintain such insurance as will protect him from claims under workers' compensation acts, claims for damages because of bodily injury including personal injury, sickness or disease, or death of any of his employees or of any person other than his employees, and from claims arising out of the performance of his Work and Services, hereunder. Page 5 of 12 Such insurance shall include a policy of comprehensive General Liability insurance, providing coverage of not less than one million dollars ($1,000,000) and automobile inuurance, providing coverage of not less than one million dollars ($1,000,000) , each naming the Town as additional insured. Such a policy shall be submitted to the Town for approval prior to commencement of the Work and shall remain in force during the Work and for one year after completion. 6.3.2 Contractor shall indemnify and save harmless and defend the Town, its agents, servants and employees from and against any claim, demand or cause of action of every name or nature arising out of the performance of Work and Services under this Agreement. Amounts and extent of coverages of such insurance will be indicated on a Certificate of Insurance which Certificate shall be delivered to Town prior to commencement of Contractor' s Work and Service. 6.4 Successors and Assigns 6.4.1 Town and Contractor each binds himself and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this Agreement. Except as above, neither Town nor Contractor shall assign, sublet or transfer Page 6 of 12 its interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any rights or benefits hereunder to anyone other than Town and Contractor. 6 .5 Delegation of Duties 6.5.1 Contractor shall not delegate his duties under this Agreement without the written consent of the Town. 6.6 Controlling Law 6.6.1 This Agreement is governed by the law of the principal place of business of the Town. 6.7 Scope of Agreement 6.7.1 This document, including the exhibits which are identified herein and attached hereto and which are hereby made a part hereof and incorporated herein by reference, constitutes the entire Agreement between Town and Contractor. There are no conditions, agreements or representations between the parties except those expressed herein. This Agreement may only be altered, amended or repealed by a duly executed written instrument. Page 7 of 12 Section 7 - Special Provisions 7 .1 This Agreement is subject to the following special provisions: 7 .1.1 Commencement and Time of Completion The Work shall be commenced within 10 calendar days of the date of notice to proceed, and all Work for monitoring well installation at the Southold Landfill site including utility mark-outs, acquiring applicable permits, site setup, well construction, well development, and any site restoration including clean up and waste material disposal , shall be completed within 45 calendar days after the date of notice to proceed. 7 .1.2 Liquidated Damages In the event the Contractor fails to complete the work within the Contract Time, or within the time to which such completion may have been extended in accordance with the Contract Documents, he agrees to pay to the Town liquidated damages in the sum of Five Hundred Dollars ($500) for each calendar day of delay in completing the Work. 7 .1 .3 Bonds Upon execution of the Contract, the Contractor shall furnish performance and payment Bonds as security for the faith- ful performance and payment of all his obligations under the Page 8 of 12 Contract Documents. These Bonds shall be in amounts at least equal to the Contract Price, and in such form and with such sureties as are licensed to conduct business in the state where the Project is located and are named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The Town shall be named as Obligee in the performance and payment Bonds. If the surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated where any part of the Project is located or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within five days thereafter substitute another Bond and surety, both of which shall be acceptable to the Town. 7 .1 .4 Permits and Laws Unless otherwise indicated, any permits or licenses of temporary or permanent nature necessary for the prosecution of all categories of Work shall be secured and paid for by the Contractor. Further, he shall give all notices and comply with all laws, ordinances, rules and regulations which pertain to the project as specified. Page 9 of 12 7.1.5 Safety and Protection Contractor shall be responsible for providing, maintaining and supervising all health and safety precautions and programs in connection with the Work in accordance with the minimum require- ments set forth and referenced in Technical Provisions Section - Well Construction. He shall take all necessary precautions for the health and safety of, and shall provide the necessary protection to prevent damage, injury or loss to: All employees on the Work and other persons who may be affected thereby; All the Work and all materials or equipment to be incorpo- rated therein, whether in storage on or off the site; and Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal , relocation or replacement in the course of construction. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards and equipment for its safety and protec- tion. He shall notify owners of adjacent utilities when prosecu- tion of the Work may affect them. All damage, injury or loss to Page 10 of 12 any property caused, directly or indirectly, in whole or in part by Contractor, any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor except: damage or loss attributable to the fault of Drawings or Specifications, or to the acts or omissions of the Town or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault of negligence of Contractor. Contractor' s duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and the Town has issued a notice to Contractor that Work is acceptable. Contractor shall designate a responsible member of his organization at the site whose duty shall be the protection of health and the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Town. In addition, all Health and Safety standards, practices and procedures shall be in compliance with 29 CFR Parts 1910 and 1926 of the Occupational Safety and Health Administration (OSHA) of the U.S. Department of Labor. The OSHA rule entitled, "Hazardous Waste Operation and Emergency Response," Section 1910.120 of Subpart H of 29 CFR and revisions of May 4, 1987 (Federal Register Vol . 52, No. 35) shall be applied until such time as a final rule is in effect. Page 11 of 12 Contractor shall only provide personnel for this Project who are trained in compliance with 29 CFR 1910. Certificates documenting such compliance will be required to be submitted to the Town prior to commencement of the Contractor' s Work and Services. IN WITNESS WHEREOF the parties hereto have made and executed this Agreement as of the day and year first above written. Name of Contractor: Corporate Seal By: Attest Title: Date: Accepted: Town of Brookhaven By: Attest Title: Date: Page 12 of 12 COUNTY OF SUFFOLK STATE OF NEW YORK ss: LEGAL NOTICE Patricia Wood, being duly sworn, says that she is the NOTICE TO BIDDERS Editor, of THE LONG ISLAND TRAVELER-WATCHMAN, NOTICE IS HEREBY GIV a public newspaper printed at Southold, in Suffolk County; EN in accordance with the pro- and that the notice of which the annexed is a printed copy, visions of Section 103 of the has been published in said Long Island Traveler-Watchman General Municipal Law, that sealed bids are sought and re- once e a ch week for . . . . . . . . . . . . . . . . . . . . . �. . . , . weeks quested for Well Drilling Ser- vices for the Southold Town Landfill Site, Cutehogue, New successively, commencing on the . . . . . . . . . . . . . . . . . . . . _ York, which would entail the construction of a total of 14d 19 i monitoring wells. a�cif . . . . . Sealed bids for the Well Drill- _. - ing Service, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five percent (5%)of the total amount of the bid,will be received bj the Town a Clerk at the Southold Town Sworn to before m e this . . . . . . . . . . . . .�l . . . . . . . clay of Hall, Main Road, Southold, i New York, until 11:00 A.M., L Thursday,January 24, 1991, at 19 which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to re- ject any and all bids and waive any and all informality in any Notary Public bid should it be deemed in the best interest of the Town of BARBARA A. SCHNEIM Southold to do so. NOTARY PUOLIC, State of RM Y44 The Bid Documents may be No. 4806846 obtained only from the Town Qualified in Suffolk Clerk's Office, 53095 Main Comrnission Expires Road, Southold, New York, upon payment of a$25.00 fee. All bids must be signed and sealed in enveloped plainly marked "Bid on Well Drilling Services,"and submitted to the Office of the Town Clerk. The bid price shall not include any tax,federal,state or local,from which the Town of Sou.nold is exempt. DATED: December 11, 1990. JUDITH T, TERRY SOUTHOLD TOWN CLERK 2X-12/20/90,,1/3/91(15) COUNTY OF SUFFOLK STATE OF NEW YORK ss: I Patricia Wood, being duly sworn, says that she is the LEGAL NOTICE Editor, of THE LONG ISLAND TRAVELER-WATCHMAN, NOTICE TO BIDDERS a public newspaper printed at Southold, in Suffolk County; and that the notice of which the annexed is a printed copy, EN in accordance with the pro- IS HEREBY GIhas been published in said Long Island Traveler-Watchman - visions of Section 103 of the once each week for . . . . . . . . . . . . . . . . . . . . . . . . . . weeks General Municipal Law, that sealed bids are sought and re- Inc, quested for Well Drilling Ser- successively, commencing on the . . . . . . . . . . . . . . . . . . . . vices for the Southold Town Landfill Site, Cutchogue, New c� York, which would entail the d a y o I ' ' ' ' ' "' e��-c,� 19 construction of a total of 14 monitoring wells. -'l t r Sealed bids for the Well Drill- -- ing Service, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five percent (5%) (5%)of the total amount of the Sworn to before me this . . . . . . . .�. . . . . . . . . . day of bid,will be received by the Town Clerk at the Southold Town ,(� c- Hall, Main Road, Southold, • • • • • • • • • •" fi ''` `r )9 •�J New .York, until 11:00 A.M., Thursday, January 24, 1991,at which time they will be opened and read aloud in publicThe Town-Board of the Town of ofC l Southold reserves the right to re- Notary Public - ject any and all bids and waive any and all informality in aay BARBARA & SCHNEIM bid should it be deemed in the NOTARY PUBLIC,State of 1NM1 y best interest of the Town of No. 4806846 Southold to do so. Qualified in Suffolk n/3 The Bid Documents maybe Commission Expires obtainer(only from the ToWn Clerk's Office, 53095 Main Road, Southold, New York, upon payment of a$25.00 fee. All bids must be signed and sealed in envelopes plainly marked "Bid on Well Drilling Services,"and submitted to the Office of the Town Clerk. The bid price shall not include any tax,federal,state or local,from which the Town of Southold is exempt. DATED: December 11, 1990. JUDITH T. TERRY SOUTHOLD TOWN CLERK 1X-12/20/90(15) LEGAL NOTICE STATE OF NEW YORK) NOTICE TO BIDDERS )SS: NOTICE IS HEREBY GIVEN in COUNTY OF SUFFOLK) accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and Sharon Rock of Mattituck, in requested for Well Drilling Services for the Southold Town Landfill said County, being duly sworn,says that he/she Is Principal Site, entail the construction of a, New York,which would entail the Clerk of THE SUFFOLK TIMES, a Weekly Newspaper, total of 14 monitoring wells• published at Mattituck, in the Town of Southold, County of Sealed bids for the Well Drilling Services,together with a Non-Col- Suffolk and State of New York,and that the Notice of which luscheck at bid bond,in the amount of Bid Certificate and certified check the annexed is a printed copy,has been regularly published in hec ave percent(5%)of the total,Homo. said Newspaper once each week for 1 weeks of the bid, will be received by the successively, commencing on the 20 day of Town Clerk at the Southold Town December 1990 Hall, Main Road, Southold, New York,until 11:00 A.M.,Thursday, January 24, 1991,at which time they Will be opened and read aloud in pub- lic. