Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Construction Bid Advertisement;Bids Received;Contract Documents
r; AF'R 19 101 07:43Atl SOUT1701.,11 HALL 516 755 1823 � P. 1 #' 90OFFJEAN W. COCHRAN GREGORY F.YAKABOSKI Supervisor TOWN ATTORNEY Town Hall, 63095 Route 26 P.O. Box 1179 MARY C. WILSON Southold, New York 11971-0989 ASSISTANT TOWN ATTORNEY .��4� Telephone(631) 765-1889 Fax(631) 768-1828 E-mail: town attorneyCsouthold.org OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD Fax Transmittal Sheet TO. Jim Bunchuck Landfill FROM: Mary C. Wilson, Esq. Assistant Town Attorney RE: Southold Landfill Closure DATE: April 19, 2001 Jim: Following, for your information, is a copy of the letter that I faxed to Robert Terry of Terry Contracting & Materials, Inc. on April 17, 2001. Mary /md Pages, including cover 3 Phone no.: 631-765-1689 Fax to: 734-7976 Fax no.; 631-755-1823 Phone no.: 734-7744 PLEASE NOTE: The information contained in this facsimile message is privileged and confidential, and is intended only for the individual named above and others who have been specifically authorized to receive it. If you are not the intended recipient, you are hereby notified that any dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication in error, or if any problems occur with transmission, kindly contact th; office of the Southold Town Attorney at (631) 765-1889. Thank you. APP 19 'fli 07 44A11 S00TH T01J11 HALL 515 755 1323 4 P.2 FFO( JEAN W COC14RAN GREGORY F,YAKABOSKI + Supervisor TOWN ATTORNEY Town 1Ia11, 63095 Route 25 P.O. Box 1179 NL4, iY C. WILSON ! Southold, New York 11971=0959 •ASSISTANT TOWN ATTORNEY �l ��0 Telephone(631) 765.1889 Fax (631) 766-1823 E-mail: townattorney@southold.org OFFICE. OF THE TOWN ATTORNEY TOWN OF SOUTHOLD April 17, 2001 VIA FACSIMILE 631/727-0410 Robert Cid. Terry Terry Contracting & Materials, Inc. 940 West Main Street Riverhead, New Yurk 11901 Re: Insurance requirements for General Construction/Southold Landfill Closure Dear Mr. Terry: The Insurance documents submitted by you have been reviewed by the Town's insurance agent. There are a few areas which require clarification and are as follows: *the policy/policies must provide coverage as set forth in Sections 7.1.2,5; 7.1.2.6; 7.1.2.7(page SC-5) ' the Binder of Insurance for the Owners&Contractors Policy has a classification Iimitation-the Town needs to know what classifications will be listed 'there must be an assurance that subcontractors will name the Town as an, additional insured *Town must be named as an additional insured under the Umbrella Liability Policy. *please provide confirmation that the policies Include Explosion, Collapse and Underground (XCU)hazard APR 19 '01 07:44AII '=Cil.*r' T(A-41 HAL._L 516 765 1823 0 P.3 Kindly respond at your earliest convenience so that we may move forward with execution of the contract documents. Thank you. Sincerelv, Mary C.`wil so n Assistant Town Attorney cc: Tom Maher, Vice President Dvirka & Bartilucci James Bunchuck, Solid Waste Coordinator �osuFFat�.�, S 0 0 JAMES BUNCHUCK ~� � P.O. Box 962 SOLID WASTE COORDINATOR y� Cutchogue, New York 11935-0962 �y • !� Tel: (631) 734-7685 dol Sao Fax: (631) 734-7976 JO SOUTHOLD TOWN SOLID WASTE DISTRICT February 22,2001 MEMORANDUM TO: Town Board Members FROM: *im Bunchuck SUBJECT: Landfill Closure Notice of Award Please consider the following resolution for the February 27 Town Board Meeting: Whereas Terry Contracting and Materials,Inc. is the apparent low bidder for the Landfill Closure Construction Contract; and Whereas the Town's Consulting Engineers,Dvirka and Bartilucci,have completed their review of Terry's bid submittals and found them to be satisfactory; now therefore be it RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Cochran to provide formal"Notice of Award" of the closure construction contract to Terry Contracting and Materials,Inc.,subject to all the terms and conditions as stated in the Notice of Award Letter,and the review and approval of submissions of Terry Contracting and Materials,Inc. pursuant to said Notice by the Solid Waste Coordinator. 0 0 Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P.E. Henry J.Chlupsa,P.E. Thomas F Maher,P.E. Robert Bums,P.E. Richard M.walks, Steven A.Fangmann,P.E. March 30, 2001 Senior Associates Anthony 0.Conte,P.E. Dennis F.Koehler,P.E. Joseph H.Marturano James Bunchuck Kenneth J.Pritchard,P.E. Theodore S.Pytlar,Jr. Solid Waste Coordinator Town of Southold Assoclatea 53095 Main Road Rudolph F.Cannavale Joseph A.Fioraliso,P.E. Southold,NY 11971 David S.Glass,P.E. William D.Merklin,P.E. Michael Neuberger,P.E. Brian M.Veith,P.E. Re: Southold Landfill Closure Chanes J.Wachsmuth,P.E. D&B No. 1314 Dear Mr. Bunchuck: As discussed, on March 26, 2001, we received via facsimile, the enclosed package (Attachment A) from Terry Contracting & Materials, Inc. Additional insurance information was provided to us by Terry Contracting and Materials, Inc.'s insurance broker on March 28, 2001 (see Attachment B). Based on our review, the information we received appears to be acceptable, except that the Qualifications of Bidders form was signed but not dated and the required financial information (i.e., items 8(a), 8 (b) and 8(d) of the Qualifications of Bidders form) was not provided: We have notified Mr. Terry of this and he has indicated that a dated form would be submitted and that the financial information has been submitted separately to the Town. Also as discussed,the projected MBE contract amount of$2,000 shown on the MBE/WBE Work Plan submitted by Terry Contracting & Materials, Inc. is short of the 8.8% grant agreement goal. However, Mr. Terry indicated in his letter of February 13, 2001, and reaffirmed in a letter dated March 30, 2001 (Attachment C), that he intends to pursue additional MBE/WBE participation for work such as landscaping, fencing and liner installation, among other items. We recommend that, in addition to our review, the Town perform its own review of all the information provided by Terry Contracting & Materials, Inc. as part of this submittal. A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. Dvirka and Bartilucci 0 CONSULTING ENGINEERS James Bunchuck Page Two Solid Waste Coordinator Town of Southold March 30, 2001 A draft Notice to Proceed letter (Attachment C) is enclosed. Please note, we also have forwarded the draft Notice to Proceed letter to you electronically. The letter requires Terry Contracting & Materials, Inc. to provide a number of submittals prior to mobilizing to the site, including the additional MBE information described above. If you have any questions regarding this matter or require additional information, please do not hesitate to call me. Very truly yours, Thomas F. Maher, P.E. Vice President TFM/DSG(t)/tam cc/encl: Supervisor Jean W. Cochran Gregory Yakaboski, Esq. David Glass 01314/rFM01 LTR.doc-09(R02) ATTACHMENT A SUBMITTAL RECEIVED VIA FACSIMILE FROM TERRY CONTRACTING & MATERIALS,INC. 0 1314/t0328101 r ~ 640 WW Mein SWim RI mhm d,W 11001 631-727-M70 Floc 031427-0410 1100 No.Colony Rd. MwUls i,CT 08450 Rm Toe David Glass-D:+ka and Bartiluca Pmm: Juke for Robert G.Terry PA38 1-515-364-9045 p"es: 11 pl■ Oaft 3-26-01 no Southold LandflQ Closure C6: ugpmt ❑ FN ftwo r ❑'tMN C g IllrgeMt ❑'INN ANlly 0 MNN Ilbayaft Dear Mr.Glass, Aft&ad are subrnbft for Southold Land"I Closum. TERRY CONTRACTING & MATERIALS, INC. "0 WEST MAIN STRaeT RPAMH AD,NY 11om (518)7274170 March 26, 2001 David S.Glass, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury,NY 11797-2015 Re: Southold Landfill Closure Submittals Dear Mr. Glass: We are forwarding the following submittals as requested: 1. Copy of Insurance Certificate for your review,the originals have been forwarded to the Town 2. Original Bond has been forwarded to the Town 3. Up-to-date EEO and MBE/WBE Work Plan 4. Qualifications of Bidders Foran 5. Letter of acknowledgement Please call us if there are any questions. Sincerely, Robert G. Terry RGT/jm Aft cERT-IFICATE OF UABIUTY INSUIMCILmaxt 03122101 TM wmw The Aserisa Corporation MOLDER.TM & ��OS N OCTM OR 2001 M&rGVA AV*Vus Suits 1288 ALTER THE COVERAGE AFFORDED OY THE POLIONS BELOW. Lake Success NY 11042 INSURERS AFFOgpWr,COVERAGE PhonesS16-354-4500 Fax:516-354-4470 Mpulm INBUPMA. Royal Ins Co Of AImarica NALO 1 M: AM InAurance Co. �Ty� tesiala,I>,C sNmme morebwo I Co. SM4i rr�ad� t wamaO: Mtional Union Fire MLaora=n MnIIIaII�: COVd1A0E8 M 6�IIA OF BitrMwlt�i LMITMD E63AMI HAAIE e101 16aIGOTO THE BMMMIEONAMAM A FOR THE POLICY!'SWO M IMATSM WTWMWANWM ANYIEEaI MWor4O�pNORAWCONrIrU3TCRO"MDOCV1��rN1NAiMR:TTO1MM71THM 7EAMY�YIDOR MAY POlTAK TIM BIaMIANCE A/PCr 6Y THS POUC DESOIBMW H M sUM6TTO ALL THE TEIWR OCUJ81WS AND COMP"WNM OF such POUCOL AOSIdMTE LMMM ONOM MAr HIWE MGGN PMUCO MY PND CLAB4 TYPE Or sham NCs POLICY Mw■e LAM OwNWALMMUTT MAONOCCURNMNDE 63000000 A x COWAFRCIALOSNGRALLIABILITY TSA o3/21/0l os/21/03 n%DAMM6M(An am ft) B soo0o cu.E9 MAoe Qx occ13t .�oa tAlw al.�, $5000 x CCOMACTUAL IIIAB SPICIFIC PROJZCT LIAM ClOd LAGGRIMATEtY $$3000000 Y POLL11'1'ION LIAR PRorZSSIONAL LIAB PFKWUM.COMMP $4000000 MMM MIGIMAME UWT AM"PM PROOUGTS•COMPA7I A00 6 3000000 p icyF-I LOC C Av OXY 11000000 CAP9117499 07/31/00 07/31/01 ta800danq ALL OWWO AUT06 20 LYRAW { BGIE MAA AUT08 Z WM ATT08 BO 6 Z HON-0wN tunas PROPEFOYDAMAaE s OANAOE UAMLM AM ONLY-EA ALCM ENT 6 R-ANY AUTO OTHER TMI N EA ACC 6 AUTO ONLY; AM 6 nY EACHOCCI 610000000 D x OCCUR cLNMswwG SZ7402520 07/31/00 07/31/01 AGGF MATE =10000000 6 DEDUCTIBLE _ x RETENTM $NIL + IYOMKEAs COMPVWTM AND x T ZW ER , SlMPLffMWUAMWff MC102-57-74 12/28/00 12/'28/01 G mcmACCE&T 61000000 E.LDIVAN-EARS 61000000 E.LGWAW-NXICYLMMT 61000000 nTlla A OCP TBA 03/21/01 03/21/02 OCCURRZNC $1000000 AQQRZGAT= 1000000 OP aA1AT10N/iIOCA US" MY PMONBIONM PAOJZCTI SOW== LANDFILL CLOSQRZ - COW MACT NO. 2000. COWRY ROAD 48 & ZACSIS LAM COTCROGVN, NY 11935 - CZRTIFICATZ R0LDZR & VVIMM a B MTILVCCX ARM INCL== AS ADDITIONAL INMMS ATIMA. CZRTIFICATZ HOLDMM & DVIANA W MTILUCCI AAS TM MA INSURJWS AS RZSPZCTS THE OMMIRS & CONTRACTORS PMOTZCTIYS LIABILITY POLICY. CERTIFICATE HOLDER Y I mmrnomL*mwm,aaAlNee LETTE#I CANCELLATION 9OU9=L iNOULD AHY OF THE ADM OEMCO/MO PoumE!ME CANCEu EO Efr011!THE WNTATNi DAT!Tmmw,THE mmm MMUNER mu sw0EAv0M TO MALL 3 0 DAYs Y wmm TOM OF SOUTHOLD NOTICE TO THE CEMTWATE MDUM NAMID TO TIM LEFT,WT PAILUIIB TO 00 sO!MALL TOM BALL IMP=NO OMLNIAMW OR UA8WW OF ANY WO UPON THE MMUNK Tr$AGOn OR 53095 ROWn 75 SOCTZOLD WY 11971 IIErREEEMTATIYeB ACORD 2543(1J97) OACORO CORPORATION 1YE8 CONTRACTOR DETAEM EEO AND MBRfWBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Coosultant/Contractor NNW Contractor Number C ,e ,t/ �I/ /1- 3 0 Y,6 d// Address City State Zip Code Alf/,(j �Ili E�C� qG4/ Grantee Name Project/Grant Number Jd - Sd()7-161. Trac/ 7�D' Address City State Zip Code ,5-3,c 9 AifiAl �UTIML9 '� 119-71 AwboRized Representative T1tle Authorized SW&ahme Coetract Desaiption PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent Na,of Employees - Work4fours 1. Total Dollar Value of +fib,36[.S`F 5. Total Number Empioyeasl �,��I�l� the Pritne Contract Hour s1 Hos Z 'I 6 A 2. MBE QW W Applied lo p $ b. Total Ooal for Minority / 1 the Contract 0 d -Employees J 0 a!/(11 4& d-f 3. WBE Goal Applied toq 7. Total Goal for Female the Contract . 00 Employees °fu Gr{0 4. MBFJ WBE Combined Totals 17 6 94 1 8. FIFA Combined Totals �-�1d ��of,� toe For the Office of AfHnoadve Action Use Only Work Plan.Proposed Goals Date Approved Date Disapproved Initials MBE 4i EBO-Homidw `b WBE 9G EEO-Minh" o 96} WL VC ` .5oLF SaU,eCE /'TEO {C iS 'r 3,oW4 f-106.Sa .014MI201Uac( ) I-7 SECTION I•MBE INFORMATION: In order to Achieve the MBE Goals,WNORYTY Firms are fficpected to Participate in the Following Manner: Description of Work Projected MUE Contract Contrad Project Quand ies Involved Contract Amount Sc"vk , Payment Completion MBE Firm By MBE and Award Date Start Date Schedule Date name: A1641-rA !i WW)CT-s address:g a bd0SriAIGS Rp�k- ci V s 106 z Bab,ra, staWki code: N 1V 1139t' Date: tel none: - %61- a50 name• address: cit S state/zl code' Date: telephone: nano: addms: city: $ stadzip code: Date: td one: .�_M412oe:.aec(RM) _/ SECTION II-WBE INFORMATION: In order to Achieve the WBE Goals,WOMEN Firma are Expected to Participate in the Following Manner. Rescr tion ai Work, Pro cted WBE Contract P ,� Contract Project Quantities Involved Contract Amount Schedule Payment Completion WBE Firm By WBE and Award Date Start Date Schedule Date namc: ` 6tooK pJos�« So addmu: NPP rovol4sj-lel 6cit o c.T/4AS $ X114/;. 7F statelzi code• I 6 T/t e s £e �,rrvL�?s�vr�P/'V E Dore: 3/��/ Ie one: - , s v�rl�s / natne: address: cit $ statelzi code: Date: telephone, name: address: cit $ statdzip code: Date: tele hone: • *1314 si aa1 a.docttimy I-9 .F SECTION III-EEO INFORMATION: In order to Achieve tic EEO Goofs, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount d Work • Homs: AN Em Ployees Minorityb Total Work Hours Native Job Cate ries of Contract Males %Females Black Asian American Hispanic • Officials/ Professionals Technicians ' Sales Workers OHice/Clerieal P ( [Oki#A CA) Craftsmen it. Ma h4& (� Laborers Service/Workers TOTALS 2� 3ao fro AM1201&daa(!03) —.0 I SC 13.0-QUALIFICATIONS OF BIDDERS (To be completed by low bidder) C Name and address of bidder: TF1-I eH UU r" /JJGgt&j r SiII�G €s7 S �VEeN� � n . IUy119ar List.of Projects completed within the last 3 years. For Whom Performed Amount of Contract Date Cour leted WMrWTFC R e M60A FW 4C Aft /6-d roto 91-A � C1-- GC NId. bei'u i 6ft /x r A4SW pbry o , -u�,y Patio x OCIA16 wn 9 fI PECeti,C-._&oma f &•Z ti/ATia;WZ GAS Goan jr?'&ao, 006 a /999 List ofLandfill Clos'xre Construction Projertr conoded within the lest S years: r For Whom Performed Amount of Contract Date Comvleted l- -x0j" n a LIA dAe J-8koF1 L 3 7/ 7 3 79JeN AAW S611 urA/ et` ea. 9X948' dr! Bidders will answer the following questions: 1- Have you submitted the low bid,but not awarded a contract within the past S years?A(a Z: Have you ever failed to complete any work awarded to you or are you involved in ` litigation on any work?If yes,state where and why: AXPL'oe M146,0 d caM I-E-rE- 4/012 c1 uE 0 int/ ! /dt/ S rd CQ(- L .0 A .tl—l . 3. Has.any officer or partner of your organintion ever been an officer or partner of some L other organization that failed to complete a consftuctioa contract? /V d If yes,state name of individual,other organization and reason therefore: 4. The work,if awarded to you,will have the personal supervision of whom? G, 01314&0319002.WC SC-16 I S. Do you have,or can you obtain,sufficient men and equipment to commence work when required and complete the work within the time allotted? 6. What New York SA*units of government can you give as references? J. c7. • 6•C- C. A RL- t=P - 4. V, L L A F 6-f CRs 14,04 # 2 1"0; P-115? A d"q ('?0CAjV 'dLyS'JZK14 3• �'� a $b(�NoL b - 7. In emergencies, either day or night, what telephone or telephones should be called for immediate action/? Day 631 7-2 7- a/!O _ /6 696--6 7-12- Night 43/- 2-k2-461PS' C3/ -- 8. The bidder shall attach statenomts providing the following information: J a. A current detailed financial statement showing assets,liabilities and net worth. t, b. A list of officers and principals of the bidder,and a list of all subsidiary or affiliated companies in which the bidder's principals have any financial interest. c. A list of the number of full time personnel of the bidder and a description of the construction experience of the bidder's principals and supervisory personnel. d. Statements of the bidder's net total billings and average bacldogs of uncompleted work on outstanding contracts for each of the previous three fiscal years. Dated at.- _thus day of n r 1 Oren,!, L' xT der14-C C By: ray s Title of Persoa Sigaing 4131AKOS1900 MOC SC-17 Twry Conlasretia=&Mnberiols,Inc. sowed Main!&VK Riverhead,NY 11901 (631)727-0170 Fax:(631)7274410 Key Personnel Name Position Years Experience Prior Positions and Experience in Construetion Robert G.Terry President 20 years Owner/manager of Terry Contracting&Materials,Inc. James C.Terry Vice-President Is years Owner/rnanager of Terry Contracting dt Materials,Inc, George Baldwin Superintendent 27 years Experienced with municipal and environmental general contracting OSHA 40 hour and and 9 hour supervisor Steve Morcakli Supervisor 20 years Twenty years experienoe with environmental projects including several tank installations. Ri hard T.Terry General Superintendent 11 years Diversified experience in wetland restoration,site development and project management Mike:Jt tes Foreman 9 years Experienced wilh site and landfill projects Rodney Anderson Foreman 15 years Experienced in site wort and golf course construction Sal Messina Superintendent 20 years Environmental r=odiation • Full Time Personnel CAVANAUGH,SHAWN BANEGAS, FAUTO COLLAZOS,JUAN DOROSIQ,THOMAS EADER, REBECCA GUTAMA,ANGEL FLEMING,ANDREW HOLLISTER, BETH LEON,CARLOS JONES,MICHAEL McCLAVE,JULIA MESSINA,SAL MORENO,JOSEPH NABREZNY, KENNETH POREMBA, JAY TERRY,JAMES TERRY, ROBERT WOLTER,VIRGINIA ZAYAS,WILLIAM ZITO, CHRIS Cort oc&Mt►,U�1 ANDERSON, RODNEY BALDWIN,GEORGE BORSOI, JEREMIAH CAPPIELLO, RAYMOND DOS SANTOS, DAVID MORCALDI, STEVE RODRIGUEZ,VICTOR TERRY CONTRACTING & MATERIALS, INC. 940 WEST MAIN STREKr IUMM6AD,NY 11001 (516)727-0170 March 20,2001 Jean W.Cochran Supervisor Town of Southold P.O.Box 1179 53095 Main Road Southold,New York 11971 Re: General Construction Southold Landfill Closure Contract No.2000 Dear Ms. Cochran: Terry Contracting&Materials,Inc.,acknowledges that the prices in the Bid submitted on January 31,2001,will not change if a Notice to Proceed is issued by the Owner on or any time before June 1,2001. However,Terry Contracting&Materials,Inc. reserves the right to request additional Contract-Time as a result of a Notice to Proceed date of up until June 1,2001. Sincerely, Bert G President RGT/jm ATTACHMENT B INSURANCE INFORMATION FROM THE AMERISC CORP. 0 1314/T0328101 MAR-28-2001 18:19 AMERISC CORP. 516 328 1842 P.02i06 r*7ef • 1SC Corp. INSURANCE AND FINANCIAL SERVICES March 28,2001 Mr.David S.Glass,P.E. Dvirka&BartBucci 330 Crossways Park Drive Woodbury,NY 11797 Re: Ferry Contracting&Materials,Inc. Town of Southold Project: Southold LandflH Closure County Road 48&Zach's lane,Cutchogue,NY 11935 Dear Mr.Glass, Pursuant to our conversation,Terry Contracting&Materials,Inc. in lieu of their existing Commercial General Liability Policy with limits of$1,000,000 Occurrence/$2,000,000 Aggregate,has requested and we have bound a Specific Project Policy covering the Southold Landfill Closure,effective March 21,2001_ This policy provides primary coverage for Commercial General Liability(including Products/ Completed Operations Liability and Contractual Liability),Contractors Pollution Liability and Professional Liability with limits of$3,000,000 Occurrence/$4,000,000 Aggregate. This policy contains a Blanket Additional Insured Endorsement and our Certificate of Insurance includes both the Town of Southold and Dvirka&Bartilucci as Additional Insureds. This policy provides greatly enhanced coverage for Terry Contracting&Materials,the Town of Southold and Dvirka&Bartilucci with increased limits($3,00,000/$4,000,000)in excess of the requirements specified in the Supplemental Conditions,and they are primary limits dedicated to the Southold Landfill Closure Project only. I have attached a copy of the Certificate of Insurance,the Binder of Insurance for the Owners& Contractors Protective Liability Policy and a Specimen Copy of a Royal Additional Insured (Blanket)Endorsement for the Commercial General Liability and the Contractors Pollution Liability for your review and records. The actual policies should be issued within the next 30 to 60 calendar days. I am requesting that the underwriter provide a copy of the Additional Insured Blanket Endorsement as expediently as possible. Should you have any questions,or if I may be of further assistance to you on this matter,please do not hesitate to contact tate. Res y trick .Eric Ex ve Vice President Pmelf- enc. cc: Robert G.Terry,Terry Contracting&Materials,Inc. 2001 MARCUS AVENUE- P.O.SOX 3705•LAKE SUCCESS. NY 11042.516-354-4500•FAX$16-354-4470 MAR-28-2001 10:19 AMERISC CORP. 516 328 1842 P.03/OG - - --- ----- - .. _��. .. %.-TR=Y-11 03/28/01 �ootmER THIS CERTIFICATE IS AS A MATTER OF INFORMAT ON ONLY AND CONFERS NCMMHTS UPON THE CERTIFICATE The Amerise Corporation HOLDER.THIS CERTIFICATE DOES NOT AMEND.EXTEND OR 3001 )[arcus Avenue Suite W288 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lake Success NY 11042 Phone:516-354-4500 Fax:516-354-4470 INSURERS AFFORDING COVERAGE INsuRED INSURERA: Royal Ins Co Of America: INSURER a AlU Insurance Co. Terrycontra9tia ie]lQaterials,inc INSURERC: Merchants Mutual Insurance Co. 840 hest Main Street INSURER D; National Union Fire Insurance Riverhead NY 11901 I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED By THE POLICIES OESGR18ID HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ILRAM TYPE OF INSURANCE POLICY NUMBER OATS MW DATE MMIO LIMITS GENERAL LIABILITY EACH OCCURRENCE $3000000 A X COMMERCIAL GENERAL LIABILITY KZ$330356 03/21/01 03/21/02 FIRE DAMAGE(Myamfire) 350000 CWMSMADE ®OCCUR MED EXP(Any dnoWr$Wl 55000 X CONTRACTU" LIAS SPECIFIC PROJECT LIAR PERSONAL BADV INJURY 33000000 X POLLUTION LIAR PROFESSIONAL LIA$ GENERAL AGGREGATE $4000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS.COMPIOP AGO 5 3 0 0 0 0 0 0 POLICY 7 I'm 7 LOC AUTOMOBILE UABILITY C X ANY AUTO CAP9117499 07/31/00 07/31/01 COMBINLE(Ea awde�nt) $1000000 q ALL OWNED AUTOS 00014Y INJURY $ SCHEDULED AUTOS (Per pmwl X HAVD AUTOS BODILY INJURY $ X NON.OWNEDAUTOS (peracmem) PROPERTY OAMAjW $ (Per acodent) GARAGE LIABILITY I AUTO ONLY-EA ACCIDENT S ANY AUTO lil ROTHER THAN EA AUTO S AUTO ONLY: AGG S EXCESS LIABILITY I EACH OCCURRENCE 1310000000 D 7-7 OCCUR F-1 CLAIMS MADE BE7402520 07/31/00 07/31/01 AGGREGATE Isloomoo S DEDUCTIBLE F— S RX RETENTION S NIL f S EMPRV LIABILITYATTORYLIMITS1 I ER'1 S WC102-57-74 12/28/00 12/28/01 El.EACHACCIOENT 61000000 + E.L.DISEASE-EA EMPLOYE $1000000 1 oTNER E.L.asEASE-POLICY LIMIT S 1000000 A OCP KZE330357 03/21/011 03/21/02 1 OCCURRENC $1000000 DESCRIPTION OF OPERATIONSILOGATkNNSNEHIGlES1D(CLL�ONS RODEO BY ENDpRSEMENTISPECUAL PROVISIONS AGGREGATE $1000000 PROJECT; SOUTROLD LANDFILL CLOSURE - CONTRACT NO. 2000. COUNTY ROAD 48 6r. ZACH'S LANE CUTCROGU8, NY 11935 - CHRTIFICATE HOLDER a DVIRi<A 6 BARTILUCCI ARE INCLUDED AS ADDITIONAL INSUREDS ATINA. CERTIFICATE HOLDER A DVIRXA & BARTILUCCX ARE THE lEh=D INSUREDS AS RESPECTS THE OWNERS Ik CONTRACTORS PROTECTIVE LIABILITY POLICY. CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SOOTHOL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE TNEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS wmrrEN TOWN OF SOUTHOLD NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 50 SHALL TOWN HALL 53098 ROUTE 25 IMPOSA NO ODUGA11ON OR LABILITY OF ANY KIND UPON THE INSURER,RS AGENTS OR S07MOLD NY 11971 RRREEPLTRRE-S_EN—TATIIV,E.S. I Yv ACORD 25-8(7187) IDACORO CORPORATION 1988 MAR-28-2001 18:20 AMERISC CORP. 516 328 1842 P.04i06 !;fui-eej1SC Corp. INSURANCE AND FINANCIAL SERVICES _,... ._ '•'""'-''. .:..• '•:t _ ..�-�•,::;.•� -•:••.: . ... ;:_:. _�•�ir"N�''"''�:�: ;- =x^ti;ar.=:: y ]��. ;�'.c'=•„i$iw:;.:t--;�•�':i:�,i:r•�r.t. •.l:•W.N �� :. I. .as e�. arta__;: � 8;;1e' > cess° J��/��rsjy /��Qy •�; .,. 1....•,.l^...:. _ -4,::44 t•. i - ...� .SER"�F'=I R �-,.: - ..,_<..�....Mn.j..;;..-•..,.:.-: T . .,... �..�IVCE:=,.�:::�y;�:z�-.�'��•_:3u:�:.:.{� '_';. -� = t::.s..<:r:<:•:', is :� - - NAMED INSURED. - ..�: ..r:•„,•'- :.•: - .,r;� :�<� <• :::: •.:• . .. ' : .. •._ . -. •.• ' . : - . . , ,,..DAT• 1� . . Town-o#South6ld,•Town-Hall,13095 Route 25,,Southold,'NY 11971 -and: Dvirka& Bartilucci,330 Crossways Park Driv_e,;Woodbury, NY-11797' CONTRACTOR: Terry;Contracting-&Materials;Inc:;840 West MainStreet,'Riverhead, NY •11901 Effective Date Expiration pate :Policy Number .Insurance Company 03121101 03/21/02 KZE330357. . Royal Insurance Co of Amer Owners &'Contractors Protective Liability Policy LIMITS OF LIABILITY. ” LIMIT-EACH OCCURRENCE: $1,000,000 AGGREGATE LIMIT: $1..000,000 DEDUCTIBLE EACH OCCURRENCE: $ 10,000 ESTIMATED PROJECT PRICE: ::: $5,216,367 PROJECT/NF,ORMA.TION: CAPPING&CLOSURE RESTORATION OF 34.ACRE SOUTHOLD MUNICIPAL SOLID WASTE LANDFILL LOCATED- COUNTY ROAD 48&ZACH'S LANE,=CHOGUE, NY 11935 SUBJECT _ :._. ••, . . ....- POCICY:TERMS,COND1TIpNS .EXCLUSIONS, ';1986 ISO. OWNERS CONTRACTORS - . . PROTECTIVE LIABILITY.-FORM. DEFENSE EXPENSE•IS IN ADDITION TO THE. IIiIIIT OF • - ' LIABILITY..EXCLUDINQ ABSOLUTE:PQI.LUTION;-/ASBESTOS, NUCLEAR;ASSAULT&BATTERY.- ASBESTOS,-PUNITIVE'DAMAGES,.YEAR 2000 COMPUTttR.RELiATrED:_PROBL:EMSr ' EMPLQYMENT`'RELAT.ED PRACTICES:AMD ARCHi7ECTS 'ENGINEERS'&-SURVEYORS, EXCLUSION-:'SUWtdtTO THE:INDEPENDENTCpNT A&5RS ENDQRS•�MENT;.iAD;TFiE CLASSIFICATION L.IMITATIOIV.;ENDORSEMENT:`=.SIJB;IECTwTO'AI.L;SUBCQNTF�ACTOR$.;= CARRYING•$1;000,000;1$2•,0000;000/:$1;000,000'NAMING'INSURED AS ADDITIQNAL'IIySURED AND HOLDING INSURED HARMLESS:^..54113,1ECT:TO FLAT.RATE;ENDORSEMENT D:5ERVICE OF SUIT CLAUSE.- _ - ESTIMATED PREMIUM: : 1;500_.00+:. 6QAO,T., POIi/ry/. - pt ' .. . . .. .• . . . • ;_,: .�svred'.s Contirinatlon::•.. . .:.; ' ..:._..1:_•••-,.:.;•,.;�_c,;.::i:�-.. .•' .: . aindor zu4nd Lo the conditions and temps applxing tbete0a'�roNctr(bs)oa e�dorsdnettt(s)wI11 M,dtlhrerrd,to yoti ag aoon as possi>,te after Issuanoe.lws,bindeFihau ranain;M force uncia dike iiouee of tertllutauon is given by1 'Wmm�9 pa y or Prior.to Issuarm eT gi .ltkypes)or endorieakril(s). Thank"you'fo�this oppoRunflll to be of servloe:'..: :':..: 2001 MARCUS AVENUE- P.O. BOX 3705• LAKE SUCCESS, NY 11042• 516-3154-4500 •FAX 516-354-4470 MAR-28-2001 10:21 AMERISC CORP. 516 328 1842 P.05i06 Named Dwred: Terry Contracting and Materials Inc. Endorsement No: 06 Policy: KZE330139 Effective Date; 06/15/00 THIS ENDORSEMXNT CHANGES THE POLICY. PLEASE READ i r CAREFULLY. ADDITIONAL INSURED BLANKET With respect only to Coverages A, B. and C, and notwithstanding anything to the contrary contained in the printed form of this policy, it is agreed and understood that WHO IS AN INSURED is amended to include as an insured: any person, organization, trustee, estate or Governmental entity to venom or to which you are obligated, by virtue of a written contract or by the issuance or e)dstenoe of a permit, to provide insurance such as is afforded by this policy, but only with respect to operations performed by you or on your behalf or to facilities used by you and then only for the limits of liability specified in such contract, but in no event for limits of liability in excess of the applicable limits of liability of this policy; provided that such person, organization, trustee, estate or Governmental entity shall be an Insured only with respect to occurrences taking place after such written contract has been executed or such permit has been issued. This endorsement does not apply to any professional liability coverage afforded under the policy. RSA6002N(07/99) MAR-28-2001 18:21 AMERISC CORP. 516 328 1842 P.06i06 Royal Surplus Lingi Insurance Company 0 E*XA W OFFICE-ONO MMWMINT OWLEWD,P.O.8CX 1000 CHARL0Tr1 NO 2BUI-1000 fAMQadied`me eompowl INSURED: tP INCEATION; snuo POLICY: KZ8310877 EXKRATION: SWA L COMMERCIAL GENERAL LIABII.ITY TMS ENDORSEMENT CHANGES'THE POLICX. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (]BLANKET) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PANT OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART WHO IS AN INSURED(Section m is amended to include as an insured:my person,orMiration, frusta, estate or Governmental entity to whom or to which you are obligated,by virtue of a written contract or by the issuance or existence of a permit, to provide insurance such as is afforded by this polity,but only with respect to operations performed by you or on your behalf or to facilities used by you and then only for the limits of liability q=ified its such contract,but in no event for limits of liability is excess of tho applicable limits of liability of this policy;provided that such person,orgamba ion,trustee,estate or Governmental entity shall be an Insured only with respect to occurrences taking place after such written contract has been executed or such permit has been issued. RSA'I002A(04/98) Attachment 27 of 29 TOTAL P.06 ATTACHMENT C LETTER FROM TERRY CONTRACTING & MATERIALS,INC. 0 1314/T0328101 TERRY CONTRACTING & MATERIALS, INC. 840 W1W MAIN STT=r RIVEMEAD,NY 11901 (510)727-0170 March 30,2001 Attn: Mr. Thomas Maher Dvirka and Bartilucci 330 Crossways Park Drive Woodbury,NY 11797-2015 Re: Southold Landfill Closure Dear Mr. Maher: Per our conversation,we intend to make every effort to seek competitive prices from MBE/WBE firms on the above referenced project,in hopes of increasing our current projections. At the present time,the areas we are looking into are landscaping, fencing and liner installation. As earlier discussed,we will also document all these efforts to help satisfy the Environmental Facilities Corporation and the Department of Environmental Conservation in your reimbursements efforts. Sincerely, /K7-- President ROT/jm -DRAFT- [Town of Southold Letterhead] Transmitted Via Certified Mail -Date- Robert G. Terry, President Terry Contracting& Materials, Inc. 840 West Main Street Riverhead,NY 11901 Re: Notice to Proceed Southold Landfill Closure Contract No. 2000 Dear Mr. Terry: You are notified that the Contract Time under the above referenced Contract will commence to run on [Date No. 1]. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 3 of the Agreement the date of Substantial Completion is [Date No. 1 plus 270 calendar days] and the date of Final Completion is [Date No. 1 plus 30 calendar days]. Within thirty days after Notice to Proceed, you must submit to the ENGINEER for approval all items described in Section 2 of the General Conditions (i.e., list of subcontractors and suppliers, schedules and proposed substitutes and"or-equals"). A pre-construction meeting will be held at the landfill on [date] at [time]. In addition, before you may start any work at the site, you must: 1. Submit and obtain approval for the plans and documentation listed at 1.4(D)(1)(e) of the Specifications. 2. Submit and obtain approval for the initial site survey. 3. Submit and obtain approval for shop drawings for the fence, gate and accessories to be used to enclose the access route to Cox Lane. 4. Confirm in writing that based on the information provided by LIPA at the meeting at the landfill on March 21, 2001, you do not anticipate any changes in Contract Price and Contract Time as a result of LIPA's work on site if a Notice to Mobilize is issued to you by the Town prior to the date by which LIPA completes removal of the utility towers at the landfill. 6 0 Robert G. Terry, President Page Two Terry Contracting & Materials, Inc. Date 5. Submit and obtain approval of a description of efforts which will be made by you to satisfy the minority business enterprise (MBE) goals in the Contract and a description of how the efforts will be documented. Owner: TOWN OF SOUTHOLD By: Jean W. Cochran, Town Supervisor JWC/DSG/tam cc: Gregory F. Yakaboski, Esq.—Town Attorney James Bunchuck - Solid Waste Coordinator Thomas Maher—D&B 01314/MiscO l ltr.doc-05 Q Dvirka and 0 Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 - Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P.E. Henry J.Chlupsa,P.E. Thomas F.Maher,P.E. RobertT Bunn,P.E. Richard M.wane, February 21, 2001 Steven A.Fangnann,P.E. Senior Associates Anthony o. ehleP.E. Jean W. CochranSupervisor Dennis F.Koehler,r,P.E. , p Joseph H.Marturano Town of Southold Kenneth J.Pritchard,P.E. Theodore S.Pytiar,Jr. 53095 Main Road Southold,NY 11971 Associates Rudolph F.Cannavale JosephA.Fioraliso,P.E. Re: Southold Landfill Closure David S.Glass,P.E. William D.Merklin,P.E. D&B No. 1314 Michael Neuberger,P.E. Brian M.Veith,P.E. ChartesHft&st$rfgf&Visor Cochran: Following up on our letter to you of February 7, 2001, we have completed our review of the bid submittals of the apparent low bidder, Terry Contracting & Materials, Inc., for the landfill closure. A summary of the results of our review with respect to each item in our letter of February 7, 2001, follows: 1. With respect to the low unit prices for certain items, we have received assurances from Terry Contracting & Materials, Inc., that they understand the work associated with each item and remain committed to their bid numbers (see Attachment A—letter dated February 8, 2001, from Terry Contracting& Materials, Inc). 2. Suppliers of stone fill, rip-rap, seed and plants have been provided in the Terry Contracting& Materials,Inc., letter dated February 13,2001 (see Attachment A). 3. Information has been provided regarding the geotextiles supplied by Holbrook Plastic Pipe Supply, Inc., which Terry Contracting & Materials, Inc., has indicated they intend to provide (see Attachment A - letter dated February 13, 2001, from Terry Contracting & Materials, Inc., and letter dated February 14, 2001, from American Engineering Fabrics, Inc.) 4. Regarding M/WBE participation, Terry Contracting & Materials, Inc., has indicated in the letter dated February 13, 2001, that the actual value of materials to be supplied by Holbrook Plastic Pipe Supply, Inc. (WBE) is $321,913.78 (not the $65,000 amount indicated in the original submittal), and that they intend to pursue additional M/WBE participation for work valued at over$900,000. A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. Dvirka and Bartilucci CONSULTING ENGINEERS Jean W. Cochran, Supervisor Page Two Town of Southold February 21, 2001 Based on the above, Terry Contracting & Materials, Inc., has provided a satisfactory response to all of our comments in our letter to you dated February 7, 2001. As a result, we have enclosed, as Attachment B, a draft notice of award letter. The draft letter should be reviewed by the Town Attorney and mailed by the Town via certified mail to Terry Contracting& Materials, Inc., along with six (6) conforming copies of the Contract Documents which we will provide to you under separate cover. If you have any questions regarding this matter or require additional information, please do not hesitate to contact me. Ve truly yours, Thomas F. Maher, P.E. Vice President TM/DSG/tam cc: Gregory Yakaboski,Esq., Town of Southold James Bunchuck,Town of Southold David Glass, D&B 01314nTM01 LTr.doc-05(802) TERRY CONTRACTING & MATERIALS, INC. ego W=r MAM STMT R1vF.UMAD,NY 11901 (518)727-0170 February 8,2001 David Glass, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury,NY 11797-2015 Re: Southold Town Landfill Closure Dear Mr. Glass: Per our conversation yesterday,we understand the work associated with each item in our proposal. We have reviewed our bid prices for the project and remain committed to our bid numbers. Based on our experie=with other New York State funded Landfill Closures,many of the items on this project are"sole source items"that would be exempt from the MBE/WBE goals for the project.Nonetheless,we will,make every effort to meet the goals and will also document these efforts. With regard to the geotextiles supplied by Holbrook Plastic Pipe, if they do not meet your approval,we will purchase approved materials from an alternate supplier. We look forward to working together on this project. Thank you. Sincerely, G. President RGTrm TERRY CONTRACTING & MATERIALS, INC. 840 wgsr MAIIQ STJU= RIVERBRAD,NY 11901 (518)727-0170 February 13,2001 David Glass,P.E. Dvirka and Bartilucci 330 Crossways Park Drive _ Woodbury,NY 11797-2015 Re: Southold Town Landfill Closure D&B 1314 Dear Mr. Glass: In reference to the further clarification of the MBE/WBE participation,we are submitting the following information: 1. The name and telephone number of the New York State contact regarding exclusion of"sole source"items fiom MBEJWBE is Kenneth Shider,M/WBE Manager,New York State Environmental Facilities Corporation, 800-882-9721. 2. The specific items and value of each item which will be"sole source"are: Item#9 60 Mil Textured HDPE Geomembrane $856,560 Item#11 Geocomposite $163,800 Item#14 Erosion Control Blanket $453,600 Item#15 Erosion Control Fabric $60,000 Total $1,533,960 3. The items and values for which we iatend to pursue additional MBE/WBE participation is: Item#16 Hydroseeding $90,400 Item#17 Laztdscaping $53,200 Item#18 Rip Rap, Stone Fill,Gravel Fill and Reno Mattresses $269,763 Item#1 9A 6-Foot High Fencing $113,062.50 Item#19 B 12-Foot High Fencing $31,600 Item#23 Guide Bail $78,000 Item#24A Abandon Existing Landfill Gas Monitoring Wells $15,600 Item#24B New Landfill Gas Monitoring Wells $43,320 Item#25A Abandon Existing Groundwater Monitoring Wells $58,800 Item#25B New Groundwater Monitoring Wells $25,200 Item#28 Water Supply Well and Electrical Service $42,000 Item#29 Siren and Electrical and Telephone Service $92,200 4. Enclosed please find the name and the specification for the"approved equal"as provided by Holbrook Plastic Pipe Supply,Inc. 5. We have reviewed all the materials to be provided by Holbrook Plastic Pipe Supply,Inc.,which include drainage pipe,end sections,geotextiles,erosion blankets and PVC pipe for gas vents. The value of these materials is$321,913.78. 6. We propose to use the following vendors and material suppliers as follows: Item#5 page B-10 Reno mattresses, gabions Maccaferri 145 N. Franklin Turnpike, Suite 321 Item#9 Ramsay,NJ 07446-1634 Rip-Rap Tilcon 909 Foxon Road Item#10 North Branford,CT 06471 Seeds and Plants Verderber Nursery Route 25 Aquebogue,NY 11931 Long Island Cauliflower Association Marcy Avenue Riverhead,NY 11901 Please call us at(631)727-0170 if you have any questions. Sincerely, President RGTCm FROM FAX NO. : 6315886968 Feb. 14 2001 01:04PM P1 PHUM beOLechn l Ca l 5upp l y.'Bccrn/NGE FW NO. Feb. 14 2001 12:38PM P1 AMERICAN ENGINEERING FABRICS, Ynr. i Coffin AYanll�• MANI IVAr_TV1Wjm otOEt31�7{7]I.A� New Bedford,Mlasachosa[[,02746•Tel.(SOH)993-9622 FAX(508)994-7156 Febnimy 14,2001 14OR ook Plastic p4X Alin: Rosalie A... Ca.41MA 1 ilia is to ccr*tha[AEF 880 nonwoven fabric to be shipped to the above hft MARV of 0.3 arn/sec PW=bibiy Per ASTM D 4491. Sit)ccrcjy, !� Reuban Weinstein tri �, fP c-mail•boontnvi@mitidspnnr.cncn 9 wab 24C.hft rJAvww_hoonunvua.c0,n FAX NO. : 6315886968 Feb. 14 2001 12:03PM P1 100% staple polyester and many other civil engineering and polypropylene needle-punched fabrics construction use& designed for multi-purpose engineered . Resistant to tears, soil chemicals, ►►M). w-'e-lum, ulliv vIultil 11dl►1 t1xwbure,ana • Provide tensile reinforcement,filtration, are virtually unaffected by and separation for roads,roofs, railroads, hydrocarbons, mildew, rot and ponds,dams,trenches, landfills and freeze-thaw. AEF GEOTEXTILES SKCWr-AWMMNMM AVERAGE ROLL VAWES FabrlC SM° �487MS,- eeo blpilS680 0!0 1080 1280 1480 1680 1800 2000F WJC OVYd? 1, '. 4.0 6 6 8 10 12 14 16 18 20 IV M2 150 150 200 200 270 340 410 415 545 670 676 111t1t) L , 1777 60 85 70 85 120 130 145 155 1 775 790 210 r•+ab�h ASTM D-4632 86 120 90 180 145 210 260 335% 360 470 610 475 2 86 75 10075 100 100V 100 100 100 100 100 100 D ( 4 r 45 6080 JS 145 145 ivy 195 1 300 350 385 � MAIM rural Sfnrl�th . PSI ASTM O-378&87 215 1 170 250 230 380 500 700 710 800 1200 1200'• ✓ kOkcid Tor Slanplh ASTM D-4533.85 50 55 75 70 1101V 130 145 180 220 250 275 AOS ASrMD-4751 It 70-140 70-140 70140 70.140 70-M 140.200 140.200 140-2001140-200 140.200 200 wow How Ra1N — 6401 ASTM D-4491 170 i5o 100 145 i4CV 100 90 90 80 00 75 ASU D-4491 Sec-1 1.7 2.3 1.9 2U 1.9 1.25 Q : 1.2 1.1 1.1 1.0 W rtMlonr WO ASTM D-435584 , th Retdnod abler 500 How 85 85 85 85 85 85 85 85 85 85 85 S10.W1 (RJ 400 400 400400 aoo 300 200 200 Zoo 200 200 AD.Roll YAM(H)00 «- 12.5 815 Ft 'srunre of l IPM1W Vk" o aropb aoil..,a.,e en P(IQ)eoa a.ie.rt, rd rAM daey PoAr•r'Nr+r 1wn •acr.e.1200 w CCOW r of Who Paige ti MNOM red h9WHL 1b.sisMata�rwrowweaYroMA■MwA,wwOrp IM arb.nvwale�rP�dr�+fhw lhrmtlllbr dww owaOoumr�iol ��n : eta..r�.web...,..•.,,.r+ ..r+....r...-..-..rw.r.