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be Princi Jerk deemed in the best interest of the Town of Southold to do so. Ile Bid Bid Documents may be ob- tained only from the Town Clerk-s Office,53095 Main Road,Southold, Sworn tolbDfoie me this New York,upon payment of a$25.00 t 1 fee �}✓ itay,of All bids must be signed and sealed in envelopes plainly marked"Bid on Weq Drilling Swvices",and submit- 7 ted to the Office of the Town Clerk. The bid price shall not include any tax.federal,state or local,from which the Town of Southold is exempt. DATED:December 11.1990. JUDITH T.TERRY SOUTHOLD TOWN CLERK 6900-1TD20 I a 4 0 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) JUDITH T. TERRY, Town Clerk of the Town of Southold, New York, being duly sworn, says that on the 13th day of pecember 1990 she affixed a notice of which the annexed printed notice is 'a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, Southold Town Hall, Main Road, Southold, New York 11971. Legal Notice, Notice to Bidders: Well Drilling Services for Southold Town Landfill. Bid Opening; 11 :00 A.M. , Thurday, January 17, 1991, Southold Town Hall. i Judith T. Terry Southold Town Clerk Sworn to before me this 131h day of December 19 0 Notary Public "23 ANN NEVILLE � �"u tic.,Mate of New York 125850 Suffolk Ct�U i i i LEGAL NOTICE i NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and requested for Well Drilling Services for the Southold Town Landfill Site, Cutchogue, New York, which would entail the construction of a total of 14 monitoring wells. Sealed bids for the Well Drilling Services, together with a Non-Collusive I� i Bid Certificate and certified check or bid bond, in the amount of five per- cent (5$) of the total amount of the bid, will be received by the Town Clerk at the Southold Town Hall, Main Road, Southold, New York, until 11 :00 A.141. Thursday, January 24, 1991 , at which time they will be opened and read I aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. The Bid Documents may be obtained only from the Town Clerk's Office, 53095 Main Road, Southold, New York, upon payment of a $25.00 fee. All bids must be signed and sealed in envelopes plainly marked "Bid on Well Drilling Services", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. DATED: December 11 , 1990. JUDITH T. TERRY. SOUTHOLD TOWN CLERK i I I I � PLEASE PUBLISH ON DECEMBER 20, 1990 and JANUARY 3, 1991 , AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971 . 1� Copies to the following: The Traveler-Watchman The Suffolk Times Town Board Members Town Attorneys Dvirka & Bartilucci Dodge Reports commissioner of Public Works Jacobs Town Clerk's Bulletin Board i I I C qb LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and requested for Well Drilling Services for the Southold Town Landfill Site, Cutchogue, New York, which would entail the construction of a total of 14 monitoring wells. Sealed bids for the Well Drilling Services, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five per- cent (5$) of the total amount of the bid, will be received by the Town Clerk at the Southold Town Hall, Main Road, Southold, New York, until 11 :00 A.M., Thursday, January 24, 1991 , at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid i should it be deemed in the best interest of the Town of Southold to do so. The Bid Documents may be obtained only from the Town Clerk's Office, 53095 Main Road, Southold, New York, upon payment of a $25.00 fee. All bids must be signed and sealed in envelopes plainly marked "Bid on Well Drilling Services", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. DATED: December 11, 1990. JUDITH T. TERRY. SOUTHOLD TOWN CLERK I �I I - I PLEASE PUBLISH ON DECEMBER 20, 1990 and JANUARY 3, 1991, AND '! FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY, j TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971 , Copies to the following: The Traveler-Watchman The Suffolk Times Town Board Members j Town Attorneys Dvirka & Bartilucci Dodge Reports commissioner of Public Works Jacobs Town Clerk's Bulletin Board i � ;' I 6 � it L o LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law that sealed bids are sought and requested for Well Drilling Services for the Southold Town Landfill Site, Cutchogue, New York, which would entail the construction of a total of 14 monitoring wells. Sealed bids for the Well Drilling Services, together with a Non-Collusive Bid Certificate and certified check or bid bond, in the amount of five per cent (5%) of the total amount of the bid, will be received by the Town Clerk at the Southold Town Hall, Main Road, Southold, New York, until 11 :00 A.M. Thursday, January 24, 1991, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. The Bid Documents may be obtained only from the Town Clerk's Office, .I 53095 Main 'Road, Southold, New York, upon payment of a $25.00 fee. All bids must be signed and sealed in envelopes plainly marked "Bid on Well Drilling Services", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. DATED: December 11 , 1990. JUDITH T. TERRY. SOUTHOLD TOWN CLERK f i PLEASE PUBLISH ON DECEMBER 20, 1990 and JANUARY 31 1991 , AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY, i MAIN ROAD, SOUTHOLD, NEW YORK 11971 . TOWN CLERK, TOWN HALL, Copies to the following: i The Traveler-Watchman The Suffolk Times Town Board Members 1 Town Attorneys Dvirka & Bartilucci Dodge Reports commissioner of Public Works Jacobs Town Clerk's Bulletin Board �oc��FFOL���Gy JUDITH T. TERRY 0 L TOWN CLERK = Town Hall, 53095 Main Road M rZR P.O. Box 1179 REGISTRAR OF VITAL STATISTICS il'� Southold, New York 11971 MARRIAGE OFFICER V� Fax (516) 765-1823 Telephone (516) 765-1801 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON DECEMBER 11, 1990: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for Well Drilling Services for the Southold Town Landfill, all in accordance with the bid specifications as prepared by Dvirka and Bartilucci Consulting Engineers. udith T. Terry Southold Town Clerk December 12, 1990 Dvirka and Bartilucci CONSULTING ENGINEERS 6800 Jericho Turnpike, Syosset, New York 11791 516-364-9892 • Fax: 516-364-9045 November 20, 1990 Scott L. Harris, Supervisor Town of Southold Town Hall 53095 Main Road P.O. Box 1179 Southold, NY 11971 Re: Hydrogeologic Investigation Work Plan for the Town of Southold Landfill D&B No. 1027 Dear Supervisor Harris: Please find enclosed technical specifications and bid schefules for monitoring well construction and analytical services for the above referenced project. These documents have been prepared in accordance with comments provided by the New York State Department of Environmental Conservation on the draft work plan. If you have any questions or require additional informa- tion, please do not hesitate to call me. Very trulyours, Thomas F. Maher TFM:ft Enclosures C Recycled Paper SPECIFICATIONS FOR WELL DRILLING SERVICES FOR THE SOUTHOLD LANDFILL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOVEMBER 1990 TECHNICAL PROVISIONS SECTION WELL CONSTRUCTION PART 1- GENERAL 1.01 Scope of Work A. Furnish all labor, materials, power, equipment and other facilities and incidentals necessary to construct a total of 14 monitoring wells in the area of the Southold Municipal Landfill in the Town of Southold, North Road, Suffolk County, New York (Drawing No. 1) . See Drawing No. 2 for approximate well locations at the site. (Exact well locations will be provided to the Contractor at a later date.) B. The work also includes the furnishing of all labor, materials, equipment and all other facilities and incidentals, including utility mark outs, necessary to install and develop the wells. C. In general , the overall well construction procedures shall be as follows: 1. Establishment of decontamination facilities; 2. Equipment, and materials and supplies decontamination, and well set up; 3. Construction and sampling the borehole; 4. Installation of casing (riser pipe) and screen; 5. Setting sand pack around the screen and installation of a bentonite seal above the screen; 6. Sealing the well riser pipe annulus; 7. Installing a locking surface casing and surface seal ; 8. Development and completion of the well ; B-1 ®1027 9. Containment of drillings and cuttings, and purge water and development water (if required) . 10. Site cleanup, and disposal of clean cuttings and fluids ( if required) . 1 .02 Reference to Standards and Regulations A. The latest revisions of standards of AWWA and ASTM shall apply as referenced herein. B. The latest revisions of the New York State Environmental Conservation Law, Article 15. 1.03 Permits and Reports A. The Contractor shall be responsible for obtaining any permits required for constructing the wells, obtaining potable water for drilling, discharging water from the site, disposing of waste material including clean drillings and cuttings, or clearing the site for work or access. B. The Contractor shall furnish separate copies of all permits to the Town as the permits are received. 1 .04 Description of the Wells A. Each borehole shall contain one (1) well consisting of a 2-inch ID stainless steel screen and a 2-inch ID Schedule 40 PVC riser pipe as shown on Drawing No. 3. B. The actual depths (and screen settings) for each of the wells shall be determined by the Town based on data obtained in the field. The length of screens shall be 20 feet for the shallow/water table wells and 10 feet for deep/clay interface wells, unless otherwise specified in the field by the Town. Tentative depths for the monitoring wells are as follows: B-2 i� Monitoring Wells 7 shallow/water table wells (approximately 55 feet*) 7 deep/clay interface wells (approximately 150 feet*) *Depth below ground surface 1.05 Description of the Site A. The approximate locations of the wells in the vicinity of the Southold Municipal Landfill site are shown on Drawing No. 2 . Final site selection for the wells will be within the study area shown on Drawing No. 2. Rights of ingress and egress will be provided by the Town to each site. The Contractor shall be responsible for construction of any access that is required in order to move equipment onto the well sites, and provision of water on the well sites including acquisition of permits and any other approvals necessary for obtaining water. 1 .06 Qualifications A. The Contractor responsible for constructing the wells shall employ only competent workmen for the execution of this work, and all such work shall be performed under the direct supervision of an experienced well driller satisfactory to the Town. The Contractor shall have at his immediate disposal , operational equipment rated to do that work required to install monitoring wells. B. The well driller shall be capable of identifying geologic formations, and developing and testing the wells. C. The Town may make other investigations deemed necessary to determine the ability of the Contractor to perform the work, and the Contractor shall furnish to the Town all such information and data for this purpose as the Town may request. D. The Contractor shall furnish satisfactory evidence upon request that all materials to be furnished in performing the work are new and all equipment to be used is in good working order. B-3 E. The Contractor shall complete the work in accordance with applicable portions of the New York State Environmental Conservation Law. 1.07 Submittals A. Copies of all materials required to establish compliance with the specifications shall be submitted to the Town. B. During drilling of each well , a daily driller' s production report shall be maintained and submitted daily to the Town or as requested by the Town. The report shall give a description of the number of feet drilled, number of hours on the job, shutdown due to breakdown, feet of casing set, and other pertinent data requested by the Town. C. During drilling of each well , formation samples shall be collected and preserved immediately after retrieval in labeled sample jars supplied by the Contractor and approved by the Town. Split spoon samples shall be collected continuously or at depth intervals of every five (5) feet, at every change in formation, or as directed by the Town. Samples shall be clearly and indelibly labeled with the following information: 1. Location of well , 2. Name or number of the well , 3. Depth interval represented by the sample, 4. Date taken, 5. Time taken. 1.08 Handling of Materials A. All equipment, parts and materials shall be properly protected against damage during a prolonged period at the site. Any equipment, parts and materials damaged, or deemed unacceptable by the Town, shall be removed from the site and replaced with new, like equipment, parts or materials by the Contractor at no additional cost to the Town. B-4 B. If water is used in drilling, the Contractor shall provide a clean portable drilling water storage tank or container for each well . The storage capacity shall be at least 50% greater than the anticipated drilling waste per drill hole. C. The Contractor shall be responsible for obtaining potable water for drilling and constructing the wells. D. Well development water and borehole flushing water shall be pumped into DOT approved 55 gallon "ring top" drums located near the well . No water shall be allowed to flow on the site surface, unless approved by the Town. E. Unless directed otherwise by the Town, the Contractor shall contain all cuttings and drilling water (if used) in a leak proof container/drum located near the well during well construction. No cuttings or water (if used) shall be allowed to flow on the site surface, unless approved by the Town. The Contractor shall supply and contain all spent cuttings and water in DOT-approved 55 gallon "ring top" drums and transport these drums to a location on the Southold landfill site for storage or disposal , if so directed by the Town. As an option, if the drillings and cuttings meet New York State Department of Environmental Conservation criteria for disposal on-site, the waste materials shall be disposed of in proximity to the well, as directed by the Town. 1 .09 Well Acceptance Criteria A. To be accepted by the Town, a well shall be developed to the point that it is sand and sediment-free, and the parameters of temperature, pH and specific conductance are stable. Sand and sediment-free shall be defined as development water having a turbidity of 50 NTUs (nephelometric turbidity units) or less. B. In order to ensure that all wells are sufficiently straight, and acceptable to the Town, the Contractor shall pass a 1 .66 inch diameter by 36-inch long submersible pump or dummy to the bottom of the 2-inch diameter wells. B-5 C. No payment will be due to the Contractor if he fails to meet those requirements set forth in Sections 1.09A and 1 .09B. 1.10 Warranty A. All equipment supplied under this Section shall be warranteed by the Contractor and equipment manufacturers for a period of one (1) year from date of acceptance by the Town. The manufacturer's warranty period shall run concurrently with the Contractor' s warranty period. B. The wells shall be warranteed to be free from defects in workmanship and materials. If any part of the wells should fail during the warranty period, it shall be replaced and the wells restored to service at no additional expense to the Town. 1 .11 Additional Work A. At the option of the Town, additional work may be authorized. Additional work shall be completed at unit prices not exceeding those of comparable work and materials, as determined by the Town and as specified by the Contractor in his bid price schedule. 1.12 Measurement and Payment A. Payment for work performed shall be on a basis of unit and lump sum prices bid and actual work performed except for Mobilization, Set-Up and Demobilization, for which one-half shall be paid for mobilization and one-half for demobilization. The bid items are intended to cover all costs involved in completing the work specified herein. The Contractor shall include all incidental costs into the applicable unit or lump sum prices indicated on the bid sheet. 1.13 Contract Drawings The following figures form a part of this contract: Drawing No. 1 Site Location Map Drawing No. 2 Proposed Monitoring Well Locations Drawing No. 3 Plan for Construction of Monitoring Wells Drawing No. 4 Plan for Construction of Decontamination Pad B-6 0 ! PART 2- PRODUCTS 2.01 Casing A. The Contractor shall provide all casing together with required couplings, plugs, caps, fittings and other parts necessary to satisfactorily complete the well installa- tion. Casing and appurtenances shall be clean and free of all oil , grease and any other organic contamination. Schedule 40 PVC flush threaded casing shall be used. Samples of the casing, couplings, plugs and caps proposed by the Contractor for the well installation shall be submitted to the Town for approval . B. If any casing is intended for construction purposes only, it shall be free of contamination and watertight, and of such weight and design as necessary to prevent entrance of sand and to permit its installation and removal to the specified depth and dimension without distortion or rupture. 2.02 Screen A. Well screens shall be 2-inches nominal diameter, new wire wrapped Type 304 stainless steel, as approved, flush threaded on one end and sealed with a threaded stainless steel plug on the other end. Slot size shall be 0.010-inch or as otherwise recommended by the Contractor and approved by the Town. The Contractor shall provide all well screens and fit- tings, and other parts necessary for a complete installation. B. Well screens shall be as manufactured by Johnson Div./ UOP Inc. or approved equal , providing a "Vee" slot configuration. Samples of the screen and plug proposed by the Contractor for the well installation shall be submitted to the Town for approval . C. Screens shall be attached to the casing by screwing the threaded joints together. No glue shall be used to join the screen to the casing. 2.03 Sand Pack A. Clean well sand shall be employed as a pack material in each monitoring well . The selection of sand for the screen packing shall be determined by the Contractor and approved by the Town. B-7 °1027 B. Sand shall be well rounded, washed and sized with a diameter and gradation determined concurrently with the establishment of the well screen slot size to provide compatibility with the native aquifer formation and the selected well screen slot size. Samples of sand proposed by the Contractor for the well installation shall be submitted to the Town for app 2.04 Caps and Protective Covers A. Each well shall have a vented PVC cap, and each well and well casing shall be protected from entry of foreign materials at all times during construction. Upon completion the well will be fitted with a protective casing. B. Temporary well guard and identifying flagging shall be provided and installed immediately upon well completion and prior to development and removal of the Contractor' s well rig from the well site. 2 .05 Bentonite Seals A. The bentonite for bentonite seals and cement/bentonite grout shall be of the Wyoming typetranuf actor reapby Sinco, American Colloid Company, ved equal . A sample of the bentonite proposed by the Contractor for the well installation shall be submitted to the Town for approval . 2.06 Health and Safety Equipment A. The Contractor shall provide for his employees, and any subcontractor, all equipment necessary, including monitoring and personnel protection equipment, to provide adequate safety and health protection. This equipment shall be standby equipment readily available at the site to the employees. The Contractor shall also provide traffic control as necessary. B-8 0 0 PART 3- EXECUTION 3.01 Borehole Construction A. Equipment used to construct the borehold shall be decontaminated as described in Paragraph 3.04. B. The boreholes shall be drilled by auger, cable tool or spin casing method (or other methods not using mud/drilling fluids other than potable water) as determined by the Contractor and approved by the Town. The work shall include the removal and excavation of pavement, if required. C. Augers shall have a minimum inside diamter of 6-1/4 inches. Casing used in cable tool or spin casing drilling method shall have a minimum inside diameter of 6 inches. D. Geologic sampling shall consist of the collection of split spoon samples collected as indicated in paragraph 3.02 or as directed by the Town. E. The tentative method of drilling is as follows: a. At each of the well cluster locations, the deepest well (approximately 150 feet) will be drilled first and split spoon samples will be collected. b. Based upon the data gathered, the Town will determine the depth and screen setting for the deep well at that location. c. At each of the well cluster locations, the shallow well will be drilled 15 feet into the zone of saturation and the screen set at that depth (approximately 55 feet), or as directed by the Town. 3.02 Split Spoon Sampling A. The Contractor shall obtain split spoon samples during drilling operations when directed by the Town. B. Split spoon samples will be used to obtain information on the type of strata penetrated. C. The split spoon sampler shall have a 2-inch O.D. and 1-3/8 inch ID, split barrel, similar or equal to Acker part No. 22017-2. The split spoon sampler will be driven vertically into the undisturbed formation at the bottom of the drilled hole. B-9 °1027 0 0 D. The sampler shall be returned to the surface and the recovered sample transferred to suitable containers as directed by the Town. Containers for soil samples that will be used to determine the strata penetrated shall be supplied by the Contractor. Containers for samples that will be analyzed for chemical quality will be supplied by the Town. The Contractor is required to have at least four (4) steam cleaned sampling spoons on hand at each well prior to beginning work. After each sampling, the samplers shall be cleaned by the cleaning procedure as described in Part 3.04. E. Split spoon samples shall be collected continuously in two (2) of the deep/clay interface wells and at five (5) foot intervals or significant changes in stratigraphy at the remaining five (5) deep/clay interface wells. It is anticipated that these samples will be obtained between ground surface and 150 feet. Sample recovery of less than 90% will not be acceptable, unless approved by the Town. 3.03 Casing and Screen Installation A. Casing and screen shall be installed by screwing together the individual pieces and installing them as one unit. B. Every effort shall be made on the part of the Contractor to assure casing plumbness and centralization within the borehole. C. Centralizers may be employed by the Contractor as an optional method of assuring centralization and plumbness, with prior approval of the Town. D. All casings and screens shall be constructed plumb and true to line. If, in the opinion of the Town, a well might be out of plumb, it shall be tested at the Contractor' s expense in accordance with Section 1-6.2 and 1-6.3 (AWWA Standards - A100 for Deep Wells) . E. All drilling and well construction methods shall be as approved by the Town. B-10 3.04 Decontamination Procedures A. All drilling equipment and materials including augers, drill bits, tremie pipe, rods, casings, screens, and sampling equipment shall be high pressure steam cleaned of all foreign matter and void of any external oils and grease prior to use at each well . All decontamination/cleaning activities will be performed at a the decontamination pad to be constructed according to Drawing No. 4. The Contractor shall demonstrate to the satisfaction of the Town that the temperature of the steam is a minimum of 212°F. All contact equipment including sample pumps and hoses, drill string, water pump and water tank shall be flushed with potable water before each use and as directed during the drilling program. All equipment shall be cleaned to the satisfaction of the Town prior to use. Drill pipe lubrication shall be Crisco grease or equal , and approved by the Town. B. All equipment shall be stored above ground either on clean racks, pallets or plastic sheeting, with the approval of the Town, and covered with clean plastic sheeting. C. All down-hole equipment, instruments and tools shall be placed in a specially designated staging area constructed of clean pallets or equal substitutes. D. All decontamination activities for drilling/well installation/sampling equipment will be performed at the decontamination facility to be provided/constructed by the Contractor. E. All decontamination equipment and supplies shall be provided by the Contractor. F. The decontamination facility and all decontamination equipment is subject to approval of the Town. G. All water used in the drilling operation and equipment decontamination shall be provided by the Contractor. Acquisition (including cost of water, permits and other approvals), transport and storage of all water will be the responsibility of the Contractor. All water used for drilling and cleaning must be potable and as approved by the Town. B-11 0 r 3.05 Sand Pack Installation A. The sand pack shall be placed in the well by means of a tremie pipe to insure that no bridging of the hole occurs and shall extend from the bottom of the borerhole to no more than two (2) feet above the top of the screen or six (6) inches below the bottom of the screen. B. A finer grained sand pack material (100 percent passing the No. 30 sieve and less than two (2) percent passing the No. 200 seive) six (6) inches thick must be placed at the top of the sand pack between the sand and the bentonite seal . 