-+.r.nw�wirwx�uwawoax��xa�cWhRgiN.pp�lMr�lW ft`eg6 Jobr4&WC m in, owpowda*M MII uwoarwgr 4mabwawEoben J� AEf:GEOTEXTIEES SUGGESTED USES: l-�p Y 1C eaa .b we "M M 1ao 1410 "M on 1�Ip aceo A40MA a•Ior oiolx�pr sm.eorR„ DRAFT— [Town of Southold Letterhead] -Date - Notice of Award—Transmittal Via Certified Mail Robert G. Terry President Terry Contracting& Materials, Inc. 840 West Main Street Riverhead,NY 11901 Re: General Construction Southold Landfill Closure Contract No. 2000 Dear Mr. Terry: Please be advised that your Bid dated January 31, 2001, for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the Southold Landfill Closure as described in the contract documents including Addenda No. 1 through 6. The Contract Price of your Contract is five million two hundred sixteen thousand three hundred and sixty-six dollars and fifty cents ($5,216,366.50), representing the total amount bid. As provided in Section 11 of the General Conditions, estimated quantities of unit price items are not guaranteed, and determinations of actual quantities and classifications thereof are to be made by the Engineer as provided in Section 9 of the General Conditions. Unit prices have been computed as provided in Section 11 of the General Conditions. Six(6) copies of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Six (6) sets of the Drawings will be delivered separately or otherwise made available to you shortly. A. You must comply with the following conditions precedent within fifteen (15) days of the date you receive this Notice of Award. 1. Deliver to the OWNER six (6) fully executed counterparts of the Contract Documents. (Pages 5, 6 and 7 of the Agreement of each of the Contract Documents must be properly completed.) y y � • Robert G. Terry Page Two President Terry Contracting & Materials, Inc. February 20, 2001 2. Deliver with the executed Contract Documents the Contract Security (Bonds) as specified in the Instructions to Bidders, the Bid, General Conditions and Supplementary Conditions. 3. Deliver with the executed Contract Documents to OWNER, with copies to each additional insured identified in the Supplementary Conditions and in accordance with Section 5 of the General Conditions including Addendum No. 6, certificates of insurance (and other evidence of insurance required by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain as identified in the Contract Documents. 4. Deliver to the OWNER a complete and up-to-date EEO and MBE/WBE Work Plan. 5. Deliver to the OWNER a complete and fully executed Qualifications of Bidders form in the Supplementary Conditions. B. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid in default, to annul this Notice of Award and to declare your Bid Security forfeited. C. Acknowledge that the prices in the Bid submitted on January 31, 2001, will not change if a Notice to Proceed is issued by the OWNER on or any time before June 1, 2001, and acknowledge that there will be no claims for change in Contract Price and Contract Time as a result of a Notice to Proceed date of up until June 1,2001. D. Within ten (10) days after you comply with the above conditions, OWNER will return to you one fully executed counterpart of the Contract Documents. E. Within thirty (30) days after you deliver the fully executed Contract Documents to the OWNER, submit the following to the OWNER: 1. A list of all Subcontractors and other persons and organizations proposed for those portions of the Work as to which such identification is so required, as provided in the Supplementary Conditions. 2. A list of all equipment Suppliers who are to furnish the principal items of material and equipment proposed for those portions of the Work as to which such identification is so required, as provided in the Supplementary Conditions. Robert G. Terry Page Three President Terry Contracting&Materials, Inc. February 20, 2001 F. A preconstruction meeting will be held at the Site, as provided in Section 2 of the General Conditions. The date and time of the preconstruction meeting will be indicated in the Notice to Proceed. G. Within thirty (30) days of Notice to Proceed, CONTRACTOR shall submit the documents described in Section 2 of the General Conditions. Town of Southold (OWNER) By: (AUTHORIZED SIGNATURE) Jean W. Cochran, Supervisor (NAME AND TITLE) JWC/DSC/tam cc: Gregory Yakaboski, Esq., Town of Southold James Bunchuck, Town of Southold Thomas Maher, D&B 0]314/NIISC01Itr.doc-02(801) Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net principal Nicholas J.Banilucci,P E. Henry J.Chlupsa,P E. Thomas F Maher,P.E. Robert T Bums,P.E. Richard M.Weka, Febt�7�� 9 2001 Steven A.Fangmann,RE February � Senior Associates Anthony O.Conetta,RE. Dennis F.Koehler,PE. Transmittal via Facsimile Joseph H.Marturano 631-727-0410 Kenneth J.Pritchard,P.E. Thendore$.Pytlg!,Jr. Rudolp Rudolph F Cannavale Robert G. Terry F. Joseph A.Fioraliso,RE. President David S.Glass,P.E. Presid William D.Merklin,P.E. Terry Contracting& Materials, Inc. Michael Neuberger,RE. Brian M.Vaith,PE. 840 West Main Street Charles J.Whachsmuth,P.E. Riverhead,NY 11901 Re: Southold Landfill Closure D&B 1314 Dear Mr. Terry: In reference to your letter of February 8, 2001, we request further clarification regarding MBE/WBE participation: 1. Provide name and telephone number of New York State contact regarding exclusion of"sole source" items from MBE/WBE goals. 2. Provide list of specific items and value of each item which will be "sole source." 3. Provide list and value of items for which you intend to pursue additional MBE/WBE participation. 4. Provide name of manufacturer and model numbers of geotextiles to be supplied by Holbrook Plastic Pipe Supply, Inc., and, if not a manufacturer identified in the specifiEations (i.e., Evergreen Technologies, Inc. or Synthetic Industries, Inc.), but considered an "approved equal," provide the name of the manufacturer and specifications of the geotextiles to be used for the project. 5. Review and summarize all supplies and value of supplies to be provided by Holbrook Plastic Pipe Supply, Inc., or other suppliers, regarding MBE/WBE participation. A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. t� Dvirka and Bartilucci CONSULTING ENGINEERS Robert G. Terry Page Two President Terry Contracting& Materials, Inc. February 9, 2001 We request your response to this letter not later than Monday, February 12, 2001. Please do not hesitate to contact me at(516) 364-9890 if you have any questions. Ver truly yo , vid S.Plass, P.E. Associate DSG/tam cc: Gregory Yakaboski, Esq., Town of Southold James Bunchuck, Town of Southold Thomas Maher, D&B 01314\DSG01 LTR-06.D0C(R01) TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD,NY 11901 (516)727-0170 February 9, 2001 David Glass, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury, NY 11797-2015 Re: Southold Town Landfill Closure D& B 1314 Dear Mr. Glass: In reference to the further clarification of the MBE/WBE participation, we are submitting the following information: 1. The name and telephone number of the New York State contact regarding exclusion of"sole source"items from MBE/WBE is Kenneth Shider, M/WBE Manager,New York State Environmental Facilities Corporation, 800-882-9721. 2. The specific items and value of each item which will be "sole source" are: Item#9 60 Mil Textured HDPE Geomembrane $996,000 Item#11 Geocomposite $195,000 Item#14 Erosion Control Blanket $237,600 Item#15 Erosion Control Fabric $47,000 Total $1,475,600 3. The items and values for which we intend to pursue additional MBE/WBE participation is: Item#16 Hydroseeding $113,000 Item#17 Landscaping $58,000 Item#18 Rip Rap, Stone Fill, Gravel Fill and Reno Mattresses $258,000 Item#19A 6-Foot High Fencing $148,338 Item#19 B 12-Foot High Fencing $24,000 Item#23 Guide Rail $22,200 Item#24A Abandon Existing Landfill Gas Monitoring Wells $10,400 Item#24B New Landfill Gas Monitoring Wells $17,100 Item #25A Abandon Existing Groundwater Monitoring Wells $39,200 Item#2513 New Groundwater Monitoring Wells $18,000 Item#28 Water Supply Well and Electrical Service $87,000 Item#29 Siren and Electrical and Telephone Service $35,000 4. Enclosed please find the name and the specification for the "approved equal" as provided by Holbrook Plastic Pipe Supply, Inc. 5. We have reviewed all the supplies to be provided by Holbrook Plastic Pipe Supply, Inc., the value of these supplies is $321,913.78. Please call us at(631) 727-0170 if you have any questions. Sincerely, W' gertG. T President RGT/jm Cc: Gregory Yakaboski, Esq., Town of Southold James Bunchuck, Town of Southold Thomas Maher, D&B .wr.y .u.wv lw:c r►t� rvu. hab. ld�i WWI 12:h1P'1 P3 AEF Nonwoven. GeotexdJes • 100%staple poryester cnd many oftr civil engineering and polypropylane needle-punched fodres conbtruction uses, designee ter muiii-purpo o englneered . ResiStant to teors, soil chemicals, use. puncture,ultra violet Ilghi exposure, ano . Provide tensile reinf=ement,f!Itration. are vlrtualiv unaffected by ohd separation for roads,roafs,railroads, hydrocarbon.mildew,rot and ponds,dams,trenches, landfills and tmeze-thcw. AEF GE41 SKCIRCAtiONSMIh mum YED46 POLLYAt —,• falwia Sfyla 4donsl• UG 600hSu HO tm 12 1400 toxo 4"0 2000 PaAric otM�s 4.r, 10 6 c 10 1 x ^.a lap 10 2.; ►re h1 orne/n+ 150 1b0 201 ?OG i70 3d( 4111, tis �5 61G A'S AyIMY�•1]77 40 K; X; Ab 120 130 1jO5 :},y fly tY f1t? Ciob S11*021h -- 1b2`ASTM P an.12•116 120 J{) Im 710 3Yi .1741 oto l W!, EloAgeliah ) ASIM o•4632-M IS 10, m 1tt lix TO 10C. 1 !00 10o 100 Im lurklwe SMeraah ASTM L)-" 45 !10 o: 73 1149 145 K6 145 :TV 330 34.L Mullen su1R strillmom ,ai AS4.40 17ArtAi 215 170 :5U 230 .18c Sm Yur 7:C'• r 17Cx) 7ix; ' (raaaola 1410/Sn"gm InS,ASIMD-ASa.1.4(+ 6 70 lie 13o 1e, AOSA$iML) 17h1 701A0 7,�-Idiijj 0140 70140 01(10 1AY•4{i 146.200 4C,2W 140�:X, �.ntivr, :CT! WOW Now sole 6MMn. ASTM D 4491 14(: t xa :O h1 so at: !s PGfMN11vNy ASTM 0 4401(So, !l 3 3 1. t.0 1 Q t 2, Iry sor<Wanes ASTM•j•43b5. %s1. th l:(I11i71Yb i/lijt SW!i 85 M.wl lot ih(f1) 400 40C 40C 400 3+J0 300 200 200 200 200 20C sip.Alai 1NOM1 - 12.5 S'S rl .•• `i nr<rltl me 4 iLI:YL W/FIr♦I N'1M`I w. lA1r.w\.•('!11 A"�l i,111(Y.N.r/+�a'I:Y.yrl VMS,I�r Y:.Arw11N•...•.... :r l4:aA 1T(p 4f l•a•...v•i 4 r1YU N'Rf'r r kr✓Man�Yrrw�l. �'�,M.W.V!I411'.r,MNry�r.1`M/mac V.11 YI..M.uv.,y(yr},y ih..MMrl ar(•w•�tlrNt.er4:1•.I�IIw.AYtYfr.1f 01,/.1:TGlw+YIM OJ\.A�,.A'w+yfiaY(ner,•\'iV•.�\�fO.-!n.Y:u•.!1 a1.Wf/rhlgwlMM'•a+l hN�.:,.vl'ii na V w.anrnrr.n n+vnMrMar.,.,._..�y,!n.r.........rti.•.,.ra:.,.:r.l v"y,y+,+v..>.. .ar..n..r+I.wM.I+`M..Wi�:...w.Yal..!a/i{Y�9.WMI faM M,1.1'I•Y^I I.WMW+�M YINYSt�WIYVr.M AEF GFOTEXTIIES SUGGESTED USES: h11xf{a/IA00ta"A .rows 4b .M 4.6N6 to ,010 IIIA rue ,e11 'm om AIC.t�l,O,ntkN 1 - tk.,5ri'MWlil FTI�MInrrN fyy MIMIYri Audll'Wa iNtl�lr4 SM • {MwacuMl ilk! , ..1111 aYAlyKyrl ow'MaoMro s !Iw1:'1:`sort i WaaM•!}i(:MK+r1.YYWr 1rn.lNwfYAiim i hI'VA, � MAYM I Ld WdE1120 1002 60 896988SLc-9 'ON XHd wow Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J Bartilucci,RE. Henry J.Chlupsa,P.E. Thomas F.Maher,P.E. Robert T.Bums,P.E. Richard M Wada, Steven A.Fangmann,P.E. Senior Associates March 16, 2001 Anthony 0 Conetta,P.E. Dennis F.Koehler,P.E. Joseph H.Madurano Kenneth J.Pritchard,P.E. Theodore S.Pytlar,Jr. Robert G. Terry, President Terry Contracting& Materials, Inc. Associates Rudolph F.Cannavale 840 West Main Street JosepDavid A ass,PE PE Riverhead, NY 11901 David S.Glass,P E. William D Merkhn,P Michael Neuberger.P E Brian M Verth,PE Re: Southold Landfill Closure Chanes J.Wachsmuth.P . D&B No. 1314 Dear Mr. Terry: As discussed during our telephone conversation of earlier today, enclosed please find one copy of the complete contract documents for the referenced contract. Please do not hesitate to contact me at(516) 364-9890 if you have any questions. Very trul61ass, 1D� id S. E. Associat DSG(t)/tam Enclosure cc: James Bunchuck, Town of Southold U f 314\DSGO I LTR-08.DOC A DIVISION OF WILLIAM F,COSULICH ASSOCIATES,P.C. 1,4-4P1 '1711 n1 `•1PH I:Ii IT T1.11111 04-t- `"11, 2 IF? • F. 1 rZZ JnAv W. cocfiaaN GRE:CJCIRY F. YAKABOSKI Supervisor '1'OV6.N ATTORNEY Town Hall, 53095 Route 25 1'.O. Box 11?9 yiATtY C.WILSON Southold, New York 11971.0959 ASSISTANT To ' N ATTORNEY '0,( .��� Telephone (831) 785.1889 Fox (r331) 'lt3ri-1827 E-mail- townattorney4southold.org OFFICE, OF THE TOWN ATTOW4EY TOWN OF SOUTTIOLD Fax Transmittal Sheet TO'� Robert G. Terry, President Terry Contracting & Materials, Inc, FROM; Gregory F, Yakaboski, Esq. Town Attorney RE.: General Construction Southold Landfill Closure Contract No, 2000 DATE: March 15, 2001 Following is a copy of Notice of Award dated March 14, 2001, signed by Supervisor Cochran (original ropy is being sent to you via certified mail this date). if you have any questions, please call. /md cc. Tom Maher, O&B (fax 516-364-9045) Dave Glass, D&B (fax 516-364-9045) Jim Bunchuck, Southold Town Landfill (734-7976) Pages, including cover-� 4 Phone no,: 631-765-1889 Fax to; 727-0410 Fax no.: 631-765-1823 Phone no.: 727.0170 PLEASE NOTE: The information contained in this facsimile message is privileged and confidential, and is intended only for the individual named above and others who have been specifically authorized to receive it. If you are not the intended recipient, you are hereby notified that any dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication in error, or if any problems occur with transmission, kindly contact the office of the Southold Town Attorney at (631) 765-1889. Thank you. S:�4ttorneylGREGNMELAMIF''\f3RF G1fax.DOC 11AF' P� '01 01:r1Fhl �I fr�rTCI II I Ht�L.L 16 rf`:• 18� . JEWN W. COCHRAN Tc>au H311, 53095 :t4ain Roi.d S'UPER.VISOR � s.;. ii�f�% P.O Box 1.179 ro 11 Southold, New York 11971. ,� Fax (6,11) 765.1.823 YicLr.�.1i 'Telephone (031) "05-1889 OFFICE OF THE SUPERVISOR TOWN OF SOUTHOLD Notice of Award —Transmitted Via Certified Mail March 14, 2001 Robert G. Terry President Terry Contracting & Materials, Inc. 640 West Main Street Riverhead, NY 11801 Re; General Construction Southold Landfill Closure Contract No. 2000 Dear Mr. Terry; Please be advised that your Bid dated January 31, 2001, for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a Contract for the Southold Landfill Closure as described in the contract documents including Addenda No. 1 through 6. Please be advised that this Notice of Award is subject to due authorization of financing, The Contract Price of your Contract is five million two hundred sixteen thousand three hundred and sixty-six dollars and fifty cents ($5,216,366.50), representing the total amount bid. As provided in Section 11 of the General Conditions, estimated quantities of unit price items are not guaranteed, and determinations of actual quantities and classifications thereof are to be made by the Engineer as provided in Section 9 of the General Conditions. Unit prices have been computed as provided in Section 11 of the; General Conditions. A. You must comply with the following conditions precedent within fifteen (15) days of the date you receive this Notice of Award. I. Deliver to the OWNER the Contract Security (Bonds) as specified in the Instructions to Bidders, the Bid, General Conditions and Supplementary Conditions. HViR 1c• '01 Wil_L c16 76" 102? . F. Robert G. Terry Page 2. President Terry Contracting & Materials, Inc. March 14, 2001 2. Deliver to the OWNER, with copies to each additional insured identified in the Supplementary Conditions and in accordance with Section 5 of the General Conditions including Addendum No. 6, certificates of insurance (and other evidence of insurance required by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain as identified in the Contract Documents. 3. Deliver to the OWNER a complete and up-to-date EEO and MBE/WBE Work Plan. 4. Deliver to the OWNER a complete and fully executed Qualifications of Bidders form in the Supplementary Conditions. B. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid in default, to annul this Notice of Award and to declare your Bid Security forfeited. C. Acknowledge that the prices in the Bid submitted on January 31, 2001, will not change if a Notice to Proceed is issued by the OWNER on or any time before June 1, 2001 , and acknowledge that there will be no claims for change in Contract Price and Contract Time as a result of a Notice to Proceed date of up until June 1, 2001. D. Within ten (10) days after you comply with the above conditions, OWNER will contact you schedule a mutually agreeable time for execution of the Contract Documents, E. Within thirty (30) days after the Contract Documents are fully executed, submit the followi9ng to the OWNER: 1, A list of all Subcontractors and other persons and organization proposed for those portions of the Work as to which such identification is so required, as provided in the Supplementary Conditions. 1.IFF 17 'til G11 cPI1 'OUTHr:# i.!IIII HALL X16 765 1822 0 P.-4 Robert G. Terry Page 3 President Terry Contracting & Materials, Inc. March 14, 2001 2. A list of all equipment Suppliers who are to furnish the principal items of material and equipment proposed for those portions of the Work as to which such identification is so required, as provided in the Supplementary Conditions, F. A prec:onstruction meeting will be held at the Site, as provided in Section 2 of the General Conditions, The date and time of the preconstruction meeting will be indicated in the Notice of Proceed. G. Within thirty (30) days of Notice of proceed, CONTRACTOR shall submit the documents described in Section 2 on the General Conditions. Owner. TOWN OF SOUTHOLD By: � :7 L�� �r.:rt•�, ^` _., .r Sit J6an W. Cochran, Town Supervis r /md cc- Gregory F. Yakaboski, Esq. --- Town Attorney James Bunchuck — Solid Waste Coordinator Thomas Maher— D&B y w � Dv i rka d1b and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Pripe Nicholas J Bartilucci,P.E. Henry J Chlupsa,P E. Thomas F.Maher,P E Robert T Bums,P E Richard M.Walka, February 7, 2001 Steven A.Fangmann,P.E. Senior Associates Anthony O.Conetta,P.E. Dennis F.Koehler,P.E. Joseph H.Marturano Kenneth J.Pritchard,P.E. Jean W. Cochran, Supervisor Theodore S.Pytlar,Jr. Town of Southold 53095 Main Road Associ Rudolph F Cannavale 1ph Southold,New York 11971 RF Joseph A.Fioraliso,P E. David S.Glass,P.E. William D.Merklin,P.E. Re: Southold Landfill Closure Michael Neuberger,PE. D&B NO. 1314 Brian M.Veith,P E. Charles J.Wachsmuth,P.E. Dear Supervisor Cochran: We have completed a review of the bid submittals received by Terry Contracting & Materials, Inc., the apparent low bidder, for the landfill closure project. Enclosed please find an internal memorandum summarizing the results of our review. We will call Terry Contracting & Materials, Inc. to obtain clarification of the items in the enclosed memorandum. In addition, the bid bonds of the highest bidders can be returned. We recommend returning the bid bonds of Eastern Resource Service, Inc., Newborn Construction, Inc., Barbella Environmental Technology, Inc.,J.D. Posillico,Inc.,LoDuca Associates,Inc.and Breco Environmental Contractors, Inc. If you have any questions regarding this matter or require additional information, please do not hesitate to call me. V truly youl�, Thomas F. Maher,P.E. TFM/DSG(t)/ld Vice President Enclosure cc: Gregory Yakaboski, Esq.,Town of Southold James Bunchuck, Town of Southold David Glass, D&B ♦1314\TFMO1 LTR-02.DOC(R03) A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. w � Dvirka and Bartilucci CONSULTING ENGINEERS MEMORANDUM TO: Thomas Maher FROM: David Glas DATE: February 7, 2001 SUBJECT: Southold Landfill Closure D&B No. 1314 Provided.below are my comments/questions on Terry Contracting & Materials, Inc. bid: 1. Terry's unit prices for the following items are significantly lower than the average of the prices bid by the next five lowest bidders: Terry Item Unit of Estimated Contracting No. Measure Quantity Description & Materials Average 5B CY 2,200 Excavation of Gas Migration Control $2.76 $36.44 Trenches 5C CY 3,000 Removal and Relandfilling of Buried $3.00 $7.05 Waste—Waste Excavation Area 2 6 CY 36,000 Contour Grading Material, General $3.00 $4.74 Fill and Daily Cover from On-Site Source 8 CY 56,000 Gas Venting Layer from On-Site $3.00 $4.71 Sources 10 Vent 39 Landfill Gas Vents $1,184.00 $2,020.00 13A CY 20,000 Vegetative Growth Medium Using $7.00 $12.20 On-Site Compost and On-Site Sand from Borrow Area 18 LS 1 Rip Rap, Stone Fill, Gravel Fill and $269,763.00 $629,198.00 Reno Mattresses 20 SY 2,600 Maintenance Roads—6"Deep RCA $6.00 $9.30 21 SY 4,100 Maintenance Roads— 12"Deep RCA $8.75 $13.46 25B Foot 600 New Groundwater Monitoring Wells $42.00 $83.20 28 LS 1 Water Supply Well and Electrical $42,000.00 $141,200.00 Service w - w Dvirka and Bartilucci CONSULTING ENGINEERS Memorandum/Tom Maher Page Two February 7, 2001 A table summarizing unit prices and average prices is attached. I suggest we confirm that Terry understands the work associated with each of these items. 2. Supplier for topsoil, stone fill, RCA, rip-rap, seed and plants is identified as Terry Contracting & Materials, Inc. I suggest we confirm with Terry that he is able to supply all of these materials as specified, and that we conduct an inspection of the supply sources. 3. Holbrook Plastic Pipe Supply is listed as the supplier of geotextiles. We specified products made by Evergreen Technologies, Inc. and Synthetic Industries, Inc. (or approved equal). Holbrook does not represent either of the two manufacturers identified. I suggest we ask Terry for information on the manufacturer(s) and product(s)he intends to furnish. 4. Terry identifies one WBE (Holbrook Plastic Pipe Supply) in the amount of$65,000 and one MBE (American Cast Iron Products, Inc.) in the amount of$5,000. Both are Department of Economic Development (DED) certified, however, the projected amounts are significantly below the contract goals, which at 8.8% are about $460,000 dollars each for WBE and MBE. I suggest we review the goals with Terry. DSG(t)/ld Attachment ♦1314\DSG01 LTR-04.DOC(R02) Town of Southold Southold Landfill Closure Bid Summary Engineer's Eastern Unit of Estimated Estimate Terry Williams Zom Galvin As lundh Hawkeye Resource Newborn Barbella Posillico LoDuca Breco hem No. Measure Quantity Description Unit Price Unit Price unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price 1 LS 1 Pre-Mobtlization $270,000.00 $208.000.00 $224,000.00 $214,000.00 $230,000.00 $222,000.00 $224,890.00 $169,055.00 $278,000.00 $289,000.00 $270,000.00 $303.660.00 $330,000.00 $222,978.00 Mobilization,Maintenance and 2 LS 1 Demobilization $135,000.00 $102,000.00 $112,100.00 $107,000.00 $100,00000 $115,000.00 $115,000.00 $74,567.90 $139,000.00 $143,000.00 $135,000.00 $150,000.00 $165,000.00 $109,820.00 3 Acre 50 C4earmg and Grubtmng $3,000.00 $1,200.00 $551.00 $100.00 $5,000.00 $50.00 $5.000.00 $1814.20 f2,000.00 $3,100.00 $1,800.00 $3,000.00 $3,000.00 $2,140.20 Unclassified Excavation and 4 CY 74,000 Relandfilling $7.60 55.00 $3.60 $3.40 $4.00 $4.00 $5.20 4.20 $6.00 $6.50 $3.50 $6.79 $16.00 $4.04 Removal and Relardfilling of Buried 5A CY 2,000 Waste-Waste Excavation Area 1 $17.60 $6.78 $6.00 $8.10 $8.00 $15.00 $6.50 $6.30 $8.00 $18.00 $16.00 $23.00 $22.00 $8.72 Excavation of Gas Migration Control 5B CY 2,200 Trenches $10.00 $2.76 $10.70 $26.50 $5.00 $55.00 $85.00 $21.70 $42.00 $66.00 $40.00 $62.99 $30.00 $36.44 Removal and Relardfilling of Buried 5C CY 3,000 Waste-Waste Excavation Area 2 NA $3.00 $5.75 $8.00 $8.00 $7.00 $6.50 $4.10 $8.00 $9.00 $16.00 $23.00 $14.00 57.05 Contour Grading Material,General Fill and Daily Cover from On-Site 6 CY 36,000 Sources $10.00 $3.00 1 $4.70 $5.20 $4.00 $4.80 $5.00 $3.60 $4.00 1 $8.170 $7.00 $9.09 $7.00 $4.74 7 SY 166,000 Geotextile-T 1 $1.20 $2.00 $1.35 $1.70 $1.40 $1.40 $1.50 $1.50 $3.00 $1.90 $2.00 $4.15 $1.50 51.47 Gas Venting Layer from On-Site 8 CY 56,000 Sources $10.00 $3.00 $4.15 $5.60 $4.00 $4.50 $5.30 $3.30 $5.00 $5.75 $10.00 $9.10 $7.30 $4.71 60 Mil Textured HDPE 9 SY 166,000 Geomembrare $6.00 $5.16 $5.22 $4.35 $4.00 $4.00 $4.25 $5.80 55.50 $5.90 $5.50 $5.00 $5.00 $4.3 10 Vent 39 Landfill Gas Vents $2,500.00 $1,18400 $1,250.00 $2,200.00 $2,500.00 $2,050.00 $2,100.00 $3,709.60 $960.00 $2,000.00 $4,000.00 $1,500.00 $1,700.00 52,020. 11 SY 39,000 Geoco ite $5.00 $4.20 $4.45 $5.60 $5.00 $3.75 $5.10 $5.90 $8.00 $5.60 $6.00 $4.40 59.92 $4.7. Barrer Protection Layer from On-Site 12 CY 56,000 Sources $10.00 $5.00 $520 $4.65 $6.00 .00 $5.50 $3.30 $6.00 $5.60 $10.00 $6.35 $8.00 $5.07. Vegetative Growth Mecism Using On Site Compost and On-Site Sand from 13A CY 20.000 Borrow Area $15.00 $7.00 $9.60 $13.40 $12.00 $16.00 $10.00 $5.00 $10.00 $9.170 $25.00 $8.60 $11.00 $12.20 Contingency Topsoil from Approved 13B CY 18,000 Off-Site Sources $20.00 $13.80 $20.00 $15.00 $19.00 $20.00 $23.00 $23.30 $30.00 1 $20.00 $20.00 $10.170 $22.00 $19.40 14 SY 216,000 Erosion Control Blanket $1.10 $2.10 $1.25 $1.85 $2.00 $2.00 $1.75 $2.20 $3.00 1 $1.95 $1.50 $2.20 52.50 $1.77 15 SY 10,000 Erosion Control Fabric $4.70 $6.00 $4.00 $5.00 $5.00 $5.50 $5.30 $6.10 $7.00 $7.00 $3.00 $6.00 $5.00 $4.96 16 SY 226,000 H $0.50 $0.40 $0.55 $0.55 $0.25 50.60 $0.40 $0.70 $0.40 $0.70 $0.50 $0.60 $1.00 $0Ai 17 LS 1 558,000.00 $53.200.00 P7.000.00 $56.000.00 $26.700.00 $40.000.00 $35.000.00 $43,539.30 $24,000.00 $45000.00 $50,000.00 $150.000.00 $50,000.00 $40,940.00 Rip Rap,Stone F81.Gravel Fill and 18 LS 1 Reno Mattresses 5258,000.00 $269763.00 $487,000.00 $558,990.170 $900.000.00 $875,000.00 $325,000.00 $554.270.30 $578,000.00 5550.000.00 $475,000.00 $350,000.00 $550,000.00 $629,198.00 19A LF 6,030 6-Foot High Fencino 524.60 $18.75 $21.40 $18.75 $18.00 $19.00 $20.00 $22.80 $20.00 $23.00 $18.00 $17.00 $22.00 $19.43 198 LF 800 12-Foot High F $31.20 $39.50 $29.50 $49.50 528.00 $30.00 552.00 $59.90 $3000 $60.00 $22.00 $28.50 $35.00 $37.80 19C EA 2 1 Gates $3.700.00 $3,000.00 $2500.170 $3.000.00 52.400.00 52.500.170 $3,500.00 $3,627.30 $2,700.00 $4,000.00 $5.000.00 (2,500.00 $2.400.00 $2,78000' 20 SY 2,600 Maintenance Roads-6"Deep RCA $10.00 $6.00 $10.00 $7.50 $6.00 $11.00 $12.00 $6.90 1 $5.00 $9.00 $14.00 57.10 $18.00 $9.30 21 SY 4,100 Maintenance Roads-12'Deep RCA $18.80 $8.75 $15.60 $9.20 $11.00 $13.50 $18.00 $12.50 $9.00 $13.00 $20.00 $32.00 $3000 $13.46 22 SY 6,500 Main Access Road $36.90 $42.50 $57.00 $34.00 $30.00 $39.00 $40.00 $37,70 $36.00 S4500 $25.00 $38.00 $45.00 $40.00 23 LF 1200 Guide Rail $18.50 $65.00 $58.00 $65.33 $50.00 $5000 535.00 $39.30 $50.00 $66.017 $65.00 $69.00 $60.00 $51.67 Abandon Existing Landfill Gas 24A Foot 260 Mondor Wells $40.00 $60.00 $88.00 $78.00 $80.00 $80.00 $85.00 $109.50 $80.00 $66.00 $78.00 $80.00 $56.00 $82.20 246 Foot 570 New Landfill Gas Monitoring Wells $30.00 $76.00 $88.00 $75.00 $90.00 $135.00 $80.00 $100.40 $96.00 $125.00 $110.00 $78.00 $153.00 $93.60 Abandon Existing Groundwater 25A Foot 1 980 Monitonnii Wells $40.00 $60.00 $91.00 $Boon $80.00 $85.00 $85.00 $100.00 $87.00 $80.00 $80.00 $85.00 $30.00 $84.20 25B Foot 600 New Groundwater Monitoring Wells $30.00 $42.00 $91.00 $75.00 $90.00 $80.00 $80.00 $95.90 $76.00 $110.00 $85.00 $78.00 $88.00 $83.20 Drainage Pipe,Inlet/Outiet Structures.Sailing Basin and 26 LS 1 Manholes $79,00000 $65528.00 $96,060.00 $82,000.00 $100,000.00 $95.900.00 $75,000.00 553.539.30 $96,000.00 $100,000.00 $300,000.00 $75,000.00 $200.000.00 $89,792. Swale Undenkairr and Anchor 27 LF 10,000 Trench Drains $4.00 $6.00 $5.00 $0.65 $3.00 $8.25 $4.00 $12.70 $2.00 $13.50 $18.00 $35.00 $40.00 $4.18 Water Supply Well and Electrical 28 LS 1 Service $87,000.00 542,000.00 $142,000.00 $129,000.00 $135,000.00 $150.000.00 $1501000.00 $111,270.40 $161.676.00 $140,000.00 $175,000.00 $120,000.00 $150,000.00 $141,200.00 Siren and Electrical and Telephone 29 LS 1 Service $35.000.00 $92000.00 $45,000.00 $30,000.00 $35.500-00 $40.500.00 $15,000.00 $121,246.20 $45,000.00 555,000.00 $50,000.00 59,1100.00 525,000.00 $33,200.00 30 CY 73,000 1 Sand Pit Regrading $3.00 1 $2.45 $4.00 $1.50 $1.75 $4.50 $4.50 $2.50 $5.00 1 $1.00 $4.50 1 $4.80 $2.84 Page 1 of 1 02/072001 9 14 AM Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P.E. Henry J.Chlupsa,P.E. Thomas F.Maher,P.E. Robert T Bums,P.E. Richard M.Walks, Steven A.Fangmann,P.E. February 1, 2001 Senior Associates Anthony O.Conetta,P.E. Dennis F.Koehler,P.E. Joseph H.Marturano Kenneth J.Pritchard,P.E. Theodore S.Pytlar,Jr. James Bunchuck, Solid Waste Coordinator Town of Southold Associates 53095 Main Road Rudolph F.Cannavale Joseph A.Fioraliso,P.E. Southold,New York 11971 David S.Glass,P.E. William D.Merklin,P.E. Michael Neuberger,P.E. Brian M.Veith,P.E. Re: Southold Landfill Closure Charles J.M4chsmuth,P.E. D&B No. 1314 Dear Mr. Bunchuck: Enclosed please find a summary table of the unit prices and total prices for the landfill closure bids which were received by the Town yesterday. Under cover of this letter, we are also transmitting ten(10) copies of the enclosure to Ms. Elizabeth Neville as well as one copy of each of the bid submittals received from the three(3) lowest bidders, as requested by Ms. Neville. Please do not hesitate to contact me at(516) 364-9890 if you have any questions. Very truly yo id S. Hass, Associate DSG/kd Enclosure cc: Elizabeth A. Neville, Southold Town Clerk Thomas F. Maher, D&B ♦1314/DSGOI LTR-03.DOC A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. I Town of Southold Southold Landfill Closure Bid Summary Engineer's Terry Contracting and Williams Environmental Unit of Estimated Estimate Materials,Inc. Services,Inc. Zorn Industries,Inc. Galvin Bros.,Inc. As lundh Construction Corp. Hawkeye Construction,LLC Item No. Measure Quantity Description Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 LS 1 Pre-Mobilization $270.000.00 $208,000.00 $208.000.00 $224.000.00 $224.000.00 $214,000.00 $214.000.00 $230,000.00 $230,000.00 $222,000.00 $222,000.00 $224.890.00 $224.890.00 Mobilization,Maintenance and 2 LS 1 Demobilization $135,000.00 $102,000.00 $102,000.00 $112,100.00 $112,100.00 $107,000.00 $107,000.00 $100,000.00 $100,000.00 $115,000.00 $115,000.00 $115,000.00 $115,000.00 3 Acre 50 Clow"and Grubbing $150,000.00 $1.200.00 $60.000.00 $551.00 $27.550.00 $100.00 $5.000.00 $5.000.00 $250,000.00 $50.00 $2,500.00 $5.000.00 $250,000.00 Unclassified Excavation and 4 1 CY 74,000 Relandfilling $562,400.00 1 $5.00 $370,000.00 $3.60 $266,400.00 $3.40 $251,600.00 $4.00 $296,000.00 $4.00 $296,000.00 $5.20 $384,800.00 Removal and Relandfilling of Buried 5A CY 2,000 Waste-Waste Excavation Area 1 $35,200.00 $6.78 $13,560.00 $6.00 $12,000.00 $8.10 $16,200.00 $8.00 $16,000.00 $15.00 $30,000.00 1 $6.50 $13,000.00 Excavation of Gas Migration Control 5B CY 2,200 Trenches $22,000.00 $2.76 $6.072.00 $10.70 $23.540.00 $26.50 $58,300.00 $5.00 $11,000.00 $55.00 $121.000.00 $85.00 $187,000.00 Removal and RManWSNkp of Buried - 5C CY 3,000 Waste-Waste Excavation Area 2 NA $3.00 $9,000.00 $5.75 $17,250.00 $8.00 $24,000.00 $8.00 $24,000.00 $7.00 $21,000.00 $6.50 $19,500.00 Contour GradN Material,General Fib and Daily Cover trom OnSde 6 1 CY 1 36,000 Sources $360,000.00 1 $3.00 $108,000.00 $4.70 $169,200.00 $5.20 $187,200.00 $4.00 $144,000.00 $4.80 $172,800.00 $5.00 $180,000.00 7 SY 166,000 Geotexdle-T 1 $199,200.00 $2.00 $332,000.00 $1.35 $224,100.00 $1.70 $282,200.00 $1.40 $232,400.00 $1.40 $232,400.00 $1.50 5249,D00.00 Gas Venting Layer from On-S8e 8 CY 56.000 Sources $560,000.00 $3.00 $168.000.00 $4.15 $232,400.00 $5.60 $313,600.00 $4.00 $224,000.00 $4.50 $252,000.00 $5.30 $296,800.00 60 Md Textured HDPE 9 SY 166,000 Geomembrane $996,000.00 $5.16 $856,560.00 $5.22 $866,520.00 $4.35 $722,100.00 $4.00 $664,000.00 $4.00 $664,000.00 $4.25 $705.500.00 10 Vent 39 Landfill Gas Vents $97,500.00 $1,184.00 $46.176.00 $1,250.00 $48.750.00 $2,200.00 $85.800.00 $2,500.00 $97,500.00 $2,050.00 $79,950.00 $2,100.00 $81,900.00 11 SY 39.000 Geocomposite $195,000.00 $4.20 $163,800.00 $4.45 $173,550.00 $5.60 $218,400.00 $5.00 $195,000.00 $3.75 $146,250.00 $5.10 $198,900.00 Baffler Protection Layer from On-Sit 12 CV 1 56.000 Sources $560,000.00 1 $5.00 $280.000.00 $5.20 1 $291,200.00 $4.65 $260.400.00 $6.00 $336.000.00 $4.00 $224.000.00 $5.50 5308,000.00 Vegetative Growth Medium Using On-Site Compost and Onsite Sand 13A CY 20.000 from Borrow Area $300,000.00 $7.00 $140.000.00 $9.60 $192,000.00 $13.40 1 $268,000.00 $12.00 $240,000.00 $16.00 $320.000.00 $10.00 $200.000.00 Contingency Topsoil from Approved 13B CY 18,000 Off-Site Sources $360.000.00 $13.80 $248,400.00 $20.00 $360,000.00 $15.00 $270,000.00 $19.00 $342,000.00 $20.00 $360,000.00 $23.00 $414,000.00 14 SY 216,000 Erosion Control Blanket $237,600.00 $2.10 $453,600.00 $1.25 $270,000.00 $1.85 $399,600.00 $2.00 $432,000.00 $2.00 1 $432,000.00 $1.75 $378,000.00 15 SY 10,000 Erasion Control Fabric $47,000.00 $6.00 $60.000.00 $4.00 $40.000.00 $5.00 $50.000.00 $5.00 $50,000.00 $5.50 $55.000.00 $5.30 $53.000.00 16 SY 226.000 Hydroseeding $113,000.00 $0.40 $90.400.00 $0.55 $124,300.00 $0.55 $124,300.00 $0.25 $56,500.00 $0.60 $135,600.00 $0.40 $90.400.00 17 LS 1 ll-airdscapirV $58.000.00 $53,200.00 $53.200.00 $47.000.00 $47,000.00 556,000.00 $56.000.00 $26.700.00 $26.700.00 $40,000.00 $40,000.00 $35,000.00 1 $35.000.00 Rip Rap,Stone Fill,Gravel Fill and 18 LS 1 Reno Mattresses $258,000.00 $269,763.00 $269,763.00 $487,000.00 $487,0011.00 $558,990.00 $558.990.00 $900,000.00 $900,000.00 $875,000.00 $875,000.00 $325,000.00 $325,000.00 19A LF 6,030 6-Foot High F $148.338.00 $18.75 $113,062.50 $21.40 $129,042.00 $18.75 1 $113,062.50 $18.00 $108,540.00 $19.00 $114,570.00 $20.00 $120,600.00 19B LF 800 12-Foot High F $24.960.00 $39.50 $31.600.00 $29.50 $23.600.00 $49.50 $39,600.00 $28.00 $22,400.00 $30.00 $24,000.00 $52.00 -$4 1,WO.00 19C EA 2 Gates $7.400.00 $3,000.00 $6,000.00 $2.500.00 $5,000.00 $3,000.00 $6.000.00 $2,400.00 $4.800.00 1 $2,500.00 55.000.00 $3,500.00 $7,000.00 20 SY 2,600 Maintenance Roads-6"Deep RCA $26,000.00 $6.00 $15,600.00 $10.00 $26,000.00 $7.50 $19.500.00 $6.00 $15,600.00 $11.00 $28,600.00 $12.00 $31,200.00 21 SY 4,100 Maintenance Roads-12'Deep RCA $77,080.00 $8.75 $35.875.00 $15.60 $63,960.00 $9.20 $37,720.00 $11.00 $45.100.00 $13.50 $55,350.00 $18.00 $73,800.00 22 SY 6.500 iMain Access Road $239,850.00 $42.50 $276,250.00 $57.00 $370,500.00 $34.00 $221.000.00 $30.00 $195,000.00 $39.00 $253,500.00 $40.00 $260.000.00 23 LF 1,200 Guide Rail $22,200.00 $65.00 578,000.00 558.00 $69.600.00 $65.33 $78,396.00 $50.00 $60,000.00 $50.00 $60,000.00 $35.00 $42,000.00 Abandon Existing Landfill Gas 24A Foot 260 Monitoring Wells $10,400.00 $60.00 $15,600.00 $88.00 $22,880.00 $78.00 $20,280.00 $80.00 $20,800.00 $80.00 520.800.00 $85.00 $22,100.00 248 Foot 570 New Larndflt Gas Monitoring Wells $17,100.00 $76.00 $43,320.00 $88.00 $50,160.00 $75.00 $42,750.00 $90.00 $51,300.00 $135.00 $76,950.00 $80.00 $45,600.00 Abandon Existing Groundwater 25A Foot 980 Monitoring Wells -$39.200.00 $60.00 $58,800.00 $91.00 $89,180.00 $80.00 $78.400.00 $80.00 $78,400.00 1 $85.00 $83.300.00 $85.00 $83.300.00 258 Foot 600 New Groundwater Monitoring Wells $18.000.00 $42.00 $25,200.00 891.00 $54,600.00 $75.00 $45,000.00 $90.00 $54,000.00 $80.00 $48,000.00 $80.00 $18.000.00 Drainage Pipe.Inlet/Outlet Structures,Stilling Basin and 26 LS 1 Manholes $79,000.00 $65,528.00 $65,528.00 $96.060.00 $96,060.00 $82,000.00 $82,000.00 $100,000.00 $100,000.00 $95,900.00 1 $95,900.00 $75,000.00 $75.000.00 Swale Underdrains and Anchor 27 LF 10,000 Trench Drains $40,000.00 $6.00 $60,000.00 $5.00 $50.000.00 $0.65 $6,500.00 $3.00 $30,000.00 $8.25 $82,500.00 $4.00 $40,000.00 Water Supply Well and Electrical 28 LS 1 Service $87,000.00 $42,000.00 $42,000.00 $142,000.00 $142,000.00 $129,000.00 $129.000.00 $135,000.00 $135,000.00 $150,000.00 $150,000.00 $150,000.00 1 $150,000.00 Siren and Electrical and Telephone 29 LS 1 Service $35.000.00 $92,000.00 $92.000.00 $45,000.00 $45.000.00 $30,000.00 $30,000.00 $35,500.00 $35.500.00 $40,500.00 $40,500.00 $15.000.00 $75.000.00 30 CY 73.000 Sand Pit Regrading $365,000.00 $3.00 1 $219,000.00 $2.45 $178,850.00 $4.00 $292,000.00 $1.50 $109,500.00 $1.75 $127,750.00 54.50 $328,500.00 Grand Total $6,752,428.00 1$5,216,366.50 1 $5,625,292.00 $5,713,898.50 $5,933,040.00 $6,063,220.00 $6,093,390.00 Note 1: The sum of Asplundh's Total Price Bid amounts is shown in the table. Asplundh wrote in a Total Amount of Bid of$6,063,176.00 Note 2: The sum of Posillico's Total Price Bid amounts is shown in the table. Posillico wrote in a Total Amount of Bid of$7,266,240.00 Note 3: The product at LoOuca's Estimated Unit Quantities and the Unit Prices bid are shown in the table in the Total Price column. LoDuca wrote in different numbers for items 4,5B.6 and 30. Note 4: The sum of Brew's Total Price Bid amounts is shown in the table. Brew wrote in a Total Amount of Bid of$8,863.110 Page 1 of 2 02/01/2001 12:39 PM Town of Southold Southold Landfill Closure Bid Summary Engineer's Barbells Environmental Breco Environmental Unit of Estimated Estimate Eastern Resource Service,Inc. Newborn Construction,Inc. Technol y,Inc. J.D.Posillico,Inc. LODuca Associates,Inc. Contractors,Inc. Item No. Measure Quantity Description Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 LS 1 Pre4010bilization $270,000.00 $169,055.00 $169,055.00 $278,000.00 $278,000.00 $289,000.00 $289,000.00 $270,000.00 $270,000.00 $303,680.00 $303,680.00 $330,000.00 $330.000.00 Mobilization,Maintenance and 2 LS 1 Demobilization $135.000.00 $74,567.90 $74,567.90 $139,000.00 $139,000.00 $143,000.00 $143,000.00 $135.000.00 $135,000.00 $150,000.00 $150,000.00 $165,000.00 $165,000.00 3 Acre 50 Ckwft and Grubbing $150,000.00 $1,814.20 $90,710.00 $2.000.00 $100,000.00 $3,100.00 $155,000.00 $1,800.00 $90.000.00 $3.000.00 $150,000.00 $3,000.00 $150,000.00 Unclassified Excavation and 4 CY 1 74.000 Relandfilling $562,400.00 $4.20 $310,800.00 $6.00 $444,000.00 $6.50 $481,000.00 1 $3.50 $259.000.00 $6.79 $502,460.00 $16.00 $1.184,000.00 Removal and Relandfilling of Buried 5A CY 2.000 Waste-Waste Excavation Area 1 $35.200.00 $6.30 $12,600.00 $8.00 $16.000.00 $18.00 $36.000.00 $16.00 $32,000.00 $23.00 $46,000.00 $22.00 $44,000.00 Excavation of Gas Migration Control 58 CY 2.200 Trenches $22,000.00 $21.70 $47,740.00 $42.00 $92,400.00 $66.00 $145,200.00 $40.00 $88,000.00 $62.99 $138,578.00 $30.00 $66,000.00 Removal and Relandfilling of Buried 5C CY 3,000 Waste-Waste Excavation Area 2 NA $4.10 $12,300.00 $8.00 $24,000.00 $9.00 $27,000.00 $16.00 $48.000.00 $23.00 $69.000.00 $14.00 $42.000.00 Contour Grading Material,General Fill and Daily Cover from On-She 6 CY 36,000 Sources $360.000.00 $3.60 $129,600.00 $4.00 $144,000.00 $8.00 1 $288,000.00 $7.00 $252,000.00 $9.09 $327,240.00 $7.00 $252.000.00 7 SY 166.000 Geotextile-Type 1 $199,200.00 $1.50 $249.000.00 $3.00 $498,000.00 $1.90 $315,400.00 $2.00 $332,000.00 $4.15 1 $688,900.00 $1.50 $249.000.00 Gas Venting Layer from On-Site 8 CY 56,000 Sources $560,000.00 $3.30 $184,800.00 $5.00 $280,000.00 $5.75 $322,000.00 $10.00 $560,000.00 $9.10 $509,600.00 1 $7.30 $408.800.00 60 MN Textured HDPE 9 SY 166,000 Geomembrane $996,000.00 $5.80 $962.800.00 $5.50 $913,000.00 $5.90 $979,400.00 $5.50 $913,000.00 $5.00 $830,000.00 $5.00 $830,000.00 10 Vent 39 Landfill Gas Vents $97,500.00 $3,709.60 $144,674.40 $960.00 $37,440.00 $2,000.00 $78.000.00 $4,000.00 $156,000.00 $1,500.00 $58,500.00 $1,700.00 $66,300.00 11 SY 39.000 Geocconicishe $195,000.00 $5.90 $230,100.00 $8.00 $312,000.00 $5.60 $218,400.00 $6.00 $234,000.00 $4.40 $171,600.00 $9.92 $386,880.00 Barrier Protection Layer from On-Sit 12 CY 56.000 ISources $560,000.00 $3.30 $184,800.00 $6.00 $336,000.00 $5.60 $313,600.00 1 $10.00 $560.000.00 $6.35 $355,600.00 $8.00 $448.000.00 Vegetative Growth Medium Using On-Site Compost and On-Site Sand 13A CY 20,000 from Borrow Area $300,000.00 1 $5.00 $100,000.00 $10.00 $200,000.00 $9.00 $1801000.00 $25.00 $500.000.00 $8.60 $172.000.00 $11.00 $220,000.00 Contingency Topsoil from Approved F13B CY 18.000 Off-Site Sources $360.000.00 $23.30 $419,400.00 $30.00 $540,000.00 $20.00 $360,000.00 $20.00 $360,000.00 $10.00 $180,000.00 $22.00 $396,000.00 SY 216,000 Erosion Control Blanket $237,600.00 $2.20 $475,200.00 $3.00 $648.000.00 $1.95 $421,200.00 $1.50 $324,000.00 $2.20 $475.200.00 $2.50 $540,000.00 SY 10.000 Erasion Control Fabric $47,000.00 $6.10 $61,000.00 $7.00 $70,000.00 $7.00 $70,000.00 $3.00 $30,000.00 $6.00 $60,000.00 $5.00 $50,000.00 SY 226,000 roseedi $113,000.00 $0.70 $158,200.00 $0.40 $90.400.00 $0.70 $158,200.00 $0.50 $113,000.00 $0.60 $135,600.00 $1.00 $226,000.00 LS 1 Landsca $58,000.00 $43.539.30 $43.539.30 $24,000.00 $24,000.00 $45.000.00 $45,000.00 $50.000.00 $50.000.00 $150.000.00 $150,000.00 $50.000.00 $50.000.00 Rip Rap,Stave Fill,Gravel Fill and LS 1 Rano Mattresses $258,000.00 $554,270.30 $554,270.30 $578,000.00 $578,000.00 $550,000.00 $550,000.00 $475,000.00 $475,000.00 $350,000.00 $350,000.00 $550,000.00 $550,000.00 198 I LF 6,030 6-Fool High Fencing $148,338.00 $22.80 $137,484.00 $20.00 $120,600.00 $23.00 $138,690.00 $18.00 $108,540.00 $17.00 $102,510.00 $22.00 $132,660.00 19B LF 800 12-Foot High F $24,950.00 $59.90 $47,920.00 $30.00 $24,000.00 $60.00 $48.000.00 $22.00 $17,600.00 $28.50 $22,800.00 $35.00 $28,000.00 19C EA 2 Gates $7,400.00 $3.627.30 $7.254.60 $2.700.00 $5.401.00 $4.000.00 $6.000.00 $5.000.00 $10.000.00 $2,500.00 $5.000.00 $2.400.00 $4,800.00 20 SY 2,600 Maintenance Roads-6'Deep RCA $26,OOD.00 $6.90 $17,940.00 $5.00 $13,000.00 $9.00 $23.400.00 $14.00 $36,400.00 $7.10 $18,460.00 $18.00 $46.800.00 21 SY 4,100 1 Maintenance Roads-12"Deep RCA $77.080.00 $12.50 $51,250.00 $9.00 $36.900.00 $13.00 $53,300.00 $20.00 $82,000.00 $32.00 $131,200.00 $30.00 $123.000.00 22 SY 6.500 IMain Access Road $239,850.00 $37.70 $245.050.00 $36.00 $234.000.00 $45.00 $292,500.00 $25.00 $162,500.00 $38.00 $247.000.00 $45.00 $292,500.00 23 LF 1,200 Guide Rag $22,20D.O0 $39.30 $47,160.00 $50.00 $60.000.00 $66.00 $79,200.00 $65.00 $78500.00 $69.00 $62.800.00 $60.00 $72.000.00 Abandon Existing Landfill Gas 248 I Foot 260 Monitoring Wells $10,400.00 $109.50 $28,470.00 $80.00 $20,800.00 $66.00 $17,160.00 $78.00 $20,280.00 $80.00 $20,800.00 $56.00 $14.560.00 24B Foot 570 New Landfill Gas Monitoring Wells $17,100.00 $100.40 $57,228.00 $96.00 $54.720.00 $125.00 $71,250.00 $110.00 $62,700.00 $78.00 $44,460.00 $153.00 $87,210.00 Abandon Existing Groundwater 25A Foot 980 Monitoring Welts $39.200.00 $100.00 $98.000.00 $87.00 $85,260.00 $80.00 $78.400.00 $80.00 $78.400.00 $85.00 $83.300.00 $30.00 $29,400.00 25B Foot 600 New Groundwater Monitoring Wells $18,000.00 $95.90 $57,540.00 $76.00 $45,600.00 1 $110.00 $66,000.00 $85.00 $51.000.00 $78.00 $46,800.00 1 $88.00 $52,800.00 Drainage PIPs.Inlet/Out* Structures.SN"Basin and 26 LS 1 iManholes $79.000.00 $53.539.30 $53.539.30 $96.000.00 $96,000.00 $100,000.00 $100.000.00 $300.000.00 $300.000.00 $75,000.00 $75,000.00 $200.000.00 $200,000.00 Swale Underdrams and Anchor 27 LF 10,000 Trench Drains $40,000.00 $12.70 $127,000.00 $2.00 $20,000.00 $13.50 $135,000.00 $18.00 $180,000.00 $35.00 $350.000.00 $40.00 $400.000.00 Water Supply Web and Electrical 28 LS 1 Service $87,000.00 $111,270.40 $111,270.40 $161,676.00 $161,676.00 $140.000.00 $140,000.00 $175,000.00 $175,000.00 $120,000.00 $120,000.00 $150,000.00 $150,000.00 Siren and Electrical and Telephone 29 LS 1 Service $35,000.00 $121,246.20 1 $121,246.20 $45.000.00 $45,000.00 $55,000.00 $55,000.00 $50,000.00 $50,000.00 $9,000.00 $9,000.00 $25,000.00 $25.000.00 30 CY 73.000 Sand Pg Regrading $365.000.00 $4.50 $328,500.00 $2.50 $182.500.00 $5.00 $365.000.00 51.00 $73,000.00 $4.50 $328.500.00 $4.80 $350.400.00 Grand Total $6,752,428 8,663,00 $6,152,009.40 $6,969,696.00 $7,246,300.00 $7,266,420.00 $7,511,5811.00 $ 110.00 Page 2 of 2 02/01/2001 12:39 PM FF,B--01 -01 12 - 32 FROM- 9ID 3849045 PAGE 1!3 1. PRIVILEGE AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential matter. If you have received this fax in error,please notify Dvirka us irnmediat©ty by a collect telephone call to (516) and 364-9890 and return the original to the sender by mail- 0 ���,'uCC' We will reimburse you for postage. Do not disclose the contents to anyone. Thank-you. d[bCONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury,New York,11797-2015 516-364 M ■ Fax 516-3649045 D&B FAX NO: (516) 364-9045 DATE:,.!�7A M_�.�. i� COMPANY NAME : ATTENTION:FAX NO.:FROM: SUBJEG I" F GES: • (indudng ever sheet) CAlta tj THANK YOU: A DIVISION OF VALLUM R COSUUCH ASSOCIA1 ES,P.C. IOWA of Southold Southold Landli8 Cto3um SM Summary m Enso"eh Faders Resource 3eevlee. 80010!4 EarVOnnemel 8reeo ErrvirommontaI 1 Un71 of Es4eae44 Ee►nada _ Inc. N ra s6ruc,lion.Mc. llcttti0l my,Inc. J.O.Pas Ica.fates lAOuca A "Ies.Inc. Cawtrlcters.ina►Ata 0 `leen 000. awe a01i1 Do cA 8on Told poke Vail Price 10141 04bee Uaii Total Price we r Total Price "it Price 1 Wei Price 14 Price Taw Pelee Unit♦IIOe /0401 I% LS 5270,030.00 $16O.M.00 $1001050100 $270600.00 275000.00 2b,00.1.00 200090$0 5270000.00 3270000.60 $34366".00 5303680.00M.000.00 5330000 EA � t "Wili:aWn.Maintpla:9 and -r B 2 LS i DealObrela00o $135.000.00 $740167.40 314A67.90 $130.800.03 $139900.00 SU3003.90 1*430"Joa 11 OOOW 15500)000 150.000.00 Si50,600.00 f1 WM..03 $105000.Ml 3 AOro 54 OaR endG 5150000.00 118120 80.710.00 52.600-00 104003.00 $310003 951090016 1 5$0.00 310000.03 3.070.80 $150000.00_ 53607.00 515000000 T l.heWsiledEwwratnnand q CY 74,009 hilift S562,4000.W $4.20 S310a00.CC Uw 94440041.00 1 58.50 548160000 $3.50 $269.. .40 $6.74 SW2.460.W 16-00 51,19400603 N and Roaeld4w g 0t auaed 5A CY000 AWt-Waste Eecavatot Moa 1 336200-00 56.30 $1 0 2 .07 $6.00 S70 007.00 31 530800 000.00 lie-Go 13211W 00 $73.00 144.003.00 32200 $44,000.00 w EsaniNn of Gas MiVrala't Cordial SN C1 2200 Twdtm 3220100.03 $21.70 14774000 $42.00 MAW.00 36).00 $145247.00 $40.80 36600000 $62.99 $138578.00 30.00 586000.00 ROrno'af and ReNad811eg 01 Boded ,1.1 5C CY 3.090 *Made-Wasto Excavalna Arta 2 14A $4 10 $12.30000 fd00 $24.000.00 �W S2i Oc0.00 $16.00 $48.003.60 523.00 $6400].56 31440 142,000.00 C0rt10w Grading A1awsal Gwtsi:4 FA W4 Doily C&j&from Oo-Sifs r 6 CY 36.000 Snorm $300000.00 $3.60 5129600.60 $4-00 $144_00000 78.00 $2800x100 $700 $262000.00 $327'A0,07 $7.00 $25800003 3 J SY 1c40011 G"adfle-7Y 0t $190200.00 1 $1.50 5249000.00 $3.00 549800000 111_90 $315409.00 52.00 5732000.00 51.15 19509900.07 $1.50 $24900003 ' Gas venbag Layor talm OnSite 0 CY 56000 SOwres SSW,000.00 53.30 $184000.00 $6.00 $200000.09 55.75 22.070.00 $10.00 $560000.00 $9.10 $504.600.07 $7-30 140680000 W Md len!Sred HOPE g $r 1148 UCG GOofv^*rrne $990.000.00 $SAO 5982 800.00 SSAO 13.00000 $5.90 79 .00 $5.60 $913.000.06 $5.00 5330 0.03 $5411 $030.000.00 10 Veal 38 Landfill Gas Vents 197.5W.00 $1709.60 $144,674.40 SW.00 $31.440-011 1 1.030.07 SJ9 003.00 $44*0000 $158.009.00 $1,54600 3 SW.W 31,790.W 366,30 0 Sr 39.0051 Gem 3cr 5195.000.00 15.90 $'130 100.00 $8.40 3312 007.00 SS." S21 400.00 0.00 $234.0011.00 $4.40 17 i 0.00 5992 3381 a00.o0 border Prueac"ntoyOr from Oa Cy' WOW si.Sance3 S560.W400 $3.30 $104800.00 97.40 3336.900.00 $5.00 3313.600.00 310.00 S5611000.00 $6.35 3356.000.00 18.00 $443,"0,00 V00e0Ovc GA7nth Madain0 Way On-SCO Compilst and On-Sie Sand 13A CY 20AOV "m aoncw Neo S300.00000 $5.00 5190(09.00 510.07 $203009.00 $9.90 3100.070.03 $25.00 $690.000:00 58.00 3172006.00 $11.00 5220.00000 CAnOngen.Y Topsoil ir+11 Aornoved 136 CY %3A09 OtLsrn SOUrke3 $367,400.00 $23.90 $419400.60 530.00 3540,000.00 S20.00 33WI 00 $20.00 5369000.00 $10.03 3100.000.00 $22.00 53£5,000.00 14 SY 216000 >;feennConng6Unfesl $237,00000 12.20 _ 5471124000 33.00 1640.000.07 ,1.915 3421200.03 51.'10 5324000.03 32.20 347;,.200.00 $2.50 S:A000U00 15 SY 10000 fessio.CouirdlFaWc $47030.00 56.10 $61 MD.W $7.00 $70.0(4).01 57.00 570.03003 $300 $3003000 $6.00 $60-00000 55.00 00.00 1f• SY 229000 St 13000.40 59.70 $158200.OU 30.40 $ 01.00 58.70 3158.200.00 $4.50 $113000.00 50.60 11135.400.00 $1.00 3226'000.90 17 LS t Unoscopillp $5800000 $13,'99.30 1 $43,53937 S2400).00 524000.40 $45000.60 $45000.00 $50000.07 55000000 $150.000.00 S/5OA00.00 $60000.00 $60000.014 Rip Ras.$00110 Fip_Gavel FM and 18 US , Row Mattnssss $250.000.90 - $654,270.30 M4.270-39 S674,000.00 W0.000.03 sss9 W0.00 Sen 4W ob $475.009:00 1474 096 oo S350,0010.0-3 $360,9W-90 35&33 7-00 M GW.ao *9x LF 11.030 6-FOOL HO Fen $148338.00 $2259 5137464-00 1 12000 $120.600.00 323,00 $13860L201) 314200 310854200 $17A0 3102.510.00 522.00 $1331. .00 496 LF 900 *?-Foot &F $24,060.00 $59.911 $47.92003 3000 $24.000.00 360.00 $1800044 122.40 St76woo $28,50 $22.89000 S35.W 9", 00.410 19C V. 2 Cs41o4 57,400.00 59627.30 57254$0 $2700.00 55403.00 532'0000 58.40000 $5,000.00 $L0 OW $2500.00 $5.030.00 $2,40000 00) 2u SY 2600 Msla4&%anOCROa"-6`Uee PCA $26,00000 1690 S_17940W 3500 513.000.00 SOO* $234000(0 514010 3364100U 57.10 $10.460-00 S16V] 00 MataWvnce RoaOG-12'Deep 24 ;Y 4107 FICA $72003.00 512.50 $51250.00 S.At10 $36900.00 $13.08 S53.30_0.4) $20.U0 5111200090 $32.40 $1'41200.00 530.03 $123000.00 22 `y'1/ 6547 M11n 010]0044 RpO'J $:739.850.03 $37.79 $245050.00 $33_40 234.000.00 $4500 $70 y.507.e0 $25.00 $1fi2.5N7.00 $.'.3.00 241000.00 S45.W SM.5!].00_ 23 LSF t'100 GUWc Rat S22,200.00 $39.20 $47 560.40 W." $ti006000 SO." S79 200.00 365.00 $76.000.90 $69.10 MAW" 1 $6000 57240)0 911 -- -- PLBn4on N310V Land01 Ga: I 24A FOOL260 N.onibAn Nt+ls 110.400.00 $108.50 S2a 47`-0.00 fto7.g0 $20.89000 W-00 517160.00 $75.00 $20280.00 $`x7.80 32(1800.00 S`S&OO $14.5801.00 0 246 fact 670 hrla0dfilGaaNurlAednoYl�-'IF 51;.10000 $103.40 357229.00 $9u.4R 54720.00 $125.00 71254.00 $110.07 362.2w.00 $78.00 54446000 5153.00 587,2110.00 - - AWadon E4slirq tiroand0 afer 11 254 Font 880 n' 017314 $39,200.00 $100.00 590,003.00 $37.00 595.260.00 360.90 $70.403.00 3x0.00 $78400.00 585.00 183 3IX1.00 33400 $29,400.00 fNa-r'PJvRDO.bL'WeUet:. .'.�.�_:: �"=: £C..`•.t: $�'.,^. <... 3 <•...< _�...,. ..<,.r SIwAires.Sliiiog Blai asin d' A LS +t` Madto7ae $79.00008 $63534.30 563:134^3O $90000-00 SW6000.00 $10.1400.03 140000.OEI $300000.00 SNAW91.) $7500003 S758i3O.00 50".0.30.00 S200,0ft.CO Swale lhawdtains Zia AOIC&I ED LF MACO Troach 0-vins $40,000 V0 $12 70 3127106209 $2.00 S20 0w,110 $13.50 1135.0000 $18_03 436.00 5.150 30-W $40.40 5400 03003 9 Maier Supply Yleff and Eleunwl 24 LS 1 Seratce 1157000.00 51111274.40 5411.270.40 5161674.00 $161876 P7 S1N000.40 $140.40)(10 $1 isONw S175_050w;,07 1120007.04 11200100.07 5150019000 $150000.00 (n SI1en and E-loodcal and Terepsone 29 W 1 S•n1l:e 335.000.00 172* 6.20 $!21 246.20 S45 60t1.A0 $45.000.60 655 007.4n 555.094.03 1111(003.03 150(00.00 903.00 340071111_ 525 ).00 $25000.7.1 _30 CY 73.000 SordPAR din $385,030.00 54.64 $338.503.00 42.60 1182500.07 SS.00 $366UOIi.W ff-(,3 $7 Lt00.IX0 5328150n03 S4A0 5350400.03 Grennlon11 16752.42600 $6.152,049.40 $4,199.8liA9 f7,2a6,900.00 E7,20Q42000 17617,588-00 $8,883.11000 '0 b n m w l.Je 2 rr z CQO)1r2ctn 11"!1 ArA w Town of Southold So!Nfotd laodfill Closure Bld Summary I7 171 EnOlnsot's 7e44yConYs,01ngaad Williams caviranmmds, to 4JnN411 EsthN4d Estlma/s Mated its.Inc. Ssn lc a.Inc. Zor Industria IK. G lvin Bros. Mc. As lundhC4n k ton Hahn sYvtlbn-LLA �ittnl No. measure 11.13 Det t1o� Total Prlu PAcs iogl r UMI PrICe Total Prlco wit Price 741a1! Unit Prrct TWa19rRs lMlt Pr!a Tgal Unit Pwce T41a1 Ato I LS 1 P0e4MtllMilan 5270,003.00 tWJO .00 $20300007 $224,00000 24,01.0.00 f21c8CO." 14070.03 $230-00000 5230..VWQG 3222000.00 57.12.009.00 1221890.01 52248!0.07 Mowsodn,Allarlleaana and l 2 L I Demoifzaw" $1135,000.03 1102 .00 sloe 000 $112%00.00 112100.00 5107.000.00 1107000.00 000.00000 5400.000.00 317500000 5115000.00 $11$000.00 3115 OOAO 3 Aa 50 a,W Gvhb' 515003!00 311 2Cw W $80060.00 5551.03 1127 560.N $+00.00 116000410 36JD011.07 $254.000.40 SSO.UO 2300.00 5.000.00 3260 00.00 " �� ncLssged fur abort aad 4 CY 74009 $5600.40000 .00 13704(.].00 S38�1 f206.4000V 5340 251,600.00 SAM SMWO.C4 $6.00 $296000.00 3520 338.1 00 i ROOV4 aM RoWvx #r g of burled N SA C"r 2000 Wasle-%vat Ee xasao4Area t _ $35.20000 $0.78 $13.560.00 16.00 $1 2JDOO 00 SS.70 S76200.00 $0.00 $16.0)0.0) S15,00 $3000000 46.60 $13.000.00 EstavalanofGas Myrsion CoMgl W 58 CY 2,200 Ttendlev SLZ.009.00 12.76__ $6.072.00 $10.70 323.540.00 520.50 $58,300.60 55.00 311 00) $55.00 $421000.00 69s.0) $107.000.00 W -meval and W-Middling of evnw 5:: CY 3.000 'A'as4s•2:146 avagerlAm2 NA $.3.80 W009.00 35.75 41725!.00 30.00 S24,000.00 _$8.00 $24.000.00_ $7.00 $:1.000.40 1150 SIV500.03 '+1 Contoar Gqd ry MMal,General 2:1 fill and Ov1V Cover from On•Sllc O 6 1 Ue I 36400 Souto0l S36000040 3.0) 5100000.0 114.70 9`16%200 00 55.20 413120100 54.00 $144000.00 54.00 S1172,80003 SWQQ S100,000.01) -S 7 1 SY I 166 Keil GOovtsft-rbpe 1 1199 2[0.60 UAW S332,000.00 11.35 $224.190.00 51.70 2 200.40 $1,40 $232.400.40 51.40 $232400.00 S11_60 $249,400.00 Gab Vembag Later from OM$64 8 CY I 56(01 SOUW: SS90.000.00 $300 3766.000.00 54.15 $232400.90 SS.60 5313.60'0.0 32 0 3400 24 0.00 $4.50 4:52800_00 $5.30 $.15.'0,800.00 - 6)girls 143.,0.189 HOPI 0 CY 166.000 Gewatmtxaac S9956000.00 $5.16 5656.50200 $5.22 311656.520.00 34.35 $722,10).00 4400 $664,000-00 3400 $664 000.40 34.25 5705 5M CO 10 vcrt 39 LandhorissVerim 397,5LMxW _ $1,104.00 $40.17609 1125000 $48790.00 32.200.00 $66,800.00 42600.N $97,5000 "050.00 179930.00 $2.1100.00 5011800.00 SY 39.900 Gtl000m rle Si$d.000.00 $4.20 5,163.6.00.01) $4.49 $173.550-00 S$AO $218400.00 53.00 49500000 $3.75 $156.23000 S5.10 579690000 Ban,nr Pr 400 on ta7er from On- CY Sol 1100 4ft:,,oe(tos $66p 000.00 U.00 $240,1>A.00 5520 $291 X00.00 $4.95 %2W.40D.00 S6.V0 3330.000.00 55.00 5224.030 OJ $5.50 530400000 vei plak.e GrvAth Me71um Usiy N4 to Cemr osr aid Ors$Oc Sero 13A CY 20.070 homflorowAma 5300.000.00 5700 3140A00.00 9.60 318260!.00 $13.40 S24M0011.00 512.00 $240,000.W 316.03 3320AOOAO 110.e0 52(00004.] Gonbadow y T0014A kcm Awo.ed 136 CY 18.000 0`-t;mosmx-!3 336009000 $13,b) 3248400.00 $28.00 1360O70.0, 315.00 5270.000.00 $19.00 1342.00000 320.03 13FYJ9W.o0 _ S23CG 541300.060 i 14 SY 216,000 Eresien C oiltol Blanket 323740000 $Z.10 11453A>100 St.25 $27900003 $1.85 1311 60000 £2.00 34;);;•00000 Me £432 007.00 St.75 5378 000.00 15 SY 10,000 Erosioa(AnmG[Fabic 347900.90 SAM 410000.90 $4.00 S1900U.OU $600 $50000.09 S5.100 550.000-00 $9.50 555.000.00 530 $53003.0? L 19 SY 226.004 Kidrowadoy $113.000.40 $0,40 390.400.00 A0.65 $124,30000 $04S $124 30240 $0.25 W.$Mfo 30.60 $135603.00 S!Ra•3 S90.40O.f1) _ 1 lS 1 "-LaMs "nor SMAC-3-00553 203.00 $53.2(A.00 Sal 009.00 $47 0 000.00 3$0,20.00 $M")j $25.700.00 520.700.,0 540.0!00.94 SO 000.00 S35.OJO.OJ 135 070.00 Ft--p RaW p an FIIL GratirM Fa and _ 10 LS 1 kenoNaneases S256MO.0) 5209763.00 3209763.00 S467AOOA0 $407403.00 5$58.09000 655 950.00 $W0,000.OJ 5900030.0) StS75.000.40 5076,000W :3M 00000_ $325.000.00 19A LF 0030 6-Foo( Fcnch 5148 3000 W.763113OWSO 521.40 31129042.00 316.75 $11 062.60 $13.01) 5196 10.0) $10.0) Si,14 7000 $40.00 $120600.00 190 lF 800 12•fsOtN nFCavdn 524960.00 679.90 33760000 $20.50 523600.06 540.50 $39000 f2b.00 522400.00 $30.00 $24,000.00 5'11.00 $4160000 1.190 ER 2 Gales S70000 4 61.000.00 $6,0001%. 52,50000 15 000.00 41,690-48 $1070.00 $240003 y4.4U0.00 -5,.500.49 S OOOW $3 592110 $7.000.00 j 20 SY 2,600 MalolenaiwR"M-6-Deo FICA $26.00200 50.0111 513600.00 1000 $290)003 17.50 SS9�ti0.W 699 119,800.00 S11.Cq E23800.OV 173.04 $,17.20!.40 i Mam!enanos Roads-12"Oceo 21 $Y 411M F,OA S17,060.110 3475 U6.875.00 S1S_6O $63.86000 3•).20 337 72000 $45,1110.111V $13.50 $55 350.00 51400 173100.00 22 $Y 6.SM WoAcce45Reao $23P.35(1.00 $42.50 1 6276.250.00 357.40 $370500.00 "U.00 $2.111900.00 530.0) 1,195C0)..eo 593.90 3253.503.00 S40-00 5260000.W 23 LF 1.200 Gx4de120 $22.209.00 $65.00 Sfa000.00 859.90 300.80).4.] 355.35 5783P3A0 550.2 *34000.90 5,5!.00 559.030.00 $35.00 $4200000 Abandon bisliV Lar481 Gas 'LAA Foot 260 LitmaoilgWis 110.400-00 b0k1.00 $65600.00 580.00 122_8113.00 579.00 3205811.00 $60.00 S20800.80 389.00 320$30.0] 16:,.00 221411X v7 240 Foo,_ 570 New Lm011Ga3M0nilodn %%W; $67.10.00 576.00 $43.32000 $80.00 fS3,160.W $75.00 342.759.00 $9)00 551'30.00 $135.00 376.93003 W3A0 S4 OW 00 l Abandon Er-.sOng GrounOn7ter Ln .•�+.•f�r< -10A4-1,11,0041M 119.200.09_ 3%1100! _ Si6.00J.00 491.00 _589,78003 5,11110 176A0!100 0.00 STEAOO.00 $65,00 f63�U0A0 b35.On 1f33M.90 2:@ Fol 607 New GiuJOdyYa•Rf abnilonn9ltckt 81tl 0041.09 342A0 5'25 2UO.00 3110 t.vu abv �.vo �,.O.J., 5::.-- - -_ •e ^- -�.a- ce„M lAn wrn an awage P.Ps.Inlw0g!K w S'.OutWr--,slung bas n and (1) _ LS 1 A4ank,YOs 379,0002 4A552900 $0552600 1196.000410 3203060.00 $!:00000 152.000.90 5103.=.u $100.001.00 39690000 $95.5.0700 s7SC4M.00 $75.C90.Vi a %ift 1k4e(",.vs and Anchor - (D LF 19.001 Ttenth Rajas $40000.00, $6.0) $60000.00 3$.00 1M.000.00 30.65 36.503.00 $3.00 UPON= I-SS.26-- 362606.00 34-00 S4U 000.00 0 vlaw Supoy Wel'sad EleclacalXb 28 LS t Sema 187M3.00 $42.WO.00 S421w).00 $142.000.00 $/4200004 St-14.000.00 5129000-00 U2600)00 S13,ti00000 51500OO.00 Si 50000.90 3150000.00 315040)00 N Siren aad taecwal and THoprane 29 LS 1 5--,*e 53$.1100 on 152.20.07 992 000.00 54S,WO.Ca1 _$45.00040_ SW OOO.00 130800.00 335 500.90 $55 AO 540,5_OO.r/i 9911500.00 315 0011.40 51�003.09 90 CY 73.407 54,3909R -acn 3365.000.00 63.00 S2490V0.00 52.15 $1786W.00 54.00 t20Z.000.W 37.50 _ S7!W.SCO_.00 51.75 5127,750.00 $4.60 A507. " OranA "ciao 56.752.418.00 35,216,36658 1 1$5.4245,212.04 1 IS6.713.01140 1 145.933-040,00 1 f 061224.00 16.083,390.0.0 Note l: The.sum 01 AsdO.hdh's 741a1 PhCo BId amounts 15 al,pva't ev Ike tabla. Asplon*,vv oo In:s Total An70unt 41 BW c9$6,043.176.00 "2 Ike sum of Poc,lEds TOW POCCBi4 am46ale Is shown is Ort Hqe. PosNio-i%vole In a Total Puraint of Old of ST,2%.240.00 Moat TM P,v"of lo0ud's EclirnaW4 U,►L Owabbes and the Uwl Frites tid a'o Show)In 019 M63 n,M.E Total PACs column LoAna w+ew,n dtleroH nalAaf 1110 dams 4.SC.6 o,wj 90. Npic 4 Tao sun of bn aOY$0401 Pdve Bio an',ounls.s shown In 615.ntfe- 6iec4 w,e!s in a TOW Am0vA1 ut Bi44138,OOS,110 b n m N ' F,tllo 1-)9'2 ,1M455101 it 11 AM w Town o!Southold SouUwtd Landfill Closure Bid Summary t•1 E"Ineer's Ter+yContraWngand WilliamsEnvifenmen141 Q Onllat Estimated EsOrnate Natedals,lrw. Services Inc. Zorn induslrles IncEialvInO- Inc. As IundA-Conslru(Alon.CO . HamuvtConsuvction,LLC It¢m 1110. Measure an" Des tlon Total Price Unit PAce 110181 Pdce Vnll Price Tolat PdCe Vnil Pricermm, Price Unit Price Talal Ffice U.11t Price Total Pei Unit Pace Total fdce_ Pre•MohilzaUen _ £270,000.00_ 52JMA3Q.00 5203_-WO.U7 5224,000.63 $224_,000.00 52144000.0000.00 8230 0-W $230.UW.00 3222(90.(4 &12,009.00 l216,>9r3p.0a 5224,890.01] -- Mo41iza600,hUnl*nanoe and 2 LS 1 Oemobitzalion _ 513.5,000.07 $102 OO.GO _3402OW92 8112100.00 1121[4,00 SAW, .0000 S1UO.Ou0A0 8x00,00700 51115,00000 _$115000.04 11151000.00 31i5A00A0 5 _3 Acre w _ Comdr and 10 5150!000.04 3620009 460.000Ap b55t.OJ f275C/J.N ,f100.(✓•J YvAGO.fYJ 529J.QW.40 $;A.QG 52.500.00 55.N0.07 325rJ OOAO Unc'knS;•edfEsa+aW)na0d _ - - - 3 4 C:e 74,000 Re4andnlinU 5562.4i)Od0 55.Ori 837000•).00 SS.60 SZrc6_4GOAu `:3441 5261,600.00 SOFM $6CA1100i $4,00 $296,000.00 I 5520 _$384VVOq N i Naw.al aM Relvi dK lirej 0`•Svded - 5A _Gy 2,000 YMsIe-%Wd0Eaa'=zoa:.reai 835,200.GD 56.78 $13.50Dw00 ffiAO 51203010 x1.10 _Svc 2110.00 $0.03 S1U-ol10.00 $15.00 fr3u.000.OG_ 56.60 _ i $73.000.00 � ErCarsiorlofCaGas-Myrsl�nComr01 - - �-�f W -_- 5fl CY _ :2(yt, Tew�.he� 522,7)0.00 _,. 5'2.76 56.?T2.�0 81010 523540.00 520.5? S5d3WAO SS-_00 $111 UO.pJ S-55-C-0 - $421 000.00 b950] _518700U.C.0 Fw.rleva!and Rc: rldOting of 6uN4d J' _ CY 3,W0 Waste-WasleEzra•alionAr"2 Ma $3.40 SQrA9.W 55.75 $17s:4!:O 30.0;1 $24p0MASSAO S2�i�000A0 57 U0 S21willO O.:IJ _51-05111111.0 � ConiOr)rGradr47etaterial.General - - - -- - - - _ Fit aniDaRy0a e+framOn•Sile 93000 .S'aofoas 53£0,60+?00 $3 0) S1G_W�UC[I-00 $4.jo 516320000 $620 S107 20•]00 St�rkJ $144 VA.00 54.00 517_2 OU.m S.OU T 3Y1o6 pCf rDg We'W3•Tipe l _ s 2C2CC.00 52 bJ x"1)�OW 00 $4.35 5224"001) $1.70_ 2.88:-0300 $1,x'3 b•232,AGORO - St_40 S232400.00 _ $1.5D"__ 5247�CC,JD F- Ga:Venting Lalwfrom On- ile --�} It 6 CY _�C(/3 Souvu }.dp,C4007 $300 _ St6giNiG.CrJ 54.15 _$23-340^.00 SS 6p 'Vila WO-M_ 5400 5:2443000+7 54-W __ $:.5:•090.00_ 35.30Si9',,Co )0 (1f W W Tewtpm4 HOPE _ t SY 166,000 GeyU0mt.43ne - S5 koul.40 $6.16 _ S856,560-OU_ S5 22 3066,5260}3 _S :V, S722.100.00 S4.00 5664 00000 84 GO W4,000.100 - 14.25 5705,5(yj Co ttt Vert_ 39 Limof•if Gas Vents $97,5,_x1.70 _ S1,164.00 S413,1 76 OJ S1,M. 1110 $487y3Y.r,0 _-S2,2C0.00 SO5.00.00 $2 -CJ $97WWJS��pA_Ik7_ 37011,950.00 $[.tOUGp 191.870.0)-.. SY 3x.400 Eao:jm .nc T! 51Y5,000.OU Si.2r! 81H3.004.46 $4.45_... 117.1,55000 S.-.m 521840003 --85.00 8155.000.+.10 x•;5.75_ Std6.'L_59 W S$70 511"10.W Rankrf4vlcc:aiCay�+froatQa- - - 12 CY r:i OC4 J!W_;•aarms _�_ 5oe(1yiC0A0 35.11)3 F28U 000.110 5520_ 52911 2�0.V¢ S4.>!`'r UVJ.493.00 $'003) }),0.070.00 ;4.00 53245000 0:3 V.50 5306.00000 �- -CY Vertaa!i•e GKnoth Mer�urn lTsi�J - -- - - - - - - - - E)nvCE i:am(r?:r a'rb Or.Si!c") 130 Ce _ 20.P10 from Bo'rrrn D.rEa 5700_000.09 _17_005147000.00 _ 50_00 31Q2 .00 _ $!3.40 CKK1.M 51200 .,240,Cpn,nJ _ $1tiQJ 5320,00? 0 -w-CG 52LC,Oro OV_ C�inlrnger.:yTrapsoAhcrnAyyrv.rd - �. - - ... 136 CY 18,000 Q` mog0ti,x'm __- S36WUtr;:_90 513.&7 $2x8,40000_ 520.00 $.' a3Dui S15.CU_ 5270000.[9 _ SV1UO _ x342-000')0 320,W _C3fA 0].VO VS W_ S_.31411, -��- - 3231,607.00- 52.10 S15"s_6.)OO- St.;_ S_+OAJOOJ $1.85 _ 53kWV600.(9 2�AG 341�2E1fJ0.00 _ $2.?0 E432,ON,W 51.75 _ iz78CKq.UO 14 SY 218 007 &cAren ri Vrd Bkrnl4x( -' ti'. �5 ' I 15 SY-� - t06C4 Emstof.CxXwCtFatxr- fr41,OW.00 Sg.Co :CO.009.+10 51.00 Sill Cy"00 bSf✓J 550.001) S�+iG $50,OCQW S--LO 555,000.00 _ 55.3 J 3C97.G? L 1f ---SY 226.600 MJrosaadiq s_,. 8113,000.00 SO.4U SW.4o7U0 50.55 _ 31124,30000 50.55 $12<3M 3325- _J;. .SCOVO 50.60 _ 3135,6)0.00_ $0.4.3 �$y0,4130.00 farrJu=pry+ S59.00CUr) 553t�7.00 _ S__5_jt.-J.il0 S 7rf61.00 547APO.00 350A30.w _ $_?.(h}).00 Sci.7C9.00 S t.7Cf00 Sa00ni)_90 540.0]0.00 $}5.0]6.rs] _t3S,070rA RpPark Some Fdl GravO F41and 10 �LS 1 RpnaNalir6syCs S256JWU.07u $260763.00 j2r)9703C•7 5-06700000 $ 03.00 55S9.r790.00 $55 iF0.00 $ 10r/JU.G7 �ryr0"07UTG)„jS6T5.O04.09 5076030.01 5325�(g0.<u) $3'25.09+).(110 !_ 1911 lF _ G"1130 !•,-Fa hPeOChq__.---- 514E 38.(x1 $M?$ S%4300260 S2^1.40 511004211;0 5?8.75 $11 052.50 S1.',-Ou _ S10%540.03) $115_0) biidr70[K) $20.00 _ $120600.00 tUB CF 6p0 1_•For,;)T hF(-01110 52496.40 539.5!1 531�6000p 529.`03 S238CO.rp $49.50 5J•A�,r3)O.GO S26.00 522400,00 $30 UJ f24;70000 520 600 1_•For,;lf hF(-00110 52446`0.GO 539-5!l 531�6000a 530.`01 S23W)0.00 $4$.50 53•A�,H)0.00 S25A0 522400,rXJ $300110 524;30000 52.07 .-..-._9 _ - _ _ _ �_ 841600.00 -- - -" t 170 E 2 C'Mos 57400.77 sutioAO S&QOO.OJ 52,_.0000 S•S,Oro.00_ $3 00-1-00 56,0]00-0 S2.400.OJ_ yt_F>'JD.It) .SQU.UO _55(�gO.Ga _ S' 500-Op_• 87.000.00 i 207 SY 2,600 hlalnlert,irRoads•t'4taepF?Cn S:?6!100-G0 5.110 �1 ,66000 o?D.C•J b28P3003 $7.!) $19 0.00 - 8110._ 5f5,6Q0.,A 5111.03 k3600.V0 _ 312.W $x1.20]_00 Malnle+tanrd Nmds-11,C)t" - - - 21 SY _ atop f7CA $77,0.00000 _ $1175 S;�Et5.00 511560 563. 60.00 ?7.2a _ 45772000 S1t.G? $x51110000 S13-50_ 55530]00 11300 $73.000.00_ 22 SY 6,S,A W..,Arcoss R*ati -� - $23Sr^439.3:0 0) 442.50 5276250.0] 357.(•0 -- 5376 504.00 Sc4.00 1221,pr:9Ad _53p.ri) 2 til5.007 W _ l�Td.GV_ 5253.503 r:0 �S40.00 c260___GOO.OJ_ 23 LF _.. ._1,200 F,wA- Raii _ 522.200.03 $6500 _ Sf8VU0.00 85900 3r}p,SC0.00 9'5,35 $783P3.00 $50.03 gs(1NOOO � 530.00 $56-030.0) MOO 542,000.04 Abandon Erisii4,Lo,4RI Gas -J-- -- - - '14A Foot 260 1.tOnilan,lQlYe'u S10,00.OU '+30.09 St560D_05 5196.0(1 1'!2_&33.0) $7tl.G) 32O_NJ.rN) _8P,r7.00 520x00.0) 5$3.00 $20.1;30.00 _ 5135.QU 22100.40 .7 i 248 Fags 570 hewC�n3311Gas MoniW-ft\*e9.5 817,100)00 _:76.4tiJ_ 543,31000_ _ SP90C, 556,160.07 575.03 $42.753.00 53000 _55>,'33.3 p.OJ 5135.00 576,95000 5.0.90 £456£10000 - Abandon E'Cllio0 Groundrater - Ln 1.19.2p(r00 I SC.00J Sift ON 1001 $91.00 589_1800) _-50000_ $78,44111[9 300 37£4000340,5100 063,3111000 $"5AA _ 8E330040 .-. FG]I &33 r•4am r5kondweir l iondonn Pkf%3 614,009.1N) $,1200 SL52W.VU "" y Tvu a:ra,wv vuce"ni -er^nrn.nr� ,7j Carnage f p3 Inletnpnlet ! GJ - - ru.lOre;.SElfh)8]5nand T- - - I - m_ t,S S ,ttanh•YUs _ 379,OpOrA_ S65.S46.00 5tlh52 4.9 S i.O60A0 2,.QW.00 Sr•2UQLLr_a_ WA0CU0 S109,0011.iJ $1W,CM.00 5'-05,900!30 S75.%3C4 57511,x3.44 505.090.0'0 D 40'019 VrdenYJl'r;aroa A4cher (0 •27 _ tF _ vo) T(enchCrai7s _ 0002.rh1 56.0) 01x1000.00 SS.CO S501M.r,4 tq.dS_ 36.5071110 _ $300 -` 430,PX00, -S9.25 382,9]0.0? 84.00-_ S41J000.00 9 - 1}i j Vlat t Supply AVel and Efecincal I ,a 1 78 CS 1 Serwl o 5�37,G63_00 f420)6.G) Si2170`,]00 5142,000_.00 $1x2,00?_OU su�,m_p_.a) 5125049LOU _54x500400_ St:L"!t0W "1504-)0.00 8150000-00 31Yi00000 3x5)00_)_00 T, ,iiei an6 r3ecidraf a0d TEIe{:trarle 29 Ls_ t Se'te:e 535.0270 4.3 $52,030.07 592 000.00 S4S.WO.Ctis $45GW qD $30,7JQ.00 Sy]000-00 535.500.00 555' ).GO 54¢6x3.00 541).SW 00 _515000.90 $11001.09 JU - GY__ 73,00+) SandFilRe.S�Gnq _ 5365.000.00 X3.00 3:ig0U0.!'q 12.65 S_i78�&50.00 54.00 82?72.Q0D7."'0 _ S1._yJ _ 8100.500.00 81.75 E72P,75U.00 _ $4.50 832d5W.G)� G ranA Talal 16,752,42£.00 35,216,38E-5U 55,625,242.00 55,7119,398,50 $5,933,040.00 5 013,220.00, E9J0'i3,s90AP' The.wm CJi ASi0.n4tr5TUtat 13m.o8l9i amowds IS Etiow is 1110 table. ASIrIun,Fr•n1(na In a TOla1/0110001 of Bkl iY!Si%f6j,i76.GU _ 011671.2' Ttte somol Pr;f 111x'57ol Prise Dbtamoranlg Ix fh,wM i:l Ne taCle- Patiliy,vloleln a Tolal,'WvAnt of Old of SP,9-10-o.240.00 tiro*3. The pr,--4m of I. Ouca's EwliOatcd Vwt Cvan6Ues and 11110 Und Prices Cid a'v shown In kto table nr the Total P(wA wlumn. L-Oaca wow m ddwe%l narrnti;far iCzms a.SC,6 err¢3E1. Wk-4 Me sun al yrs,.Vs Total PI,,,,Bio etraunls is sham in the 1x016. Breco wp-.13 in a Thai A muml et eid Of S$,OU'•,110 T D in 0 N ! Fagc It-A2 02Att7 011t:it AIA W g1 7owo of SoWhold Southold Landfill Closum BW Summary M Engineers Easiera Resource Somce, 8atbolt4 Enalron(MM01 6rcco Environrrrenlal W Unit of Eslltrulad EsOloule lac. Newborn ConsHuctloo Inc. Tec?lrm Inc. JA.P05101Co Inc- LoOuea Associates Inc. Contractors Inc, Nem Na Jdzasure QuaaGl oescAoOan Total Piece Vnli Price Total Pceoe_ Doll Prfoo Total Prloo Unitpdce Total Price Unit Price Tout Prlca VAR Price Total PAcertP Total PAce ., 1. ILS 1 PrCdEODiitatgn 3270,Q10.00 5168454.00 $118,055.00 3278-4100.00 $278,400.00 289�00.t00 32&)000AU 5270000.04 5270900.00 530 680.170 53036u0.U07533Moblt:.etai,Maintenance and LS f 6antpbiFu60n $135.000.Cq 574,51:1_40 P4 5 ."783 ,0S1390t0. 5143007.00 3i4S000A0 5135Cg0.U7 S1S54W11V $154,CNN}.t<J 5554.00441)_,. 3 31856700-4$150.00.00 S7-8-44.20 390,770.00 b2,1000.00 $1C40CM.00 $3,$00,00 315S.4poAU S1-M.0o 39000000 $3.000.00 b��U.Ot•0.90Ex mevabn 74,000 Rebndfitin0 S5&'.100.0.1 51::0 $3.0.800.001 Z6.C4 54440UtJ.00 16.`10_ f481,040.UO 5:.50 _52690.70.00 S671 WL46n.U0SI.I R40j0-C•0k ,aRa1110�dI aro RelandOFrp of Bukd 50. G'/ 2000 'A`7.5Wo-1A'asteElot� ojArea I W200.09 56.30 512 ' 067 36.fF $100Wno Sidim $79,00000 510.00 33210W4q $23.00 546.00740 $44000.07 :J r=avallon of Gas Mlomo l Cmird J= 50 _Cr 2200 Trrnc4ics S7u 122.000.00 511.70 10.7.74-410;1 $42.00 SFJ2 40/2.00 W60-00 _ S-145,20-3.00 S40.01) $08.01}1.00 .98 130,670-00 $30-04 _ S6u',WQ.W- Rarr,cw.areJ R*a-AFRIng of Sude6 SC C! 3,010 tka�9.lVaiiO Ercaval'r�n Areal t?A __-_> S4-10 b;0.30003 fd03 $24,0W.00 - _1aa4 b2i 90440 516.00 $4$,061.00 _ 523.00 569 C07.00 $it-CM $62,000.0-4_ Cai7ourG+adingAtalrmlGeierA O FA ani Dairy[ r0. from i 6 Cy 36,000 Sauroos 0 0"40 S3•iU 151<^9 6K1 10 $400 S1 to 004.00 55.00 5236 4)J 00_ -_57.00 5251.1.4.00 $909 5317'>4•).0? 57.00 S2>2 01000 .. 7 UY •31600•) G�aiexu _Tv[1cl + $19020040 Si-310--- 824901.0.49 8300 _Si9S000.00 8110 5:15.0.•.0100 __,Se_(N) 335201'•0.00 G4 E5 f13dN?34.0? 8'`0 _ 5249,(100.00 :PE P CY 5S1010) SGUHVS5-SOO.C!Y'A4 53:50 $184 0.00140 f7 GQS�OO,UOO.OU 5:+.75 --i_�22,CJJ.C�7 $10.00 5fio�U.COU.OfJ Sy.i_O __ �E6><.(ed 9 SY 1$1004_ Gc�mIrDrn9 $490.00'0.00 !S.dV 596y&:OA4 5-4.50 $01$040.09 $590g7) O.CYJ S5_A 5913,pWC 3_540 55374.07 S!,V0 $630.00')Fi0 nl 39 LandRlGasVe`Js ----� $37,100.•0 -53,709.00 $1-44,674.40 StaC•?.G) Y3'44V100 82_Ci30W 570.00M.00 14(ril 00 $16600600 51.590.00 E SUO.tO Si 700.04 566�300.Q0 SY 39'104 Gx•.urrr,�yta �.--- 5195.0-00.t{�_ T &5.90 �c30 s00 UJ .49.00 53t..UrA:'.00Mi-L 5234 G30.00 54.AC ,mit;1,00 00 58U'<' •,•596186000• F]atder Pres•�cEon tay*x lrml Om 12 c10. c,Y _51-4,-407 3tIPSUJties _ 5500;701}CM 87-30 __ St64AC•CA7 `9.dr) S_J7'"sn00.04 S5.&) 531.>:-f�Jt)C•J.�_ _ C0 _$5501/30.00 _Sa�3C, $'i5•S.uU6.00 SS40_ $443 CMO v0 - or.-Stc t:'vost arr9 On-SieSaad 1_31• C.y 20.000_ tnnt Oonw-rf4 -___-- S3U0,40it.U4 55.41 Si 40 C4p.6?_� SiQ_�3r,�SGr✓r U(>'j.UO t9JN).... 31 P,pp30_U] $'?5.00 a5{M,�+11')0 _-S9.lU_.. +Si7�00UA0 I $1.010 S2_>•)IJ!�)00 _ Conlingemy TOPHI Con Apifeved 136 GY -430.000 Of�S1:9SUUrc9s 57&)400.00 V-3.7?1 _ $i10G(1 538.0,1 8540,(•03.00 S2J.fA 336OOWUJ _ 820.0.1_ 5380,•1110.00 $19.03 $t61).10p0On > .G) I 53 .OM.90 --- _- - r s47.y^cQO.iM 33-00 ft-400.0.0? 51.35 34212Wtq St54 51.400000 32.20 34 A)00 S'.5Q_ S 4')owDo _ 14 Sy $160010 Erosion C4nitv19Utkel -- 5.3T.OU0-410 .•2 2V _. _ -_ F_ .._- - 15 -4001_00 FrosbaConirolfah:is S47Q94.W aF.10 S61030.00 57.6!1 _ 8704.400 $7.00 170.000.03_ 53•.09- 530CYJOfq 36.04 5600400¢ 55.00 _50 OU.00_ 10 SV _23000 Tft�ltrosftadi�0 ___ 5113,404.90 _ �U7•J St-52M.Ud _50.00 _S9G400.00 50.713 Si '3T24r)(KI_ fO.;A y $1.300000 _ SOW 3tl +10040 51.00 S226W.u0 17 L' 1 Cant capinA _ 85.UGO-CM _St3 -33.j 843.6393:1 $24,0Cu40 124 000.00 $t5 007.00 845.000.00 5510 0?('..67 $50W000 $150.110.0? _3150001.00 -SS'-�010040 -46-4,90.7.00 Rip Rap,Sete Fdi.C,aAvd FiN and 18 l5 t Hera Matar9ssa 5250_000110 • 5554270.=7A 5554,270.30 5'•78 Oi1u.W 537d.M0.W 5550067.00 50101001)(M 5:75.00.00 $476.000.00 $350WU.07 1'35o5AiW100 556•]0.?7.(X7 LI],00Q4QO -- iAA LF 6,030 6-FC4tMTrFencty $-448,3]8.04 5128'1 $1�3Jt04.00 S20_JG Moo. d]U.'YJ __323.07 E139tita?(M 5145-46 570&540.00 317.00 $ir .51040 $22.00 .0.100 114 199 LF _000 12-FoolHi�bFptrin0 _ _ &:4050110 ( $5560 _ 547.9200.1 S3VA4 $60.00 &tattoo) $22.100_ it7767J0.00 528.50 sY2. 000 SSS.(4 22 OOA0190 €.4 ? (ial5 b7,4M.00 53,6L7.31- S7,254 t,0 52 707.0000 54 CrA.W W.low W 55.CfKl.00 _5110100000 32 600.00 55.00040 $2 400.00_. I 2ll_ Sy 2.M Maln4itanrpRoaLs-S'Lert rC 520.,047.•-411 16.90 _. 5179A0(M -4500 513,040.00 S9.O5 52340040 _514�Q0- 336a;N).W €7.10 518A6000 S1dC•3 _-�1.1t14)00 Malntawm:c Roa'*-42 Deep E 21 _ SY 4100 FiGA 577CH3,0U _SiISO S51250fN1 -_5_`1_04 $36900.00 $1300- _$i3,Y??.00 520.00 StJ.2.OlJr?00 832_00 _51:31 00.00 S7V.W� $173000.00 22 SY 6;!07 Ri3tnA•7:a:skfkr) - fi238,850.0U _53779 $245.0$1o.U0 533_00 5234']0090 54506_ $_'02,1.67.00 11$.00 $162.5u00) $3300 _ �Si.000.00 $45.00 82`R2.Ff)7.':4 Gulde,R&t __ 522,200 W _-519. 0 547 1Cq.100 ,-SYJ40 $60 000 011 $4-46.00 Sl9 2:0.00 :00.00 $76,01A.00 868.40 -SJXF 000.00 $94.Cq 572.01)3.110 ntendZ_, E^risisg Undriil Gar - ~• 2tA Foat 4-60 NOnikid(WAt'15 510,400.00 S1Utr.50 528 717.00_ S9?.W 52089Q00 sfii.00 $17190.40 378.'70 520.260.00 5w?40 $21110040 5r�z00 E14,59].p) d _ 246_ Faat 510 E4c+rlandfitGasN.:m_AOdn '.St'is 51;,•00.00_ 5100.10 35722900 596.00 $54.720.00- ---t-125.00 571 0$0.00 5110.07_ S5k.7R?.00_573.00 Si44Ei7nV S7S-3700_ _ F1-0-. Ln J Wodbn Ex sur a-;rouridaalm 255 Foot 90.0 Aianilodo IAhls 539.200.07 $100.00 $96,043.00 $87.UV 585.260.00 S6?W $78AOU.01) _'<U040 _ S7S4CO.U0 bs5.u0 _a�3C40V _33(100 S29ACq.G7 " --.- _ _._. _ - _._.._... .-�.._ -. ..�. c.,. ..r_. _ .... t _ err` co�rvo ��a)_�rvi �21 ..., .. - LjOrarede p1m Bn7 11V00e1Sabin a1d J?14VOCNI.Ct�000.00 f-�70.07C.01 575000011 075004.00 Sr'70.W0.Cq 5'00.•00.9 Swile lhder9r0as coo Ancl LF 10.000 Two oglias $40,00040 512 710 3327 N00.)u 52.00 S20.QW QO _ S13.W $135.OQOCC�010 T�S18-0,00111.03 $35_00 S�:AJ?70.U7 _340_00_ $-400.000.00 a r-- - Waty S'upot Viell and Ele-;Ao,;al _. --_--` - ?Q LS -�1 3er>tc9 _ 3•'.7_0111.00 $113270.00 5111,270.00 $161678.00 $161,76.0] $14000).00 S1A0(JW).W $175000!_0 b17S070.1)L1 5720007.00 51201x10.07 $1$0.03000 5150.000.10 `� Siren and Eti.tldral and Te'ep.one 1 29 t5 1 51!n:c9 $35,000.00 $17.-4,0-46.00 $121245.20 S45Milk _Si5,OxtOC' b550Jj40 555900�Y.1 0.50000 G) 550.'.0000 5:Q0000 59,6.17_FA 525J_7R000 325,Cg0.Cq 30 (Y 730 0 SarAPAR9-10.192 5305,6)0.00 Sak4 f328,�00.00 12.4 51:7�yyp.l?7-�- S.rci 535Ep0t?OU $i�YJ -- 570.000.X1 f4.i0 53�28501c0l- S4" 5350.00.00 --` 0lanriTahl $6.75?,420.40 so.152,0003.40 f8's69,896A4' $1,246,300.00 $7,264,420-00 I7,6i1,568_QO 58,963,•1090 17 D C) PJ1 Pale 2 et 2 U2'01l2t707 11:7!FtA :J r • • Dvirka and O Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartiluod,P.E. Henry J.Chlupsa,P.E. Thomas F.Maher,P.E. Robert T.Bums,P.E. Richard M.walka, November 20,2000 Steven A.Fargriann,P.E. Senior Associates Anthony O.Conetta,P.E. Dennis F.Koehler,P.E. Joseph H.Marturano Kenneth J.Pritchard,P.E. Theodore S.Pytlar,Jr. Elizabeth Neville,Town Clerk Town of Southold Assmia"a 53095 Main Road Rudolph F Cannavale Joseph A.Fioraliso,P.E. Southold,NY 11971 David S.Glass,P.E. William D.Merklin,P.E. Michael Neuberger,P.E. Brian M.Veith,P.E. Re: Southold Landfill Closure Charles J.Wachsmuth,P.E. Construction Contract Documents D&B No. 1314 Dear Ms.Neville: Addendum No. 3 to the referenced contract documents has been transmitted by certified mail to the 40 addresses on the attached list. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 19 copies of Addendum No. 3. Additionally,under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly y s, d-. avid S. Glass,P.E. Associate DSG/ck cc/encl.: James Bunchuck,'Down of Southold(1 copy of Addendum No. 3) cc: Thomas F. Maher,D&B ♦13141DSGOOLTR.DOC-08 A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. 17/11 '00 FRI 12:21 FAX 765 6145 SOUTHOLD CLERH IJ001 t► Post-it'Fax Mote 7671 °a�I( j7 p. es�1( 11/17/2000 16 aiief 77;ss Fm-L jamhn Page: 1 F4 mm t Phone 0 Fac#k �o t! F-0 License TypWee Type 1-leens T _ .. ._::....:...---- -._ . . Ams Bid Specilirationa&Feces 03 10!05!2000 Terry,cvntractinp&Meteriats $100.00 (Landfill Closure Bid (631)727.0170 11-9 00) 8410 West Main Street Riverhead,NY 11901 Bid Specifications&Fees 04 10ALW2000 terry,contracing&Materials $100.00 (Landfill Closure Sid (631)727-0170 11-9-00) 8410 West Main Street Riverhead,NY 11901 Bid Specifications&Fees 05 10106/2000 81-county,Construction Corp. $100.00 (Landfill Closure Bid (631)732-0800 11.9-00) 21 Commercial BW. Medford,NY 11783 Bid Specifications&Fees 06 1010612000 Breco.Environmental $100-00 11 9 Closure Bid 00� 201 Saw M River Road Yonkers,NY 10701 Bid Specifications&Fees 07 1010612000 Newborn,Constriction Inc $100-00 1 (Landfill Closure Bid (631)678-6666 65 Clinton Street Po Box 824 Center Moriches,NY 11934 Bid Specifications&Fees 08 1010612000 A.PosN o Inc $100.00 (La xft Closure Bid (516)249-1872 11- ) 1610 New HVwjsy Farmingdale,NY 11735 Bid Specification&Fees 09 10110/2000 Hawke".Construction Uc $100.00 (Landfill Closure Bid (516)447.3100 11-9.00) Michas[Conklin Twp Aoeese Road Patchogue,NY 11772 Bid Specifications&Fees 10 1011012000 HawkeW,ConatrucUon Uc $100.00 (Landfill Closure Bid (516)447-3100 11-9-00) Mictwel Conklin Two Access Road Patchogue,NY 11772 Bid Specifications&Fees 11 10/11/2000 Gse.Lining Technology Inc, $100.00 Closure Bid (800)435-2008 19103 Gundle Road Hooton,TX 77073 Bid Specifications&Fees 12 10113/2000 Bove.Industries Inc. $1()0.00 Fo-3314= (landfill closure Bid (831)33148500 11-9 00) Contact Fred Mahistedt 16 Hulse Road East Setauke%NY 11733 i 17/11 '00 FRI 13:21 FAX 765 6145 SOUTHOLD CLERK 002 11/1712000 Town OF Southold Page: 2 General Licensing Report For License Type:Bid Specifications&Fees Date Range:10/01/2000 to 11/17/2000 Issue Dow Dense TypefFee Type License 9 Expiration Hata Licensee Total Notes Bid SpeciNrrtions 3 Fees 13 10112/2000 Tully,Construction Co Inc $100.00 (I.andM Closure Bid (718)446-7000 It-9-00) 12750 Northam Blvd Lbby Corona,NY 11368 Bid 5pedfmmdons&Fees 14 101122000 Galvin,Bros.,Inc. 5100.00 Fox-519466,=7 (Landfill Closure Bid (516)466-3785 G&�n"HayB6 11-9-00) 149 Steamboat Road Greet Neck,NY 11024 Bid Specifications 6 Fees 15 10112!2000 Grace,Industries Inc $100.00 (Landfill Closure Bid (610)837-41 DD 11-900), Po Box 21777 6993 Sdwcn d Road Nazareth,PA 18064 Bid Speaf'ication9&Fees 16 10113r" Zom,Industries Inc $100.00 (LendN Closure Bid (516)5856665 11-900) Christopher Fraasza 1863 Pond Road Ronkonkoma.NY 11779 Bid Specifications&Fees 17 10M 6/2000 Guy,Pratt Inc. $100.00 Fax-Mi-28"119 (Landfill Closure Bid (631)28"100 shrA 'J.Lott-Pwjaat Moana 11-9-00) 608 Union Ave. Holtgvft,NY 11742 Bid Specilicatiorm A Fees 18 10117/2000 Asplunih,Construction Corp. $100.00 (Landfill Ckom"Bid 11/092000 (631)705-9340 11-9-00) Att Jack Oberholzer 93 Sits Road Yaphank.NY 11960 Bid Specfirations dr Fees 19 1011712000 Barbek Environmental Tech. $100.00 F--90"34-1697 (Landfill Closure Bid 1908)6534-1664 Frank Bwbob 11-9-00) 24 Tannery Road Somerville,NJ 08678 Bid SpeciCuatkm d,Fees 20 10M8P200D Gatz,Landscaping Ing $100.00 020 (LmM Closure Bid (631)2984877 11-9-00) P.o.60x45 Mattludr,NY 11952 Bid Speciflptions&Fees 21 10/192000 WilWm Envkwmentai $100.00 0A1dM Closure Bid "j'M-4800 11-940) Tom Dallon 1000 White Horse Rd.Ste 504 Voorhees.NJ 08043 Bid Specifications 6 Fees 22 10/19/2000 Pawco,Asphalt $100.00 (L2nd01 Closure Bid (531)289-3408 11-9-00) C40 Roger 615 Furrows Road Hdtsvlle,NY 11742-2099 Bid Speciflcadons 6 Fees 23 10!2012000 Norman,Kwas Contracting $100.00 11-9-00) Closure Bid (631)286.9022 PA.Box 2015 264 Afbntic Ave. E-Patchogue.NY 11772 17/11 '00 FRI 13:21 FAX765 6145 SOUTHOLD CLERK 1@003 ' 11/17/2000 Town OF Southold Page: 3 General Licensing Report For License Type:Bid Spedfications&F Date Range:10/0112000 to 11/17/2000 isstm Date/ Ucwm Typs"s Type License 8 Ex i ton We Licensee Total Notes Bid SpeuafiCadons&Fees 24 10120/2000 R Ld.,FnterpriSes $100.00 Todd wxoma (Landfill Closure Bid (207)696-3964 Fax-207-090-0615 11-5 00) P.o.Box 247 196 Old Point Am Madison,Maine 04550-0247 Bid Spear atloris&Fees 25 10231'1000 Wbliams,Environmental $100.00 (tsndfin Closure Bid mm^istmm 11-9-00) Att Nancy Moss 2075 West Park Place Stone Mountain,GA 30087 Bid Specifications&Fees 26 10/23/2000 Intaprated,Technical Services $100.00 (Landfill Closure Bid "M 722-1991 11-9-00) led Budzynsid 1000 Cranford Place,Suite 300 Mt_Laurel,NJ 08054 Bid Spearx alions&Fees 27 10232000 Allstate,Power Vac $100.00 too pWmskl (LandN Closure Bid CM 815.0220 IM r32aee417" 11-9-00) 926 East Hazehwod Ave_ Rahway,NJ 07065 Bid Spea'fic2tions&Fees 28 10252000 Same".Company Lic V o0A0 (Landfill Closure Bid (973)664-9877 t t-9-0o) 32.Cmsent Ridge Road Boonton.NJ 07005 Bid Specifications&Fees 29 10125/m Ponderosa,Fence Enterprises $100.00 (Landfill Closure Bid f 973)664-9877 11-9-00) 110 Stewart Avenue Hides ft.NY 11801 Bid Sp xAcations&Fees 30 1026J20011 Municipal.Mapping Cop $100.00 (Landfill Closure Bid 111092000 (631)345-2558 11-9 00) Alt:Robert Ott 10 Sylvia Lane Middle blend,NY 11953 Bid Specifications&Fees 31 10/272000 Lo.Duo Associates Imo. $100.00 Af6c Rk and Lo Du= (Landfill Closure Bid (631)580-1200 Fmc 631-600-2350 11-9-00) 940 south Second St Ronkonkoma,NY 11779 Bid Specifications&Fees 32 1027/2000 Eastern,Resource Service lm $100.00 fax-M-727-6111110 (Landfill Closure Bid 11/092000 (732)727-6000 11-9 00) 110 Main Street South Amboy.NJ 08879 Bid Spedfic abons&Fees 33 10131!2000 Solmax,Geosyn9vtics $100.00ar-aa IM (Landfill Closure Bid (800)571.3904 GodbofA 11-9 00) 2801 Mabe-victorin Blvd_ Varennes(quebec),JWp7 Canada Bid SpadTitallons&Fees 34 10/31/2000 Serrok Inwrianonal Inc. $100.00 Sao- 1soz (LandM Cbmime Bid (800)237-1777 11-9 00) 125 Crista way Henderson,Nevada 89014 17/11 '00 FRI 13:22 FAX765 6145 SOUTHOLD CLERK • 9004 11/17/2000 0 Town Of Souhold Page_ 4 General Licensing Report For License Type:6rd Spedkolions&Fat s Date Range:10101/2000 to 11/17/2000 Issue Datil License TypelFee Type License 0 Expiration Date Licensee Total Notes Bid Specifications&Fees 35 11/03/2000 Ent,Island Site Development $100.00 Stere Reiter (L9nd�ll I Ckwure Bid (b3"1324-0086 F=6134044=7 11-9-00) 54 Miller Place Yaphank Rd Middle Islard,NY 11953 Bid Specifications&Fees 36 11/06/2000 Tyrw%William $100.00 (Landfill Closure Bid (516)822-6476 11-9 00) 377 Oak SL Garden City,NY 11530 Bid Spedlimbons&Fees 37 11A)MOOO New.Linings Solutions Corp. $100.00 FTM*viM (Landfill Closure Bid (604)904-3631 Fax-604-9043632 17-9-00} 2442 Capilano Rd. North Vancouver.Bc Canada V7P-3C2 Bid SpecOoRtions&Fees 38 11/0612000 Lk Horticulture Supply Inc. $100.00 (Lard611 Closure Old 11/09/2000 (631)876.3137 11-9.00) Pob 181 Fast Moriches,NY 11940 Bid SpeciRcations&Fees 39 11/0812001) Ragen,Associates $100.00 (Landfill Ciosiue Bid (800)752-1010 11-�00) 20 Larsen Road Iselin,NJ 08830 Oid Specifications&Fees 40 11/15/2000 60dric.Igor $0.00 (Landfill Closure Bid (800)7521010 11-9-00) Nys Dec Building 40,Suny Stony Brook,NY 11790.2356 Bid Specifications&Fees 41 11/1WOOO Zom,IrAJOICs Inc $0.00 RePIAM SpOM No.10 Wkn iieo mle*V (Landfill Cbm"Bid (515)585.6865 P"" 11�00) Chrsk#w Frac am 1863 Pond Road Ronkonkoma.NY 11779 Bid Specifications&Fees 42 11/16/2000 Sweet,Hallow Management $100.00 A*C DW K (Bid SpecifiCation5& (ice 427-2350 Fees) Clock Tower Mata 1-07 Sduwab Rd Melvifie,NY 11747 Quantity Sub Tota: 40 Amount Sub Tota: $3,800.00 Quantity Grand Total: 40 Amount Grand Total: $3,800.00 'VOW PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO.2000 SOUTHOLD LANDFILL CLOSURE SIGN-IN SHEET OCTOBER 19,2000 (please print) • Name of Contractor's Contractor Signature Telephone Number Representative p Fax Number/e-mail Address ZORP, 1A k-U5571?11 5 Qt N 5 FT"5541 63) 5485-666S 931 5V5- 667 3 �' s`Co 631 - aS�- �,to0 63�- a off- (. 