3.06 Bentonite Seal A. A bentonite seal shall be placed in the well by means of a tremie pipe or other approved method to insure that no bridging of the hole occurs and shall extend from the top of the sand pack, to a minimum of three (3) feet above the sand pack, or as otherwise directed by the Town. 3.07 Cement/Bentonite Grout Seal A. A cement/bentonite grout seal shall be placed above the bentonite seal to completely seal the annular space between the bentonite seal and the surface seal in each borehole. All cement/bentonite grout shall be installed using a tremie pipe or other method approved by the Town. B. The proportions of cement/bentonite/water in the grout mix shall be 94 pounds/5 pounds/6.5 gallons respectively. Ten (10) percent by volume of hydrated lime (CaO) may be added to facilitate pumping. C. Bentonite shall be of the Wyoming type manufactured by Sinco, American Colloid Company, Terra-Metric or approved equal . D. All grout shall be allowed to cure for a minimum of 12 hours or as necessary to provide a proper cure prior to starting the next phase of work. E. Abandoned boreholes shall be sealed with a cement/bentonite grout. The grout seal shall be installed using a tremie pipe. B-12 3.08 Neat Cement Grout Surface Seal A. The Contractor shall furnish and place neat cement grout in the annular space between the borehole wall and the surface casing and between the casing and the riser pipe, or as directed by the Town. Work shall include, but not be limited to: a. opening a clear annular space by circulation of potable water or drilling fluids and removal of any obstructions, b. mixing and placement of the cement grout in one continuous operation by pumping or tremie. B. Neat cement grout shall be a mixture of Type II Portland cement confroming to ASTM-C-150 and potable water. The water to cement ratio shall be five (5) to six (6) gallons of water per 94-pound sack of cement. A bentonite additive of 3% to 5%, or other ratio may be specified by the Town. The grout shall be placed by a continuous operation before initial setting of the cement. The grout shall be introduced at the base of the grouting interval to minimize dilution of the grout and bridging of the mixture with upper-formation material . Grout shall be pumped into place. 3.09 Protective Surface Casing and Locking Cover A. The Contractor shall furnish and install a steel protective surface casing with a locking cover at wells where so directed by the Town. The surface casing and cover shall be as indicated in Drawing No. 3. B. The concrete pad placed around the protective surface casing shall be a minimum of 2 1/2 feet in diameter. 3.10 Well Development A. Each well shall be developed by surging, using compressed air (double airline oil filters required), interrupted over-pumping, surge block and bailer, or other methods approved by the Town. Development shall continue until development water from the well measures 50 NTU (nephelo- metric turbidity units) or less and temperature, pH and specific conductance of the development water is stable B-13 at pumping rates of five (5) gallons per minute(gpm) , or as directed and until approved by the Town. If the well has not been effectively and satisfactorily developed, the well will not be accepted. B. All wells shall be tested for development (sand-free condition) and yield by pumping for a minimum of one hour. Pumping shall be at a rate of five (5) gpm or as directed by the Town. C. All wells shall be developed within 24 hours after completion, unless directed otherwise by the Town. 3.11 Well Abandonment A. In the event that the Contractor shall fail to install the well to the depth specified or to such lesser depth as directed by the Town, or should the Contractor abandon the well because of loss of tools or for any other cause through the fault of the Contractor, the Contractor shall , if requested and directed by the Town, seal the well/borehole using the following methods: overboring or removal of the casing to the greatest extent possible followed by perforation of any casing left in place; removal of all casing and well installations within the upper 5 feet of the boring; sealing by injection of non-shrink cement bentonite grout using a tremie pipe or other method approved by the Town from the bottom of the borehole upwards to 5 feet below the ground surface; and the restoration of the sealed site to a safe condition. 3.12 Protection and Site Cleanup A. At all times during the progress of the work, the Contractor shall use all reasonable precautions to prevent either tampering with the wells or the entrance of foreign material into the wells. The Contractor shall secure the borehole or well at the completion of work each day. B. Immediately upon completion of a well , the Contractor shall remove all of his equipment, materials and supplies from the site of the work, including decontamination facilities, remove all surplus materials, waste and B-14 0 0 debris, fill in all holes or excavations, and grade the site to elevations of the surface levels which existed before work started. The site shall be thoroughly cleaned by the Contractor and approved by the Town. Failure to comply with these requirements shall give the Town authority to authorize other contractors or workmen directed by the Town to enter upon the site and complete the cleaning up, grading, etc. The cost of this work shall be deducted from any money due or to become due the Contractor for construction of the wells. C. The Contractor shall be responsible for the protection of all equipment, materials and supplies provided by the Contractor. B-15 13 1 •'r_i?it � '•'''�. r Duck f�Or ^:a, NEW YORK IJ .. :,.w / p• i�. :� i/ SOHO �� Y; QUADRANGLE LOCATION N. •••` as SOUTHOLD,LANDFILL \b` �r / \ \ \ • • / • \ do \ '°j•.+ .• �/ r/y�� w�.: \ \°: /• ate+ '�,;:.��;;:...• '�..- j '. \ o r. \1 N 6. � off, ss y �'- C \\. •� .,� ��' �;•); .� \.� �•�a''e � �'ev \\ c`°p�`�• yP�O ox�ti ..Cu�clhogue�,• ? �: ' c •� / /� r`'•\ \ �\\•�•, o\`�, _ � �\.` +• '» -��—testi \ , PQ L A 3 2, • k \ �• \ _Cutchoove •t ' �• P � 41°i �'\,��'' /�(f ,�l ��•,,'' � '�,,• •� � � r �^�.�_-"�, . .1, �" `�ti ` .cam ` �\ I�. �.`;: o •�_; t� Nodh For( \ 0�1 8M p,'Colin try Club i 4 KALE IN FEET O 1000 2000 SOURCE: USGS. MATTITUCK HILLS d SOUTHOLD QUADRANGLES TOWN OF SOUTHOLD SOUTHOLD LANDFILL and SITE LOCATION MAP DRAWING N0.1 0 MN od b CONOWMFNONSEAS LANE LEGEND COX MW-1 PROPOSED GROUND WATER MONITORING WELL CLUSTER rTMW-5 •• j 1 � o o MW-4 •• MW-3 MW-7 PLANNED LANDFILL ' A 0 c saslla '' s MW-2 S PLY WELL mA •• 0 O 7 EXISTING LANDFILL WEIGHING SCALA I / Z O S-71045 0O S-69761 7o Z F68831 68916 p ' O D � O i MW-6 SCDHS �— — — — PROJECT S-7668WELL WELL O O INFERRED REGIONAL GROUNDWATER FLOW DIRECTION a MW-1 APPROXIMATE SCALE: 1' = 400' TOWN OF SOUTHOLD SOUTHOLD LANDFILL 0 �od PROPOSED MONITORING WELL LOCATIONS DRAWING 140.2 Ask 5"I.D. STEEL CAP MINIMUM 9" VENTED PVC CAP HASP � If 4"I.O. STEEL PADLOCK 2 -6 PROTECTIVE CASING - NEAT CEMENT SLOPED 3'- 6" 2" I.D. SCHEDULE 40 PVC THREADED FLUSH JOINT RISER CEMENT- BENTONITE GROUT BENTONITE SEAL ---- 3'-0" 6"- FINER GRAINED SAND SAND PACK EXTENDING PACK, 6" THICK, PLACED AT MAXIMUM OF 2 FT. ,' 2 +0 TOP OF SAND PACK BETWEEN ABOVE AND 6"BELOW BENTONITE SEAL AND SAND WELL SCREEN PACK :.. 20' x 2"STAINLESS STEEL SLOTTED SCREEN WITH y' BOTTOM PLUG (SHALLOW { WELL)* SIE NOTE: 10' x 2" STAINLESS STEEL SLOTTED SCREEN WITH BOTTOM PLUG FOR DEEP WELL TOWN OF SOUTHOLD SOUTHOLD LANDFILL L CLovi11.c, PLAN FOR CONSTRUCTION and Bersuccl OF MONITORING WELLS .."EES DRAWING NO. 3 4•x rx 6/r• ►LYw000 —O 2 E PLATFORMS 12 _ 4�O• 65 GALLON STORAGE � DRUMS `\\ FURRING 1 STRIPS ' _ y z—x i-BOARDS 7 PLASTIC SHEETING J. • NAIL 1f FURRING 6/S'• ' STRIP PLYWOOD \ rx a•• + BOARD PLASTIC a SHEETING �- SLOP[ ! _ . 1 SUM► IS GALLON I pump 2- / /= ►Ally SAND PLASTIC SHEETING I i TOWN OF SOUTHOLD i SOUTHOLD LANDFILL Dvkka PLAN FOR CONSTRUCTION OFand y Bw1kmd DECONTAMINATION PAD DRAWING NO. 4 CopouLT00 emovoilm BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor' s Signature: Title: Date: Company Name: Company Address: Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once and Demobilization Sum b. Construction of Lump Once Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal (7 water table wells Feet Feet - average depth of 55 feet)*** b. Deep Borings Lineal 1050 Lineal (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth Lineal 140 Lineal 35 to 55 feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Caps Cap 7 Caps b. Deep Wells 1 . 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Cap Cap 7 Caps 6. Bentonite Seal Bag 14 Bags (100 lbs. per bag) CP-2 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums 14. Standby Time Per Hour 20 Hours TOTAL AMOUNT OF BID ( IN FIGURES) $ TOTAL AMOUNT OF BID (IN WORDS) DOLLARS CP-3 i i Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 NON-COLLUSIVE BID CERTIFICATE 0 The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on WELL DRILLING SERVICES 1 1 SPECIFICATIONS FOR WELL DRILLING SERVICES FOR THE SOUTHOLD LANDFILL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOVEMBER 1990 TECHNICAL PROVISIONS SECTION WELL CONSTRUCTION PART 1- GENERAL 1.01 Scope of Work A. Furnish all labor, materials, power, equipment and other facilities and incidentals necessary to construct a total of 14 monitoring wells in the area of the Southold Municipal Landfill in the Town of Southold, North Road, Suffolk County, New York (Drawing No. 1) . See Drawing No. 2 for approximate well locations at the site. (Exact well locations will be provided to the Contractor at a later date.) B. The work also includes the furnishing of all labor, materials, equipment and all other facilities and incidentals, including utility mark outs, necessary to install and develop the wells. C. In general , the overall well construction procedures shall be as follows: 1. Establishment of decontamination facilities; 2. Equipment, and materials and supplies decontamination, and well set up; 3. Construction and sampling the borehole; 4. Installation of casing (riser pipe) and screen; 5. Setting sand pack around the screen and installation of a bentonite seal above the screen; 6. Sealing the well riser pipe annulus; 7. Installing a locking surface casing and surface seal ; 8. Development and completion of the well ; B-1 ®1027 9. Containment of drillings and cuttings, and purge water and development water (if required) . 10. Site cleanup, and disposal of clean cuttings and fluids (if required) . 1.02 Reference to Standards and Regulations A. The latest revisions of standards of AWWA and ASTM shall apply as referenced herein. B. The latest revisions of the New York State Environmental Conservation Law, Article 15. 1.03 Permits and Reports A. The Contractor shall be responsible for obtaining any permits required for constructing the wells, obtaining potable water for drilling, discharging water from the site, disposing of waste material including clean drillings and cuttings, or clearing the site for work or access. B. The Contractor shall furnish separate copies of all permits to the Town as the permits are received. 1.04 Description of the Wells A. Each borehole shall contain one (1) well consisting of a 2-inch ID stainless steel screen and a 2-inch ID Schedule 40 PVC riser pipe as shown on Drawing No. 3. B. The actual depths (and screen settings) for each of the wells shall be determined by the Town based on data obtained in the field. The length of screens shall be 20 feet for the shallow/water table wells and 10 feet for deep/clay interface wells, unless otherwise specified in the field by the Town. Tentative depths for the monitoring wells are as follows: B-2 Monitoring Wells 7 shallow/water table wells (approximately 55 feet*) 7 deep/clay interface wells (approximately 150 feet*) *Depth below ground surface 1.05 Description of the Site A. The approximate locations of the wells in the vicinity of the Southold Municipal Landfill site are shown on Drawing No. 2. Final site selection for the wells will be within the study area shown on Drawing No. 2. Rights of ingress and egress will be provided by the Town to each site. The Contractor shall be responsible for construction of any access that is required in order to move equipment onto the well sites, and provision of water on the well sites including acquisition of permits and any other approvals necessary for obtaining water. 