1\7 u-i 3 ^?7} G ?O ZA --71S 5 Q Y. V-C U < e h 3 1,Y 9 3 41��6- G 31 Z �`7 o 0 C a jS����^ I`'1 C-14 e— -7 - ©(-., r,3/ -.9--r7-3g�. ie8 o.v�/.0 l �Yr/yS D �� 6 3 / 5 / 3 9� 3 - (31 s6 3 W/ 2_ 06V o 0\pwY -Jaoi>vs u`?c `rte L- 31 - ,7 -7q 76 ♦1314\1 1018002.doe page 1 of 5 PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO.2000 SOUTHOLD LANDFILL CLOSURE SIGN-IN SHEET OCTOBER 19,2000 (please print) Contractor Name of Contractor's Signature Telephone Number Fax Number/e-mail Address Representative 856- 3 5oo %2o/7 0072 Rio J W` C-&VI S` Jacf(-013c4p CQ 31 -2.6 Vo 631-265- l 366) r"z 2- z C0( F V / l leo 4o31- 4 -47 EW.ZZZ /1,��. c '� ��-5���� r✓�c 631 2gg1 q�& 631 z 4� Y3;_ i ECA Fyvv lR{3 N c V3t� �Raa�E�k- 9r4 963 .36 00 9 i4, X63^ 39� 9 h! S aid VIAJ J L . &3, 7:C, 63 / '7 rl ♦1314U1018002.doc page 2 of 5 OCT-17-00 13 - 0© FROM IE3649045 PACE 1/2 a PRIVILEGED AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential matter. If you have received this fax in error,please Dvirkl notify us immediately by a collect telephone call to(516) and 364-9890 and return the original to the sender by mail. 0 • We will reimburse you for postage. Do not disclose the 6a rtl l U CC I contents to anyone. Thank-you. d[bCONSULTING ENGINEERS --- 330 Crossways Park Drive,Woodbury,New York, 11797-2015 516-364-9390•Fax: 516-364-9045 DAB FAX NO: (516) 364 -9045 DATE: October 17, 2000 COMPANY NAME: Town of Southold ATTENTION: Jim 6unchuck FAX NO.: 631-734-7976 FROM: Dave Glass SUBJECT: Pre-Bid Meetly-- _ ---. JOB#: - - --- NO. OF PAGES: Two (inclining cover sheet) ----�� MESSAGE: Jim - Enclosed please find a draft agenda for Thursday's pre-bid meeting for your review. Z will call io discuss. Thank you, Dave A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. OCT-17-00 13 - 013 FROM: ID: S49045 PACE 2/2 Southold Landfill Closure Construction Pre-Bid Aleeting Agenda October 19, 2000 1. Present overview of Sulrurlary of Work 2. Discuss Cox Lane Access Route a. Identify clearing and grading required b. Emphasize this will be the sole point of access and egress during constniction 3. Discuss Use of On-Site Soil a. Review prequalification testing b. Identify location of soil to be used for cap construction 4. Discuss Addenda Items a. Change in Contract Limits b. Change in LIPA towers c. W'aste in Recharge Basin No. 4 d. Change in regrading of sand pit and construction of Recharge Basila No. 3??`.>? 5. Revi", status of construction and working easements 6. Identify location of compost stockpile and re,,riew status of Town screening efforts i 7. Identify grading work completed by Town for Recharge Basins 1 and 2 8. Identify former Scavenges- Waste Lagoon filling completed by Town 9. Identify Waste Excavation. Area 1 a. Note lints are approximate b. Note closeness to residences 10. Discuss siren relocation and«rater supply-well installation work 11. Emphasize changes in topography and that all Bid Quantities are estimates 11. Emphasize importance of reviewing measurement and payment provisions in preparing bid. 12. Revie«- M.ItBE reyuivelnents r 1�10- H:\dsg\Soutliold\PRE-BID.doe 101 T 00 12 37 P J, d1Dv i rka and O Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P E. Henry J.Chlupsa,P.E. Thomas F Maher,P E. Robert T Bums,P.E. Richard M.Walka, Steven A.Fangmann,RE. October 4, 2000 Senior Associates Anthony O.Conetta,P.E. Dennis F.Koehler,P.E. Joseph H.Marturano KennettJ Pritchard, Elizabeth Neville Town Clerk Theodore e S.Pytlar,Jr.. � Town of Southold Associates 53095 Main Road Rudolph F.Cannavale �L Joseph A.Fioraliso,P E. Southold,NY 11971 David S.Glass,P.E. William D.Merklin,P.E. Michael Neuberger,PE. Re: Southold Landfill Closure Brian M.Veith,P.E. Charles J.Wachsmuth,P.E. Construction Contract Documents D&B No. 1314 Dear Ms. Neville: Enclosed please find fifty-nine (59) sets of the drawings and contract documents for the referenced project. One set of each has been provided separately to Mr. James Bunchuck. If you have any questions regarding this matter or require additional information, please do not hesitate to call me. �2-4 uly yours, ti 64' Thomas F. Maher, P.E. Vice President TFM/DSG/cmc Enclosures cc: Supervisor Jean W. Cochran, Town of Southold Gregory F. Yakaboski, Esq., Town of Southold James Bunchuck, Town of Southold David S. Glass, D&B ♦1314\TFMOOLTR-63.DOC A DIVISION OF WILLIAM F.COSULICH ASSOCIATES, P.C. MAY 31 '00 00:35AH SO LD T01411 HALL r16 765 1623 F. 1 FACSIMILE TO: JIM BUNCHUCK, SOLID WASTE COORDINATOR FROM: MARY C. WILSON, ESQ., ASSISTANT TOWN ATTORNEY DATE: MAY 31, 2000 RE: CLOSURE CONTRACTS (CONSTRUCTION) PLEASE ADVISE AS TO WHETHER THE INFORMATION REQUESTED FROM D&B (SEE 5123 LETTER) SHOULD 00 ON FOR TOWN BOARD OR WILL YOU BE MAKING THE DECISIONS RE: TAXES, CONSISTENCY WITH NYSDEC LANDFILL CLOSURE GRANT; WORKING HOURS LE ME KNOW WHAT YOU WANT TO DO AS TODAY IS THE LAST DAY TO PUT ITEMS ON FOR THE JUNE 6T" TOWN BD MTG. 4 MHOM"JIM �:C4shrn a, Dvirka and 0 Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury,,New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax:516-364-9045 e-mail: db-eng@woridnet.att.net Principals Nicholas J.Bartikhcci,P.E. Henry J.CMupsa,P.E. Thomas F.Maher,P.E. October 26,2000 Robert T.Bums,P.E. Richard M.walks, Steven A.FarWann,P.E. Senior Associates RECEIVED Anthony O.Conette,P.E. Dennis F.Koehler,P.E. Joseph H.Marturano Elizabeth Neville,Town Clerk Kenneth J. .Pytiar,ar Jr.P.E. S. Theodore PyllTown of Southold OCT 3 0 2000 53095 Main Road Associates Southold,NY 11971 Cannavale Rudolph Southold Town Clerk F. Joseph A.Fioraliso,P.E. David S.Glass,P.E. Re: Southold Landfill Closure WiMiem D.Merklin,P.E. Michael Neuberger.P.E. Construction Contract Documents Brian M.Veith,P.E. Charles J.wachsmuth.P.E. D&B No. 1314 Dear Ms. Neville: As discussed, Addendum No. 1 to the referenced contract documents has been transmitted by certified mail to the 25 addresses on the list which you provided to us yesterday. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 34 copies of Addendum No. 1. Additionally, under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly yo s 1 avid S. lass, P.E. Associate DSG/cmc cc/encl.: James Bunchuck,Town of Southold(1 copy of Addendum No. 1) cc: Thomas F. Maher,D&B ♦1537\DSGOOLTR-75.DOC ADIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. • OF .NEW Y RECEIVED �Q �p,5 F M11 O� � 2 CC OCT 3 0 2000 TOWN OF SOUTHOLD * �`, L SUFFOLK COUNTY,NEW YORK C3 Southold Town Clerk SOUTHOLD LANDFILL CLOSURE SS,� CONTRACT NO. 2000-GENERAL CONSTRUCTION ADDENDUM NO. 1 OCTOBER 25, 2000 THIS ADDENDUM CONSISTS OF 5 PAGES AND 6 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 1.5—Health and Safety Plan,add the following paragraphs to section(H), Health and Safety Plan: "7. As a separate section of the Health and Safety Plan titled, `Hazardous Material Response Plan,' the Contractor shall present procedures to be implemented in the event that hazardous materials are encountered during the Work. The procedures shall be in compliance with the requirements of 29 CFR 1910.120, Hazardous Waste Operations and Emergency Response. The procedures shall describe the personnel and equipment which shall be used to secure and stage hazardous materials and prevent exposure of on-site personnel and the surrounding community to hazardous materials, if encountered. The separate section of the Health and Safety Plan shall identify the availability of the personnel and equipment. The state of availability and readiness of the equipment and personnel shall be as required to prevent any delays in performing the Work in the event that hazardous materials are encountered. However, management of hazardous materials, if required by the Contractor,would result in a change in Contract Price. "8. In the Health and Safety Plan the Contractor shall identify the methods which will be implemented to minimize impacts to nearby residences during performance of the Work. The Health and Safety Plan shall specifically address the proximity of residences to Waste Excavation Area 1 shown on the Drawings and describe the means and methods to control dust,odor,vapors,waste,etc., from impacting the residences during the Work." 2. Section 1.7—Temporary Services/Security,add the following: "6. Temporary Truck Stand "a. The Contractor shall furnish a temporary truck stand to facilitate the Engineer's examination for measurement for payment of the contents of vehicles used to ♦1314\a1024002.&OR03) Page 1 of 5 transport General Fill. The truck stand shall be a platform/ladder combination, McMaster-Carr Model No. 8229T14 or approved equal. The Contractor shall relocate the truck stand as necessary during the Work as directed by the Owner to facilitate the Engineer's examination of the content of vehicles used to transport General Fill. The Contractor shall provide a safe and level surface for the truck stand." 3. Section 1.14 — Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4): a. Delete the last sentence in the first paragraph of Section (a) and replace it with the following: "Payment for Daily Cover placed in the areas of exposed waste shall be paid under Bid Item 6." b. Delete the words"...within the Limits of Waste."from the last sentence in paragraph(b). 4. Section 1.14—Measurement and Payment, Contour Grading Material, General Fill and Daily Cover from On-Site Sources (Bid Item 6), delete the last two sentences of paragraph(b) and replace with the following: "The bid unit price for Bid Item 6 shall include all costs associated with shaping and grading of Contour Grading Material, General Fill and Daily Cover placed to construct the drainage swales, roadways and berms; backfill, level and grade the access route to Cox Lane; and complete construction of Recharge Basins 1, 2 and 4. (Payment for removal and disposal on-site of temporary erosion control blanket and staples placed by the Owner in Recharge Basins 1 and 2 is included in Bid Item 2.) No payment shall be made for excess material above specified elevations. If directed by the Owner, excess material placed above specified elevations shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 5. Section 1.14 — Measurement and Payment, Gas Venting Layer from On-Site Sources (Bid Item 8), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 6. Section 1.14 — Measurement and Payment, Barrier Protection Layer from On-Site Sources (Bid Item 12), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." ♦1314W024002.doc(R03) Page 2 of 5 a 7. Section 1.14 — Measurement and Payment, Drainage Pipe, Inlet/Outlet Structures, Stilling Basin and Manholes (Bid Item 26), delete paragraph (a) and replace it with the following: "Measurement and payment for Bid Item 26 shall be the lump sum bid and shall be full payment for furnishing all labor, materials,equipment, services, incidentals, etc.,to construct the storm water drainage structures complete and ready for use, including stilling basin, culverts, manholes, headwalls, inlet and outlet structures, corrugated HDPE pipe, flared end sections and appurtenances, as shown on the Drawings, and shall include all costs associated with trenching, excavation, sheeting, shoring and bracing, backfill, moisture control, compaction, relandfilling of unsuitable and excess material, dewatering and management of construction waters, including recharge of the construction waters to the landfill mass, sedimentation and erosion control, maintaining the recharge basins and drainage structures during construction, and cleaning the recharge basins, culverts, manholes, stilling basin; piping and swales of silt, sediment and debris after construction, dust and odor control, and implementation of the approved plans. Placement, compaction and grading of Barrier Protection Layer material in excess of 12 inches thick as necessary to construct culverts under roads as shown on the Drawings is included in this payment item." 8. Section 4.3 —Geomembrane, (C)(3) Prequalification of the Geomembrane, following the last paragraph add the following: "The conditions for performing the ASTM Standard Test Method D5321-92 Determining the Coefficient of Geosynthetic/Geosynthetic and Soil/Geosynthetic Friction by the Direct Shear Method shall be with a normal force of 125 psf, 250 psf and 500 psf at a shear rate of 0.04 inches per minute under saturated and unsaturated conditions. The results shall be presented for both peak and residual." 9. Section 4.3 —Geomembrane, delete Table 4.3-1, 60 Mil Textured HDPE Geomembrane in its entirety and insert Table 4.3-1, (Revised) 60 Mil Textured HDPE Geomembrane (copy attached). 10. Section 4.3 — Geomembrane, (F)(6)(e)(5) first line, change the words "If loss of pressure exceeds 2 psi,...."to read"If loss of pressure exceeds 3 psi,...." 11. Section 4. 4 — Geocomposite, delete Table 4.4-2, Geocomposite Property Values in its entirety and insert Table 4.4-2, (Revised)Geocomposite Property Values(copy attached). DRAWINGS 1. Drawing No..27, Borrow and Reclamation Area Grading Plan: The north arrow should be rotated 90°clockwise. GENERAL INFORMATION 1. Attached to this Addendum No. 1 is the Attendance List for the Pre-Bid Meeting held on October 19, 2000. ♦1314W024002.doc(R03) Page 3 of 5 r � i 2. During the Pre-Bid Meeting bidders were informed of the following: a. Waste has been found in the northern and western sidewalls and the floor of Recharge Basin No. 4. As a result, the Owner will not perform preliminary grading of Recharge Basin No. 4 as originally intended. Instead, removal of the waste and backfilling with General Fill and all grading work for Recharge Basin No. 4 will be added to the Work of the Contract. This will be addressed in a second addendum and a new bid item will be added for this work. b. The high voltage electric utility towers and overhead lines shown on Drawing No. 3 will be removed prior to construction. As a result, the Capping at LIPA Pole Detail for connection to the LIPA tower foundation shown on Drawing No. 18 will be deleted from the Work of the Contract. This will be addressed in a second addendum. c. The estimated quantities shown on the bid sheets are estimates. Variations from the estimated quantities are anticipated. Bids for unit price items shall apply regardless of variations in quantities and bidders should take this into consideration in preparing their bids. ♦1314\a 1024002.doc(R03) Page 4 of 5 a Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person,Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314W024002.doc(R03) Page 5 of 5 PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO.2000 SOUTHOLD LANDFILL CLOSURE SIGN-IN SHEET OCTOBER 19,2000 (please print) Name of Contractor's Contractor Representative Signature Telephone Number Fax Number/e-mail Address ZoRAI 2&tu57P465 agiR 5 rrwAssA 63) 585-666 S G'3/ 585— 667 3 kiES RAS It, Go 6 3 1 - a.19cf- 6too dpi �,ZCoo sm0,,-n 1 u e- CohivL)p 310 �3► �� 7-3 g� 1A 40 C. �2 l rte �/� ho.. /� 6 3 5 6 I`� 3 (3/l -5-6 3 glieltufj ♦1314V 1018002.doc page 1 ofx2 PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO.2000 SOUTHOLD LANDFILL CLOSURE SIGN-IN SHEET OCTOBER 199 2000 (please print) Contractor Name of Contractor's Signature Telephone Number Fax Number/e-mail Address Representative f w1�ci M �R��,,,, :To{T�/ CJ.ff�7 856-IV3-LFwo 3sc, - 7t3-6STI 1� Lan c a -d ' - 8877 / - P70d in Lowc'y_&hfJac(C 00 e-06P 63 'mfr q3 U 631 -26 5- 43661 10 4 249- If/Z4 29 PCs/a,/e-o &14LL6Q Y1Y1-24q-1,?7_7 C)d.ZZZ. 963- 3?7 9 .1314vi018002.aoc page 2 ofy?/ Table 4.3-1 REVISED 60 MIL TEXTURED HDPE GEOMEMBRME Specified Property Test Method Units Value Qualifiers(1� Thickness ASTM D5994 Mils 54 Minimum Density ASTM D1505 g/cc 0.94 Minimum Melt Flow Index ASTM D1238 g/10 1.0 Maximum Condition E minutes (190°C, 2.16 kg. ) Carbon Black % ASTM D1603 % 2-3 Carbon Black ASTM D3015 Rating A-1, A-2, Dispersion B-1 Tensile Properties ASTM D638 Type IV, 2-inch gauge length Dumb-bell @2 ipm . Strength at Yield PPI 130 MARV(2) • Strength at Break PPI 75 MARV(2) . Elongation at % 13 MARV Yield . Elongation at % 120 MARV Break Tear Resistance ASTM D1004 Die C Pounds 45 MARV Puncture Resistance FTMS 101B Method Pounds 80 MARV 2065 Environmental ASTM D1693 10% Hours 1500 Minimum Stress Crack Igepal, 50°C Dimensional ASTM D1204 100-C, % change ±2 Maximum Stability 1 hour Thermal Stability ASTM D3895 200°C, Minutes 100 Minimum OIT 1 ATM 02 Low Temperature ASTM D746 Degree F -107 Maximum Brittleness Procedure B Coefficient of ASTM D696 x10-4 2.0 Typical Linear Thermal cm/cm°C Expansion Volatile Loss ASTM D1203 % 0.3 Maximum ♦1314\A1024003.dOC(RO1) 4 . 3-10R • 0 Table 4.3-1 (continued) REVISED 60 MIL TEXTURED BDPE GEOMEMERANE Specified Property Test Method Units Value Qualifiers(l) Water Absorption ASTM D570 % 0.1 Maximum Resistance to Soil ASTM D3083 (as Burial modified in NSF 54 Appendix A) . Tensile Strength % change 10 Maximum at Yield and Break • Elongation at % change 10 Maximum Yield and Break Hydrostatic ASTM D751 PSI 350 MARV Resistance Seam Strengths ASTM D4437 • Peel Strength (Wedge) PPI 88 & FTB Minimum • Peel Strength (Extrusion) PPI 63 & FTB Minimum • Shear Strength (Wedge) PPI 84 & FTB Minimum • Shear Strength (Extrusion) PPI 84 & FTB Minimum (')MARV = Minimum Average Roll Values. (2) The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. ♦1314\A1024003.doc(RO1) 4 . 3-11R • 0 Table 4.4-2 REVISED GEOCOMPOSITE PROPERTY VALUES Fabric Property Test Unit Specified Qualifier Method Value Geonet Component: Polymer % 95 Minimum Composition polyethylene by weight Polymer ASTM D1505 9/cm3 0. 94 MARV Specific Gravity Polymer Melt ASTM D1238 g/10 min 0. 1-1 .0 MARV Index Carbon Black ASTM D4218 % 2-3 Range Content ASTM D1603 Foaming Agents N/A % 0.0 Maximum Nominal ASTM D5199 Inches 0 .20 MARV Thickness Compressibility ASTM 1621 % 50 Maximum @ 20, 000 psf Tensile ASTM lbs/in 45 MARV Strength D5034/5035 (machine direction) (MD) Transmissivity ASTM D4716 m2/sec 1 x 10-3 Minimum (2)15, 000 psf 1 . 0 HYD. GR. Geotextile Component: See Table 4 .4-1 Geocompoaite• (3) Transmissivity ASTM D4716 m2/s 3 . 0 x 10-5 Minimum (2) 10, 000 psf 1 . 0 HYD. GR. Ply adhesion (4) ASTM F904 Win 0. 5 Average or ASTM D413 Tensile ASTM D4632 Lbs 500 Minimum Strength (MD) •1314\A1024003.doc(RO1) 4 . 4-9R v Table 4.4-2 (continued) REVISED GEOCOMPOSITE PROPERTY VALUES Notes : 1 . All values except transmissivity represent minimum average roll values (i .e. , any roll in a lot should meet or exceed the values in this table) . 2 . The geocomposite shall be sandwiched between two steel plates . The minimum test duration shall be 1 hour and the report for the test results shall include measurements at intervals over the entire test duration. 3 . Component properties are tested prior to lamination and are not tested on final product. 4 . In lieu of testing manufacturer may substitute documentation that geocomposite system properties has friction angle performance suitable to application proposed. ♦1314\A1024003.d0c(R01) 4 . 4-10R t • Dvirka and O Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 r 718-460-3634 ■ Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principt! Nicholas J.Bartilucci,P.E. Henry J.Chlupsa,PE. Thomas F.Maher,P.E. Robert T.Bums,P.E. Richard M.VNaMca, Steven A.Fangmann,P.E. September 14, 2000 Senior Aruoclates Anthony 0.Conetta,P.E. Dennis F.Koehler,P.E. Gregory F. Yakaboski,Esq., Town Attorney Joseph H.Marhxano Town of Southold Kenneth J.Pritchard,P.E. Theodore S.Pytlar,Jr. Southold Town Hall 53095 Main Road RudolphAssiod FCannavale P.O. Box 1179 Joseph A.Fioraliso,P.E. Southold,NY 11971 David S.Glass,P.E. William D.Merklin,P.E. Michael Neuberger,P.E. Brien M.Veith,P.E. Re: Southold Landfill Closure Charles J.Wachsmuth,P.E. Contract Documents D&B No. 1314-F2 Dear Mr. Yakaboski: We are writing to confirm with you, as discussed with Ms. Mary Wilson, that since delivery and installation dates for the new poles have now been provided by KeySpan Energy Corporation, we will now proceed with arranging for advertisement for bids and printing of the contract documents. As we understand it, the easement agreements are currently being discussed with the property owners and will be executed prior to the start date for construction, estimated to be on or about February 1, 2001. As a result we will add a paragraph to the contract documents explaining this. Please note, however, if any restrictions on the use of the easements are agreed to by the Town, they should be reviewed with respect to potential impacts on the planned work to avoid potential claims for changes in contract price and time by the closure construction contractor. We have received an estimate for printing of fifty (50) copies of the contract documents and drawings from a women-owned business enterprise (WBE), Jamaica Blue Print, in the amount of $7,400 (D&B will provide this payment to Jamaica Blue Print and then bill the amount to the Town as an expense). We will provide ten (10) additional copies to the Town in accordance with our agreement. Jamaica Blue Print will require two (2) weeks to complete the printing. As a result, based on our discussions with the Town Clerk, Ms. Elizabeth Neville, we will establish a date of October 5, 2000 for advertisement for bids. As requested by Ms. Neville, the A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. Dvirka and Bartiluca • CONSULTING ENGINEERS Gregory F. Yakaboski,Esq.,Town Attorney Page Two Town of Southold September 14, 2000 advertisement for bids will be transmitted to her by e-mail before September 29, 2000. The bid due date established in the advertisement for bids will be November 9, 2000. The pre-bid conference will be scheduled for October 19, 2000. Ms. Wilson has agreed to let us know if the Town has any comments on the provisions from the state assistance contract which we have incorporated into the contract documents as described in our letter dated September 12, 2000. If the provisions and all of the above are found to be acceptable, please contact me on or before September 18, 2000, and we will proceed as described above. If you have any questions or require additional information regarding this matter, please do not hesitate to contact me. Very truly yours, Thomas F. Maher, P.E. Vice President TFM/DSGt/cmc cc: Jean W. Cochran, Supervisor Mary C. Wilson,Esq., Assistant Town Attorney James Bunchuck, Solid Waste Coordinator David S. Glass,D&B ♦1314\TFM00LTR-53.DOC(R01) TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE Milestone Date Advertisement for Bids October 5, 2000 Pre-Bid Conference October 19, 2000 Bid Due Date November 9, 2000 Notice of Award' December 24, 2000 Notice to Proceed2 January 23, 2001 Notice to Mobilize On-Site3 February 23, 2001 Substantial Completion October 20, 2001 Final Completion November 19, 2001 'Statutory requirement is maximum of 45 days from Bid Date 2No statutory requirement;however, based on discussions with attorneys, 30 days is reasonable, 60 days is questionable and 90 days could be unreasonable. Unreasonable delay in Notice to Proceed could be a breach of contract and result in a claim for damages. 3Planned period for review and approval of contractor submittals. Based on contract,Notice to Mobilize will not be provided until all submittals have been approved. Mu,�+,�—t �n/ RSA P Alp dr��� w� y�A 'Kg YSO a 0 1314/x1023001 TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE Milestone Date Advertisement for Bids October 5, 2000 Pre-Bid Conference October 19, 2000 Bid Due Date November 9, 2000 Completion of Installation of New November 28, 2000 Transmission Pole Foundations Notice of Award December 11, 2000 Delivery of New Transmission Poles December 22, 2000 Notice to Proceed January 10, 2001 Completion of Installation of New February 1, 2001 Transmission Poles Notice to Mobilize On-Site February 23, 2001 Substantial Completion October 7, 2001 Final Completion November 6, 2001 'These milestones are dependent upon timely receipt and review of the apparent low bidder's submittals. 2This milestone and subsequent milestones are subject to change in the event of delays in connection with delivery of new LIPA power transmission poles. AACONSTRUC.DOC 09/22/00 11:16 AM i Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P.E. Henry J Chlupsa,P E. Thomas F Maher,P E. Robert T Bums,P E. Richard M.Walka, Steven A.Fangmann,P E. September 12, 20W Senior Associates Anthony O.Conetta,P.E. Dennis F.Koehler,PE Mary C. Wilson, Esq. Joseph HMarturano Assistant Town Attorney Kenneth J.Pritchard,RE. J Theodore S.Pytlar,Jr. Town of Southold Southold Town Hall Associate F Cannavale Rudolph F 53095 Main Road Rud Joseph A.Fioraliso,P.E. P.O. Box 1179 David S Glass,P E. William D.Merklin,P.E. Southold, NY 11971 Michael Neuberger,P.E. Brian M.Veith,P E. Charles J.V%b&smuth,P.E. Re: Southold Landfill Closure Contract for State Assistance D&B No. 1314-F2 Dear Ms. Wilson: As requested, we have reviewed the Contract for State Assistance Payments for Municipal Landfill Closure Projects (Contract No. 300485) forwarded to us by Mr. James Bunchuck. The state assistance contract was reviewed with the intent to identify additional provisions for incorporation into the landfill closure construction contract documents. Presented below are specific provisions in the state assistance contract which we have included in the landfill closure construction contract documents: 1. Project Insurance (Page 5 of 12) — The contract requires the Town to require each project subcontractor to secure and deliver appropriate policies of insurance and require each project subcontractor to provide specific performance and payment bonds. Based on our discussions with the New York State Department of Environmental Conservation (NYSDEC), the bonding provision applies to subcontractors performing "construction' work, as defined in applicable general municipal law, and when the amount of the subcontract work is greater than $20,000. We have incorporated the bonding provision into Article 15 of the Supplementary Conditions of the contract documents. A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. i Dvirka and Bartilucci CONSULTING ENGINEERS Mazy C. Wilson, Esq. Page Two Assistant Town Attorney Town of Southold September 12, 2000 2. Inspection (Page 7 of 12) — The contract requires the Town to require that all contracts and subcontracts relating to the project contain provisions for unrestricted access and inspection by the NYSDEC. We have incorporated this provision into Article 12 of the Supplementary Conditions of the contract documents. 3. Signs (Page 8 of 12) — The requirements for the project sign were previously incorporated by D&B into the contract documents. 4. Affirmative Action (Page 10 of 12) - The contract requires the Town to include language contained in Appendix B, Clause VII in all contracts awarded for the project. This language was previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 5. Non-Discrimination Requirements (Appendix A, Page 1 of 5) — Non-discrimination requirements were previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 6. Wage and Hour Provisions (Appendix A, Page 1 of 5) — The wage and hour provisions were previously incorporated by D&B into Article 12 of the Supplementary Conditions'of the contract documents. 7. International Boycott Prohibition (Appendix A, Page 2 of 5) — The contract requires the Town to comply with federal export administration laws and regulations. We have incorporated this provision into Article 12 of the Supplementary Conditions of the contract documents. 8. Equal Employment Opportunities for Minorities and Women (Appendix A, Page 3 of 5) — Equal employment opportunity provisions were previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 9. Indemnification (Appendix B, Paragraph II, page 1 of 7) — The contract requires the Town to indemnify NYSDEC and the State of New York from and against all losses from claims, demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against it by reason of any omission or act of the contractor, its agents, employees or subcontractors. We have incorporated this provision into Article 16 of the Supplementary Conditions of the contract documents. Dvirka and Bartilucci - CONSULTING ENGINEERS Mary C. Wilson, Esq. Page Three Assistant Town Attorney Town of Southold September 12, 2000 10. New York State Labor Laws (Appendix B, Paragraph IX, Page 6 of 7) - The contract requires the Town to provide notifications to workers and employees of subcontractors and maintain certified payrolls or transcripts on the site in compliance with New York State labor laws. We have incorporated this provision into Article 17 of the Supplementary Conditions of the contract documents. We suggest that you review the language from the state assistance contract which we have included in the contract documents to confirm that you agree with the way it has been incorporated into the contract documents and that you agree with the language that has been used. We have enclosed the latest draft of the "front end" of the contract documents which contains the relevant provisions incorporated by D&B. Additionally, please note that in reviewing the contract, we noticed that the Town is required to obtain "...written Department approval to use the Municipality's employees to perform construction...or other project related activities... The cost of any work performed by the Municipality's employees which does not receive written Department approval will be ineligible for reimbursement...." We were not sure if you are already aware of this provision and, therefore, thought we should bring it to your attention. Additionally, please note, based on our discussions with Ms. Margaret Kelly ([518] 457-7146) of the NYSDEC, currently there is nothing before NYSDEC that could be considered a request by the Town for approval of force account work. As a result, we suggest that if the Town intends to apply for reimbursement for force account work, Ms. Kelly should be contacted to determine how to apply for NYSDEC approval. If you have any questions regarding this matter or require additional information, please do not hesitate to call me. V truly yours, Thomas F. Maher, P.E. Vice President TFM/DSGt/cmc cc: Jean W. Cochran, Supervisor Gregory F. Yakaboski, Esq.,Town Attorney James Bunchuck, Solid Waste Coordinator David S. Glass, D&B •1314\TFM00LTR-48.D0QR03) •SEP- 12-00 09 : 1 0 FROM: I P S*64967S PAGE_ 1!4 PFuVILEGED ANU CUNFIDENTtALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential F1Dvi rka matter. If you have received this fax in error, please n _■ notify us immediately by a collect telephone call to (516) (� 364-9890 and return the original to the sender by mail. ga rti U C i We will reimburse you for postage. Do not disclose the -�` - CONSULTING ENCINEFR5 contents to en one. Thank• ptr, 330 Crossways Park Drive, Woodbury, New Yolk, 11797-2015 516..364-9"i 0 -Fax: 516-364 9045 D&B FAX NO: (516) 364 - 9045 DATE". September 12, 2000 COMPANY NAME: Town of Southold ATTENTION: -Jim Runchuck FAX No.: 631-734-7976 FROM: Dave Glass SUBJECT: State Assistance Contract` F JOB#: NO. OF PAGES: Dour -~-- (m< iny cover sheet} ---�- -- MESSAGE: Jim - Enclosed please find draft letter to Mary Wilson, for your review prior to transmittal, -Dave A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. SEP- 12-00 09 , 11 FROM . � ID. 5046675 PACE. 2.'4 - DRAFT . September 12, 2000 May C. Wilson, Esq. Assistant Town Attorney Town of Southold Southold Town fall .53095 Main Riad P.U. Box 1179 Southold, NY 11911 Re: Southold Landfill closure, Contract for State Assistance D&B No. 1314-F2 Dear Ms. Wilson: As requested, we have reviewed the Contract for State Assistance Payments for Municipal Landfill Closure Projects (Contract No. 300485) forwarded to us by Mr. James Bunchuck. The state assistance contract was reviewed with the intent to identify additional provisions for incorporation into the landfill closure construction contract documents. Presented below are specific provisions in the state assistance contract which we have included in the landfill closure constriction contract documents: 1. Project Insurance (Page 5 of 12) — The contract requires the Town to require each project subcontractor to secure and deliver appropriate policies of insurance and require each project subcontractor to provide specific performance and payment bonds. Based on our discussions with the New York State Department of Environmental Conservation (NYSDEC), the bonding provision applies to subcontractors performing "construction" work, as defined in applicable general municipal law, and when the amount of the subcontract work is greater than $20,000. We have incorporated the bonding provision into Article 15 of the Supplementary Conditions of the contract documents. • SFP• 12.-00 09 11 FROM In S7 4RG7S PAGE 3/4 Mary C. Wilson, Lsq. Page Two Assistant Town Attorney Town of Southold September 12, 2000 ?. Inspection (Page 7 of 12) — The contract requires the Town to require that all contracts and subcontracts relating to the project contain provisions for unrestricted access and inspection by the NYSDEC. We have incorporated this provision into Article 12 of the Supplementary Conditions of the contract documents. 3. Signs (Page 8 of 12) — The requirements for the project sign were previously incorporated by D&B into the contract documents. 4. Affirmative Action (Page 10 of 12) - The contract requires the Town to include language contained in Appendix 8, Clause VII in all contracts awarded for the project. This language was previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 5. Non-Discrimination Requirements (Appendix A, Page 1 of 5) -- Non-discrimination requirements were previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 6. Wage and Hour Provisions (Appendix A, Page 1 of 5) — The wage and hour provisions were previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 7. International Boycott Prohibition (Appendix A, Page 2 of 5) — The contract requires the Town to comply with federal export administration laws and regulations. We have incorporated this provision into Article 12 of the Supplementary Conditions of the contract documents, 8. Equal Employment Opportunities for Minorities and Women (Appendix A, Page 3 of 5) — Equal employment opportunity provisions were previously incorporated by D&B into Article 12 of the Supplementary Conditions of the contract documents. 9. Indemnification (Appendix B, Paragraph II, page 1 of 7) — The contract requires the Town to indemnify NYSDEC and the State of New York from and against all losses from claims, demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against it by reason of any omission or act of the contractor, its agents, employees or subcontractors. We have incorporated this provision into Article 16 of the Supplementary Conditions of the contract documents, ~ SEP- 12-00 09 . 12 FROM, ! ID - #G4867S FAGF_. 4!4 Mary C W ikon, Esq. Page Three Assistant Town Attorney Town of Southold September 12, 2000 10. New York State Labor Laws (Appendix B, Paragraph 1X, Page 6 of 7) - The contract requires the Town to provide notifications to workers and employees of subcontractors and maintain certified payrolls or transcripts on the site in compliance with New York State labor laws. We have incorporated this provision into Article 17 of the Supplementary Conditions of the contract documents. We suggest that you review the language from the state assistance contract which we have included in the contract documents to confirm that you agree with the way it has been incorporated into the contract documents and that you agree with the language that has been used. We have enclosed the latest draft of the "front end" of the contract documents which contains the relevant provisions incorporated by D&B. Additionally, please note that in reviewing the contract, we noticed that the Town is required to obtain "...written Department approval to use the Municipality's employees to perform construction...or other project related activities,,. The cost of any work performed by the Municipality's employees which does not receive written Department approval will be ineligible for reimbursement...." We were not sure if you are already aware of this provision and, therefore, thought we should bring it to your attention. Additionally, please note, based on our discussions with Ms. Margaret Kelly ([5181457-7146) of the NYSDEC, currently there is nothing before NYSDEC that could be considered a request by the Town for approval of force account work. If you have any questions regarding this matter or require additional information, please do not hesitate to call rile. Very truly yours, Thomas F. Maher, P.E. Vice President `1TFM/DSGt/cmc cc: Jean W. Cochran, Supervisor Gregory F. Yakaboski, Esq.,Town Attorney Runes Bunchuck, Solid Waste Coordinator David S. Glass, D&B 9 13MTf-.uOOLTR-4RDOCkRo3) 23-00 09 : 54 FROM • IDE 0649675 PACE 2/2 — T— MEMORA,NDUM TO. JaMes Bunchuck FROM: David S. Glass DATE: June 22, 2000 RE: Landfill Closure Schedule for Town Work D&B No. 1314-N As discussed, presented below is a revised schedule for work to be performed by the Town in connection with closure of the landfill. Please review the schedule and advise us if any revisions are required. Description of Work Complete Work No "— --� Later Than 1. Test Pit Excavation in Side Walls of Recharge Basin 'Work is complete (RB) No. 2 to Confirm Removal of Waste 2. Surveying for Excavation and Grading of RB No. 1 and June 30, 2000 RB No. 2 3. Clearing, Filling and Grading of Construction Access Pending notifications to Route from Cox Lane adjacent property owners to move equipment and materials 4. Inspect Perimeter Easements July 7, 2000 5. Complete RB No. 2 July 15, 2000 b. Complete RB No. 1 August 1, 2000 7. Complete RB No. 4(Surveying will be scheduled after August 15, 2000 completion of RB2) 8, Survey Volume of Available Finished Compost September 1, 2000 9. Complete Filling and Grading of Former Lagoons September 15, 2000 General grading of landfill surface will be undertaken following completion of the above. TFMMSG1bl cc: T. Maher,D&B ♦131ADSG00LTR-01.DoC(k01) c • • i TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION CRITICAL PATH ITEMS Items to be Completed by Town Prior to Bidding(November 1, 1999) 1. Update topographic survey (Not needed) 2. Decide on location and size of long-term yard waste composting facility (Complete) 3. Establish legal requirements in contract documents for the specifications (see D&B letter of May 14, 1999) (Complete) ✓ 4. Commit to an estimated quantity of compost which will be made available to contractor to fabricate topsoil (Complete) ,D,� pve, 5. Confirm proposed plans for relocation of Fire Department siren and water supply well (Complete) 6. Verify design with respect to location of termination of eastern perimeter maintenance road and integration of cap with foundation walls of storage bins and retention of the bins (Complete) 7. Accept Engineer's cost estimate for the construction(Complete) 8. Develop operations plan for receipt and management of yard waste and construction and demolition debris during the construction period, including resident access to compost (Open item) Items to be Completed by Town Prior to January 1,2000 1. Prequalification testing of soil stockpiles (Complete) 2. Consolidate waste on southern boundary of cap limits (Complete on east side; contractor will consolidate waste on west side) 3. Demolish and remove maintenance building and underground storage tank near southwest corner of landfill (Complete) 4. Clear, fill, level and grade Cox Lane entrance (Contractor will perform) ♦1314\Go122122.DOC Page 1 of v5�r Items to be Completed by Town Prior to February 1,2000 1. Complete acquisition of construction easements (Open Item) c Items to be Completed by Town Prior to March 1,2000 �� Q( P,eS o t 10 1. Clear area within contract limits of all equipment and materials (including materials and(0 4 equipment owned by Corazzini and Campbell on easements and on Town-owned property heap` d and Town materials and equipment such as wood chips, screener and white goods on the by � landfill) (Open Item regarding Corazzini) !edJ `�� 2. Complete backfilling of the former scavenger waste lagoons (Will be completed) 5'k�q VI-A 3. Establish location for receipt, storage and management of yard waste and compost during construction(Open Item) 4. Establish location for construction and demolition debris(Open Item) Items to be Completed by D&B Prior to Bidding(November 1, 1999) 1. Obtain plans from LIPA regarding raising power lines and integrating towers into the capping system (Issue resolved) s &r-C , o% -- 6e;cu�r �?/ 1 2. Establish Engineer's cost estimate for construction (Complete) Additional Items 1. Relocate leaching pool which is currently within limits of easement to south of landfill property (Open Item) 2. Schedule for tower replacement(Open Item) 3. Lay down area for poles (Open Item) c��� oars C G -� - �,< r / tt)Iry 1A ♦1314\Go122122.DOC Page 2 of 2 DEC-08-00 12 : 29 FROM Ib ID:&3648875 PACE 2/2 Town of Southold Summary of Task G4 — Additional Services Major Work Activities 1. Assistance with rech.�rge basin excavation and grading (prior to opening Task N — Interim Inspoction Services). 2. L)evelopment and evaluation of alternatives and coordination of arrangements to relocate LCPA high voltage electric towers. 3. Evaluation, coordination of efforts and assistance in obtaining N'YSDEC approval for acceptance at landfill of Mitchell Park soil. 4, f;valuation of options for access to Cox Lane. 5. Obtain NY'SDEC approval of prqualification testing of on-site soil for use in construction of landfill cap. 6. Inspection of and preparation of report describing constuction and workingl cascrnents 7 Review of landfill closure grant agreement and modification of construction contract documents to incorporate grant agreement requirements. 8. Preparation, distribution and confirmation of receipt of addenda related to change; in bid dues date, change in LIPA electric tower location and change in contract limits. 9 Printing of 50 sets of contract documents and drawings. i `;kNT1\PLJBL.1Clclsg\Southold\G4Summ,uy.doc 12.108/00 12.18 PM d1Dvirka and O Bad lucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 w 718-460-3634 Fax:516-364-9045 e-mail: db-eng®woridnet.att.net November 8, 1999 Mary Wilson, Esq. Deputy Town Attorney Town of Southold 53095 Main Road P.O. Box 1179 Southold,NY 11971 Re: Closure Construction Contract Southold Landfill D&B No. 1314 Dear Ms. Wilson: This is a follow-up to our meeting on October 18, 1999, regarding the up-front sections of the above-referenced contract and information/suggestions we were to provide. 1 —Bid Form/Page B-1 1. Substantial completion"within 270 consecutive calendar days" Final payment"within 30 consecutive calendar days" 2. Liquidated damages up through substantial completion- $1,500 Liquidated damages within Final Contract Time - 1,000 2—Agreement/Page 1 Article 1 —Substantial completion"within 270 consecutive calendar days" Final payment"within 30 consecutive calendar days" Article 9.1 (Page 5) - Substantial completion"within 270 consecutive calendar days" Final payment"within 30 consecutive calendar days" 3—Supplementary Conditions (PSC-7 Submittal of shop drawings "within 60 days after Notice to Proceed" A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. - AA • • OVIAKA AND BAATILUCCI Mary Wilson, Esq. Page Two Deputy Town Attorney Town of Southold November 8, 1999 Also enclosed is a new section which specifies "Minority and Women's Business Enterprises/Equal Employment Opportunities Requirements," which will be part of the Bid Forms, and a Supplementary Provisions section, which is required by NYSDEC. In addition, enclosed is a Notice of Award form, Notice to Proceed form, Preconstruction Meeting Sign-in Sheet, Application for Payment form, Change Order form, Certificate of Substantial Completion form, Letter of Partial Utilization form and Certificate of Final Completion form for your consideration and use as part of the closure project. If you have any comments or questions,or require additional information, please do not hesitate to call me. Very truly yours, Thomas F. Maher, P.E. Vice President TFM/cmc Enclosures cc: Jean Cochran, Supervisor Gregory Yakaboski, Town Attorney James Bunchuck, Solid Waste Coordinator ♦1314\TFM99-46.LTR NOTICE OF AWARD [Sent via Certified Mail, Return Receipt Requested] Dated TO: (BIDDER) ADDRESS. Contract: (Insert name of Contract as it a ears in the Bidding Documents) Project t: OWNER'S Contract No. You are notified that your Bid dated :for the above Contract has been considered You are the apparent Successful Bidder and have been awarded a Contract for (Indicate total Work,alternates or sections or Work awarded) n %'., The Contract Price of your Contract is a; Dollars representing the total amount bid, as increased or decreased by additions to or deductions from the Work covered by the Contract Documents. As provided in Section 11 of the General Conditions, estimated quantities of unit price items are not guaranteed, and determinations of actual quantities and classifications thereof are to be made by Engineer as provided in Section 9 of the General Conditions. Unit prices have been computed as provided in Section 11 of the General Conditions. copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. sets of the Drawings will be delivered separately or otherwise made available to you immediately. A. You must comply with the following conditions precedent within fifteen (15) days of the date you receive this Notice of Award. 1. Deliver to the OWNER fully executed counterparts of the Contract Documents. (Each of the Contract Documents must bear your signature on page .) 2. Deliver with the executed Contract Documents the Contract Security (Bonds) as specified in the Instructions to Bidders,the Bid,General Conditions and Supplementary Conditions. 3. Deliver with the executed Contract Documents to OWNER, with copies to each additional insured identified in the Supplementary Conditions and in accordance with Section 5 of the General Conditions, certificates of insurance (and other evidence of insurance required by OWNER or any other additional insured)which CONTRACTOR is required to purchase and maintain as identified in the Contract Documents. Notice of Award.doc Tab 7/July 9, 1998 i • 4. (List other conditions precedent.) B. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid in default,to annul this Notice of Award and to declare your Bid Security forfeited. C. Within ten(10)days after you comply with the above conditions, OWNER will return to you one fully executed counterpart of the Contract Documents. D. Within thirty (30) days after you deliver the fully executed Contract Documents to the OWNER, submit the following to the OWNER: 1. A list of all Subcontractors and other persons and organizations proposed for those portions of the Work as to which such identification is so required, as provided in the Supplementary Conditions. 2. A list of all equipment Suppliers who are to furnish the principal items of material and equipment proposed for those portions of the Work as to which such identification is so required, as provided in the Supplementary Conditions, if such Supplier list was not submitted with the Bid pursuant to Article 7 of the Instructions to Bidders. E. Within twenty (20) days after delivery of the executed Agreement by OWNER to CONTRACTOR, a pre-construction meeting will be held at the Site, as provided in Section 2 of the General Conditions. F. Within thirty (30) days of Notice to Proceed, CONTRACTOR shall submit the documents described in Section 2 of the General Conditions. (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) Copy to ENGINEER[Sent via Certified Mail,Return Receipt Requested] Notice ofAwerd.doc Tab 7/July 9, 1998 NOTICE TO PROCEED [Sent via Certified Mail,Return Receipt Requested] Dated TO: (CONTRACTOR) ADDRESS: k F v;.;. Contract: ' (Insert name of Contract as it appears in the Contract Documents) Project: OWNER's Contract No. You are notified that the Contract Time under the above Contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 3 of the Agreement the date of Substantial Completion is and the date of Final Completion is Within thirty days after Notice to Proceed, you must submit to the ENGINEER for approval all items described in Section 2 of the General Conditions. A pre-construction meeting will be held at the [Site]on[Date]at[Time]. Also, before you may start any Work at the Site,you must (add other requirements) (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) Copy to ENGINEER[Sent via Certified Mail,Return Receipt Requested] Notice to Proceed.doc Tab 8/July 9, 1998 SIGN IN SHEET OW, S NAME Plk01jE&N M PRQTECT"N�JZ�I PRECONSTRUCTION MEETING IST , Name Representative Telephone No./Fax No. Premnstrudion Sign-in.doe Tab 8/August 14, 1998 APPLICATION FOR PAYMENT PAGE I OF PAGES TO OWNER: PROJECT: APPLICATION NO.: Distribution to: PERIOD TO: ❑OWNER PROJECT NOS.: ❑ENGINEER ❑CONTRACTOR FROM CONTRACTOR: VIA ENGINEER: CONTRACT DATE: ❑ CONTRACT FOR: CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below, in connection with the Contract. A The undersigned Contractor certifies that to the best of the Contractor's knowledge,information and be � Continuation Sheet(CS)is attached. the Work covered by this Application for Payment has been completed in accordance with the Con Documents,that all amounts have been paid by the Contractor for Work for which previous Certificates for I. ORIGINAL CONTRACT SUM............................................................$ Payment were issued and payments received from the Owner, and that current payment shown herein is now due. 2. Net change by Change Orders.......................................................$ 3. CONTRACT SUM TO DATE(Line 1 t 2)...............................:....$ CONTRACTOR 4. TOTAL COMPLETED AND STORED TO DATE.........................$ By: Date: (Column G on CS) State of 5. RETAINAGE: County of a. %of Completed Work $ Subscribed and swom to before (Columns D+E on CS) me this day of b. %of Stored Material $ (Column F on CS) Total Retainage(Line 5a+5b or Total in Column I of CS).................................................................$ Notary Public: 6. TOTAL EARNED LESS RETAINAGE..............................................$ My Commission expires: (Line 4 less Line 5 Total) • 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT ENGINEER'S CERTIFICATE FOR PAYMENT (Line 6 from prior Certificate)................................................................$ In accordance with the Contract Documents, based on on-site observations and the data comprising this 8. CURRENT PAYMENT DUE............................................................ $ application,the Engineer states to the Owner that to the best of the Engineer's knowledge,information and 9. BALANCE TO FINISH,INCLUDING RETAINAGE belief,the Work has progressed as indicated,the quality of the Work is in accordance with the Contract (Line 3 less Line 6) $ Documents,and the Contractor is entitled to payment of the AMOUNT RECOMMENDED. CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS AMOUNT RECOMMENDED...................................................................$ Total changes approved in ENGINEER previous months by Owner Total approved this Month By: Date: TOTALS NET CHANGES by Change Order ,Application for Payment.Coc Tab 9/July 1, 1998 CONTINUATION SHEET PAGE OF PAGES APPLICATION FOR PAYMENT, APPLICATION NO.: containing Contractor's signed Certification,is attached. APPLICATION DATE: In tabulations below,amounts are stated to the nearest dollar. PERIOD TO: Use Column 1 on Contracts where variable retainage for line items may apply. ENGINEER'S PROJECT NO.: A B C D E F G H I Work Com leted Materials Total From Previous Presently Completed and Balance Item Scheduled Application Stored Stored to Date % to Finish Retainage No. Description of Work Value (D+E) This Period (Not in D or E) (D+E+F) G+C (C-G) (If Variable Rat Application for Payment.doc Tab 9/July 1, 1998 CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNER's Contract No. ENGINEER's Contract No. ENGINEER You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments:(List documents supporting change.) CHANGE M CONTRACT PRICE: CHANGE IN CONTRACT TIMES: Original Contract Price Original Contract Times: Substantial Completion: $ Final Completion: (days or dates) Net Increase(Decrease)from previous Change Orders Net change from previous Change Orders No. to No. to Substantial Completion: Final Completion: $ (days) Contract Price prior to this Change Order: Contract Times prior to this Change Order: Substantial Completion: $ Final Completion: (days or dates Net increase(decrease)of this Change Order: Net increase(decrease)this Change Order: Substantial Completion: $ Final Completion: (days) Contract Price with all approved Change Orders: Contract Times with all approved Change Orders: Substantial Completion: $ Final Completion: (days or dates) RECOMMENDED APPROVED: ACCEPTED: By: By: By: ENGINEER(Authorized Signature) OWNER(Authorized Signature) CONTRACTOR(Authorized Signature) Date: Date: Date: Change Order.doe Tab 9/July 9, 1998 CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE 34,°ML *x,- -� .5 OWNER CONTRACTORS p �..Q �.. y.. e ., .._ vi.... ._ Contract: Project: � m,A��. � fi sY` w� ..�.:n '�'F,y ,.�'3q�., ` OWNER's Contract No, � ENGINEER's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof. .771 __..,. "�, 51 To °^ OWNER And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER,and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within ,days of the above date of Substantial Completion. Certificate of Substantial Completion.Goc Tab 9/July 9, 1998 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities,insurance and warranties and guarantees shall be as follows: OWNER: 'a go --7 7sF 7 CONTRACTOR: T The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Recommended by ENGINEER on Date ENGINEER By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on Date CONTRACTOR By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on Date OWNER By: (Authorized Signature) Certificate of Substantial Completion.doc Tab 9/July 9, 1998 LETTER OF PARTIAL UTILIZATION DATE OF ISSUANCE OWNER CONTRACTOR Contract: Project. ,K - y r OWNER's Contract No. ENGINEER's Project No. This Letter of Partial Utilization applies to the following specified parts of the Work under the Contract Documents: To OWNER And To CONTRACTOR The portion[s] of the Work to which this Letter of Partial Utilization applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and those portion[s] of the Work are hereby declared to be substantially complete in accordance with the Contract Documents as described below: DATE PORTION OF WORK THAT IS SUBSTANTIALLY COMPLETE Letter of Partial utliizatlon.doe Tab 9/July 9, 1998 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities,insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Letter: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This Letter does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Recommended by ENGINEER on Date ENGINEER By: (Authorized Signature) CONTRACTOR accepts this Letter of Partial Utilization on Date CONTRACTOR By: (Authorized Signature) OWNER accepts this Letter of Partial Utilization on Date OWNER By: (Authorized Signature) Letter of Partial Utilization.doo Tab 9/July 9, 1998 CERTIFICATE OF FINAL COMPLETION DATE OF ISSUANCE OWNER CONTRACTOR :. F Contract: Project: v_. 4 OWNER's Contract No. ENGINEER's Project No. This Certificate of Final Completion applies to all Work under the Contract Documents. To OWNER And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be finally complete and ready for final payment in accordance with the Contract Documents on DATE OF FINAL COMPLETION The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Final Completion as supplemented and other specifically noted conditions precedent to achieving Final Completion as required by Contract Documents.] Certificate of Final compietion.doc Tab 9/July 9, 1998 The acceptance of final payment by CONTRACTOR shall constitute a waiver of all claims by CONTRACTOR against OWNER and ENGINEER other than those previously made in writing and still unsettled, as enumerated in CONTRACTOR's attachment to his application for final payment. Recommended by ENGINEER on Date ENGINEER By: (Authorized Signature) CONTRACTOR accepts this Certificate of Final Completion on Date CONTRACTOR By: (Authorized Signature) OWNER accepts this Certificate of Final Completion on Date OWNER By: (Authorized Signature) Certificate of Final Compietion.doc Tab 9/July 9, 1998 • • 15 . MINORITY AND WOMEN' S BUSINESS ENTERPRISES/EQUAL EMPLOYMENT OPPORTUNITIES REQUIREMENTS The CONTRACTOR will be requested to make good faith efforts to subcontract at least 15 percent and 5 percent of the total contract price to NYS Certified Minority Business Enterprise (s) (MBE) and Women Business Enterprise (s) (WBE) , respectively. The New York State Department of Environmental Conservation does not allow substitution of a Disadvantaged or Disabled Business Enterprise (DBE) for a Minority Business Enterprise (MBE) under the State Assistance Program. The MBE and EEO provisions are required provisions for this contract. The CONTRACTOR is requested to comply with State regulations 9NYCRR Part 543 entitled "Requirements and Procedures Regarding Business Participation Opportunities for Minorities and Women on State Contracts . " In accordance with Executive Law Article 15-A, the NYSDEC is required to make available for review or purchase, the NYS Directory of Certified Minority and Women Owned Business Enterprises . The Directory can be reviewed free of charge at the NYSDEC' s Regional offices or at 50 Wolf Road, Albany, . New York. Bidders wishing to purchase the Directory should contact Ms . Fran Genovesi, Business Services Bureau, Governor' s Office of Minority and Women' s Business Development, P.O. Box 2072, Albany, New York 12220 at (518) 292-5253 . For additional information and assistance regarding NYS Certified M/WBE' s please contact Ms . Brenda Scott Moulhem at NYSDEC ' s Bureau of Minority and Women' s Business Development at (518) 457-7187 . ♦1344\F1102903.D0C -1 - • • Pursuant to New York State Executive Law Article 15-A and the attending rules and regulations, an approvable Minority/Women' s Business Enterprise-Equal Employment Opportunity (M/WBE-EEO) Work Plan will be required of the Contractor. The M/WBE-EEO Work Plan shall be submitted by all bidders with the Bid. The Work Plan should state the M/WBE and EEO goals, the areas of work to be considered for solicitation of M/WBE firms and a listing of M/WBE firms to be used to supply identified subcontracting work/supplies . A CONTRACTOR Detailed EEO and M/WBE Work Plan form is included as part of the Bid and will be incorporated into the Contract. The CONTRACTOR will be required to provide equal opportunities to minorities and women with regard to all jobs necessary for the performance of work or contracts required by the project. In doing so, the CONTRACTOR agrees to make good faith efforts to employ minorities for at least 10 percent of, and women for at least 10 percent of, the work force hours required for the completion of the project. Different occupational category work force participation goals may be used to meet these overall goals for work force participation. The CONTRACTOR will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age disability, or marital status, and will undertake or continue existing programs of affirmative action to ensure that minority group persons and women are afforded equal opportunity without discrimination. Such programs shall include, but not be limited to, recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, rates of pay or other forms of compensation, and selections for training or retraining, including apprenticeship and on-the-job training. ♦1344\F1102903.DOC -2- • • At the request of the NYSDEC, the CONTRACTOR shall request each employment agency, labor union, or authorized representative of workers with which is has a collective bargaining or other agreement or understanding and which is involved in the performance of the Contract with the Agency to furnish a written statement that such employment agency, labor union, or representative shall not discriminate because of race, creed, color, national origin, sex, age, disability, or marital status, and that such union or representative will cooperate in the implementation of the CONTRACTOR' S obligations hereunder. 16 . SITE REPORTS AND DOCUMENTS AVAILABLE FOR REVIEW BY BIDDERS Prospective bidders shall be permitted to examine and review supporting documentation relative to the site at the office of the Town of Southold located at 53095 Main Road, Southold, Long Island, New York 11971 during normal business hours . Prospective bidders may contact the office of the Town of Southold (516) 765-1889 to arrange for an appointment . Due to the voluminous nature of the documents, copies of the documents cannot be provided to prospective bidders and the documents cannot be borrowed or removed from the office of the Town of Southold. Facilities for photocopying any or all portions of the documents are not available. The supporting documentation available to be examined and reviewed is as follows : • Part 360 and Phase II Hydrogeologic Investigation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, October 1991 . ♦1344\F1102903.DOC -3- • Part 360 and Phase II Supplemental Investigation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, March 1993 . • Part 360 Closure Investigation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, December 1996 . • Test Pit Waste Delineation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, November 1998 . • Final Closure Plan, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, December 1998 . • Design Investigation Test Pits and Test Trenches (Memorandum) , Southold Landfill, Dvirka and Bartilucci Consulting Engineers, August 11, 1999 . ♦1344\F1102903.DOC -4- CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name Contractor Number Address City State Zip Code Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No.of Work/Hours Employees 1. Total Dollar Value of 5. Total Number Employees/ the Prime Contract Work Hours 2. MBE Goal Applied to 6. Total Goal for Minority the Contract Employees 3. WBE Goal Applied to 7. Total Goal for Female the Contract Employees 4. MBE/ WBE Combined Totals 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE(%) EEO-Minorities(%) WBE(%) EEO-Minorities M .1344TI 1029N.Doc B-12 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: Description of Work Projected MBE Contract Contract Project Quantities Involved Contract Amount Schedule Payment Completion MBE Firm By MBE and Award Date Start Date Schedule Date name: address: city: $ state/zip code: Date: telephone: name: address: cit $ state/zip code: Date: telephone: name: address: cit $ state/zip code: Date: telephone: ♦1344TI 102904.DOC B-13 SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: Description of Work Projected WBE Contract Contract Project Quantities Involved Contract Amount Schedule Payment Completion WBE Firm By WBE and Award Date Start Date Schedule Date name: address: cit $ state/zip code: Date: telephone: name: address: cit $ state/zip code: Date: telephone: name: address: city: $ state/zip code: Date: telephone: ♦1344TI 102904.DOC B-14 SECTION III -EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: All Em ployees Minorit Em to ees Total Work Hours Native Job Categories of Contact Males Females Black Asian American Hispanic Officials/ Managers Professionals Technicians Sales Workers OfficelClerical Craftsmen Laborers Service/Workers • TOTALS ♦1344TI 102904.D-OC B-15 0 SUPPLEMENTARY PROVISIONS Mandatory Provision Required by the New York State Department of Environmental Conservation (NYSDEC) Non-Discrimination Requirements In accordance with Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional non-discrimination provisions, the Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, age, disability or marital status . To the extent that such services are to be provided pursuant to the contract, the following paragraph is required: Furthermore, in accordance with Section 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equipment or supplies, and to the extent that this contract shall be performed within the State of New York, the Contractor agrees that neither it nor its subcontractors shall, by reason of race, creed, color, disability, sex or national origin: a) discriminate in hiring or promotion of any individual who is qualified and available to perform the work; b) discriminate against or intimidate any employee hired for the performance of work under this contract. Wage and Hour Provisions If this is a public work contract covered by Article 8 of the .Labor Law or a building service contract covered by Article 9 thereof, neither the Contractor' s employees nor the employees of its subcontractors may be required or permitted to work more than ♦1344\F1102905.doc SP-1 • 0 the number of hours or days stated in said statues, except as otherwise provided in the Labor Law as set forth in prevailing wage and supplement schedules issued by the State Labor Department. Furthermore, the Contractor and its subcontractors must pay at least the prevailing wage rate and pay or provide the prevailing supplements, including the premium rates for overtime pay, as determined by the State Labor Department in accordance with the Labor Law. Record Keeping Requirement The Contractor shall maintain all books, documents, papers, and other evidence directly pertinent to the performance of work under this Contract in accordance with generally acceptable accounting principles and practices consistently applied, and 40 CFR Part 30 in effect during the term of this Contract . The Municipality, the Department of Environmental Conservation, the State Comptroller, the State Attorney General, the State Department of Labor, and, in the event of federal funding, the USEPA, the Comptroller General of the United States, the United States Department of Labor or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying for a period of 6. years following final payment or the termination of this Contract, whichever is later, and any extensions thereto. These books, records, documents and other evidence shall be accessible within the State of New York to the agencies identified above for the time period stated above. "Termination of this contract, " as used in this clause, shall mean the later of completion of the work of the contract or the end date of the term stated in the Contract. ♦1344\F1102905.doc SP-2 Conflict of Interest To the best of the Contractor' s knowledge and belief, the Contractor warrants that there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as herein defined, or that the Contractor has disclosed all such relevant information to the Town of Southold (Municipality) . An organizational conflict of interest exists when the nature of the work to be performed under this Contract may, without some restriction on future activities, either result in an unfair competitive advantage to the Contractor or impair the Contractor' s objectivity in performing the work for the Municipality. The Contractor agrees that if an actual, apparent or potential organizational conflict of interest is discovered at any time after award, whether before or during performance, the Contractor will immediately make a full disclosure in writing to the Municipality and the State Department of Environmental Conservation. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with the Municipality, to avoid, mitigate, or minimize the actual or potential conflict. Remedies - The Municipality may terminate this Contract in whole or in part, if it deems such termination necessary to avoid an organizational or personal conflict of interest, or an unauthorized disclosure of information. If the Contractor was aware of a potential conflict of interest prior to award, or discovered an actual or potential conflict after award and did not disclose or misrepresent relevant information to the Municipality, the Municipality may terminate the Contract, or pursue such other ♦1344\f1102905.doc SP-3 0 • remedies as may be permitted by law or this Contract. The terms of other applicable contract provisions regarding termination shall apply to termination by the Municipality pursuant to this clause. The Contractor further agrees to insert in any subcontract hereunder, provisions which shall conform to the language of this clause. a. In addition to the requirements of the above clauses with respect to "Organizational Conflicts of Interest, " the following provision with regard to employee personnel performing under this Contract shall apply until the earlier of the termination date of the affected employee (s) or the duration of the Contract. The Contractor agrees to notify the Department and the Municipality immediately of any actual, apparent or potential personal conflict of interest with regard to any employee, subcontractor employee, or consultant working on or having access to information regarding this contract, as soon as the Contractor becomes aware of such conflict. A personal conflict of interest is defined as a relationship of an employee, subcontractor employee, or consultant with an entity that may impair or appear to impair the objectivity of the employee, subcontractor employee, or consultant in performing the contract work. The Municipality will notify the Contractor of the appropriate action to be taken. b. To the extent that the work under this Contract requires access to proprietary or confidential business or financial data of other companies, and as long as such data remains proprietary or confidential, the Contractor shall protect such data from unauthorized use and disclosure and agrees not to use it to compete with such companies . C . The Contractor shall certify annually that, to the best of the Contractor' s knowledge and belief, all actual, apparent or potential conflicts of interest, both personal and organizational, have been reported to the Department and the Municipality. Such certification must be signed by a senior executive of the Contractor and submitted in accordance with instructions provided by the Municipality. Along with the annual certification, the Contractor shall also submit an ♦1344\F1102905.doc SP-4 0 0 update of any changes in the conflict of interest plan submitted with its proposal for this Contract. The initial certification shall cover the 1-year period from the date of contract award, and all subsequent certifications shall cover successive annual periods thereafter. The certification is to be submitted no later than 45 days after the close of the previous certification period covered. d. The Contractor recognizes that employees in performing this contract may have access to data, either provided by the Department or the Municipality or first generated during contract performance, of a sensitive nature which should not be released without Department/Municipality approval . Therefore, the Contractor agrees to obtain confidentiality agreements from all employees working on requirements under this contract including subcontractors and consultants . Such agreements shall contain provisions which stipulate that each employee agrees that the employee will not disclose, either in whole or in part, to any entity external to the Department, Department of Health or the New York State Department of Law, any information or data provided by the Department or first generated by the Contractor under this contract, any site-specific cost information, or any enforcement strategy without first obtaining the written permission of the Municipality. If a Contractor, through an employee or otherwise, is subpoenaed to testify or produce documents, which could result in such disclosure, the Contractor must provide immediate advance notification to the Municipality/Department so that the Department can authorize such disclosure or have the opportunity to take action to prevent such disclosure. Such agreements shall be effective for the life of the Contract and for a period of 5 years after completion of the Contract. e. The Contractor agrees to insert in each subcontract or consultant agreement placed hereunder (except for subcontracts or consultant agreements for well drilling, fence erecting, plumbing, utility hookups, security guard services, or electrical services) provisions which shall conform substantially to the language of this clause, including this paragraph (e) , unless otherwise authorized by the Municipality. If this is a contract for work related to action at an inactive hazardous waste site, the following paragraph shall apply: ♦1344M102905.doc SP-5 f . Due to the scope and nature of this contract, the Contractor shall observe the following restrictions on future hazardous waste site contracting for the duration of the contract. 1 . The Contractor will be ineligible to enter into a contract for remedial action projects for which the Contractor has developed the statement of work or the solicitation package. 2 . The Contractor, during the life of the work assignment and for a period of 5 years after the completion of the work assignment, agrees not to enter into a contract with or to represent any party with respect to work pertaining to remedial activities or work pertaining to a site where the Contractor previously performed work for the Department and/or Municipality under this contract without the prior written approval of the Department. 3 . The Contractor agrees in advance that if any bids/proposals are submitted for any work for a third party that would require written approval of the Municipality/Department prior to entering into a contract because of the restrictions of this clause, then the bids/proposals are submitted at the Contractor' s own risk, and no claim shall be made against the Municipality/Department to recover bid/proposal costs as a direct cost whether the request for authorization to enter into the contract is denied or approved. Affirmative Action a. The Contractor agrees to be bound by the provisions of New York State Executive Law Article 15-A, Sections 312 , 313 and 316 . The Contractor is required to make good faith efforts to solicit the meaningful participation of minority and women-owned business enterprises identified in the Directory of Certified Businesses provided by the New York State Department of Economic Development' s Division of Minority and Women' s Business Development. ♦1344\F1102905.doc Sp-6 0 0 b. The Contractor agrees to include the requirements set forth in paragraph (a) above and paragraphs (c) , (d) and (e) , and (f) below in every subcontract in such a manner that the provisions will be binding upon each subcontractor as to work in connection with such contract. For the purpose of this paragraph, a "subcontract" shall mean an agreement providing for a total expenditure in excess of $100, 000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon in which a portion of Contractor' s obligation under a State Contract is undertaken or assumed. C . The Contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status, and will undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination. For purposes of this article, affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation. d. At the request of the contracting agency, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative will affirmatively cooperate in the implementation of the Contractor' s obligations herein. e. The Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status . f . The Contractor also agrees to incorporate into any contract with subcontractors, contractual provisions applicable to record keeping, reporting, notice requirements and actions determined to be necessary by the Department to implement the requirements of the ♦1344\F1102905.doc SP-7 Minority/Women Business Enterprise - Equal Employment (M/WBE-EEO) utilization plan, and of Executive Law Article 15-A, regulations promulgated thereunder, and other applicable law and regulations . g. The terms contained in this clause shall have the definitions as given in, and shall be construed according to the intent of Article 15-A of the Executive Law, 9NYCRR Part 540, et seq. , Article 52 of the Environmental Conservation Law and 6NYCRR Part 615, et seq. , as applicable, and any goals established by this clause are subject to the intent of such laws and regulations . 1 . If the maximum contract price herein equals or exceeds $25, 000, and this contract is for labor, services, supplies, equipment or materials; or If the maximum contract price herein equals or exceeds $100, 000 and this contract is for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; The affirmative action provisions and equal employment opportunity provisions contained in this paragraph and paragraphs b-f of this clause shall be applicable within the limitations established by Executive Law §§312 and 313 and the applicable regulations . (a) The Contractor is requested to make good faith efforts to subcontract at least 15 percent of the dollar value of this contract to Minority Owned Business Enterprises (MBEs) and at least 5 percent of such value to Women Owned Business Enterprises (WBEs) . (b) The Contractor is requested to make good faith efforts to employ or contractually require any subcontractor with whom it contracts to make good faith efforts to employ minority group members for at least 10 percent of, and women for at least 10 percent of, the work force hours required to perform the work under this contract. (c) The Contractor is requested to make good faith efforts to solicit the meaningful participation by enterprises identified in ♦1344\F1102905.doc $P-8 the NYS Directory of Certified Businesses provided by the Governor' s Office of Minority and Women' s Business Development. 2 . The Contractor agrees to include the provisions set forth in paragraphs (c) , (d) , (e) and (g) (1) above in every subcontract in such a manner that the provisions will be binding upon each subcontractor as to work under such subcontract. For the purpose of this paragraph, a "subcontract" shall mean an agreement providing for a total expenditure in excess of $25, 000 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon in which a portion of the Contractor' s obligation under a State contract is uncertain or assumed. 3 . The Contractor is requested to make good faith efforts to utilize the MBE/WBEs identified in the utilization plan to the extent indicated in such plan, and otherwise to implement it according to its terms. The Contractor is requested to report on such implementation periodically as provided by the contract, or annually, whichever is more frequent. The Contractor also agrees to incorporate into any contract with subcontractors, provisions applicable to record keeping, reporting, notice requirements and actions suggested by the Department to implement the utilization plan, and the intent of the Executive Law Article 15-A, the regulations promulgated thereunder, and other applicable law and regulations . 