1.06 Qualifications A. The Contractor responsible for constructing the wells shall employ only competent workmen for the execution of this work, and all such work shall be performed under the direct supervision of an experienced well driller satisfactory to the Town. The Contractor shall have at his immediate disposal, operational equipment rated to do that work required to install monitoring wells. B. The well driller shall be capable of identifying geologic formations, and developing and testing the wells. C. The Town` may make other investigations deemed necessary to determine the ability of the Contractor to perform the work, and the Contractor shall furnish to the Town all such information and data for this purpose as the Town may request. D. The Contractor shall furnish satisfactory evidence upon request that all materials to be furnished in performing the work are new and all equipment to be used is in good working order. B=3 E. The Contractor shall complete the work in accordance with applicable portions of the New York State Environmental Conservation Law. 1.07 Submittals A. Copies of all materials required to establish compliance with the specifications shall be submitted to the Town. B. During drilling of each well , a daily driller's production report shall be maintained and submitted daily to the Town or as requested by the Town. The report shall give a description of the number of feet drilled, number of hours on the job, shutdown due to breakdown, feet of casing set, and other pertinent data requested by the Town. C. During drilling of each well , formation samples shall be collected and preserved immediately after retrieval in labeled sample jars supplied by the Contractor and approved by the Town. Split spoon samples shall be collected continuously or at depth intervals of every five (5) feet, at every change in formation, or as directed by the Town. Samples shall be clearly and indelibly labeled with the following information: 1. Location of well , 2. Name or number of the well , 3. Depth interval represented by the sample, 4. Date taken, 5. Time taken. 1.08 Handling of Materials A. All equipment, parts and materials shall be properly protected against damage during a prolonged period at the site. Any equipment, parts and materials damaged, or deemed unacceptable by the Town, shall be removed from the site and replaced with new, like equipment, parts or materials by the Contractor at no additional cost to the Town. B=4 B. If water is used in drilling, the Contractor shall provide a clean portable drilling water storage tank or container for each well . The storage capacity shall be at least 50% greater than the anticipated drilling waste per drill hole. C. The Contractor shall be responsible for obtaining potable water for drilling and constructing the wells. D. Well development water and borehole flushing water shall be pumped into DOT approved 55 gallon "ring top" drums located near the well . No water shall be allowed to flow on the site surface, unless approved n. E. Unless directed otherwise by the Town, the Contractor shall contain all cuttings and drilling water (if used) in a leak proof container/drum located near the well during well construction. No cuttings or water (if used) shall be allowed to flow on the site surface, unless approved by the Town. The Contractor shall supplyand contain all spent cuttings and water in DOT-app roved 55 gallon ring top" drums and transport these drums to a location on the Southold landfill site for storage or disposal, if so directed by the Town. As an option, if the drillings and cuttings meet New York State Department of Environmental Conservation criteria for disposal on-site, the waste materials shall be disposed of in proximity to the well, as directed by the Town. 1.09 Well Acceptance Criteria A. To be accepted by the Town, a well shall be developed to the point that it is sand and sediment-free, and the parameters of temperature, pH and specific conductance are stable. Sand and sediment-free shall be defined as development water having a turbidity of 50 NTUs (nephelometric turbidity units) or less. B. In order to ensure that all wells are sufficiently straight, and acceptable to the Town, the Contractor shall pass a 1.66 inch diameter by 36-inch long submersible pump or dummy to the bottom of the 2-inch diameter wells. B-5 C. No payment will be due to the Contractor if he fails to meet those requirements set forth in Sections 1.09A and 1.09B. 1.10 Warranty A. All equipment supplied under this Section shall be warranteed by the Contractor and equipment manufacturers for a period of one (1) year from date of acceptance by the Town. The manufacturer's warranty period shall run concurrently with the Contractor' s warranty period. B. The wells shall be warranteed to be free from defects in workmanship and materials. If any part of the wells should fail during the warranty period, it shall be replaced and the wells restored to service at no additional expense to the Town. 1.11 Additional Work A. At the option of the Town, additional work may be authorized. Additional work shall be completed at unit prices not exceeding those of comparable work and materials, as determined by the Town and as specified by the Contractor in his bid price schedule. 1.12 Measurement and Payment A. Payment for work performed shall be on a basis of unit and lump sum prices bid and actual work performed except for Mobilization, Set-Up and Demobilization, for which one-half shall be paid for mobilization and one-half for demobilization. The bid items are intended to cover all costs involved in completing the work specified herein. The Contractor shall include all incidental costs into the applicable unit or lump sum prices indicated on the bid sheet. 1.13 Contract Drawings The following figures form a part of this contract: Drawing No. 1 Site Location Map Drawing No. 2 Proposed Monitoring Well Locations Drawing No. 3 Plan for Construction of Monitoring Wells Drawing No. 4 Plan for Construction of Decontamination Pad B-6 PART 2- PRODUCTS 2.01 Casing A. The Contractor shall provide all casing together with required couplings, plugs, caps, fittings and other parts necessary to satisfactorily complete the well installa- tion. Casing and appurtenances shall be clean and free of all oil , grease and any other organic contamination. Schedule 40 PVC flush threaded casing shall be used. Samples of the casing, couplings, plugs and caps proposed by the Contractor for the well installation shall be submitted to the Town for approval . B. If any casing is intended for construction purposes only, it shall be free of contamination and watertight, and of such weight and design as necessary to prevent entrance of sand and to permit its installation and removal to the specified depth and dimension without distortion or rupture. 2.02 Screen A. Well screens shall be 2-inches nominal diameter, new wire wrapped Type 304 stainless steel , as approved, flush threaded on one end and sealed with a threaded stainless steel plug on the other end. Slot size shall be 0.010-inch or as otherwise recommended by the Contractor and approved by the Town. The Contractor shall provide all well screens and fit- tings, and other parts necessary for a complete installation. B. Well screens shall be as manufactured by Johnson Div./ UOP Inc. or approved equal, providing a "Vee" slot configuration. Samples of the screen and plug proposed by the Contractor for the well installation shall be submitted to the Town for approval . C. Screens shall be attached to the casing by screwing the threaded joints together. No glue shall be used to join the screen to the casing. 2.03 Sand Pack A. Clean well sand shall be employed as a pack material in each monitoring well . The selection of sand for the screen packing shall be determined by the Contractor and approved by the Town. B-7 ®1027 B. Sand shall be well rounded, washed and sized with a diameter and gradation determined concurrently with the establishment of the well screen slot size to provide compatibility with the native aquifer formation and the selected well screen slot size. Samples of sand proposed by the Contractor for the well installation shall be submitted to the Town for approval . 2.04 Caps and Protective Covers A. Each well shall have a vented PVC cap, and each well and well casing shall be protected from entry of foreign materials at all times during construction. Upon completion the well will be fitted with a protective casing. B. Temporary well guard and identifying flagging shall be provided and installed immediately upon well completion and prior to development and removal of the Contractor's well rig from the well site. 2.05 Bentonite Seals A. The bentonite for bentonite seals and cement/bentonite grout shall be of the Wyoming type manufactured by Sinco, American Colloid Company, Terra-Metric, or an approved equal . A sample of the bentonite proposed by the Contractor for the well installation shall be submitted to the Town for approval . 2.06 Health and Safety Equipment A. The Contractor shall provide for his employees, and any subcontractor, all equipment necessary, including monitoring and personnel protection equipment, to provide adequate safety and health protection. This equipment shall be standby equipment readily available at the site to the employees. The Contractor shall also provide traffic control as necessary. B=8 PART 3- EXECUTION 3.01 Borehole Construction A. Equipment used to construct the borehold shall be decontaminated as described in Paragraph 3.04. B. The boreholes shall be drilled by auger, cable tool or spin casing method (or other methods not using mud/drilling fluids other than potable water) as determined by the Contractor and approved by the Town. The work shall include the removal and excavation of pavement, if required. C. Augers shall have a minimum inside diamter of 6-1/4 inches. Casing used in cable tool or spin casing drilling method shall have a minimum inside diameter of 6 inches. D. Geologic sampling shall consist of the collection of split spoon samples collected as indicated in paragraph 3.02 or as directed by the Town. E. The tentative method of drilling is as follows: a. At each of the well cluster locations, the deepest well (approximately 150 feet) will be drilled first and split spoon samples will be collected. b. Based upon the data gathered, the Town will determine the depth and screen setting for the deep well at that location. c. At each of the well cluster locations, the shallow well will be drilled 15 feet into the zone of saturation and the screen set at that depth (approximately 55 feet), or as directed by the Town. 3.02 Split Spoon Samplinq A. The Contractor shall obtain split spoon samples during drilling operations when directed by the Town. B. Split spoon samples will be used to obtain information on the type of strata penetrated. C. The split spoon sampler shall have a 2-inch O.D. and 1-3/8 inch ID, split barrel, similar or equal to Acker part No. 22017-2. The split spoon sampler will be driven vertically into the undisturbed formation at the bottom of the drilled hole. B-9 ®1027 D. The sampler shall be returned to the surface and the recovered sample transferred to suitable containers as directed by the Town. Containers for soil samples that will be used to determine the strata penetrated shall be supplied by the Contractor. Containers for samples that will be analyzed for chemical quality will be supplied by the Town. The Contractor is required to have at least four (4) steam cleaned sampling spoons on hand at each well prior to beginning work. After each sampling, the samplers shall be cleaned by the cleaning procedure as described in Part 3.04. E. Split spoon samples shall be collected continuously in two (2) of the deep/clay interface wells and at five (5) foot intervals or significant changes in stratigraphy at the remaining five (5) deep/clay interface wells. It is anticipated that these samples will be obtained between ground surface and 150 feet. Sample recovery of less than 90% will not be acceptable, unless approved by the Town. 3.03 Casing and Screen Installation A. Casing and screen shall be installed by screwing together the individual pieces and installing them as one unit. B. Every effort shall be made on the part of the Contractor to assure casing plumbness and centralization within the borehole. C. Centralizers may be employed by the Contractor as an optional method of assuring centralization and plumbness, with prior approval of the Town. D. All casings and screens shall be constructed plumb and true to line. If, in the opinion of the Town, a well might be out of plumb, it shall be tested at the Contractor's expense in accordance with Section 1-6.2 and 1-6.3 (AWWA Standards - A100 for Deep Wells). E. All drilling and well construction methods shall be as approved by the Town. B-10 3.04 Decontamination Procedures A. All drilling equipment and materials including augers, drill bits, tremie pipe, rods, casings, screens, and sampling equipment shall be high pressure steam cleaned of all foreign matter and void of any external oils and grease prior