4 . The Contractor hereby agrees to comply with the intent of the applicable provisions of Executive Law Article 15-A and the regulations promulgated thereunder. Executive Law H312, 313 and 316 are hereby incorporated by reference. ♦1344\F1102905.doc SP-9 r Dvirka d[ and O Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-3649890 ■ 718-460-3634 Fax:516-364-9045 e-mail: db-eng0worldnet.att.net November 10, 1999 Mary Wilson, Esq. Deputy Town Attorney Town of Southold 53095 Main Road P.O. Box 1179 Southold,NY 11971 Re: Southold Landfill Closure D&B No. 1314 Dear Mary: As a follow-up to our telephone discussion yesterday, please find enclosed a summary of additional work and cost associated with design of closure of the Southold Landfill, together with the letters referenced in the summary which provide detailed descriptions of the additional work. I spoke to Jean Cochran today and told her that I was transmitting this material to you and that we can discuss it with her when she gets back from vacation. In the interim, if you or Greg have any questions or require additional information before Jean gets back, please do not hesitate to call me. Very truly yours, Thomas F. Maher, P.E. Vice President TFM/tam Enclosures cc/encl: J. Bunchuck 01314/TFM99-49.LTR A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. SOUTHOLD LANDFILL CLOSURE DESIGN SUMMARY OF ADDITIONAL WORK AND COST 1. Coordination with LIPA, KeySpan and Town regarding relocation of power $ 9,000 lines and towers and preparation of drawings and specifications for relocation of new towers (August 6, 1999, letter) 2. A. Sampling and testing of glass sand at the landfill as required by 7,200 NYSDEC; B. Continuing services in connection with securing and evaluating 4,000 alternate materials for filling the former scavenger waste lagoons and contour grading material for cap construction; C. Evaluation of existing soil cover thickness to determine the need for 6,600 additional daily soil cover and odor control measures during regrading of the landfill; D. Relocating and reconstruction of the Fire Department siren and 6,400 nonpotable water supply well; E. Design of a storm water management system to mitigate flooding in the 4,400 area of the scale house and provide for adequate drainage for the area of the planned Collection Center improvements; and F. Prequalification testing of stockpiled golf course material 17,900 (Items A—F September 17, 1999, draft letter) 3. Preliminary design of landfill compost pad and preparation of a 8,800 construction cost estimate (November 8, 1999, letter) 4. Preparation of specifications for removing material from the borrow pit, 17,400 including meeting with NYSDEC and preparation of a final grading plan for the borrow pit(November 10, 1999, letter) 5. Prequalification testing of borrow pit material (November 10, 1999, letter) 17,200 TOTAL $98,900 TOTAL w/o PREQUALIFICATION TESTING (Engineering Only) $63,800 0 1314rr1108901(R02) 0 �%OFF��,�c JEAN W. COCHRAN GREGORY F.YAKABOSKI ��� �(� Supervisor TOWN ATTORNEY Town Hall, 53095 Route 25 y P.O.Box 1179 O � MARY C.WILSON ,j, �'F Southold, New York 11971-0959 ASSISTANT TOWN ATTORNEY �Q1 �a0 Telephone(631) 765-1889 Fax(631) 765-1823 E-mail: townattorney@southold.org OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD VIA FACSIMILE 727-0410 April 20, 2001 Robert G. Terry Terry Contracting & Materials, Inc. 840 West Main Street Riverhead, New York 11901 RE: insurance compliance with specifications/Landfill closure Dear Mr. Terry: Thank you for providing the additional information regarding insurance compliance. The Town's agent has reviewed the documents and we request the following information: *Town named as an additional insured on the umbrella policy *proof of employment practices liability (EPL) coverage Thank you for your attention to this matter. As soon as these items are provided, we may proceed with the execution of necessary documents. Sincerely, Ma C. Ison Assistant Town Attorney cc; Tom Maher, Vice President Dvirka & Bartilucci James Bunchuck, Solid Waste Coordinator rMAR-29-01 15 . 14 FROM- ID: 51636jf75 PACE 1/6 PRIVILEGE AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential matter. If you have received this fax in error, please notify Dvirka us immediately by a collect telephone call to (516) and 364-9890 and return the odglnai to the sender by mail. 1 will reimburse you for postage. Do not disclose the 0 Bartilucci contents to anyone. Thank-you. dL-fP,-,) CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797.2015 516.364-9890 • Fax. 516-364-9045 D&B FAX NO: (516) 364-9045 DATE:-- l' COMPANY NAME : .IAO-R' ._.__ ATTENTION: V Im ktf tip" FAX NO.. '?.( ? ' —7, FROM: SUBJECT: - - +' �.Ta '�°L'ZCJJOB#: ---- -------- NO. OF PAGES: _ r -------- ------ (including cover sheet) MESSAGE: POW, THANK YOU: A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. MAR-29-01 15 : 15 FROM 0 iD: S16675 PACE 2/6 Dv i rka and 0 Bartilucci -- CONSULTING ENGINFFJ2$ 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364.9890 • 71BA60.3634 Fax: 516-364-9045 e-mail: db-eng@worldnet att.net eilacit u Neek+e J 13ar10tA;i,Pe, H*VY J Chbjpss.P E, TTWme6 F Mrrw,H6 RoAerl r oums.P a RchaN M.`hR91ke, SlcaenA. FaNmann PF March 28, 2001 Senla Asenrlwrs Anthony Cc,nena,P.E Donnie F Kooner,P.F. D JosephH M,xnxanB o James unchuck Kaswth J Pntiv*m P Thood,ore S.Pynar,J,. Solid Waste Coordinator 'Town of Southold Aisswiate 53095 Main Road Rudolph F Cannevele J4%WiA ibttitle,OF Southold, NY i 1971 Dwid S Clue,P.E M ism D momim,P E. anat)M NoubwqVooh,Per.PE Re: Southold Landfill Closure 8nai M.Vu�U�,P E. �-` l.�f Chanes J.Waehsmulh,PE D&B t Yo. 1314 Dear Mr. Bunchuck: As discussed, on March 26, 2001, we received via facsimile, the enclosed package (Attachment A) from Terry Contracting & Materials, Inc. Additional insurance information was provided to us by Terry Contracting and Materials, Ine.'s insurance broker on March 28, 2001 (see Attachment B). Based on our review, the information we received appears to be acceptable, except that the Qualifications of Bidders form was signed but not dated and the required financial information (i.e., items 8(a), 8 (b) and 8(d) of the; QU31iFications of Bidders form) was not provided, We have notified Mr. Terry of this and he has indicated that a dated form would be submitted and that the financial information has been submitted separately to the Town. In addition, as discussed, the projected MBE contract amount of $2,000 (less than 1% of the contract amount) shown on the MBE/WBE Work Plan submitted by Terry Contracting & Materials, Inc. is short of the 8.8% grant agreement goal. However, Mr. Terry indicated in his letter of February 13, 2001, that he intends to pursue additional MBE/WBE participation for work such as hydroseeding, landscaping and fencing among other items. As a result, we are reconunetlding requiring Terry Contracting & Materials, Inc. to describe in writing how it will pursue additional MBE participation and to describe how these efforts will be documented. We also are recommending that, in addition to our review, the Town perform its own review of all the information provided by "ferry Contracting &. Materials, Inc. as part of this submittal. A DIVISION OF WILLIAM F COSULICH ASSOCIATES,PC MAR-29-01 15 15 FROM: ID� 516JW675 PACE 3/6 Dvirka and Bartilucci CONSULTING ENGINEERS James f3unchuck Page "two Solid Waste Coordinator Town of Southold March 28, 2001 A draft Notice to Proceed letter (Attachment C) is enclosed. Please note, we also have forwarded the draft Notice to Proceed letter to you electronically. The letter requires Terry Contracting & Materials, Inc. to provide a number of submittals prior to mobilizing to the site, including the additional MBE information described above. If you have any questions regarding this matter or require additional information, please do not hesitate to call me. Very truly yours, Thomas F_ Maher, P.E. Vice President TFM/DSG(t)/tam cc/enol: Supervisor Jean W. Cochran Gregory Yakaboski, Esq. David Glass 01314trFM01 LT rk doc-09(ROI) 'MAR-29-01 15 : 15 FROM: ID: 516 WS75 PACE, 4/6 ATTACHMENTC DI FT NOTICE TO PROCEED LETTER Gi314/T032R101 NIAR-29-01 15 16 FROM: ID- 51630675 PAGE. 5/6 s -DRAFT- [Town of Southold Letterhead] Transmitted Via Certified Mail -Date- Robert G. 'ferry, President Terry Contracting & Materials, Inc. 840 West Main Street Riverhead,NY] 1901 Re: Notice to Proceed Southold Landfill Closure Contract No. 2000 Dear Mr. Terry: You are notified that the Contract Time tinder the above referenced Contract will commence to run on [lute No. 1]. By that date, you are to start performing your obligations under the Contract Documents. In accordance with Article 3 of the Agreement the date of Substantial Completion is [Date No. I plus 270 calendar days] and the date of Final Completion is [Date No. I plus 30 calendar days]. Within thirty days after Notice to Proceed, you must submit to the ENGINEER for approval all items described in Section 2 of the General Conditions (i.e., list of subcontractors and suppliers, schedules and proposed substitutes and"or-equals"). A pre-construction meeting will be held at the landfill on (date] at (time). In addition, before you may start any work at the site, you must: 1. Submit and obtain approval for the plans and documentation listed at 1.4(13)(1)(e) of the Specifications. 2. Submit and obtain approval for the initial site survey. 3. Submit and obtain approval for shop drawings for the fence, gate and accessories to be used to enclose the access route to Cox Lane. 4. Confirm in writing that based on the information provided by LIPA at the meeting; at the landfill on March 21, 2001, you do not anticipate any changes in Contract Price and Contract Time as a result of LIPA's work on site if a Notice to Mobilize is issued to you by the Town prior to the date by which LIPA completes removal of the utility towers at the landfill. MAR-19-01 17 : 35 FROM: � 1D: 51B 675 PAGE 1/4 PRIVILEGE AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential matter. If you have received this fax in error, please notify Dvirka us immediately by a collect telephone call to (518) and 364-9890 and return the original to the sender by mail. b We will reimburse you for postage. Do not disclose the V a rt i i u CC contents to anyone. Thank-you. d1CONSULTING ENGINEERS 330 Crossways Pohle Drtve, Woodbury, New York 11797-2015 516-364-9690 • Fax:516-364-9045 D&B FAX NO: (516) 364-9045 DATE:_ �• ��• D� COMPANY NAME :—�a" ATTENTION: FAX NO.: FROM: SUBJECT: Iti� Ice" JOB#: NO. OF PAGES: (including cover sheet) MESSAGE: -'' 4he, AU v NP. 2 THANK YOU: 4�Iivl r' A n1V1g10N OF W11I IAM F r`.OSULICH ASSOCIATES. P.C. MAR-19-01 17: 36 FROM: ID: 5#46675 PAGE 2/4 7.1.5.2 By a separate Protective Liability Policy covering all of them issued by CONTRACTOR's general liability carrier. YES(Indicate amounts of coverages $1,000,000) 7.1.6 Excess Liability: YES Umbrella Form: YES General Aggregate $10,000,000 Each Occurrence $10,000,000 7.1.7 Other Liability Insurance(if any): Provided By Type of Coverage Amount NONE. 7.1.8 The following are individuals or entities (in addition to the OWNER and ENGINEER)to be additional insureds under the required liability policies: NONE. 7.2 Property Insurance(Builder's Risk) �` /�• �, 7.2.1 Property insurance to the full replacement cost of the work in accordance with paragraph 5.5 of the General Conditions will be provided by the CONTRACTOR. 7.2.1.1 The following perils or causes of loss shall be included in the property insurance in addition to those listed in paragraph 5.5.1.2 of the General Conditions: NONE 6 7.2.2 Boiler and machinery insurance in accordance with paragraph 5.5.2 oflie General Conditions will be provided by the CONTRACTOR and will provide covera` he following objects subject to the following limits: 7.2.2.1 Objects to be insured (identify): Broad Form 7.2.2.2 Limits: S2,000,000 7.2.3 Other Property Insurance: NONE. Lh� �U .13ICK0519002 ooc SC-6 MAR- 19-01 17: 37 FROM: dlo�xf _ IU: 51616675 PAGE 3/4 a 0JJEAN.W.C0CH' RA.V GREGORY F.YAJLABO®KI Supervisor TOWN ATTORNEY Town Hall, 53095 Route 25 P.O. Sox 1179 MARY C. WTLSON Southold,'New York 11971-0989 ASSISTANTTOWN ATTORNEY Telephone(831) 785.1989 Fox(M)785.1823 E-mail: townattorneylMouthold.or8 OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD VIA FACSIMILE 516-3648046 March 10, 2000 Thomas Maher, P.E. Vice President Dvirka & Bartilucd 330 Crossways Park Drive Woodbury, New York 11791-2015 RE: contractor agreement r0neurance provisions TbM Door Wo~or; Per your request for additional information necessary to complete the"Bonds and Insurance" section of the above referenced agreement, please find following the entire insurance vection of the document, titled 88C 7.0" located at papa SC-3 forward revised. The town has a different insurance carrier and therefore, the provisions were nm by the caller for review. Below are the sections listed with the information that needs to be inserted: 7.1.1.3 statutory 7.1.2.1 $2 million 7.1.2.2 $2 million 7.1.2.3 $1 million 7.1.2.4 $ 1 million 7.1.2.5 YES 7.1.2.6 YES 7.1.2.7 YES 7.1.3.1 $2 million 7.1.3.2 $ 1 million 7.1.4.1 $ 1 million; $ 1 million each accident ($1 million combined single limit) 7.1.4.2 S 1 million; $1 million combined single ilmit 7.1.5.1 YES 1 MAR- 19-01 17 : 38 FROM: ID: 51(#48675 PAGE 4/4 7.1.5.2 YES 7.1.8 YES; YES; General AggreQatb: $10 million; Each Occurrence: $10 million 7.1.7 NON% 7.1.8 NONE 7.2.1.1 NONE 7.2.2.1 BROAD FORM 7.2.2.2 $2 MILLION 7.2.2.3 NONE 7.2.3 NONE 7.2. 1 NONE It there any questions regarding this information. please feel free to contact our office. Thank you for your attention to these matters. Sincerely Mary Wilson Assistant Town Attorney 2 • TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE Milestone Date on or around Bid Opening January 31, 2001 Complete Review of Apparent Low Bid February 20, 2001 Recommend Award of Bid to Town February 21, 2001 Send Notice of Award to Low Bidder March 14, 2001 Contractor Submission of Payment and Performance Bonds March 29, 2001 Contractor Submission of Certificates of Insurance March 29, 2001 Contractor Submission of Qualifications Form March 29, 2001 Contractor Submission of up-to-date MBE/WBE Work Plan March 29, 2001 Return Bid Security to Contractor and Other Bidders Aril 2, 2001 Execution of Contract Documents April 3, 2001 Issue Notice to Proceed April 5, 2001 Contractor Submission of List of Subcontractors, Material Suppliers, and Equipment Vendors April 16, 2001 Contractor Submission of a List of Substitutes and "Or Equals" April 16, 2001 Contractor Submission of Construction Schedule, Schedule of Values and Resumes of Health and Safety Personnel Aril 16, 2001 Pre-Construction Meeting Aril 23, 2001 Contractor Submission of HASP, Stormwater Management Plan, CQC Plan, Excavation Plan and Parking and Material Storage Arrangements May 4, 2001 Notice to Mobilize On-Site June 1, 2001 Contract Required Date of Substantial Completion January 1, 2002 Contract Required Date of Final Completion January 31, 2002 39Sched1.xls 03/12/2001 4:52 PM David Glass From: David Glass Sent: Monday, March 12, 2001 11:49 AM To: James Bunchuck(E-mail) Subject: Schedule Jim— Please find schedule attached. Mched.xis Please note that we show submittal of the major plans (i.e., HASP, stormwater management plan, etc.)for May 4, 2001. This is because typically work would not start on preparation of the plans until notice to proceed is issued (i.e., April 5th). However, we would like to ask Terry to begin preparation of these plans as soon as notice of award is made, in order to try to beat the May 4 date, thereby making the June 1 notice to mobilize on-site date more realistic. We are suggesting scheduling a meeting with Terry as soon as notice of award is issued by the Town—this week if possible, and if all goes well tomorrow. As discussed on Friday, I will be transmitting the revised notice of award letter to you separately, later today. Thank you, DAVID S. GLASS Dvirka and Bartilucci Consulting Engineers 330 Crossways Park Drive Woodbury,NY 11797-2015 516-364-9890,9045(Fax) dalass db-eng.com TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE Milestone Date on or around Bid Opening January 31, 2001 Complete Review of Apparent Low Bid February 20, 2001 Recommend Award of Bid to Town February 21, 2001 Send Notice of Award to Low Bidder March 14, 2001 Contractor Submission of Payment and Performance Bonds March 29, 2001 Contractor Submission of Certificates of Insurance March 29, 2001 Contractor Submission of Qualifications Form March 29, 2001 Contractor Submission of up-to-date MBE/WBE Work Plan March 29, 2001 Return Bid Security to Contractor and Other Bidders Aril 2, 2001 Execution of Contract Documents Aril 3, 2001 Issue Notice to Proceed Aril 5, 2001 Contractor Submission of List of Subcontractors, Material Suppliers, and Equipment Vendors Aril 16, 2001 Contractor Submission of a List of Substitutes and"Or Equals" Aril 16, 2001 Contractor Submission of Construction Schedule, Schedule of Values and Resumes of Health and Safety Personnel Aril 16, 2001 Pre-Construction Meeting Aril 23, 2001 Contractor Submission of HASP, Stormwater Management Plan, CQC Plan, Excavation Plan and Parking and Material Storage Arrangements May 4, 2001 Notice to Mobilize On-Site June 1, 2001 Contract Required Date of Substantial Completion January 1, 2002 Contract equire Date o ina Completion January 31, 2002 39Sched1.x1s 03/12/20014:52 PM TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE Milestone Date on or around Bid Opening January 31, 2001 Complete Review of Apparent Low Bid February 20, 2001 Recommend Award of Bid to Town February 21, 2001 Send Notice of Award to Low Bidder March 14, 2001 Contractor Submission of Payment and Performance Bonds March 29, 2001 Contractor Submission of Certificates of Insurance March 29, 2001 Contractor Submission of Qualifications Form March 29, 2001 Contractor Submission of up-to-date MBE/WBE Work Plan March 29, 2001 Return Bid Security to Contractor and Other Bidders Aril 2, 2001 Execution of Contract Documents Aril 3, 2001 Issue Notice to Proceed Aril 5, 2001 Contractor Submission of List of Subcontractors, Material Suppliers, and Equipment Vendors Aril 16, 2001 Contractor Submission of a List of Substitutes and "Or Equals" Aril 16, 2001 Contractor Submission of Construction Schedule, Schedule of Values and Resumes of Health and Safety Personnel Aril 16, 2001 Pre•Constructlon Meating Aril 23, 2001 Contractor Submission of HASP, Stormwater Management Plan, CQC Plan, Excavation Plan and Parking and Material Storage Arrangements May 4, 2001 Notice to Mobilize On-Site June 1, 2001 Contract Required Date of Substantial Completion January 1, 2002 ot equire ate o Fina Completion January 31, 2002 39Schedl.xls 03/12/2001 4:52 PM TOWN OF SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE Milestone Date on or around Bid Opening January 31, 2001 Complete Review of Apparent Low Bid February 20, 2001 Recommend Award of Bid to Town February 21, 2001 Send Notice of Award to Low Bidder March 14, 2001 Contractor Submission of Payment and Performance Bonds March 29, 2001 Contractor Submission of Certificates of Insurance March 29, 2001 Contractor Submission of Qualifications Form March 29, 2001 Contractor Submission of up-to-date MBE/WBE Work Plan March 29, 2001 Return Bid Security to Contractor and Other Bidders Aril 2, 2001 Execution of Contract Documents Aril 3, 2001 Issue Notice to Proceed Aril 5, 2001 Contractor Submission of List of Subcontractors, Material Suppliers, and Equipment Vendors Aril 16, 2001 Contractor Submission of a List of Substitutes and "Or Equals" Aril 16, 2001 Contractor Submission of Construction Schedule, Schedule of Values and Resumes of Health and Safety Personnel Aril 16, 2001 Pre-Construction Meeting Aril 23, 2001 Contractor Submission of HASP, Stormwater Management Plan, CQC Plan, Excavation Plan and Parking and Material Storage Arrangements May 4, 2001 Notice to Mobilize On-Site June 1, 2001 Contract Required Date of Substantial Completion January 1, 2002 Contract Required Date o ina Completion January 31, 2002 39Sched1.xls 03/12/20014:52 PM Dv i rka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 - 718-460-3634 - Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartiluca,P.E. Henry J.Chlupsa,P.E. Thomas F.Maher,P.E. March 23, 2001 Robert T Bums,P.E. Richard M.Walka, Steven A.Fangmann,P E. Senior Associates Anthony o.Conetta,P.E. Gregory F. Y`a�kaboski, Esq., Town Attorney F. Dennis Koehler,P.E. Town of Southold Joseph H.Marturano Kenneth J.Pritchard,P.E. Southold Town Hall Theodore S.Pytlar,Jr. 53095 Main Road Associates P.O. Box 1179 Rudolph Caa Southold,NY 11971 Joseph A..Fioraliso,aliso,P.E. David S.Glass,P.E. William D.Merklin,P.E. Michael Neuberger,P.E. Re: Southold Landfill Closure Brian M.Veith,P.E. Contract Documents Charles J.Wachsmuth,P.E. D&B No. 1314-F2 Dear Mr. Yakaboski: In preparation for execution of the contract by the Town and Terry Contracting&Materials,Inc., we are forwarding to you the enclosed, which includes six sets of the contract documents and seven sets of the drawings for the referenced project. Note, paragraph 2.3 of the General Conditions indicates that the Town will furnish up to five copies of the contract documents to the contractor. Please note that we have bound into five of the enclosed copies of the contract documents,copies of the addenda and the bid submitted by Terry Contracting & Materials, as well as an edited version of the Agreement. The Agreement was edited to show Terry Contracting & Materials, Inc. as the Contractor and conform Article 7 of the Agreement with the actual contents of the Contract Documents. Please also note, a copy of this conforming document was forwarded by. this office to Terry Contracting & Materials, Inc. under cover dated March 16, 2001. The sixth set of contract documents enclosed is marked "ORIGINAL," and contains the original bid submitted by Terry Contracting & Materials, Inc., copies of the addenda and the edited Agreement. Additionally, enclosed is the bid bond submitted by Terry Contracting & Materials, Inc. which was provided to us by the Town on March 21,2001. A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. Y Dvirka and Bartilucci CONSULTING ENGINEERS Gregory F. Yakaboski, Esq.,Town Attorney Page Two Town of Southold March 23, 2001 If you have any questions or require additional information regarding this matter, please do not hesitate to contact me. Very truly yours, Thomas F. Maher,P.E. Vice President TFM/DSG(t)/ajm Enclosures cc: Jean W. Cochran, Supervisor Mary C. Wilson,Esq.,Assistant Town Attorney James Bunchuck, Solid Waste Coordinator David S. Glass, D&B ♦1314\TFMOILTR-07.doc Dvirka and O Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 Fax:516-364-9045 e-mail: db-eng@worldnet.att.net Princip !! Nicholas J.Bartilucd,P.E. Henry J.Chkipsa,P.E. Thomas F Maher,P.E. Robert T.Bums,P.E. Richard M.Wdlka, Steven A.Fangmann,P.E. January 25, 2001 Senior Associates Anthony O.Conetta,P.E. Dennis F Koehler,P.E. Joseph H.Manturam Kenneth J.Pritchard,P.E. Theodore S.%tlar,Jr. Elizabeth Neville, Town Clerk Town of Southold ud Rudolph F Camavab 53095 Main Road Rudolp Joseph A.Fioraliso,P.E. Southold,NY 11971 David S.Glass,P.E. William D.Mertdin,P.E. BrianM"°iter ,E.P.E. Re: Southold Landfill Closure Brian M.VeiMt,P.E. Charles J.Whtchamuth,P.E. Construction Contract Documents D&B No. 1314 Dear Ms. Neville: Addendum No. 6 to the referenced contract documents has been transmitted to the 49 document holders on the attached list. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 10 copies of Addendum No. 6. Additionally, under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly yo , „ avid S. lass, P.E. Associate DSG/cmc cc/encl.: James Bunchuck, Town of Southold(1 copy of Addendum No. 6) cc: Thomas F. Maher, D&B 1314\DSGOILTR-02.DOC A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. TOWN OF SOUTHOLDUJ 1, � ' SUFFOLK COUNTY,NEW YORK -} t SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000—GENERAL CONSTRUCTION ADDENDUM NO. 6 JANUARY 24, 2001 THIS ADDENDUM CONSISTS OF 2 PAGES AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. GENERAL CONDITIONS 1. Section 5.3 — Certificates of Insurance, delete the existing section in its entirety and replace it with the following: "Section 5.3 —Proof of Insurance "CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions and in paragraphs 5.4.2.1 and 5.5.1.1 of these General Conditions, proof of insurance which CONTRACTOR is required to purchase and maintain. Such proof of insurance shall consist of certificates of insurance and signed endorsements naming the additional insureds and other evidence of insurance requested by OWNER or any other additional insured." 2. Section 5.6 — Waiver of Rights, delete the existing section in its entirety and replace it with the following: "5.6—Waiver of Rights "OWNER and CONTRACTOR intend that all insurance policies purchased in accordance with this Section 5 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER,ENGINEER's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies. Such insurance shall be primary with respect to any similar insurance purchased or maintained by an additional insured notwithstanding the provisions of such insurance. Any other insurance maintained by an additional insured for injury or damage that is covered by the insurance required under this Section 5 shall be excess and noncontributing with the insurance maintained by CONTRACTOR." 01314\Fo124104.aoc(Ro2) Page 1 of 2 0 0 GENERAL INFORMATION 1. Based on information which has been provided to the Town of Southold by KeySpan Energy, it is anticipated that the high voltage electric utility towers will be removed from the landfill between May and June 2001. The Contractor shall be responsible for coordinating the Work with KeySpan's work. KeySpan has indicated that their work will primarily impact the area within an approximately 25-foot radius of the towers. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(S 16) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 6 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314T0124104.doc(R02) Page 2 of 2 ..JAN-?4-01 17. 06 FROM: • rD 5*49045 PACE 1/2 TOWN OF SOUTIIOLD SUFFOLK COUNTY,NFW YORK CGS` SOU111OLD ,LANDFILL CLOSURE CONTRACT'NO. 2000—GENERAL. CONSTRUCTION ADDENDUM NO. 6 JANUARY 24,2001 THIS ADDENDUM CONSISTS OF 2 PAGES AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. GENERAL CONDITIONS 1 . Section 5.3 — Certificates of Insurance, delete the exMng section in its entirety and replace it with Ole following: "Section 5.3 --Proof of Insurance "CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions and in paragraphs 5.4 2.1 and 5.5.1.1 of these General Conditions, proof of insurance which CONTRACTOR is required to purchase and maintain. Such proof of insurance shall consist of certificates of insurance and signed endorsements naming the additional insiueds and other evidence of insurance requested by OWNER or any other additional insured." 2. Section 5.6 — 'Waiver of Rights, delete the existing section in its, entirety and replace it with the following: "5.6-w Waiver of Rights "OWNER and CONTRACTOR intrad that all insurance policies purchased in accordance with this Section 5 will protect OWNER, CONTRACTOR, Subcontractors, FNGINEER. FiNGINF.,FR's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees,agents, and other consultants and subcontractors of each and any of them) in such policies. Such insurance shall be primary with respect to any Similar insurance purchased or maintained by an additional insured nom ithstanding the provisions of such insurance. Any other insurance maintained by an additional insured for injury or damage that is covered by the insurance required under this Section 5 shall be excess and noncontributing with the insurance maintained by CONTRACTOR." •I s 14701241 a4 doc(R02) Page 1 of 1 •_7AN-24 -01 17 , 07 FROM . 0 1r) : Sw4s04s r'ACF. 2/2 GENERAL INFORMATION 1. Bated on information which has been provided to the Town of Southold by KeySpan Energy, it is anticipated that the high voltage electric utility towers will be removed from the landfill between May and June 2001. The Contractor shall be responsible for coordinating the Work with KeySpan's work. KeySpan has indicated that their work will primarily impact the area within an approximately 2.5-foot radius of the towers- Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossvmys Park Drive, Woodbury,New York 11797-2015 Attention- David S. GIass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO 6 RECEIPT ACKNOWL.EDGI:D Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation fay: Name and Title Date: ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-I OF BID .i,�s fv�zsiat.aoc�Ro: Page 2 of 2 d1Dvirka and 0 Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P.E. Henry J.Chlupsa,P.E. Thomas F.Maher,P.E. January 22, 2001 Robert T Bums,P.E. Richard M.Wake. Steven A.Fangmann,P.E. Senior Associates Anthorry O.Conetta,P.E. Dennis F Joseph H.Mart ar,of Elizabeth Neville, Town Clerk Kenneth J.Pritchard,P.E. ITown of Southold Theodore S.Pytlar,Jr. 53095 Main Road Associates Southold,NY 11971 Rudolph F.Cannavale Joseph A.Fioraliso,P.E. Davin.D.Glass. Re: Southold Landfill Closure WiliaMikael Neuberger.P.E. Construction Contract Documents Brian M.Veith,P.E. Charles J.Wichsmuth,P.E. D&B No. 1314 Dear Ms. Neville: Addendum No. 5 to the referenced contract documents has been transmitted to the 49 document holders on the attached list. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 10 copies of Addendum No. 5. Additionally, under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly yo , avid S. lass, P.E. Associate DSG/kd cc/encl.: James Bunchuck, Town of Southold(1 copy of Addendum No. 5) cc: Thomas F. Maher, D&B ♦1314\DSG01I r-01.doc A DIVISION OF WILLIAM F.COSULICH ASSOCIATES, P.C. TOWN OF SOUTHOLD !'✓;w %,. .J a �a SUFFOLK COUNTY,NEW YORK Ir .�✓ice SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 - GENERAL CONSTRUCTI ADDENDUM NO. 5 JANUARY 19, 2001 THIS ADDENDUM CONSISTS OF 3 PAGES AND 6 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 2.4 — Abandonment of Existing Groundwater Monitoring Wells and Installation of New Groundwater Monitoring Wells, delete paragraph (C)(8) and replace it with the following: "The Contractor shall seal the borehole by pressure injection of cement/bentonite grout using a tremie pipe. The Contractor shall place the grout seal to coincide with the rate of removal of the drilling equipment to ensure a continuous, properly sealed borehole. The borehole shall be sealed with grout up to 5 feet below finished subgrade. The remaining top 5 feet of the borehole shall be backfilled and compacted with General Fill, however, the maximum particle size of the fill material shall not exceed 2 inches." 2. Section 2.5 — Abandonment of Existing and Installation of New Nonpotable Water Supply Well, delete the first sentence of paragraph(H)(12)(h) and replace it with the following: "The Contractor shall seal the borehole by pressure injection of cement/bentonite grout using a tremie pipe." 3. Section 2.6 — Abandonment of Existing Landfill Gas Monitoring Wells and Installation of New Landfill Gas Monitoring Wells, delete paragraph (F)(1) and replace it with the following: "The Contractor shall abandon the existing landfill gas monitoring wells as shown on the Drawings and as directed by the Owner." 4. Section 2.6 - Abandonment of Existing Landfill Gas Monitoring Wells and Installation of New Landfill Gas Monitoring Wells, delete paragraph (F)(8) and replace it with the following: "The Contractor shall seal the borehole by pressure injection of cement/bentonite grout using a tremie pipe. The Contractor shall place the grout seal to coincide with the rate of removal of the drilling equipment to ensure a continuous, properly sealed borehole. The borehole shall be sealed with grout up to 5 feet below finished subgrade. The remaining top 5 feet of the borehole shall be backfilled and compacted with General Fill, however, the maximum particle size of the fill material shall not exceed 2 inches." .13ta\Follalol.Doc(Ro2) Page 1 of 3 5. Section 4.3 — Geomembrane, delete paragraph (A)(4) and replace it with the following: "The factors of safety for landfill cap veneer slope stabilities, as determined by the Engineer, shall be a minimum of 1.50 for the actual field conditions and landfill cap materials supplied and installed by the Contractor. With respect to the Geomembrane, this shall apply to the interfaces between the Geomembrane and the Gas Venting Layer, the Geomembrane and the Barrier Protection Layer, and the Geomembrane and the Geocomposite Drainage Layer." 6. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (A)(4) and replace it with the following: "The factors of safety for landfill cap veneer slope stabilities, as determined by the Engineer, shall be a minimum of 1.50 for the actual field conditions and landfill cap materials supplied and installed by the Contractor. With respect to the Geocomposite Drainage Layer, this shall apply to the interfaces between the Geomembrane and the Geocomposite Drainage Layer, and the Geocomposite Drainage Layer and the Barrier Protection Layer." 7. Appendix A — Quality Assurance/Quality Control Summary, delete page A-4, Construction Testing Geomembrane in its entirety and replace it with page A-4R, Construction Testing Geomembrane (Revised) (copy attached). GENERAL INFORMATION 1. Attached is a copy of the decision on the application for the existing nonpotable water supply to be abandoned and replaced. ♦1314TO11810I.DOC(R02) Page 2 of 3 v i Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 5 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID .1314TO118101.DOC(Ro2) Page 3 of 3 z TOWN OF SOUTHOLD SOUTHOLD LANDFILL CLOSURE QA/QC SUMMARY CONSTRUCTION TESTING GEOMEMBRANE (REVISED) Test ASTM Frequency Sampler Laboratory Results to: • Non-Destructive All Seams Contractor's Approved N/A Contractor's and Seam Test Geomembrane Installer Engineer's Designated Representatives Destructive(Peel) D4437 Minimum 115001.f. Contractor's Approved Contractor's Approved Contractor's and Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive D4437 Minimum 115001.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive(Peel) D4437 Minimum 1/5001.f. Contractor's Approved Contractor's Approved Contractor's and Seam Test five pieces/sample Geomembrane Installer Geosynthetic Laboratory Engineer's Designated Representatives • Destructive D4437 Minimum 1/500 l.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test five pieces/sample Geomembrane Installer Geosynthetic Laboratory Engineer's Designated Representatives Notes: 1. Destructive seam samples shall be taken at a minimum frequency of 1/500 11 The sample shall be distributed for testing as specified. 2. Conformance testing of any and all geomembrane properties may be performed by the Owner at the discretion of the Engineer. ♦1314\A0109101.D0QR02) A-4R State of New Y--rk Department of Conservation WATER RESOURCES COMISSION Long Island Well Application No. In the Matter of the Application - ofthe - TOWN OF SOUTHOLD for Approval of the sinking of a new well at its property on the north side of Middle Road (County Route 27) , at Cutchogue, Town of Southold, Suffolk County, New York. D E C I S I O N Application filed April 8, 1968 Hearing held in Greenport, April 17, 1968 Decision May 2$ 1968 • i DECISION ON LONG ISLAND WELL APPLICATION NO. W2620 PROCEEDINGS This is an application made under the provisions of Section 476 of the Conservation Law for approval of a well project in Suffolk County. Petition verified by Raymond C. Dean, Superintendent of Highways and head of the Department of Public Works of the Town of Southold in Suffolk County on April 5, 1968 and filed in thy: office of the Water Resources Commission on April 3, 1968. Due notice of the hearing was given by publication in the Suffolk Sun of Deer Park and the hearing was held before Walter G. Waterman, Associate Engineer of the Commission in the Southold Town Supervisor' s office in Greenport on April 17, 1968 at 10 o' clock in the forenoon. The petitioner was represented at the hearing by its attorney, Robert W. Trasker, Esq. No objections were filed and no one appeared at the hearing in Opposition to approval of the project. PROJECT The Town of Southold proposes to sink a well with 6-inch diameter casing to a depth of 100 feet and to equip the well with a pump having a capacity of 400 gallons a minute. The Well is to be located at its municipal refuse dispose 1 area on the north side of Middle Road (Route 27) at Cutchogue. Water pumped from this well is to be used on this property only for fire protection. FINDINGS OF FACT 1. The Town of Southold is a municipal corporation of the Sto to of New York charged with various duties including the maintbnance and operation of a municipal refuse disposal area. i • i --� - 2 - 2 . Well water is desired at this area to extinguish any fire that may be started by spontaneous combustion or other means . 3. For fire protection purpcies the applicant pro- poses to sink an 8-inch diameter well to a depth of 100 feet and to equip the well with an electrically operated submersible type pump having a capacity of 400 gallons a minute. This well is to be located about 700 feet north of Middle Road and about 1,200 feet east of Depot Lane. 4. It is estimated that the annual uce of water from the well will not exceed 200,000 gallons. 5 . Applicant desires to use well water for this pur- posc as no other supply of water is available on the property or in the immediate area. 6. Sinking the proposed well will not adversely affect any wells of a public water supply system. The nearest such well is about five miles to the east and belongs to the Village of --� Greenport. CONDITIONS The Commission finds it to be necessary to protect the interests of the applicant and of the people of the State, to impose the following conditions : A. Applicant must maintain and operate a satisfactory meter or other device to measure and record the amount of water pumped from this well on this property and shall preserve such records. Such measuring device and the apparatus connected therewith shall be open at all reasonabis hours to inspection or test by duly accred- ited representatives of this Commission or of the local water authorities. Records of the pumpage shall be made available for inspection or transcrip- tion. Applicant shall report the amount of pumpage yearly to this Commission. ti 1 3 - B. This decision and apr-Voval shall not be held to grant to the a pi ticant any exemption from general ro.o..ri.ctions on the use of pater for this 7w-eticular purpose which may at any O.iroe be imposed by other competent authority. C. The Commission reserves the right to reconsider this approval at any time in the future and, after due notice and hearing, at that time to continue, rescind or modify this decision in such a manner as may be found to be just and equitable. D. Unless this proposed well shall have Leen completely constructed prior to June 1, 1971, or within such extended time as may have been applied for and granted by the Commission, then and on that date this approval shall be deemed to have Lapsed. -� STATUTORY DETERMINATION In view of the above, the Water Resources Commission, under the provisions of Section 476 of the Conservation Law, determines and decides that approval of this application as above modified will protect the public health and public welfare in conserving the supply of water of Long Island for domestic consumption. - 4 DECISION WHEREFORE, the Water Resources Commission does hereby approve the said application, maps and plans of the Town of Southold , as thus modified. IN WITNESS WHEREOF, the Water Resources Cot ission has caused this determination and approval to be signed and has caused its official seal to be affixed hereto and has filed the same with all maps , plans, reports and other papers relating thereto in its Westbury office this 2nd day of May, 1968. WATER RESOURCES COMISSION Deputy Commissioner, Conservation Department, Alternate Acting Chairman Attest: Secretary d1Dvirka and O Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 - 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@woddnet.att.net Principals Nicholas J Banducci.P E Henry J.Chlupsa,P E. Thomas F.Maher.P.E. Robert T Bums,P E. Richard M.Walks, November 29, 2000 Steven A.Fangmann,PE. Senior Associates Anthony O.Conetia,P E Dennis F Koehler,PE. Joseph H.Marturano Kenneth J.Pritchard,P.E. Theodore S.Pytlar.Jr. Elizabeth Neville, Town Clerk Town of Southold Aeaociaae 53095 Main Road Rudolph F.Cannavale �L Joseph A.Fioraliso,P E Southold,NY 11971 David S.Glass,P E William D.Merklin,P E. Michael Neuberger,PE. Re: Southold Landfill Closure Brian M.Veith,P E. Charles J.Alachsmuth,P.E. Construction Contract Documents D&B No. 1314 Dear Ms. Neville: Addendum No. 4 to the referenced contract documents, which extends the bid due date to January 31, 2001, has been transmitted by facsimile to the 41 addresses on the attached list. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 18 copies of Addendum No. 4. Additionally, under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly yo I t h� avid S. lass, E. Associat DSG/ck,kd cc/encl.: James Bunchuck, Town of Southold(1 copy of Addendum No. 4) cc: Thomas F. Maher,D&B ♦1314\DS000LTR-09.DOC(R02) A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. i • TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000—GENERAL CONSTRUCTION ADDENDUM NO. 4 NOVEMBER 29, 2000 THIS ADDENDUM CONSISTS OF 1 PAGE AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. ADVERTISEMENT FOR BIDS 1. The bid due date has been extended. Sealed bids will be received by the Town of Southold Town Clerk's office until 3 p.m. (Local Time) on January 31, 2001. The extension is required to provide LIPA with adequate time to finalize its work plan for relocating the existing electric utility towers at the landfill. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 4 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID Page 1 of 1 H:\dsg\Southold\Addendum No.4.doc 29/11 '00 'RED 08:55 FAX 515 6145 SOMHOLD CLEItH X 001 o ' . P6st4r Fax Note 7671 Osie I( vsges 1112m000 ,b Md, In G& From �y' Pape: 1 cao.�e Cm R,one. P�w�r• Fu'5 q- O 5 fsY. License 7hyfFN Type Lim Notes Bid Spedreaoons a Fees 03 101058000 .oonbeclhp a M $100.00 ixxn Clomee Bid f 1)7274170 11'900) 0 Wsd Mete abed NY 11801 Bid SpodkadM$a Few 04 1W06�Z000 ,oonlnetlnD A(Larma =100.00 11-9.00 Ce 1)727-0170 10 Wed Mein NY 11901 (L.arKM Cbmse�+e BM 05 1dO8r2iI00 $100.00 1)732-0x00 11-9-00) AlTimemw am. NY 1176' Bid 5peciRcati"a Fees 06 101082.6W EnviorrnenW $100.00 (LandM Closure Bid 11-900) 1 Saw Mill Riwr inners.NY 10701: Bid Speciii ob=a Fees 07 10106/ 000 ,Con*Locdon $100.00 11 900) Oowm Bid 1)8788688 CWdon Street Soot 624 Ion lf"l l NY, ii34 Bid Specfun,i m a Fees 08 10106f1000 Posiri00 Inc $100.00 (Land!/•Cbmire Bid 9)249-1872 11-9.00) 610 Now Hiphwe�. NY 11 Bid Spec fiwbons a Fees 09 lollw2D00 C $100.00 (Landfd Mum Bid 16)447-3100 11-9-00) Conklin iro Acasss Road NY 11772 t 1�p Bid Spedlkalm a Fees 10 101101'1,000 LSC $100.00 (Landf+M Cbsuro Bid447100 11-94)0) rw Aoosss Road khopue,NY 11772 Bid SpeCiflCalm a Fops 11 10111!2000 ,Lk"T lnc $100.00 (LW 40 Cbwo Bid )43S.2008 11-9.00) t li103 dandle Road TX 77073 29/11 '00 WED 08:55 FAX 515 8145 I SOUTHOLD CLERE . Ia002 11x19/2000 I Of Southold Gen 1 Licensing : 2 Fci LUbcwum :Bld A Fees safe 10101x1000 to 11 00 Ucense TypdFee Type Limmw W wrre E6W � - ��- Total Notes i Bid Oohs A Fees 12 p.an=Clowm Bid t013rl000 $100.00 Far sst-amm 11-9-00) 1)331.8600 Fred Hie il0ed . ftMWOK NY 11 Sid SPsd&mftw A Fees 13 100?x1000 .C�x�on co (UNXM C6100.00 11416M) losrue Bid )a)448`7000 Norlflern Blvd NY 11388 Bid SPWMCRWM A Fees 14 11PAnM -9-00) Cbbrae Bid 10ViZx1000 1� $100.00 CUM 1s.4WM7 SteemboM RoW Nedk NY 11024 Bld M "8 dd 15 1aV12/2A00 lndusties Inc $100.00 11-9-00) 10)837-4100 11=21T77 sirercrest Road PA 18081 Bid SPOdkeftm&FewQ-vKM Cbftre Bid 16 10/1312000 krduWrks Inc° 5100.00 58 Pond Road ,NY11 Bid Specifications A Fees 17 10182000 Ptatt Ing $100.00 Fs-esr zest» 11 8 Ctos�xe ,1) 28 •8100 st+vn I Lot-Reloot I mg Union ave. NY 11742 Bid 808 iftations&Fees 18 10117/2600 ,Camtrudlon $100.00 11/Op2p (Uux1M Cloaue Bid 11-9.00) 00 1)785-0340 .Sits flood NY 11980: Bid Spedirkm e A Fees 19 10r17MOO .Envirarrnehfal .!th $100.00FM-906-=44W 11-9430) f Bid 534-185 Fant esroat rmnsry Road NJ 08878 Md SPedimtions A Fees 20 10182400Larxisgp�p 1100.00 Azo 11-900) Clostae OW )298-8877 s: Boot 45 NY 11952: EW Spscdimtions A Fees 21 10119x1dOp 9.8ndO Closure Bid $100.00 11-9-00) i Darton F Whit Ham Rd, 004 "Ievem,NJ 08043 t 29111 '00 MM 08:55 FAX 516 6145 SOUTHOLD CLERH la 003 11/29/2000 Of Soud Reye: 3 thol Gene `Licensing Re rt Fo umme Bid 8�Fees Date Rang IomrAm tD 11 000 Issue Datil License TypelFaa Type License 9 Expiration Data _ mree Total Notes Bid SpeditdOna&Fees 22 10/192000 Asphalt $100.00 (LardfB Clown Bid 1)289.3406 11-000) ' iilops r Fix.oss Road NY 117 i Bid (taMfCk>surs Bid 23 1W2012000 '1)�CAGO 1100.00 11"9'00) o.BGK2015 A2mft Ave. pekhogw NY Bid Spedficelions&Fess 24 10/20120p0 4.d..EnImprlove $too oo roan wsoomo (L=WMI Closure Bid 698.3964 Faic-�.aos-0s,s 11-9.00) Booc247 Old%W Ave. Maine 04 7 Bid SpedkaGors&Fees 25 10232/00 $100.00 (L2ndM Closure Bid 0 11-9-00) p ,y moss Wed Park Pktlrs LICIMANK CIA Bid Sp WOca*ms&Few 26 102 292 .Tednicd 1100.00 RandA Ck> n Brd 722-1N7 11-9-00) Placa, 300 (.enrol,NJ 09061 Bid Speck ati &Fees 27 ,02y2� .Power Vac: $100 ons .00 tapir 74+ (Landfill Clown;Bid s 81540220 11-9-00) End H�ewwod A ? NJ 07066 Bid Spsc'Nabouw&Fees 28 s 02s2000 .Corrup.rrY(x � $1 oaoo (LansAl Closure Bid 664-9977 11-9.00) Cwt Podge Rica NJ 07WS:: Bid specifications&Fees 29 102.J2000 Fiona $100.00 (L2rKA Closure Bid ` )8649877 11-9 00) Stewart Avenue ,NY 11801 Bid Specifications&Fees 30 10r16124p0 .OM1: $100.00 (Landfill Chmure Bid ,1I0912b00 .1)345-2666 11-9-00) Rabod Olt s, Lorre lsiand,NY 119 ,0127„„, '.Dun Assodales 1 I $100.00 AMC M*-d Lo Dura Bid f Closure e&� 31 "Y'r” .1)580-1200 Fac 631-500-230 11-9.00) South SecoW St NY 11 Bid Speaficstions&Fees 32 1027/2m0 .Resource Son be Inc. 5100.00 - n� R andtil Closure Bid 11/092m0 )727-6000 11-9.00) 0 Meir Street Amboy.NJ 0667 . 29/11 '00 WED 08:56 FAX 51 65 6145 SOUTHOLD CLERH 0004 11/2911000 Of Souftid 4 Gen Licensing R Fdc I iCerM :Bid Spefxfiwoo A Fees -bate 10/0112000 to 11 Iue ss License Type(Fee Type ucense# Esoiration Date fuse Total Nous Bid Me 33 10/3t/1000 Geosyntfs ics : 5100.00 Naas 11.1i`00) )571-9904 Bid �lar>dIBSlard Ctowrs 34 10131r600blerrlrioris 1 $100.00 � tDf12 x37-17n Casa Wsy .Nevada d� 35 11/0312000 Ind 4;% $100.0 34"Bid F= ,Rmw 3-0244107 11-9-00) Miler Prca Yaphan Ad Ism NY 13 Bid Sp mftWom A Fee! 35 1 110&2bM Wiiafn $100.00 11-and Man Did 0ek SL My.NY 11. Bid Spedfintions&Few 37 1 imam 0 .Linins Soklacns $100.00 F� Ckmm Bid 904-31831 ) 11-9-00) Capisnofid. Vw=uver,Bb C di 3C2 Bid specillatiora A Fees 38 11106r1d90 trloruadkn supply $100.00 (Lando Cim"Bid 1110912!100 1)87"137 11-9 0p) 181 s MorWas,NY 11 Sid Sped icafions A Fees 39 11N abw '.1148elan $100.00 (l andHi Ck):ure Bid )7521010 11-9-00) Larsen Road NJ 08M Bin SpedUCattons 6 Fees 40 11115r2=1 Igor $0.00 (Landifl CkM"Bid 752-1010 11-9-00) i 40 &m s Brool�NY 11 7W 2356 Bid Spea fa ioosd&Fees 41 11/18!2000 .ixkmbies Inc $0.00 Rmpbm SPwCL Na/e wree Hod MAO* (LarKNI CIOetrte Bid 11-9-00) Frseaada Flux!Reed NY i t f 1 80 Spetifi ft s&Fees 42 11/1612pp0 mobw $100.00 Aft BftK (Bid SpectllnGone& 427-2.150 Fees) Tower fh SdRmb fid NY 11747 s: Bid Specifications a Few 43 11/20rAw ,Emirmuental $100.00 (Lando Cbsure Bid 11/202000 11-9-00) Rictgrd Sava IWI NowHW#way: NY 11735 NOV-X20-00 1100 FROM : . JD: 5*49045 PACE 1/7 PRIVILEGED AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named n recipients only. It may contain privileged and confidential V V i rka matter. If you have received this fax in error, please notify us immediately by a Collect telephone calf to(516) and 364-9890 and return the original to the sender by mail. BB� ,'� CWe will reimburse you for postage. Do not disclose the ! contents to anyone. Thank CONSULTING ENGINEERS ou 330 Crossways Park Drive,Woodbury.New York, 11797.2015 516-364-9890-Fax.516-364-9045 D&B FAX NO: (516) 364 — 9045 ©ATE: Novern6rcr 20, 2000 COMPANY NAME: Town of Southold ATTEN'riON: Jim Bunchuck ` FAX NO.: 631-734-7976 FROM: Dave Glass SUBJECT: Addendum No. 3 ,JOB#: NO. OF PAGES: Seven -� iin�luding cover sheet) MESSAGE: Jim - Enclosed please find draft Addendum No. 3. Please let me know if you have any comments. Thank you, Dave A DIVISION OF WILLIAM r.COSULICH ASSMIATE5,P.C. NOV-20-00 7 1 00 FROM ! I D; 5 1 6 364904 5 TOWN OF SOUTHOLD SUFFOLK COUNTY,NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 - GENERAL CONSTRUCTION ADDENDUM NO. 3 NOVEMBER 20, 2000 THIS ADDENDUM CONSISTS OF 4 PAGES AND 2 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS I_ Section 1.14 - Measurement and Payment, Mobilization, Maintenance and Demobilization (Bid Item 2), add the following to paragraph (a): "Payment for furnishing, installing and relocating the truck stand as necessary during the 'Work as directed by the Owner shall be included in this bid item. Payment for construction of the construction site tracking pad shall be included in this bid item.- 2. tem."2. Section 2.4 - Abandonment of Existing Groundwater Monitoring Wells and Installation of New Groundwater Monitoring Wells, add the following paragraph to section (A), Scope: "5. The Contractor shall file reports as required by state and local laws and regulations for each new well and each abandoned well. Copies of all reports shall be submitted to the Engineer at the time of submittal to the proper regulatory authority." 3. Section 2.5 - Abandonment of Existing and Installation of New Nonpotable Water Supply Well, delete the second sentence of paragraph (B)(I) and replace it with the following. "At least one driller per drill rig crew shall possess a minimum of 5 years of experience installing water supply wells. The driller shallpossess all training, certifications, licenses, approvals, etc., required by codes, laves and regulations for installing water supply wells in Suffolk- County, uffolkCounty,New York." 4. Section 4.1 - Geotextiles, delete paragraph (C)(1)(f) and replace it with the following: "The Type I Geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Geotex 861 as manufactured by Synthetic Industries, Inc. or approved equal" 5. Section 4.1 - Geotextiles, Table 4.1-1, Type I Geotextile, revise the specified value for apparent opening size(AOS)to 80 sieve size,0.180 mm. •I 314\31114002.dit(R01) Page 1 of 4 NOV-20-00 11 01 FROM • 1D= 51.49045 PACE 3!7 6, Section 4.1 - Geotextiles, delete paragraph (Cx2)(f) and replace it with the following: "The Type II Geotextile shall be TG800 as manufactured by Evergreen'Technologies, Inc., Geotex 1291 as manufactured by Synthetic Industries, Inc. or approved equal." 7. Section 4.1 - Geotextiles, delete Table 4.1-2, Type 11 Table 4.1-2, Revised Type Il Geotextile(copy attached). Geotextile in its entirety and insert 8. Section 4.3 -Geonaembrane, (D)(1)(c),revise the melt index requirement to less than or equal to I.0 9110 ruin. 9. Section 4.3 - Geomembrane, Table 4.3-1, Revised 60-Mil Textured HDPE Geomembrane, delete requirement for hydrostatic resistance. 10_ Section 4.4 — Geocomposite Drainage Layer, delete paragraph (C)(Ixf) and replace it with tate following: "The geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Geotex 861 as manufactured by Synthetic Industries, Inc_ or approved equal." 1 I. Section 4.4 - Geocomposite, Table 4.4-1, Geotextile, revise the specified value for apparent opening size(AOS)to 80 sieve size,0.180 mm. 12. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (C)(3)(e) and replace it with the following: "The Geocomposite Drainage Layer shall be DC4200/TG700 as manufactured by Evergreen Technologies, Inc., Tex-Net DS Geocomposite 861 as manufactured by Serrot International, Inc. or approved equal." 13. Section 4.4 - Geocomposite., Table 4.4-2, Revised Geocomposite Property Values, revise the qualifier for the geonet component transmissivity to minimum average roll value (MARV). 14. Section 4.4 - Geocomposite, Table 4.4-2, Revised Geocomposite Property Values, revise specified value for the geocomposite tensile strength (MD)to 400 pounds. IS. Section 4.4 — Geocomposite, delete the first sentence of paragraph (F)(2)0) and replace it with the following: "All terminal ends and edges of the geocomposite (top of slope, toef slope or lateral limits of the geocomposite) shall be finished by wrapping the ends and edges oes Of the geocomposite with geotextile and heat bonding the geotextile wrap to the bottom and top geotextiles of the geocomposite." 16. Section 4.7, Erosion Control Materials, delete the second sentence of paragraph(D)(2xe)and replace it with the following: "The metal staples shall be U-shaped, of the lengths shown on the Drawings, 1 inch wide and shall be fabricated from 11-gauge or greater diameter metal w ire." DRAWINGS 1. Drawing No. 26, Typical Landscape Planting and Erosion Control Details, detail for Typical Staples, note the following: staples for erosion control fabric shall be 1 112 inches wide and •i3ta�at>>eooz.eo�oit Page 2 of 4 NOV-20-00 1101 FROM . ID: 5W49045 PACE 4/7 staples for erosion control blanket shall be l inch wide. Staples for erosion control fabric shall be fabricated from 9-gauge or greater diameter metal wire. Staples for erosion control blanket shall be fabricated from 11-gauge or greatear diameter metal wire, GENERAL iNf QRMA nON I. Available information on the existing fine water supply well to be abandoned is attached. 2. The contact person at KeySpan Energy Corporation for information on removal of the existing electrical service for the existing water supply well is Mr. Fred Vaupel, Regional Manager T&D projects(631-543-7060). ♦1314\ai I MM.doe(R01) Page 3 of 4 ,NOV-20-00 11 : 02 FROM: ID: 51904S PACE 5/7 Please acknowledge the receipt of this addendum bY signing to the offices of Dvirka and Bartilucci Consulting Engineers, 330d Crossways agrs Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 3 RECEIPT ACKNOWLEDGED Bidder: me_ Legal Naof Person,Partnership, Joint Venture or Corporation By: _ Name and Title- — --- Date: ACKNOWLE`IS ALSO RE LIRED ON PAGE B-1 OF BID •131 zI 114 x Z doc(ROI) Page 4 of 4 NOV-20-00 11 - 02 FROM: • I Dr S I E0904 S PACE. 6:7 Table 4.1-2 REVISED TYPE 11 GEOTEXTIFLE Fabric Property Y'est Method Unit S citied ualititr�'I Value Fabric Weight ASTM D5261 oz'sq yd 11.8 MARY Thickness,t ASTM D5199 mils 120 MARV Grab Strength'Z) ASTM D4632 lbs 320 MARY Grab Elongation0) ASTM D4632 % 50 MARV Trapezoid Tear ASTM D4533 lbs 120 Strength! MARV Puaeture Resistance ASTM ID4833 lbs 145 MARV Mullen Burst Strength ASTM D3786 psi 575 MARV Water Flow Rate ASTM D4491 gpm'sq ft 60 MARV Permittivity ASTM D4491 sec I 0.80 MARV Permeability ASTM D4491 cm/sec 0.29 MARV Apparent Opening Site ASTM D4751 sieve size 100 MARV (AOS) aur, 0.150 W Resistance ASTM D4355 %strength retained 70 MARV PH Resistance 2-13 Range �_- ---� Notes: (1) MARV-Minimums Average Roll Value. (2) Values in the weakest principal direction. 4 1314'J1113003.doc 4.1-88 NOV-20'00 11 :03 FROM: IDTS16345 PACE 7/7 _ 0701 - (7Vq 1.1 .• n rRlt$ER WELL t PIMP CORP, to rlgrsrt P.A1 11 IGTR WILL & "P CORP 7t1�3 MAIC► RD P.V.ROX 1611, MAT ITt'E M M9W YORK 11952 016)2M4141 FAX:CStO V"36 _ FAX TRANSMfffAL SHEET � DAM TO; - Compwiy Name: _SOUTH TDell LAW TILL Attettliam• JAt suaCn t_ca Fay Nom. Taut f of pa"wdeding o mw d"- z (ROMs Nast A4LIea1t sT =i If dmn is my problem rem to trnm iud of ibis aI a I id,ply 1 con- st(516)295-4141 an-st(516)299.4141 CUMMTN'I'6: ..�� fs. IT w►a A Ar.JM .Rr TO L oY ,01t 96' 1%. AIJAL9 1�ZCR_4 Si., (lI1ZS7 ii,?ER3 ?AM= DO= Wl". TBt SCDid! I�.A CODA sCRan, r x 151 win A SLOT lizz OF .2O. T'0 ?XIX WM sE Tilt MJMTM Is�OiCs.OtTg WQ' 1tslZ.iC1012M, tUTALUM ON AML Z. 1986. r r ���r w� �rr►er. ---- -- ••• -... -.ss..o..uT�rw • �A1RD ?M DA TRIS WLL. LT IM 11AVt AM Rfle! Q�TORS ?W36_C I qL Ua A CALL. Zl AM TOG: —�_ r O� Nc � �o-GJPS F. Cc 2. TOWN OF SOUTHOLD * '- t SUFFOLK COUNTY,NEW YORK ,n SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 - GENERAL CONSTRUCTION ADDENDUM NO. 3 NOVEMBER 20, 2000 THIS ADDENDUM CONSISTS OF 4 PAGES AND 2 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 1.14 - Measurement and Payment, Mobilization, Maintenance and Demobilization (Bid Item 2), add the following to paragraph (a): "Payment for furnishing, installing and relocating the truck stand as necessary during the Work as directed by the Owner shall be included in this bid item. Payment for construction of the construction site tracking pad shall be included in this bid item." 2. Section 2.4 — Abandonment of Existing Groundwater Monitoring Wells and Installation of New Groundwater Monitoring Wells, add the following paragraph to section (A), Scope: "5. The Contractor shall file reports as required by state and local laws and regulations for each new well and each abandoned well. Copies of all reports shall be submitted to the Engineer at the time of submittal to the proper regulatory authority." 3. Section 2.5 — Abandonment of Existing and Installation of New Nonpotable Water Supply Well, delete the second sentence of paragraph (B)(1) and replace it with the following: "At least one driller per drill rig crew shall possess a minimum of 5 years of experience installing water supply.wells. The driller shall possess all training, certifications, licenses, approvals, etc., required by codes, laws and regulations for installing water supply wells in Suffolk County,New York." 4. Section 4.1 - Geotextiles, delete paragraph (C)(1)(f) and replace it with the following: "The Type I Geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Geotex 861 as manufactured by Synthetic Industries,Inc. or approved equal." 5. Section 4.1 - Geotextiles, Table 4.1-1, Type I Geotextile, revise the specified value for apparent opening size(AOS)to 80 sieve size, 0.180 mm. ♦1314\aI 114002.doc(ROI) Page 1 of 4 6. Section 4.1 - Geotextiles, delete paragraph (C)(2)(f) and replace it with the following: "The Type II Geotextile shall be TG800 as manufactured by Evergreen Technologies, Inc., Geotex 1291 as manufactured by Synthetic Industries, Inc. or approved equal." 7. Section 4.1 - Geotextiles, delete Table 4.1-2, Type II Geotextile in its entirety and insert Table 4.1-2, Revised Type II Geotextile (copy attached). 8. Section 4.3 - Geomembrane, (D)(1)(c), revise the melt index requirement to less than or equal to 1.0 g/10 min. 9. Section 4.3 - Geomembrane, Table 4.3-1, Revised 60-Mil Textured HDPE Geomembrane, delete requirement for hydrostatic resistance. 10. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (C)(1)(f) and replace it with the following: "The geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Geotex 861 as manufactured by Synthetic Industries, Inc. or approved equal." 11. Section 4.4 - Geocomposite, Table 4.4-1, Geotextile, revise the specified value for apparent opening size (AOS)to 80 sieve size, 0.180 mm. 12. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (C)(3)(e) and replace it with the following: "The Geocomposite Drainage Layer shall be DC4200/TG700 as manufactured by Evergreen Technologies, Inc., Tex-Net DS Geocomposite 861 as manufactured by Serrot International, Inc. or approved equal." 13. Section 4.4 - Geocomposite, Table 4.4-2, Revised Geocomposite Property Values, revise the qualifier for the geonet component transmissivity to minimum average roll value (MARV). 14. Section 4.4 - Geocomposite, Table 4.4-2, Revised Geocomposite Property Values, revise specified value for the geocomposite tensile strength(MD)to 400 pounds. 15. Section 4.4 — Geocomposite, delete the first sentence of paragraph (F)(2)0) and replace it with the following: "All terminal ends and edges of the geocomposite (top of slope, toe of slope or lateral limits of the geocomposite) shall be finished by wrapping the ends and edges of the geocomposite with geotextile and heat bonding the geotextile wrap to the bottom and top geotextiles of the geocomposite." 16. Section 4.7, Erosion Control Materials, delete the second sentence of paragraph(D)(2)(e) and replace it with the following: "The metal staples shall be U-shaped, of the lengths shown on the Drawings, 1 inch wide and shall be fabricated from 11-gauge or greater diameter metal wire." DRAWINGS 1. Drawing No. 26, Typical Landscape Planting and Erosion Control Details, detail for Typical Staples, note the following: staples for erosion control fabric shall be 1 1/2 inches wide and ♦1314\a1114002.doc(RO1) Page 2 of 4 f staples for erosion control blanket shall be 1 inch wide. Staples for erosion control fabric shall be fabricated from 9-gauge or greater diameter metal wire. Staples for erosion control blanket shall be fabricated from 11-gauge or greater diameter metal wire. GENERAL INFORMATION 1. Available information on the existing fire water supply well to be abandoned is attached. 2. The contact person at KeySpan Energy Corporation for information on removal of the existing electrical service for the existing water supply well is Mr. Fred Vaupel, Regional Manager T&D Projects (631-548-7060). ♦1314\a 1114002.doc(R01) Page 3 of 4 Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 3 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314\a1114002.doc(RO1) Page 4 of 4 Table 4.1-2 REVISED TYPE II GEOTEXTILE Fabric Property Test Method Unit SpecifiedQualifier(l) Value Fabric Weight ASTM D5261 oz/sq yd 11.8 MARV Thickness,t ASTM D5199 mils 120 MARV Grab Strength(') ASTM D4632 lbs 320 MARV Grab Elongation(2) ASTM D4632 % 50 MARV Trapezoid Tear ASTM D4533 lbs 120 MARV Strength(') Puncture Resistance ASTM D4833 lbs 145 MARV Mullen Burst Strength ASTM D3786 psi 575 MARV Water Flow Rate ASTM D4491 gpm/sq ft 60 MARV Permittivity ASTM D4491 sec'I 0.80 MARV Permeability ASTM D4491 cm/sec 0.29 MARV Apparent Opening Size ASTM D4751 sieve size 100 MARV (AOS) mm 0.150 UV Resistance ASTM D4355 %strength retained 70 MARV pH Resistance 2-13 Range Notes: (1) MARV-Minimum Average Roll Value. (2) Values in the weakest principal direction. ♦1314V 1113003.doc 4.1-8R '7/01/1999 15:02 73* LHNLR'ILL t !__•A7�R1 • tvvv � � • :. n rRtt7ER WELL R PIMP CORP. To 73171►6 ►.et KMIGER WELL & PUMP Cts YORK 11"27055 MAIN RD:• 7.0.BOX 141,MATITMCK9 i 2!5-4141 FAX TRANSMI'T'TAL SHEET DAM IM LAN&— Tot Compwy Nana: LM FILL Atini ioo' J&H usm a� Trial N of phot mduint c6m Il ow. i FROM: NaAO: rA!'I� 9T If thane is my problem r the tMONM W of this Mdwid,platy MV* d(516)2"-4141 COMMENTS: 14. 1962, s: wu « VELL IBM To L DUIMM- 01 94. 1 ,. S?�tIC van LEofL (tlRs? V,%TU) ws". PA..M 00" 11,570 i A coot SgWo. « X 15' 1iI1S A SWT SIZE OF .20. TO Wl"_et THE M*11M INVOiCs or TEE 1w ><s>• MIMM i>IS'!'ALLEO 011 AML 2. 19A6. EOUM �__ ..a� -.ornar�IT��►11 r'�11R,D FIND ON MIS BELL. IT YOU UTZ A11T FUWTMM 0�' rldASE 6IV9 U8 A CALL. TL4M TOU: NOV.-02- 00 09- S2 FROM • ID *64904S PAGE 1/2 PRMLEGE AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential matter- if you have received this fax in error,please notify Dvi rka us immediately by a collect telephone can to (516) and 364-9890 and return the original to the sender by mai(. 36 will rei and ret you for postage. Do not disclose the 0 Bare Tucci contents to anyone. Thank-you. !�- CONSULTING ENGMEEFtS d- 330 Crossways Park Drive,Woodbury,New York.11797-2015 516-364-9890 • Fax:516-364-9045 D&B FAX NO: (516) 364-9045 DATE: (COMPANY NAME :___ ATTENTION: ' VN OW*_ FAX NO.: —_ kgl FROM: SUBJECT. _ ""�'NM JOB#: NO. OF PAGES' __._ --------------_----- (mcluding cover sheet) MESSAGE: '" t4# vG P fr>rN j >� . IJ THANK YOU: A DMSION OF WILLWN R COEULICH ASSOCIATES,P.C. MOV-02-00 Oe: 52 FROM10 Ir*s3649045 PACE 2/2 TOWN OF SOU'INOLD SUFFOLK COUNTY,NEW YORK SOUTHOLD LANDFILL. CLOSURE CONTRACT NO. 2000-GENERAL CONSTRUCTION ADDENDL M NO. 2 NOVEMBER 1, 2000 THIS ADDENDUM CONSISTS OF 5 PAGES AND 7 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendumm,is hereby made part of the Specifications and Contract Documents. ADVERTISEMENT FOR BIDS 1. The bid due date has been extended. Sealed bids will be received by the Town of Southold Town Clerk's office until 3 p.m. (Local Time)on November 30, 2000. BID 1. Delete Bid Sheets and replace with the attached Revised Bid Sheets. TECHNICAL SPECIFICATIONS 1. Global change— Delete all references to connection of the landfill capping system to LIPA transmission towers. 2. Section 1.1-Location of Work, paragraph (D), Access to Project Site,add the following: "Installation of the perimeter fencing and gate for the access route to Cox Lane shall be scheduled as early in the performance of the Work as possible, immediately after clearing and grading is complete and prior to initiating routine use of the access route." 3. Section 1.8— Temporary Facilities, delete the following items: (B)(1)(h), toilet facilities; and(13)(1)(i), lavatorywith hot and cold water. 4. Section 1.8— Temporary Facilities, revise item (13)(1)(1) to read as follows: "Temporary electric service." 5. Section 1.14 - Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4), add the following to paragraph (b): "This bid item includes the excavation, reland,filling and related work required to achieve the final grades shown on the Drawings for the recharge basins. This includes excavation, beyond the limits of Waste Excavation Area 2 in Recharge Basin 4, of buried concrete, brick, rubble, .1114',&1027003 doctRna> Page 1 of 5 1'1011-02-00 06 54 FROM ! 9 I D• !�S4904 S PACE. GENERAL_INFOR IATION I The telephone number for McMaster-Carr Supply Co., the supplier of the platform stair specified in Addendum No. I is(630) 833-0300- 2. If approved by the Engineer. the Contractor shall be permitted to process clean, excavated concrete on-site for use in construction of the maintenance roads at no additional cost to the Owner. The processed concrete shall meet the specified requirements for recycled concrete aggregate. 3. The electrical utility lines which service the emsting water supply well and siren are the property of the electric utility company. The Contractor shall be responsible for coordinating removal of the electric service with the utility company and all costs for the work. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by teleeopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 2 RECEIPT ACKNOWLEDGED Bidder: _ Legal Name of Person, Partnership, Joint Venture or Corporation By: Nanxe and Title---------- -- ---- —i�� i Date: ACKNOWLEDGMENT IS ALSO RFOUIRED ON PAGE B-1 OF BID •1314131027001doc(R04) Page 5 of 5 Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P E Henry J Chlupsa,P E Thomas F.Maher,P E. Robert T Burns,P E. Richard M.Mika, November 2, 2000 Steven A.Fangmann,P E. Senior Associates Anthony O.Conetta,P.E. Dennis F.Koehler,P E Joseph H.MWurano Kenneth J.Pritchard,P E. Theodore S.Pytiar,Jr Elizabeth Neville, Town Clerk Town of Southold Associates 53095 Main Road Rudolph F Cannavale Joseph A.Fioraiiso,PE Southold,NY 11971 David S.Glass.P E. William D Merklin,PE. Michael Neuberger,P E. Re: Southold Landfill Closure Brian M Veith,P E. Charles J.Wachsmuth,P.E. Construction Contract Documents D&B No. 1314 Dear Ms. Neville: As discussed, Addendum No. 2 to the referenced contract documents has been transmitted by certified mail to the 32 addresses on the list which your office provided. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 27 copies of Addendum No. 2. Additionally, under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly y s, avid . Glass, P.E. Associate DSG/cmc cc/encl.: James Bunchuck, Town of Southold (1 copy of Addendum No. 2) cc: Thomas F. Maher, D&B ♦13 l4\DSG00LTR-07.DOC A DIVISION OF WILLIAM F.COSULICH ASSOCIATES, P.C. i �GJ OS F Mq y0� TOWN OF SOUTHOLD co i SUFFOLK COUNTY,NEW YORK ; w L'J SOUTHOLD LANDFILL CLOSURE L CONTRACT NO. 2000 - GENERAL CONSTRUCT �v° 054 ADDENDUM NO. 2 NOVEMBER 1, 2000 THIS ADDENDUM CONSISTS OF 5 PAGES AND 7 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. ADVERTISEMENT FOR BIDS 1. The bid due date has been extended. Sealed bids will be received by the Town of Southold Town Clerk's office until 3 p.m. (Local Time) on November 30, 2000. BID 1. Delete Bid Sheets and replace with the attached Revised Bid Sheets. TECHNICAL SPECIFICATIONS 1. Global change — Delete all references to connection of the landfill capping system to LIPA transmission towers. 2. Section 1.1- Location of Work,paragraph(D), Access to Project Site, add the following: "Installation of the perimeter fencing and gate for the access route to Cox Lane shall be scheduled as early in the performance of the Work as possible, immediately after clearing and grading is complete and prior to initiating routine use of the access route." 3. Section 1.8— Temporary Facilities, delete the following items: (B)(1)(h), toilet facilities; and(B)(1)(i), lavatory with hot and cold water. 4. Section 1.8 — Temporary Facilities, revise item (B)(1)(1) to read as follows: "Temporary electric service." 5. Section 1.14 - Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4), add the following to paragraph (b): "This bid item includes the excavation, relandfilling and related work required to achieve the final grades shown on the Drawings for the recharge basins. This includes excavation, beyond the limits of Waste Excavation Area 2 in Recharge Basin 4, of buried concrete, brick, rubble, ♦1314W027003.doc(R04) Pagel of 5 etc. as required to construct Recharge Basin 4, relandfilling within the Limits of Waste and related work. The cost for excavation of waste from Waste Excavation Area 2 shall be included in Bid Item 5C." 6. Section 1.14 - Measurement and Payment, add the following new bid item: "Removal and Relandfilling of Buried Waste — Waste Excavation Area 2 (Bid Item 5C) "a. Measurement for Bid Item 5C shall be the actual quantity of buried waste in cubic yards measured as the actual quantity of material excavated and removed from Waste Excavation Area 2 and transported, placed, graded and compacted to the depths, lines and grades as shown on the Drawings, as specified and as directed by the Owner. The Contractor's New York State licensed land surveyor shall survey the area to be excavated prior to and after excavation using a grid pattern no greater than 25 feet to establish the quantity of excavation. The volumes shall be shown on the sealed surveys submitted to the Engineer for payment purposes. The volume of excavation shall exclude Daily Cover placed over exposed waste at the end of each workday. Survey tolerance shall be f0.1 foot. "b. Payment for Bid Item 5C shall be the bid unit price per cubic yard and shall be full payment for furnishing all labor, materials, equipment, services, incidentals, etc., to excavate, process, remove, load, transport, haul, unload,'relandfill within the Limits of Waste, etc. waste materials from Excavation Area 2 as specified, as shown on the Drawings and as directed by the Owner. The bid unit price for Bid Item 5C shall also include, but not be limited to, sedimentation and erosion control, odor and dust control, dewatering and management of construction waters, including recharge of construction water to the landfill mass, sheeting, shoring and bracing, implementation of the approved plans, etc., as specified and as required to satisfactorily complete the Work. The cost for backfilling the excavation with General Fill from approved on-site sources including compaction and grading to the contours shown on the Drawings shall be included in Bid Item 6." 7. Section 1.14— Measurement and Payment, Water Supply Well and Electrical Service (Bid Item 28), add the following to paragraph (a): "This bid item includes removal and proper disposal in accordance with applicable laws and regulations of existing electrical service, telephone service, overhead lines, transformers, panels, enclosures, lighting fixtures, conduits, poles, etc., as shown on the Drawings, as specified and as necessary to complete the Work." 8. Section 1.14 — Measurement and Payment, Connect Cap System to LIPA Transmission Pole (Bid Item 30): Delete this bid item in its entirety. 9. Section 1.14 —Measurement and Payment, Sand Pit Regrading (Bid Item 31): Due to elimination of Bid Item 30, Sand Pit Regrading becomes Bid Item 30. ♦1314W027003.doc(R04) Page 2 of 5 • 10. Section 2.1 — Clearing and Grubbing, Paragraph (A)(3), add the following sentence: "Prior to clearing and grubbing the access route to Cox Lane, the Contractor shall inspect the property in the presence of the Owner in order to identify any trees which will not interfere with the Work and which shall be protected by the Contractor during performance of the Work." 11. Section 2.10—Fencing, Section C, Materials: a. Revise (4)(a), Gate Posts, to read as follows: "8-5/8-inch O.D., Schedule 40." b. Revise (6)(a), Top Rail, fifth sentence to read as follows: "Fabric shall be attached to the top rail by means of a double wrap of No. 9 gauge galvanized tire wires spaced at intervals of approximately 2 feet." c. Revise (7)(a), Truss Braces, first sentence to read as follows: "A truss brace shall consist of a 1.66-inch O.D. galvanized tubing (weighing 2.27 lbs per linear foot) along with 3/8-inch galvanized truss rod and turnbuckle attachment." d. Revise (9)(a), Tension Wire, first sentence to read as follows: "A No. 7 gauge galvanized tension wire shall be provided along bottom of fence." 12. Section 2.10—Fencing, Section C, Materials, add the following new paragraph: "12. Privacy Slats "a. Privacy slats shall be furnished and installed in the fencing and gate to be installed to enclose the perimeter of the Cox Lane access route. The privacy slats shall be 6 feet in height and 11/8-inch wide plastic vertical tubing (PVT) as manufactured by Patrician Products of Hicksville,New York or approved equal. The color shall be dark green. The cost for furnishing and installing the privacy slats shall be included in Bid Item 2." 13. Section 4.2 — Gas Venting Layer, paragraph (E)(1), add the following: "Following completion of placement of the Gas Venting Layer, the Contractor shall provide a certification to the Engineer stating that the soil used in constructing the Gas Venting Layer is soil which based on the results of testing provided in Appendix B of the specifications complies with the specified minimum coefficient of permeability and maximum fines percentage. The certification shall be supported by a drawing attached to the certification which has been signed and sealed by a land surveyor licensed to practice in New York State showing the vertical and horizontal extent of the limits of the excavations of the material which was used to construct the Gas Venting Layer." 14. Section 4.3 — Geomembrane, Table 4.3-1, 60 Mil Textured HDPE Geomembrane: The Tecified value for the coefficient of linear thermal expansion is 2 x 10 cm/cm/°C. This represents a maximum value. ♦1314\a1027003.doc(R04) Page 3 of 5 15. Section 4.5 - Barrier Protection Layer, paragraph (E)(1), add the following: "Following completion of placement of the Barrier Protection Layer, the Contractor shall provide a certification to the Engineer stating that the soil used in constructing the Barrier Protection Layer is soil which based on the results of testing provided in Appendix B of the specifications complies with the specified minimum coefficient of permeability and maximum fines percentage. The certification shall be supported by a drawing attached to the certification which has been signed and sealed by a land surveyor licensed to practice in New York State showing the vertical and horizontal extent of the limits of the excavations of the material which was used to construct the Barrier Protection Layer." DRAWINGS 1. Drawing No. 3, Existing Topography, Limits of Waste and Contract Limits: Delete Drawing No. 3 in its entirety and replace it with Drawing No. 3R(copy attached). 2. Drawing No. 17, Miscellaneous Drainage Details, Culvert Under Road Detail: The broken line between the Gas Venting Layer and Contour Grading Material represents Type I Geotextile. 3. Drawing No. 18, Miscellaneous Capping Details and Road Sections, Sections E-E, F- F, G-G and H-H: For required swale linings see Drawing No. 14, Drainage Plan, and Drawing No. 16, Recharge Basins No. 3 and No. 4 and Typical Swale Details. 4. Drawing No. 18, Miscellaneous Capping Details and Road Sections: Delete the Capping at LIPA Pole Detail in its entirety. 5. Drawing No. 21, Profiles I, Drawing No. 22, Profiles II, Drawing No. 23, Profiles III: These drawings have been provided for informational purposes only and should not be relied upon by bidders for preparing the bids. 6. Drawing No. 28, Level Spreader: Add new Drawing No. 28, Level Spreader, showing details for construction of the level spreader in the sand pit borrow area (copy attached). All costs for construction of the level spreader shall be included in Bid Item 18, Riprap, Stone Fill, Gravel Fill and Reno Mattresses. 7. Drawing No. 24, revise as follows: The limits of placement of six inches of vegetative growth material and hydroseeding shown in the southeastern corner of the property are revised to coincide with the revised Contract Limit line shown on Drawing No. 3R. 8. Drawing No. 25, revise as follows: The limits of erosion control blanket shown in the southeastern corner of the property are revised to coincide with the revised Contract Limit line shown on Drawing No. 3R. ♦1314\a1027003.doc(R04) Page 4 of 5 GENERAL INFORMATION 1. The telephone number for McMaster-Carr Supply Co., the supplier of the platform stair specified in Addendum No. 1 is (630) 833-0300. 2. If approved by the Engineer, the Contractor shall be permitted to process clean, excavated concrete on-site for use in construction of the maintenance roads at no additional cost to the Owner. The processed concrete shall meet the specified requirements for recycled concrete aggregate. 3. The electrical utility lines which service the existing water supply well and siren are the property of the electric utility company. The Contractor shall be responsible for coordinating removal of the electric service with the utility company and all costs for the work. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 2 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314W027003.doc(R04) Page 5 of 5 Town of Southold Southold Landfill Closure BID SHEETS(REVISED) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 1 L.S. 1 Pre-Mobilization(not to exceed four percent dollars $ • of Total Amount of Bid) and cents 2 L.S. 1 Mobilization,Maintenance and dollars $ Demobilization(not to exceed two percent of and cents Total Amount of Bid) $ 3 Acre 50 Clearing and Grubbing dollars $ and cents 4 C.Y. 74,000 Unclassified Excavation and Relandfilling dollars $ and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste- dollars $ • Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On-Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars $ Trenches and cents 5C C.Y. 3,000 Removal and Relandfilling of Buried Waste- dollars $ Waste Excavation Area 2 and cents ♦1314\A1027004.DOC(ROI) B-3R Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 6 C.Y. 36,000 Contour Grading Material,General Fill and dollars $ • Daily Cover from On-Site Sources and cents 7 S.Y. 166,000 Geotextile-Type I dollars $ and cents 8 C.Y. 56,000 Gas Venting Layer from On-Site Sources dollars $ and cents 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane dollars $ and cents 10 Vent 39 Landfill Gas Vents dollars $ • and cents 11 S.Y. 39,000 Geocomposite dollars $ and cents 12 C.Y. 56,000 Barrier Protection Layer from On-Site dollars $ Sources and cents ♦1314\A1027004.D0QR01) B-4R Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On-Site dollars $ • Compost and On-Site Sand from Borrow and cents Area $ 13B C.Y. 18,000 Contingency Topsoil from Approved Off- dollars $ Site Sources and cents 14 S.Y. 216,000 Erosion Control Blanket dollars $ and cents 15 S.Y. 10,000 Erosion Control Fabric dollars $ and cents 16 S.Y. 226,000 Hydroseeding dollars $ • and cents 17 L.S. 1 Landscaping dollars $ and cents 18 L.S. 1 Rip Rap,Stone Fill,Gravel Fill and Reno dollars $ Mattresses and cents $ ♦1314\A1027004.DOC(RO1) B-5R Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 19A L.F 6,030 6-Foot High Fencing dollars $ and cents 19B L.F. 800 12-Foot High Fencing dollars $ and cents 19C E.A. 2 Gates dollars $ and cents 20 S.Y. 2,600 Maintenance Roads-6"Deep RCA dollars $ and cents 21 S.Y. 4,100 Maintenance Roads- 12"Deep RCA dollars $ and cents 22 S.Y. 6,500 Main Access Road dollars and cents 23 L.F. 1,200 Guide Rail dollars $ and cents 2 RO1) 13-6R ♦1314�A 10 7004 DOC( Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars $ • Wells and cents 24B Foot 570 New Landfill Gas Monitoring Wells dollars $ and cents 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. 