to use at each well . All decontamination/cleaning activities will be performed at a the decontamination pad to be constructed according to Drawing No. 4. The Contractor shall demonstrate to the satisfaction of the Town that the temperature of the steam is a minimum of 212°F. All contact equipment including sample pumps and hoses, drill string, water pump and water tank shall be flushed with potable water before each use and as directed during the drilling program. All equipment shall be cleaned to the satisfaction of the Town prior to use. Drill pipe lubrication shall be Crisco grease or equal, and approved by the Town. B. All equipment shall be stored above ground either on clean racks, pallets or plastic sheeting, with the approval of the Town, and covered with clean plastic sheeting. C. All down-hole equipment, instruments and tools shall be placed in a specially designated staging area constructed of clean pallets or equal substitutes. D. All decontamination activities for drilling/well installation/sampling equipment will be performed at the decontamination facility to be provided/constructed by the Contractor. E. All decontamination equipment and supplies shall be provided by the Contractor. F. The decontamination facility and all decontamination equipment is subject to approval of the Town. G. All water used in the drilling operation and equipment decontamination shall be provided by the Contractor. Acquisition (including cost of water, permits and other approvals), transport and storage of all water will be the responsibility of the Contractor. All water used for drilling and cleaning must be potable and as approved by the Town. B-11 3.05 Sand Pack Installation A. The sand pack shall be placed in the well by means of a tremie pipe to insure that no bridging of the hole occurs and shall extend from the bottom of the borerhole to no more than two (2) feet above the top of the screen or six (6) inches below the bottom of the screen. B. A finer grained sand pack material (100 percent passing the No. 30 sieve and less than two (2) percent passing the No. 200 seive) six (6) inches thick must be placed at the top of the sand pack between the sand and the bentonite seal . 3.06 Bentonite Seal A. A bentonite seal shall be placed in the well by means of a tremie pipe or other approved method to insure that no bridging of the hole occurs and shall extend from the top of the sand pack, to a minimum of three (3) feet above the sand pack, or as otherwise directed by the Town. 3.07 Cement/Bentonite Grout Seal A. A cement/bentonite grout seal shall be placed above the bentonite seal to completely seal the annular space between the bentonite seal and the surface seal in each borehole. All cement/bentonite grout shall be installed using a tremie pipe or other method approved by the Town. B. The proportions of cement/bentonite/water in the grout mix shall be 94 pounds/5 pounds/6.5 gallons respectively. Ten (10) 'percent by volume of hydrated lime (CaO) may be added to facilitate pumping. C. Bentonite shall be of the Wyoming type manufactured by Sinco, American Colloid Company, Terra-Metric or approved equal . D. All grout shall be allowed to cure for a minimum of 12 hours or as necessary to provide a proper cure prior to starting the next phase of work. E. Abandoned boreholes shall be sealed with a cement/bentonite grout. The grout seal shall be installed using a tremie pipe. B-12 3.08 Neat Cement Grout Surface Seal A. The Contractor shall furnish and place neat cement grout in the annular space between the borehole wall and the surface casing and between the casing and the riser pipe, or as directed by the Town. Work shall include, but not be limited to: a. opening a clear annular space by circulation of potable water or drilling fluids and removal of any obstructions, b. mixing and placement of the cement grout in one continuous operation by pumping or tremie. B. Neat cement grout shall be a mixture of Type II Portland cement confroming to ASTM-C-150 and potable water. The water to cement ratio shall be five (5) to six (6) gallons of water per 94-pound sack of cement. A bentonite additive of 3% to 5%, or other ratio may be specified by the Town. The grout shall be placed by a continuous operation before initial setting of the cement. The grout shall be introduced at the base of the grouting interval to minimize dilution of the grout and bridging of the mixture with upper-formation material . Grout shall be pumped into place. 3.09 Protective Surface Casing and Locking Cover A. The Contractor shall furnish and install a steel protective surface casing with a locking cover at wells where so directed by the Town. The surface casing and cover shall be as indicated in Drawing No. 3. B. The concrete pad placed around the protective surface casing shall be a minimum of 2 1/2 feet in diameter. 3.10 Well Development A. Each well shall be developed by surging, using compressed air (double airline oil filters required), interrupted over-pumping, surge block and bailer, or other methods approved by the Town. Development shall continue until development water from the well measures 50 NTU (nephelo- metric turbidity units) or less and temperature, pH and specific conductance of the development water is stable B-13 at pumping rates of five (5) gallons per minute(gpm) , or as directed and until approved by the Town. If the well has not been effectively and satisfactorily developed, the well will not be accepted. B. All wells shall be tested for development (sand-free condition) and yield by pumping for a minimum of one hour. Pumping shall be at a rate of five (5) gpm or as directed by the Town. C. All wells shall be developed within 24 hours after completion, unless directed otherwise by the Town. 3.11 Well Abandonment A. In the event that the Contractor shall fail to install the well to the depth specified or to such lesser depth as directed by the Town, or should the Contractor abandon the well because of loss of tools or for any other cause through the fault of the Contractor, the Contractor shall, if requested and directed by the Town, seal the well/borehole using the following methods: overboring or removal of the casing to the greatest extent possible followed by perforation of any casing left in place; removal of all casing and well installations within the upper 5 feet of the boring; sealing by injection of non-shrink cement bentonite grout using a tremie pipe or other method approved by the Town from the bottom of the borehole upwards to 5 feet below the ground surface; and the restoration of the sealed site to a safe condition. 3.12 Protection and Site Cleanup A. At all times during the progress of the work, the Contractor shall use all reasonable precautions to prevent either tampering with the wells or the entrance of foreign material into the wells. The Contractor shall secure the borehole or well at the completion of work each day. B. Immediately upon completion of a well , the Contractor shall remove all of his equipment, materials and supplies from the site of the work, including decontamination facilities, remove all surplus materials, waste and B-14 debris, fill in all holes or excavations, and grade the site to elevations of the surface levels which existed before work started. The site shall be thoroughly cleaned by the Contractor and approved by the Town. Failure to comply with these requirements shall give the Town authority to authorize other contractors or workmen directed by the Town to enter upon the site and complete the cleaning up, grading, etc. The cost of this work shall be deducted from any money due or to become due the Contractor for construction of the wells. C. The Contractor shall be responsible for the protection of all equipment, materials and supplies provided by the Contractor. B•-15 'N, ••: O 37\ Duck O . NEW YORK Pit `o ♦'• \ `♦ \, is `N, QUADRANGLE LOCATION . _`. � � ♦♦.� ss SOUTHOLD� be ), s;• LANDFILL \ �\� •r •°� .....: ;;;;,• .;;: ` .� C4 r^ ��j \•�a�, +++ •° \ � \. testi �' \ • �\ .,,\ + :> 47 ., r;• \.off ', J�`'r .y\ \ .•\,.�\ m Of ', /�: '� '• �•`i 'Sacrod tut\'• .�/ ,�,... o = cutch PQ ' ".-70 :r 7 G>'� �. ••� •;� No�h For \• O�h` r \ n `., a ♦�-. .._`".t +\� '?0 /•. C7 p,'CoyntryClub j "f �J BM ♦ 87 SCALE IN FEET SOURCE: USGS, MATTITUCK HILLS 3 SOUTHOLD QUADRANGLES ° 1000 2000 TOWN OF SOUTHOLD SOUTHOLD LANDFILL O Beks � SITE LOCATION MAP DRAWING NO.1 Ca+sut/►{EHOeEfas COX LANE LEGEND MW-1 •• PROPOSED GROUND WATER MONITORING WELL CLUSTER MW-5 •• 77 1 11 MW-4 - •• - o c MW-3 �1 —e�- PLANNED LANDFILL M W-� I o MW-2 s-76113 a S PLY WELL In •• — ? O EXISTING LANDFILL WEIGHING SCALED I 2 �— S-7t 04S OO S-69761 O 5-68831 = S-68916 i 0 O O I Mw-6 _ SCO HS PROJECT 5-7668 WELL_ O p INFERRED REGIONAL GROUNDWATER FLOW DIRECTION APPROXIMATE SCALE: 1' = 400' 8MW-1 TOWN OF SOUTHOLD SOUTHOLD LANDFILL D kka and emimuod PROPOSED MONITORING WELL LOCATIONS DRAWING NO.2 5"I.D.STEEL CAP MINIMUM 9 � VENTED PVC CAP HASP 4" I.D. STEEL PADLOCK PROTECTIVE CASING NEAT CEMENT SLOPED 3�-6 It 2° I.D. SCHEDULE 40 PVC THREADED FLUSH JOINT RISER CEMENT- BENTONITE GROUT BENTONITE SEAL - 3'-0�� Go"- FINER GRAINED SAND SAND PACK EXTENDING ''; �� PACK, 6" THICK, PLACED AT MAXIMUM OF 2 FT. ,' 2 -O TOP OF SAND PACK BETWEEN ABOVE AND 6'I BELOW -i• BENTONITE SEAL AND SAND WELL SCREEN PACK 20' x 2" STAINLESS STEEL SLOTTED SCREEN WITH y: BOTTOM PLUG (SHALLOW WELL)* SIE NOTE: 10' x 2" STAINLESS STEEL SLOTTED SCREEN WITH BOTTOM PLUG FOR DEEP WELL TOWN OF SOUTHOLD SOUTHOLD LANDFILL I)-Arka PLAN FOR CONSTRUCTION C130 �,� OF MONITORING WELLS DRAWING NO. 3 carxa ro w.�w AIX S'x 6/8" �O 171 PLYWOOD PLATFORMS 12 _ 24�Q. 65 OALLON STORAGE ORUMS \\ FURRIN43 STRIPS 7 • y 2—X r BOARDS 7 PLASTIC SHEETING • NAIL I/FVRRING S/S•• STRIP PLYWOOD r•x a-- 1 BOARD PLASTIC cx SHEETING _ 1 ............. .......... t ., SLOP[ 1 v. SVM► ' 1 IS GALLON 1 ►UM► 2_ ►AIL1 SAND r—— PLASTIC SHEETING I I TOWN OF SOUTHOLD SOUTHOLD LANDFILL Dv,ka PLAN FOR CONSTRUCTION OFand 1: O Ekwtkmd DECONTAMINATION PAD DRAWING NO. 4 BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor's Signature: Title: Date: Company Name: Company Address: Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once and Demobilization Sum b. Construction of Lump Once Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal (7 water table wells Feet Feet - average depth of 55 feet)*** b. Deep Borings Lineal 1050 Lineal (7 deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples 5. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth Lineal 140 Lineal 35 to 55 feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Caps Cap 7 Caps b. Deep Wells 1 . 2" Schedule 40 PVC Casing (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** Feet Feet 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs 4. 2" Vented PVC Well Cap Cap 7 Caps 6. Bentonite Seal Bag 14 Bags (100 lbs. per bag) CP-2 Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours 11. 4" Protective Steel Surface Per 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking Cover 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon Development Water and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30 Drillings and Cuttings 55-Gallon 55-Gallon On-Site Drum Drums 14. Standby Time Per Hour 20 Hours TOTAL AMOUNT OF BID ( IN FIGURES) $ TOTAL AMOUNT OF BID (IN WORDS) DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith , prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on WELL DRILLING SERVICES ADDENDUM TO SPECIFICATION FOR WELL DRILLING SERVICES FOR THE SOUTHOLD LANDFILL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOVEMBER 1990 STANDARD FORM OF AGREEMENT FOR CONTRACTOR SERVICES THIS IS AN AGREEMENT made this day of in the year Nineteen Hundred and by and between Town of Southold (Town) and (Contractor) for the Work described in Section 2 below in connection with the following project (the Project) : Construction of Monitoring Wells at the Southold Landfill, Town of Southold, New York The part of the Project for which Contractor is to provide services (see Technical Provisions Section - Well Construction) is hereinafter called "This Part of the Project". Contractor will be furnished information for the Project to the extent available and necessary and will be furnished additional data pertinent to his Services hereunder as it becomes available. Page 1 of 12 Section 1 - General Town is the Owner with respect to Contractor' s Services to be performed under this Agreement and is responsible for coordinating Contractor' s Services with the services of others involved in the Project. All of the Contractor' s communications to or with others involved in the Project will be through or with the knowledge of Town. Contractor recognizes that services of others involved in the Project are dependent upon the timely performance of his Services and he shall perform such Services in accordance with the time schedule in the Special Provisions. Contractor is responsible for the means and methods used in performing his Services hereunder. Contractor shall , at his own expense obtain all data and information (other than that referred to in Paragraphs 3.1 and 3.2) necessary for the performance of his Work hereunder. Contractor is responsible to see that his documentation and Work conform to regulations, codes and special requirements of the place where the Project is located. The Contractor is also responsible to assure that there are no underground utilities at the specified drilling locations and responsible for the safety and protection of his equipment, materials and supplies, as well as provision for water for well construction. Page 2 of 12 Section 2 - Work of Contractor Contractor shall perform the Work described in Technical Provisions Section - Well Construction, in accordance with the terms and conditions of this Agreement. Section 3 - Town' s Responsibilities Town shall : 3.1 Furnish to Contractor all information available to Town as to the requirements for This Part of the Project. 3.2 Place at Contractor's disposal all information available to Town pertinent to the site of This Part of the Project all of which Contractor may rely upon in performing his Services hereunder. 3.3 Undertake to make all provisions for Contractor to enter upon public and private property as required for his performance of Services hereunder. Section 4 - Period of Work The period of Work shall be as set forth in the Special Provisions. Section 5 - Payments to Contractor 5.1 Compensation for Services and Work performed pursuant to Section 2 will be as indicated in Technical Provisions Section - Well Construction. Page 3 of 12 5.2 Times of Payment 5.2.1 Contractor shall submit monthly statements for Work performed. The Town will make prompt monthly payments in response to Contractor' s approved statements. Final payment shall be predicated upon successful completion of the project, including site cleanup, disposal of waste materials and demobilization. 5.3 Reproduction and Information 5.3.1 Contractor shall furnish at his expense to Town all progress reproductions and information required by Town in connection with Town' s services. 5.3.2 Town shall furnish at its expense information and progress reproductions of its services required for the execution of Contractor' s Work. Page 4 of 12 Section 6 - General 6.1 Termination 6.1.1 This Agreement may be terminated by Contractor upon seven days written notice to Town in the event of substantial failure by Town to perform in accordance with the terms hereof= through no fault of Contractor. It may also be terminated by Town with or without cause upon seven days written notice to Contractor. 6.2 Records 6.2.1 Contractor shall maintain records as required in Technical Provisions Section - Well Construction. 6.3 Insurance 6.3.1 Contractor agrees and shall submit evidence to the Town before beginning Work on This part of the Project that he has procured and will maintain such insurance as will protect hien from claims under workers' compensation acts, claims for damages - because of bodily injury including personal injury, sickness or disease, or death of any of his employees or of any person other than his employees, and from claims arising out of the performance of his Work and Services, hereunder. Page 5 of 12 Such insurance shall include a policy of comprehensive General Liability insurance, providing coverage of not less than one million dollars ($1,000,000) and automobile inusrance, providing coverage of not less than one million dollars ($1,000,000) , each naming the Town as additional insured. Such a policy shall be submitted to the Town for approval prior to commencement of the Work and shall remain in force during the Work and for one year after completion. 6.3.2 Contractor shall indemnify and save harmless and defend the Town, its agents, servants and employees from and against any claim, demand or cause of action of every name or nature arising out of the performance of Work and Services under this Agreement. Amounts and extent of coverages of such insurance will be indicated on a Certificate of Insurance which Certificate shall be delivered to Town prior to commencement of Contractor's Work and Service. 6.4 Successors and Assigns 6.4.1 Town and Contractor each binds himself and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this Agreement. Except as above, neither Town nor Contractor shall assign, sublet or transfer Page 6 of 12 its interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any rights or benefits hereunder to anyone other than Town and Contractor. 6.5 Delegation of Duties 6.5.1 Contractor shall not delegate his duties under this Agreement without the written consent of the Town. 6.6 Controlling Law 6.6.1 This Agreement is governed by the law of the principal place of business of the Town. 6.7 Scope of Agreement 6.7.1 This document, including the exhibits which are identified herein and attached hereto and which are hereby made a part hereof and incorporated herein by reference, constitutes the entire Agreement between Town and Contractor. There are no conditions, agreements or representations between the parties except those expressed herein. This Agreement may only be altered, amended or repealed by a duly executed written instrument. Page 7 of 12 Section 7 - Special Provisions 7.1 This Agreement is subject to the following special provisions: 7.1.1 Commencement and Time of Completion The Work shall be commenced within 10 calendar days of the date of notice to proceed, and all Work for monitoring well installation at the Southold Landfill site including utility mark-outs, acquiring applicable permits, site setup, well construction, well development, and any site restoration including clean up and waste material disposal , shall be completed within 45 calendar days after the date of notice to proceed. 7.1.2 Liquidated Damages In the event the Contractor fails to complete the work within the Contract Time, or within the time to which such completion may have been extended in accordance with the Contract Documents, he agrees to pay to the Town liquidated damages in the sum of Five Hundred Dollars ($500) for each calendar day of delay in completing the Work. 7.1.3 Bonds Upon execution of the Contract, the Contractor shall furnish performance and payment Bonds as security for the faith- ful performance and payment of all his obligations under the Page 8 of 12 Contract Documents. These Bonds shall be in amounts at least equal to the Contract Price, and in such form and with such sureties as are licensed to conduct business in the state where the Project is located and are named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The Town shall be named as Obligee in the performance and payment Bonds. If the surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated where any part of the Project is located or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within five days thereafter substitute another Bond and surety, both of which shall be acceptable to the Town. 7 .1 .4 Permits and Laws Unless otherwise indicated, any permits or licenses of temporary or permanent nature necessary for the prosecution of all categories of Work shall be secured and paid for by the Contractor. Further, he shall give all notices and comply with all laws, ordinances, rules and regulations which pertain to the project as specified. Page 9 of 12 7.1.5 Safety and Protection Contractor shall be responsible for providing, maintaining and supervising all health and safety precautions and programs in connection with the Work in accordance with the minimum require- ments set forth and referenced in Technical Provisions Section - Well Construction. He shall take all necessary precautions for the health and safety of, and shall provide the necessary protection to prevent damage, injury or loss to: All employees on the Work and other persons who may be affected thereby; All the Work and all materials or equipment to be incorpo- rated therein, whether in storage on or off the site; and Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal , relocation or replacement in the course of construction. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by the conditions and progress of the Work, all necessary safeguards and equipment for its safety and protec- tion. He shall notify owners of adjacent utilities when prosecu- tion of the Work may affect them. All damage, injury or loss to Page 10 of 12 any property caused, directly or indirectly, in whole or in part by Contractor, any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor except: damage or loss attributable to the fault of Drawings or Specifications, or to the acts or omissions of the Town or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault of negligence of Contractor. Contractor' s duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and the Town has issued a notice to Contractor that Work is acceptable. Contractor shall designate a responsible member of his organization at the site whose duty shall be the protection of health and the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Town. In addition, all Health and Safety standards, practices and procedures shall be in compliance with 29 CFR Parts 1910 and 1926 of the Occupational Safety and Health Administration (OSHA) of the U.S. Department of Labor. The OSHA rule entitled, "Hazardous Waste Operation and Emergency Response," Section 1910.120 of Subpart H of 29 CFR and revisions of May 4, 1987 (Federal Register Vol . 52, No. 35) shall be applied until such time as a final rule is in effect. Page 11 of 12 Contractor shall only provide personnel for this Project who are trained in compliance with 29 CFR 1910. Certificates documenting such compliance will be required to be submitted to the Town prior to commencement of the Contractor's Work and Services. IN WITNESS WHEREOF the parties hereto have made and executed this Agreement as of the day and year first above written. Name of Contractor: Corporate Seal By: Attest Title: Date: - Accepted: Town of Brookhaven By: Attest Title: Date: Page 12 of 12 ��c��FFOLkc�Gy JUDITH T. TERRY L Town Hall, 53095 Main Road TOWN CLERK 0 T P.O. Box 1 179 Southold, New York 11971 REGISTRAR OF VITAL STATISTICS to MARRIAGE OFFICERFax (516) 765-1823 Telephone (516) 765-1801 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON FEBRUARY 5, 1991 : RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of RSL Well Drilling, Islip, New York, for Well Drilling Services in connection with the Southold Town Hydrogeologic Investigation, at a cost of $64,510.00; all in accordance with the recommendation of Dvirka and Bartilucci, the Town's consulting engineers; and be it further RESOLVED that Supervisor Scott L. Harris be and he hereby is authorized and directed to enter into an agreement between the Town and RSL Well Drilling for the aforesaid services, all in accordance with the approval of the Town Attorney. Judith T. Terry Southold Town Clerk February 7, 1991 - BID SCHEDULE MONITORING WELL CONSTRUCTION FOR SOUTHOLD LANDFILL SOUTHOLD, NEW YORK Contractor's Signature: Title: ae le Date: / 9 Company Name: & L Lv�_F I L 1, l Company Address: . All o C-, c',� /� 1,125-1 Note: By signing this Bid Schedule, the Contractor agrees to accept all terms and conditions of the entire contract. Prices are to remain in effect for twelve (12) months. Total Estimated Unit Price* Item Price Item Description Unit Quantity Dollars Dollars 1. Mobilization, Set-Up and Demobilization a. Site Mobilization Lump Once .��04• 00 0 �,&l and Demobilization Sum b. Construction of Lump Once ��(/Q. of1 ...5 Decontamination Pad Sum 2. Set Up at Each Borehole Each 14 Borehole Boreholes 3. Borehole Drilling** (6-1/4 inch ID auger, 6" ID spin casing or alternate approved by the Town) a. Shallow Borings Lineal 385 Lineal / .5-0,19 ,5 7�.5=0� Q water table wells Feet Feet - avers a depth of 55 feet*** b. Deep Borings Lineal 1050 Lineal . Q deep/clay interface Feet Feet wells - average depth of 150 feet)*** *Unit Price must include all costs for labor, materials, per diem, etc. **Borehole.must be a minimum of four (4) inches in diameter greater than the casing diameter of each well ***Depth below ground surface CP-1 - Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 4. Soil Sampling Split 300 Split (split spoon including Spoon Spoon decontamination) Samples Samples Pm o, S. Well Installation (materials and labor) a. Shallow Wells 1. 2" Schedule 40 PVC Casing (Average depth from 2-1/2 Lineal 263 Lineal feet above ground to Feet Feet A 70 7•121 35 feet)*** 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (avers a depth Lineal 140 Lineal 35 to 55 feet*** Feet Feet .20,1.00 3, 6110-00 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs ,ful, . D O ! �-�•�Q • 4. 2" Vented PVC Well Caps Cap 7 Caps 00 9,5r. 00 b. Deep Wells 1. 2" Schedule 40 PVC Casing ` (average depth from 2-1/2 feet aboveground to 140 Lineal 998 Lineal feet)*** IFeet Feet 2. 2" Schedule 304 Wire Wrapped Stainless Steel Screen (average depth 140 to 150 Lineal 70 Lineal feet)*** Feet Feet 3. 2" Stainless Steel Screen Bottom Plug Plug 7 Plugs v• 0,4 4. 2" Vented PVC Well Cap Cap 7 Caps ,.�6�0 S �D 6. Bentonite Seal Bag 14 Bags 4140 (100 lbs. per bag) CP-2 1 ' Total Estimated Unit Price Item Price Item Description Unit Quantity Dollars Dollars 7. Cement/Bentonite Grout Per Bag 200 Bags l-e? UD` •� QU�(�� Portland Cement - Type I (100 lbs. per bag) 8. Sand Pack Per Bag 65 Bags 7 SO 7 S Q (100 lbs. per bag) 9. Neat Cement Grout Per Bag 14 Bags /119•©Q 0 Portalnd Cement - Type II (94 lbs. per bag) 10. Well Development Per Hour 56 Hours i • O() 2 IO .q.do 11. 4" Protective Steel Surface Per-- 14 Casings Casing and Locking Cover Casing and Locking and Covers Locking l00 �d Cover 12. Provide for Containment of Per 50 Decontamination Water, 55-Gallon 55-Gallon • Development Water and Drum Drums Purge Water On-Site 13. Provide for Containment of Per 30,, Drillings and Cuttings 55-Gallon 55-Gallon // On-Site Drum Drums '�`.'t 00 3„-0.00 14. Standby Time Per Hour 20 Hours !i0O• 019 TOTAL AMOUNT OF BID (IN FIGURES) $ � ! TOTAL AMOUNT OF BID (IN WORDS) S/ / T"/ '14,) DOLLARS CP-3 Bid will be compared on the basis of the TOTAL AMOUNT OF BID. The total Amount of Bid is defined as the sum of the Total Price Bid for each Item. Estimated quantities where given are approximate and are only for the purpose of rating the bids. The Town reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the Drawings. The Town reserves the right to omit in its entirety any one or more items of this Contract without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the Contractor on account of such omissions. ®1027 CP-4 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid bas been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder._, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. e (Signed)— (Corporate Signed)(Corporate Title) (if any)_ Bid on WELL DRILLING SERVICES International Fidelity Insurance Company 24 COMMERCE STREET NEWARK, N. J.07702 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, R & L Well Drilling 31 Union Avenue, Islip, NY 11751 as Principal, and THE INTERNATIONAL FIDELITY INSURANCE CCHPANY, a corporation of the State of New Jersey, as Surety, are held and firmly bound unto Town of Southold. in the penal sum of Five Percent of Bid Amount (5% Bid Am t.7 for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. signed, this 24 day of Jan. 19 91 The condition of the above obligation is such that whereas the Principal has submitted to Town of Southold a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for Well drilling surfaces for Southold Landfill. NOW, THEREFORE, (a) If said bid shall be rejected, or in the alternate (b) If said bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SMALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liabil- ity of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, sealed and delivered in the presence of: " 74' R & L Well Drillin ATTEST: � '" inc i ATTEST:, 1 /tLU InIzi INTEONAL ITY INSURANCE CO. sy: � 1 JURN E. WR ATTi akWv_ju cA~ Mate of___�_-_- - ss. County of •• c cOn thn ------day of.-- ---.------------.__-, 19_-- txlore me personally came to me known, and known tome to be the individual described in and who executed the foregoing instrument,and acknowledged tome that he executed the same. My commission expires Notary Public -- --- - ---- --- ------- - - --- ---- - - --- - - - - - - --- - ------------ --- - -- - - - - - - - State of kl Y O <� ss. County of S /' 7V On this C� 12 V day of J r� Al /���, f_ 19 before me personally came L.� D li! i�j f L-- i�/�✓/ to me known ind known to me is Q Qu to be a member of the firm of / 1 -J- Zr described in and who executed the�ojX a merit,and he thereupon acknowledQed to me that he executed the same as and for the act and deed of said firm. Notary Public,State of New York C ified In Suffolk Co.,No.4756852 My commission expires Ccrr;mis=icn Expires August 31,A4i.- Notary Public ------ ---------------------------------------- - ---- -- - ------ -- -- State of ss. County of On this day of , 19 before me personally came to me known, x who being by me duly sworn,did depose and say that he is the F of 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 older of the Board of Directors of said-corporation,and that he signed his name thereto by like order. My commission expires - - --- - -- - - - - - - - - - - ---- -- - - --- --- - - - - - - --- - - - -- - - NotaryPublic --- - - - - -- -- - State of New York County of New York s`' On this 24th day of Jan- , 19 9 I ,before me personally came c John E. Maher to me known, who, being by me duly sworn,did depose and say that Y ,j he is an attorney-in-fact of International Fidelity Insurance Company the corporation described in and which executed the within instrument;that he knows the corporate seal of saidcorpoation;that the seal affixed to the within instrument is such corporate seal,and that he signed the saidinstrument"affixed the said seat as Attorney-in-Fact. by authority of the Board of Directors of said corporation and by authority oft is office under the Standing Resolutions thereof. My commission expires County J FORM N 11 25M C;/A,> Com+Y*salon i.XQ iron Jan. t "` Notary Public INTERNATIONAL FIDELITY INSURANCE COMPANY 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30, 1990 ASSETS 1990 Bonds(Amortized Value) ............ ..... ... ....... ... 552,179,299 Preferred Stock .. ... ... . ......... . 500,000 Common Stocks.(Market Value) ........ ........ ...... .. . 1,101,731 Mortgage Loans on Real Estate .... . ..... . .... ... . .. .. . 84,709 Real Estate .. .. . ................. .. . .. . . . . .. . . . . . . .. . 57,440 Cash & Bank Deposits ............ . .. .... .. . . . . . . . . ... 6,1 19,898 Short Term Investments ............ ........ . . .. .. . . .. . 3,157,197 Unpaid Premiums &Assumed Balances . . . . .... . . . . . . . . . 1,186,084 Reinsurance Recoverable on Loss Payments . .. .. ...... .. . 1,544,112 Federal Income Tax Recoverable ...... ...... .. . .... . . . . 336,000 Electronic Data Processing Equipment . ... . .. .... . . ... 279,331 Interest& Dividends Due and Accrued . ..... . .. . . . . . . . . . 1,197,161 Funds Held in Escrow Accounts .......... . . .. . ... . . . .. . 7,957,522 Collateral Funds Held Under Contract . .... ... . . ... . . ... (7,957,522) Contract Balances Due and Unpaid .... ..... . . . . . . . . . . . . 235,508 Prepaid State& Local Insurance Taxes . ........ .... . . . .. 23.783 TOTAL ASSETS ............... .. .. .. .. . .. .. . . . . . 68.002.253 LIABILITIES,SURPLUS&OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) ........... ....... . ... 25,911,562 Loss Adjustments Expenses ......... . ... . . ... ... .. . . . . . 8,922,887 Contingent Commissions&Other Similiar Charges ... . . .. 150,447 Other Expenses(Excluding taxes, licenses and fees) ........ 79,210 Unearned Premiums ........................... ... . ... 16,826,222 Funds Held by Company Under Reinsurance Treaties .. . .. 66,877 Amounts Withheld by Company for Account of Others .... 13,713 Liability for Unauthorized Reinsurance .............0.... 911,756 Liability for Uncashed Checks ............. .... .... . . ... 57 TOTAL LIABILITIES ......... ..... ............ . .. . 52,882,731 Common Capital Stock ............................ ... 1,330,000 Preferred Capital Stock .......................... . . . .. 1,200,000 Gross Paid-in& Contributed Surplus ... ........... .. . ... 544,600 Unassigned Funds(Surplus) ........................ ... 12,044.922 Surplus as Regards Policyholders ................. ... 15.119,522 TOTAL LIABILITIES, SURPLUS & OTHER-FUNDS 68.002.253 1. PHILIP KONVITZ, President of INTERNATIONAL FIDELITY INSURANCE COMPANY, certifv that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the close of business, June 30, 1990. as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. IN TESTIMONY WHEREOF, I have set my hand and affixed ,S r ��S(�� the seal of the Company, this August 9, 1990. r� 4�POR�r >Z INTERNATIONAL FIDELITY INSURANCE COMPANY tZ 0 d� yfwJ�Eai� President TWI.—dol)62•I-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSL:RANCE COMPANY IIO.%IE OFFICE: 24 CONINIERCE ,*I REF.T Nl:%%ARK. NES% JF.RSE1 071(12 BOND NO. KNOW ALI. MFF BY THESE PRESENTS: That INTERNATIONAL. FIDELITY INSLItANCF.COMPANY. aYorpirauon oreani/ed and ev%ting under the law% of the State of New Jer%c). and haling it, principal office in the City of Ne%oark New Jer•c%. J-oe, hcrehy con%titute and Ipp,inl ARNOI) MELMAN, J" E. MAHER, RAYMOND C. CARMAN , JAN I C E F I SC I NA NEW YORK, NEW YORK its true and lawful attorneys)-in-fact to execute.seal and deliver for and on its behalf as surciv.am and all fonds and undertakings.contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed.required or permitted by lav ..salute.rule,regulation,contractor otherwise.and the execution of such instrument(s) in pursuance of these presents. shall he as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY. as fully and amply, to all intents and purposes. as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed,and may be certified to and may be revoked. pursuant to and by authority of Article 2. -Section 3.of the By-Laws adopted by the Board of Directors of INTERIATION'AL FIDELITY INSUAA.NCE COMPANY at a meeting called and hald on the 23rd day of December. 1968. The President or any Vice President. Executive Vice President. Secretary or Assistant Secretary. shall have power and authority t I)To appoint Attorneys-in-fact.and to authorize them to execute on behalf of the Company.and attach the Seal of the Cnmpany thereto.bonds and undertakings. contracts of indemnity and other writings obligatory in the nature thereof and. (2) To remove, at any time. any such Attorney-in-fact and revoke the authority gi%en. Further.this Power of Atihoney is signed and waled hyo facsimile pursuant to resolution of the Bwrd of Directors of wid Cumpam adopted at•a meeting duly callcJ and held on the 4th day of February. 1975. of which the follmAiAg is true excerpt: ;:raw therefore the signatures of such officers and the%cal of theCompan% may he affixed to an% .u:h power of attorney or am certificate relating thereto by facsimile. and any such power of attorney or certificate hearing such facsimile%ignaiures.r facsimile •cal •hill be valid and binding upxm the Company and am su:h p<%wer sit executed and certified by facsimile%ignatures and facsimile.cal shall he%slid and binding up,n the Company in the future with respect to am bind or Londertakinc to which it is attached. IN TESTIMONY WHEREOF.INTERNATIONAL VIDELITI INSURANCE.COMPANY has cau%ed this instrument to he%ivned and its corporate seal it, he atlixed h% its authorized officer. thi% W. day of`lay. A.D. 1986. INTERNATIONAL FIDELITY INSURANCE COMPANY SE& n STATE OF NEW JERSEY a ! lW14� tp County of Essex Executive Vice President On this Ist. day of May 1986: before me came the indi%idual who eNccuted the preceding tn-,rumcnt. 14,me per%onally kno%%n. and. being b% me duly %worn. sato that he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COl1PANY: that the seal alfixed to wid in,trumen: is the Corporate Seal of said Company: that the said Corporate Seal and his >igniturc were Jul% affixed h% order of the Board of Director% of said Cumpam IN TESTIMONY WHEREOF. I ha%c hereunto wi nit, hand -j ,ifixed m% Official Seal. gyp. •..••.. -tp,, at the Citv of Newark. New Jcr%ey the day and )car first ah,%c written �;?v A NOTARY PUBLIC SEW JERSEY Cj{ My Commission Expires November 23. 1992 `••N•'"' CERTIFICATION 1. the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certif% that I ha%e compared the foregoing cop) of the Power of Attorney and affidavit. and the copy of the Section of the By-Law%of said Company as sat t;rth in said Power of Attorney. with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY. and that the ,ane are correct transcripts thercot. and of the whole of the saidoriginals, and that the yid Power at Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF. I have hereunto set m) hand this2�t day of Jan. 19 91