1 Drainage Pipe,Inlet/Outlet Structures, dollars $ • Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars $ and cents ♦1314W 1027004.DOC(RO1) B-7R Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 29 L.S. 1 Siren and Electrical and Telephone Service dollars $ . and cents 30 C.Y. 73,000 Sand Pit Regrading dollars $ and cents ♦1314W 1027004.DOC(RO1) B_8R Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. ♦1314\A1027004.D0QRO1) B-9R 6" DEEP RIP-RAP LINING 2--0" MAIN ACCESS ROAD ON FLOOR AND SIDEWALLS (SEE SECTION) 18'-0" 3 � 24.0 r 1 r s x r rt 601 { { , r TYPE If GEOTEXTILE (W/ o VERTICAL WRAP ALL SIDES) b � 10 n a P �l IF Olt 0 o 99 EXISTING NATURAL SOIL OR PROVIDE GENERAL FILL AS NEEDED 2" 3 f cr GUIDE RAIL co clo CONCRETE CURB 0 :2p NOTES: 1. SEE DRAWING NO. 27 FOR LEVEL M if SECTION A—A SPREADER LOCATION. GRADING IN THE LEVEL SPREADER 2 VICINITY OFOUR T E LEVEL SPREADER SHALL CONFORM TO THE ABOVE a N.T.S. DETAIL. i v 3 LEVEL SPREADER a 4F 'NEW y 1"=10' co '�� PS F �1 N rr�^Q 0 MJ O O N4 ao[ Rr�w rr j? TO� K15� TOWN OF SOUTHOLDTION OF 1314 swnm r Or TME NEW 101st Shit SUFFOLK COUNTY. NEW YORK ,,ft o SOUTHOLD LANDFILL CLOSURELEVEL SPREADER 3 A9p Ss� �p�' .v.o �.. TING o GENERAL CONSTRUCTION as NOTED RLN. Rl.11./D.S.G A ONSON OF ULLMY F.CGUMN ASSOMTES.P.C. Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J.Bartilucci,P E. Henry J.Chlupsa,RE. Thomas F.Maher,RE. October 26, 2000 Robert T Bums,P E. Richard M.Walka, Steven A.Fangmann.P E. Senior Associates Anthony O.Conetta,P E. Dennis F Koehler,PE. Joseph H.Marturano Elizabeth Neville, Town Clerk Kenneth J.Pritchard,Jr. E. Town of Southold Theodore S.Pytlar, . Lil 53095 Main Road A:sociates Southold,NY 11971 Rudolph F.Cannavale Joseph A.Fioraliso,P.E. David S.Glass,PE. Re: Southold Landfill Closure William D.Merklin,P.E. Michael Neuberger,PE. Construction Contract Documents Brian M.Veith,P E. t Charles J.Wachsmuth,P.E. D&B No. 1314. Dear Ms.Neville: As discussed, Addendum No. 1 to the referenced contract documents has been transmitted by certified mail to the 25 addresses on the list which you provided to us yesterday. Since we originally provided you with 59 sets of the contract documents, we are forwarding to you the enclosed 34 copies of Addendum No. 1. Additionally, under copy of this letter we are forwarding one copy of the addendum to Mr. James Bunchuck. Please do not hesitate to call me at(516) 364-9890 if you have any questions. Very truly yo avid S. lass, P.E. Associate DSG/cmc cc/encl.: James Bunchuck,Town of Southold(1 copy of Addendum No. 1) cc: Thomas F. Maher, D&B ♦1537\DSGOOLTR-75.DOC A DIVISION OF WILLIAM F.COSULICH ASSOCIATES,P.C. • 0 OF �NEIti Y i �� Pg co s TOWN OF SOUTHOLD * ~ �`, w SUFFOLK COUNTY,NEW YORK f o5aa� SOUTHOLD LANDFILL CLOSURE A�N�•0. 054 P CONTRACT NO. 2000 - GENERAL CONSTRUCTION SX ADDENDUM NO. 1 OCTOBER 25, 2000 THIS ADDENDUM CONSISTS OF 5 PAGES AND 6 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 1.5 —Health and Safety Plan, add the following paragraphs to section(H), Health and Safety Plan: "7. As a separate section of the Health and Safety Plan titled, `Hazardous Material Response Plan,' the Contractor shall present procedures to be implemented in the event that hazardous materials are encountered during the Work. The procedures shall be in compliance with the requirements of 29 CFR 1910.120, Hazardous Waste Operations and Emergency Response. The procedures shall describe the personnel and equipment which shall be used to secure and stage hazardous materials and prevent exposure of on-site personnel and the surrounding community to hazardous materials, if encountered. The separate section of the Health and Safety Plan shall identify the availability of the personnel and equipment. The state of availability and readiness of the equipment and personnel shall be as required to prevent any delays in performing the Work in the event that hazardous materials are encountered. However, management of hazardous materials, if required by the Contractor,would result in a change in Contract Price. "8. In the Health and Safety Plan the Contractor shall identify the methods which will be implemented to minimize impacts to nearby residences during performance of the Work. The Health and Safety Plan shall specifically address the proximity of residences to Waste Excavation Area 1 shown on the Drawings and describe the means and methods to control dust, odor,vapors, waste,etc., from impacting the residences during the Work." 2. Section 1.7—Temporary Services/Security, add the following: "6. Temporary Truck Stand "a. The Contractor shall furnish a temporary truck stand to facilitate the Engineer's examination for measurement for payment of the contents of vehicles used to ♦1314\a1024002.doc(R03) Page 1 of 5 transport General Fill. The truck stand shall be a platform/ladder combination, McMaster-Carr Model No. 8229T14 or approved equal. The Contractor shall relocate the truck stand as necessary during the Work as directed by the Owner to facilitate the Engineer's examination of the content of vehicles used to transport General Fill. The Contractor shall provide a safe and level surface for the truck stand." 3. Section 1.14 — Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4): a. Delete the last sentence in the first paragraph of Section (a) and replace it with the following: "Payment for Daily Cover placed in the areas of exposed waste shall be paid under Bid Item 6." b. Delete the words"...within the Limits of Waste."from the last sentence in paragraph(b). 4. Section 1.14—Measurement and Payment, Contour Grading Material, General Fill and Daily Cover from On-Site Sources (Bid Item 6), delete the last two sentences of paragraph (b) and replace with the following: "The bid unit price for Bid Item 6 shall include all costs associated with shaping and grading of Contour Grading Material, General Fill and Daily Cover placed to construct the drainage swales, roadways and berms; backfill, level and grade the access route to Cox Lane; and complete construction of Recharge- Basins 1, 2 and 4. (Payment for removal and disposal on-site of temporary erosion control blanket and staples placed by the Owner in Recharge Basins 1 and 2 is included in Bid Item 2.) No payment shall be made for excess material above specified elevations. If directed by the Owner, excess material placed above specified elevations shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 5. Section 1.14 — Measurement and Payment, Gas Venting Layer from On-Site Sources (Bid Item 8), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 6. Section 1.14 — Measurement and Payment, Barrier Protection Layer from On-Site Sources (Bid Item 12), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the-sand pit borrow area as directed by the Owner at no additional cost to the Owner." ♦1314W024002.doc(R03) Page 2 of 5 • i 7. Section 1.14 — Measurement and Payment, Drainage Pipe, Inlet/Outlet Structures, Stilling Basin and Manholes (Bid Item 26), delete paragraph (a) and replace it with the following: "Measurement and payment for Bid Item 26 shall be the lump sum bid and shall be full payment for furnishing all labor, materials, equipment, services, incidentals, etc., to construct the storm water drainage structures complete and ready for use, including stilling basin, culverts, manholes, headwalls, inlet and outlet structures, corrugated HDPE pipe, flared end sections and appurtenances, as shown on the Drawings, and shall include all costs associated with trenching, excavation, sheeting, shoring and bracing, backfill, moisture control, compaction, relandfilling of unsuitable and excess material, dewatering and management of construction waters, including recharge of the construction waters to the landfill mass, sedimentation and erosion control, maintaining the recharge basins and drainage structures during construction, and cleaning the recharge basins, culverts, manholes, stilling basin, piping and swales of silt, sediment and debris after construction, dust and odor control, and implementation of the approved plans. Placement, compaction and grading of Barrier Protection Layer material in excess of 12 inches thick as necessary to construct culverts under roads as shown on the Drawings is included in this payment item." 8. Section 4.3 —Geomembrane, (C)(3) Prequalification of the Geomembrane, following the last paragraph add the following: "The conditions for performing the ASTM Standard Test Method D5321-92 Determining the Coefficient of Geosynthetic/Geosynthetic and Soil/Geosynthetic Friction by the Direct Shear Method shall be with a normal force of 125 psf, 250 psf and 500 psf at a shear rate of 0.04 inches per minute under saturated and unsaturated conditions. The results shall be presented for both peak and residual." 9. Section 4.3 —Geomembrane, delete Table 4.3-1, 60 Mil Textured HDPE Geomembrane in its entirety and insert Table 4.3-1, (Revised) 60 Mil Textured HDPE Geomembrane (copy attached). 10. Section 4.3 — Geomembrane, (F)(6)(e)(5) first line, change the words "If loss of pressure exceeds 2 psi,...."to read"If loss of pressure exceeds 3 psi,...." 11. Section 4. 4 — Geocomposite, delete Table 4.4-2, Geocomposite Property Values in its entirety and insert Table 4.4-2, (Revised)Geocomposite Property Values(copy attached). DRAWINGS 1. Drawing No, .27, Borrow and Reclamation Area Grading Plan: The north arrow should be rotated 90° clockwise. GENERAL INFORMATION 1. Attached to this Addendum No. 1 is the Attendance List for the Pre-Bid Meeting held on October 19, 2000. ♦1314W024002.doc(R03) Page 3 of 5 2. During the Pre-Bid Meeting bidders were informed of the following: a. Waste has been found in the northern and western sidewalls and the floor of Recharge Basin No. 4. As a result, the Owner will not perform preliminary grading of Recharge Basin No. 4 as originally intended. Instead, removal of the waste and backfilling with General Fill and all grading work for Recharge Basin No. 4 will be added to the Work of the Contract. This will be addressed in a second addendum and a new bid item will be added for this work. b. The high voltage electric utility towers and overhead lines shown on Drawing No. 3 will be removed prior to construction. As a result, the Capping at LIPA Pole Detail for connection to the LIPA tower foundation shown on Drawing No. 18 will be deleted from the Work of the Contract. This will be addressed in a second addendum. c. The estimated quantities shown on the bid sheets are estimates. Variations from the estimated quantities are anticipated. Bids for unit price items shall apply regardless of variations in quantities and bidders should take this into consideration in preparing their bids. ♦1314\a 1024002.doc(R03) Page 4 of 5 Y • 0 1 Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314W024002.doc(R03) Page 5 of 5 PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN-IN SHEET OCTOBER 19,2000 (please print) • Contractor Name of Contractor's Signature Telephone Number Fax Number/e-mail Address Representative Z6R/vZnVL6jk65 chlN5 rpgCAS5A 63f 585-666S 63/ 58S - 6673 8-i a- G u-i ?art too 65f- L,..,.•�t��C •�t. -100 &e-y a J_� �3 ��7S'- G ?o Z-3-715 3 s•�c.p C� I.i y')Y-,E Caj5rtzJ,--n,k- e_ Co �03� 4 7 -3t O� �0 3► �`�`'7-3S 3/ �_G 3 \IA n - 7 �7, 5 - 79' 6 I dW N O � �vt 'Ino ,�QN�f'i �G���t �(,�r c� Imo.-..��-�' �i� �� �C� C� �7� - 7 �i � 7 ♦1314V 1018002.doc page 1 ox 2 PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO.2000 SOUTHOLD LANDFILL CLOSURE SIGN-IN SHEET OCTOBER 19,2000 (please print) • Contractor Name of Contractors Signature Telephone Number Fax Number/e-mail Address Representative W ILII 1r1 UI/�L't/M .JO/Yn/ LJ.�F�7 F156 X83 ,'t�fUJ gam, - 7K3-�S37 - Ca - s - 8072 - a oa .?ac C,31 -2,6 631 -265- X1366 (o-3 2--zz 031 - ya&z Z v '_ (.&249- 8i z4 '-L- CV-01J\C 9(t 963 -160D <) I+ 63 3 9S 9 y-r CoSrfr�9cr ¢ 631-74-7- .1314U1018002.aoc page 2 of 1/ Table 4 .3-1 REVISED 60 MIL TEXTURED HDPE GEOMMdBRANE Specified Property Test Method Units Value Qualifiers�l� Thickness ASTM D5994 Mils 54 Minimum Density ASTM D1505 g/cc 0. 94 Minimum Melt Flow Index ASTM D1238 g/10 1.0 Maximum Condition E minutes (190°C, 2.16 kg. ) Carbon Black % ASTM D1603 % 2-3 Carbon Black ASTM D3015 Rating A-1, A-2, Dispersion B-1 Tensile Properties ASTM D638 Type IV, 2-inch gauge length Dumb-bell @2 ipm • Strength at Yield PPI 130 MARV(2) • Strength at Break PPI 75 MARV(2) • Elongation at % 13 MARV Yield • Elongation at % 120 MARV Break Tear Resistance ASTM D1004 Die C Pounds 45 MARV Puncture Resistance FTMS 101B Method Pounds 80 MARV 2065 Environmental ASTM D1693 10% Hours 1500 Minimum Stress Crack Igepal, 50°C Dimensional ASTM D1204 100°C, % change ±2 Maximum Stability 1 hour Thermal Stability ASTM D3895 200°C, Minutes 100 Minimum OIT 1 ATM 02 Low Temperature ASTM D746 Degree F -107 Maximum Brittleness Procedure B Coefficient of ASTM D696 x10-' 2.0 Typical Linear Thermal cm/cm°C Expansion Volatile Loss ASTM D1203 % 0.3 Maximum ♦1314\A1024003.doc(RO1) 4 . 3-10R a Table 4.3-1 (continued) REVISED 60 MIL TEXTURED HDPE GEOMEMBRANE Specified Property Test Method Units Value Qualifiers(l) Water Absorption ASTM D570 % 0.1 Maximum Resistance to Soil ASTM D3083 (as Burial modified in NSF 54 Appendix A) • Tensile Strength % change 10 Maximum at Yield and Break • Elongation at % change 10 Maximum Yield and Break Hydrostatic ASTM D751 PSI 350 MARV Resistance Seam Strengths ASTM D4437 • Peel Strength (Wedge) PPI 88 & FTB Minimum • Peel Strength (Extrusion) PPI 63 & FTB Minimum • Shear Strength (Wedge) PPI 84 & FTB Minimum • Shear Strength (Extrusion) PPI 84 & FTB Minimum (')MARV = Minimum Average Roll Values. (z) The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. ♦1314\A1024003.doc(RO1) 4 . 3-11R Table 4 .4-2 REVISED GEOCOMPOSITE PROPERTY VALUES Fabric Property Teat Unit Specified Qualifier Method Value Geonet Component: Polymer % 95 Minimum Composition polyethylene by weight Polymer ASTM D1505 9/cm3 0 . 94 MARV Specific Gravity Polymer Melt ASTM D1238 g/10 min 0 . 1-1 . 0 MARV Index Carbon Black ASTM D4218 % 2-3 Range Content ASTM D1603 Foaming Agents N/A % 0. 0 Maximum Nominal ASTM D5199 Inches 0 .20 MARV Thickness Compressibility ASTM 1621 % 50 Maximum @ 20, 000 psf Tensile ASTM lbs/in 45 MARV Strength D5034/5035 (machine direction) (MD) Transmissivity ASTM D4716 m2/sec 1 x 10-3 Minimum (2)15, 000 psf 1 . 0 HYD. GR. Geotextile Component: See Table 4 . 4-1 Geocompoaite: (3) Transmissivity ASTM D4716 m2/s 3 . 0 x 10_5 Minimum (2) 10, 000 psf 1 . 0 HYD. GR. Ply adhesion (4) ASTM F904 Win 0 . 5 Average or ASTM D413 Tensile ASTM D4632 Lbs 500 Minimum Strength (MD) ♦1314\A1024003.d0c(RO1) 4 . 4-9R a Table 4.4-2 (continued) REVISED GEOCOMPOSITE PROPERTY VALUES Notes : 1 . All values except transmissivity represent minimum average roll values (i .e. , any roll in a lot should meet or exceed the values in this table) . 2 . The geocomposite shall be sandwiched between two steel plates . The minimum test duration shall be 1 hour and the report for the test results shall include measurements at intervals over the entire test duration. 3 . Component properties are tested prior to lamination and are not tested on final product . 4 . In lieu of testing manufacturer may substitute documentation that geocomposite system properties has friction angle performance suitable to application proposed. ♦1314\A1024003.doc(RO1) 4 . 4-10R t OCT-2S-00 08:41 FROM- . ID1 0364867S PACE 1/6 P�IVILFGFD AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential Dvirka matter. If you have received this fax in error, please notify us immediately by a collect telephone call to(516) 0 and 364-9890 and return the original to the sender by mail. We will reimburse you for postage. Do not disclose the BaftilUCC• contents to anyone. Thank-you. CONSULTING ENGINEERS 330 Crossways Park Drive,Woodbury, New York, 11797-2015 516-364.9890-Fax. 518-364-9045 D&B FAX NO: (596) 364 - 9045 DATE: October 25, 2000 COMPANY NAME: Town-of Southold ATTENTION: Jim 9unchuck FAX NO.: 631-734-7976 FROM: Dave GIaS5 SUBJECT: Addendum No. 2 JOB#: NO. OF PAGES: Six (including cover sheet) ----- MEssaG : Imo' J'mLILA S w� a� Enclosed please find draft Addendum No. 1. Please let me know if you have any comments. Thank you, Dave ♦�� Ile Gree ,r �, . � ��/4,rti► a.i����/�x'� ��y,w�p— cdv A DIVISION OF WILLIAM F COSULICN ASSOCIATES,P.C. OCT-25-00 Oe:41 FROM: • ID: S4064@675 PACE 2/6 TOWN OF SOUrTHOLD SUFFOLK COUNTY,NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000- GENERAL CONSTRUCTION ADDENDUM NO. 1 OCTOBER 25, 2000 THIS ADDENDUM CONSISTS OF 5 PAGES AND 6 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents, TECHNICAL SPECIFICATIONS 1. Section 1.5— Health and Safimy Plan, add the following paragraphs to section(H), Health and Safety Plan, "7. As a separate section of the Health and Safety Plan the Contractor shall present procedures to be implemented in the event that hazardous materials are encountered during the Work. The procedures shall be in compliance with the requirements of 29 CFR 1910.120, Hazardous Waste Operations and Emergency Response. The procedures shall describe the personnel and equipment which shall be used to secure and stage hazardous materials and prevent exposure of on-site personnel and the surrounding community to hazardous materials, if encountered. The separate section of the Health and Safety Plan shall identify the availability of the personnel and equipment. The state of availability and readiness of the equipment and personnel sha11 be as required to prevent any delays in performing the Work in the event that hazardous materials are encountered. However, management of hazardous materials, if required by the Contractor, would result in a change in Contract Price. "8. In the Health and Safety Plan the Contractor shall identify the methods which will be implemented to minimize impacts to nearby residences during performance of the Work. The Health and Safety Plan shall discuss the proximity of residences to Waste Excavation Area 1 shown on the Drawings and means and methods to control dust, odor, vapors, waste,etc., from impacting the residences during the Work." 2. Section 1.7--Temporary Services/Security, add the following: "6. Temporary Truck Stand "a. The Contractor shall furnish a temporary truck stand to facilitate the Engineer's examination for measurement for payment of the contents of vehicles used to 41314\al024002.doe(RO2) Page 1 of 5 OCT-25-00 09:42 FROM: . ID 3649675 PACE 3;6 transport General Fill. The truck stand shall be a platform/ladder combination, McMaster-Carr Model No. 8229T14 or approved equal. The Contractor shall relocate the truck stand as necessary during the work as directed by the Owner to facilitate the Engineer's examination of the content of vehicles used to transport General Fill. The Contractor shall provide a safe and level surface for the truck stand." 3. Section 1.14 — Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4): a. Delete the last sentence in the first paragraph of Section (a) and replace it with the following: "Payment for Daily Cover placed in the areas of exposed waste shall be paid under Bid Item 6." b. Delete the words"...within the Limits of Waste."from the last sentence in paragraph(b). 4. Section 1.14—Measurement and Payment, Contour Grading Material, General Fill and Daily Cover from On-Site Sources (Bid Item 6), delete the last two sentences of paragraph (b) and replace with the following: "The bid unit price for Bid Item 6 shall include all costs associated with shaping and grading of Contour Grading Material, General Fill and Daily Cover placed to construct the drainage swales, roadways and berms; backfill, level and grade the access route to Cox Lane; and complete construction of Recharge Basins 1, 2 and 4. (Payment for removal and disposal on-site of temporary erosion control blanket and staples placed by the Owner in recharge basins is included in Bid Item 2.)No payment shall be made for excess material. If directed by the Owner, excess material placed above specified elevations shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 5. Section 1.14 — Measurement and Payment, Gas Venting Layer from On-Site Sources (Bid Item 8), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 6. Section 1.14 — Measurement and Payment, Barrier Protection Layer from On-Site Sources (Bid Item 12), add the following sentence to paragraph (b); "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." .1314\aI024002.dm(R02) Page 2 of 5 • OCT-2S-00 019142 FROM ID: S0648675 0 PAGE q/6 7. Section 1.14 — Measurement and Payment, Drainage Pipe, Inlet/Outlet Structures, Stilling Basin and Manholes (Bid Item 26), delete paragraph (a) and replace it with the following: "Measurement and payment for Bid Item 26 shall be the lump sum bid and shall be full payment for furnishing all labor, materials, equipment, services, incidentals, etc., to construct the storm water drainage structures complete and ready for use, including stilling basin, culverts, manholes, headwalls, inlet and outlet structures, corrugated HDPE pipe, flared end sections and appurtenances, as shown on the Drawings, and shall include all costs associated with trenching, excavation, sheeting, shoring and bracing, backfill, moisture control, compaction, relandfilling of unsuitable and excess material, dewatering and management of construction waters, including recharge of the construction waters to the landfill mass, sedimentation and erosion control, maintaining the recharge basins and drainage structures during construction, and cleaning the recharge basins, culverts, manholes, stilling basin, piping and swales of silt, sediment and debris after construction, dust and odor control, and implementation of the approved plans. Placement, compaction and grading of Barrier Protection Layer material in excess of 12 inches thick as necessary to construct culverts under roads as shown on the Drawings is included in this payment item." 8. Section 4.3 —Geomembrane, (C)(3) Prequalification of the Geomembrane, following the last paragraph add the following: "The conditions for performing the ASTM Standard Test Method D5321-92 Determining the Coefficient of Geosynthetic/Geosynthetie and Soil/Geosynthetic Friction by the Direct Shear Method shall be with a normal force of 125 psf, 250 psf and 500 psf at a shear rate of 0.04 inches per minute under saturated and unsaturated conditions. The results shall be presented for both peals and residual." 9. Section 4.3 —Geomembrane, delete Table 4.3-1, 60 Mil Textured HDPE Geomembrane in its entirety and insert Table 4.3-1, (Revised) 60 Mil Textured HDPE Geomembrane (copy attached). 10. Section 43 — Geomembrane, (F)(6)(e)(5) first line, change the words "If loss of pressure exceeds 2 psi,...."to read"If loss of pressure exceeds 3 psi,...." 11. Section 4. 4 — Geocomposite, delete Table 4.4-2, Geocomposite Property Values in its entirety and insert Table 4.4-2, (Revised)Geocomposite Property Values(copy attached). DRAWING 1. Drawing No. 27, Borrow and Reclamation Area Grading Plan: The north arrow should be rotated 90° clockwise. GENERAL INFORMATION 1. Attached to this Addendum No. 1 is the Attendance hist for the Pre-Bid Meeting held on October 19, 2000. •1314u1024002,doc(R02) Page 3 of 5 OC'T-2S-00 06:43 FROM: ID 31346E75 PACE S/6 2. During the Pre-Bid Meeting bidders were informed of the following: a. Waste has been found in the northern and western sidewalls and the floor of Recharge Basin No. 4. As a result, the Owner will not perform preliminary grading of Recharge Basin No. 4 as originally intended. Instead, removal of the waste and backfilling with General Fill and all grading work for Recharge Basin No. 4 will be added to the Work of the Contract. This will be addressed in a second addendum. b. The high voltage electric utility towers and overhead lines shown on Drawing No. 3 will be removed prior to construction. As a result, the capping at LIPA pole detail for connection to the LIPA tower foundation shown on Drawing No. 18 will be deleted from the Work of the Contract. This will be addressed in a second addendum. c. The estimated quantities shown on the bid sheets are estimates. Variations from the estimated quantities are anticipated. Bids for unit price items shall apply regardless of variations in quantities and bidders should take this into consideration in preparing their bids. ♦1314101024002 doc(K02) Page 4 of 5 ' 6C1i-25-00 06: 43 FROM: ID:IR3649675 PACE 6/6 Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury,New 'York 11797-2015 Attention: David S. Glass or by telecopier(516) 364-9045. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. I RECEIPT ACKNOWLEDGED Bidder: Legal Name of Person, Partnership, Joint Venture or Corporation By: Name and Title Date: ACKNOW7.EDG-MENT IS.AI—SO -REQUIRED ON PAGE B-1 OF BID 0 1314�.a1024002 doc(R02) Page 5 of 5 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association,organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ Q�. In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. f Dated k n _20' �� l:0 9� A�G A Legal Name of Co oration (If Corporation, affix Corporation seal) _ Byfl Name an o Signatory JAN 3 1 2001 ♦1314T0412019.doc(R02) B-11 Southold Town Clerk Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: IN FIGURES $ .�, /�'� 6 G .5O IN WORDS A-vk 7-A,10 :rixrEie.v ��.vS. •vim 7'.�/.e f /�u.vD.�£ AA/7> 5/X r7 51X 2ioGCA2 A�vD FiF�r Ce4/7"5. ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. j RECEIVED JAN 3 1 2001 Southold Town Clerk ♦1314VW 1027004.D0QRO 1) B-9R ., • • By submission of this Bid, the. BIDDER and each person signing on behalf of any BIDDER 7 certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury,that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ 5% . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated,the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Mahagement Service, Surety Bond Branch, U.S. Department of the Treasury. January 23 0 11 1 Williams Environmental Services, Inc. Dated 20 Legal Name of Corporation (If Corporation, affix Corporation seal) By a e and i e of Signatory Z. L ell Taylor Presi ent a E G E I V E D ♦1314TO412019.doc(R02) B-11 JAN 3 1 2001 sournwm #own clerk / Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: INFIGURES SSo G a50 A?4z.00 _ IN WORDS FiVE 1"iLICiaA1 six 14V? ,o 7WEA171j�lVf 7*H0t59r'D 7'Wo If&WA? 0 Nii✓e-T7-Two P04442f ALTERNATE Bids will-be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or Any other claims by the BIDDER on account of such omissions or additions. RECEIV-ED JAN 3 1 `2001 SOWtlluld town Clerk ♦1314W 1027004.DOC(ROl) B-9R ' FEB 07 '01 01:42PH SOUTF• T01,111 HALL. 516 7r5 1823 � F. ZORN INDUUI-ES, INC. Iti ilk tfMiS1i�1' ftx To ScuftM Town Supww w From: Cwowptw M. Fmmu An$ in, Jew+Codm No 6oug"m Lwo Clears lynx (631)705-18Z3 Owl 2ff/01 pho"m (631)765.1®68 mesa Z E3 use a Pot Review a Plf�**MONO o P%"*MMy o pbow flews 1863 POND ROAD RONRONKOMA. N,LrWYOatX]1779 ' PHONE(631) 185-6661 FAX. (631) '83-6673 GT!NT Td_ JIM CMA ZlI 62b FEB 07 '01 01:42PH 'DDI ITHO T01-111 WILL FIG. 7617 1' '� � F'. 1 '•�;'1i ,�t iii"!�":'tiS..;';,��; FsWu&ry 7,2WI Sourow TOM Sup&vbw ATf,Jean COOMan SM Main Road Southold,New York 11971 RE:Sou idd LawdRN ONswure Daar Mrs.Codwon: This hater is to response to the bid Isfting results for The SoAvW Len W Closurs(CarkVd 6t 2000). Zan hlduw%s,Mc.wss a bidder on the:bone mw6oned Prole wW we feel W*we were Ute wmd qualified bidderfor'evm reasons. Fim off, It has been brought to our aft ft that Terry Cattro*v&MdtwW$, ft may vim**be under l""Wgattn 1br lblsttylrtp pr evawq wspe reports cn o Wgft s Ex+blio works proleoft Wow* in cwftd with the New York StaM Depsrtmant of labor to cm OTI this ktibrrrt fdM After r$VW*ng seMd prapOal booNtet:e for tills oorttrsct st the Agpe decks Wo we nvtloed that the faw bidder did riot M100 an effort b WMIY WMh the 8,19%tNeEI M goal vrFNCh ON bidders wars in"ad to ad,era b. in addluort,there ars awerst Mrre iW"pct o on Terry Ca*g*Vs tid pr oFa s that do rat appear to be , No"* in mw d the 'prged epeaMtoetiom lift iYmxh* mm d#(on Vw0 From tole Soames), ibem 0 10 ft Rap, atone Fel, Orwvei FM, i5 ftrto Matbaa), ffi ft M d 25MWw supply W44 S Eteetrtoal&+rvloe). vVb do Trot undsrslartd how their ramtbera can ee ,, fcno*"the oval d rnaa w anti t►te labor to it'tstalll them. L*W, trte eevond kwW bidder, WM'M" Env!omntm 8ervfoas,, ktc, is an aut of atels atxtb9teor wMh s bid that fslb within Iess d�sn 2 pervettt of out vwn bid amour! 1Me atMr�s believ'sd that Ioosl s esped*y whom ttro ^ft b to wwk w"omvtuc oon�,tlxt�bY owed dawn �, s►Realinp iooai oompentes. I hope ttwt thM MW vdlt allsi:rt you in ycur setecuxt prvoeee fix the moat respc%ble bidder,eepeCie Shm we redo that I"io of"asew"for this pmjoa F I oen be of WT furter aaemom to you, pleaeo contact me at(634)5868645.Thant you. sin mwy, ��� . Chrtstopher M.Fracessa Carty Ert tww Co. Cali xom-Lom W"bAee 1863 POND ROAD RONd'ONXOMA; IVLW YORK]1779 • PHONE(631) 585-6665 FAX (MI) S15-6673 8T-'bT Too Le 83.d zed 6Tb By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER rtifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under enalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not r. sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and h b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with an agreement or rules of.:an group, : ' . Y Y g Y p, r association, organization or corporation; and All c. Unless otherwise required by law, the prices which have been quoted in this Bid have not r been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the 1 faithful performance of all terms, covenants and conditions of same,with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as j published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. spy Dated / 2001 —T4 ✓i PSS' � � Legal Name of Corporation I (If Corporation, affix Corporation seal) By Name and Title of SignaterF C 9 1 V E D ♦1314\F0412019.doe(R02) B-1 1 JAN 3 1 2001 bouthol0 sown Clerk i • G)D^ m Closure T (REVISED)(continued) INFIGURES $ IN WORDS 1164;—: KK L 00 56Q)v k Amp?NIRIMA/ mtw% 4�, Q6H r rluN YC-0 kxmry - iT G3JA ,ago FtFry CEN-M--, ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adj Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown or. Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2001 i' .%of Olcl TOWn Clerk ♦1314\A1027004.D QR01) B-9R By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association,organization or corporation; and - c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 0 8. The undersigned submits herewith Bid Security in the amount of $ D In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract.The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated 0 C 06f(' �, 20DO /2"S,� Legal Name of Corporation (If Corporation,affix Corporation seal) e�ti A Ala -� By Name ani Title of Signato �% Pi v e Q •1314*F0412019.doc(R02) B-11 JAN 3 1 2001 Southold Yown Clerk Town of Southold Southold Landfill Closure BID SHEETS REVISED continued TOTAL AMOUNT OF BID: IN FIGURES IN WORDS ALTERNATE Bids will be compared on the basis of the AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Eltimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. Th�le OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2001 56utnoid Town Clerk ♦1314\A1027004.DOC(RO1) B_9R 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract.The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously,with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated 2 20 oc7 "� Legal Name of Corporation (If Corporation, affix Corporation seal) By Name and Title of SignatgQrjE C E 1 V E D V (�S` JAN 3 1 2001 ♦1314T0412019.doc(R02) B-11 boutnow 15own Clerk Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: IN FIGURES $ ®1 5 42 , IN WORDS -f. rbr I L IL 6 Lo v c�e►t O cin U ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED- JAN 3 1 2001 S001no,d )own Clerk ♦1314W 1027004.DOC(RO1) B-9R y submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER and in the case of a joint Bid each party thereto certifies as to its own organization, under or perjury,that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation;and C. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and f d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 84u The undersigned submits herewith Bid Security in the amount of $ y. In case this Bid is pted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date o receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to Zte and deliver a performance bond and a labor and material payment bond in the amounts required n the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9.'' The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract.The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated 1 20--QL fl,.I Ve LL L L al Name of Corporation (If Corporation, affix Corporation seal) 4 B ES SDC-:rvi e Title of illatory RECEIVEp ♦1314T0412019.doc(R02) B-1 I , JAN 3 1 2001 S M910 lows Geek Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: Q INFIGURES S G 09 3.3 0,0 C) IN WORDS I LLW?J, 1Mcr(,TKvL� -Tgt a- t v�jmgn Mogen I D&—Lez Asip t46 cie-wn ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED r JAN 3 1 2001 bownum town Clerk ♦]314\A1027004.D0QR01) 13-9R 0 • Submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER i� in the case of a joint Bid each party thereto certifies as to its own organization, under rjury,that to the best of knowledge and belief: The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation;and Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening,directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. e undersigned submits herewith Bid Security in the amount of $$350, 0_. In 0cse a 00 his Bid is d by the OWNER, and'the undersigned shall refuse or neglect, within fifteen (15) days after date t of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to and deliver a performance bond and a labor and material payment bond in the amounts required e form prescribed, the amount of Bid Security shall be forfeited and will be retained by the R as liquidated damages, otherwise the total amount of the Bid Security will be returned to the or in accordance with provisions set forth in the Instructions to BIDDERS. The undersigned acknowledges that a performance bond and a labor and material payment bond required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned that if he is designated the apparent successful BIDDER and is issued a Notice of Award, eously with delivery of the executed counterparts of the Agreement, he shall furnish to the such bonds equal to one hundred percent of the amount of the contract, conditioned for the 'performance of all terms,covenants and conditions of same,with a surety company authorized to siness in the State of New York, as surety and named in the current list of "Companies Holding cates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as P ed in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. ment of the Treasury. D& November 29 2Q_00 Eastern Resource Service, Inc. Legal Name of Corporation O4V'rporation,affix ration seal) /e-Pres y nthon Quarant, ident r� Name and Title of gnafory ``1(t 19ECEIV 1�1 12019.doc(R02) , B-11 JAN 3 �urttf�ld � Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: C IN FIGURES $ IN WORDS One 4 df- T- o koasand XrneC—e-lf-s- • ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only, The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2001 50urnvio town Clerk C ♦1314W 1027004.DOC(R01) B-9R ".ssion of this Bid, the BIDDER and each person signing on behalf of any BIDDER the case of a joint Bid each party thereto certifies as to its own organization, under ry,that to the best of knowledge and belief: prices in this Bid have been arrived at independently without collusion, consultation, unication, or agreement, for the purpose of restricting competition, as to any matter Ming to such prices with any other BIDDER or with any competitor, and BIDDER has not ght by collusion to obtain for itself any advantage over any other BIDDER or over R; and is Bid is genuine and not made in the interest of or on behalf of any undisclosed individual entity and is not submitted in conformity with any agreement or rules of any group, sociation, organization or corporation; and C,„. bless otherwise required by law, the prices which have been quoted in this Bid have not n knowingly disclosed by the BIDDER and will not knowingly be disclosed by the IDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; t. attempt has been made or will be made by the BIDDER, directly or indirectly, to induce y other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 5o)n o� a o The undersigned submits herewith Bid Security in the amount of 3-lu0In case this Bid is pled ,y,ffie OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date eipt>of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to ute and,deliver a performance bond and a labor and material payment bond in the amounts required in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the R as liquidated damages, otherwise the total amount of the Bid Security will be returned to the sitor in accordance with provisions set forth in the Instructions to BIDDERS. The undersigned acknowledges that a performance bond and a labor and material payment bond be required of the BIDDER to whom the OWNER proposes to award the Contract.The undersigned s that if he is designated the apparent successful BIDDER and is issued a Notice of Award, ltaneously with delivery of the executed counterparts of the Agreement, he shall furnish to-the R such bonds equal to one hundred percent of the amount of the contract, conditioned for the 1 performance of all terms, covenants and conditions of same, with a surety company authorized to business in the State of New York, as surety and named in the current list of "Companies Holding cates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as fished in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. ariment of the Treasury. �Awv� 31 20� t�le�rtrbom Construction; Inc. Legal Name of Corporation Corporation,affix co, Oration seal) Je es F fferts President �i� By Name and Title of Signatory E CEI V E D 14vM412019.aGc(xo2) B-11 JAN 3 1 2001 bournoica town Clerk BID SHEETS(REVISED)(corrtiriued) TOTAL AMOUNT OF BID: INFIGURES $ D CD INWORDS Six INS%L-L-t4� 11.E Ffuhoop— St x-T-\- A/INEi+�ousa,�� t Stx �.lu,ya2�� tJ1NE-N—�tx �u.as�.s ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. VECE1VED JAN 3 1 2:01 P � 510-ow" low& .1 1AXA im'7nne N'WIR ti B-9R 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation;and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. Bid Price. 8. The undersigned submits herewith Bid Security in the amount of 1 5% of. In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms,covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated jannar4 31 20—QL RarhPl1a Environmental nolog-g Inc. Legal Name of Corporation (If Corporation, affix Corporation seal) By me and Title of�Signatory.:> F ank Barbella, President RECEIVED ♦1314\R0412019.doc(R02) B-11 JAN 3 1 2001 .Nournoso town Clerk S Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: IN FIGURES $ ���3 �©, p O IN WORDS Sq✓e-k 1)1rdlro lot . ?r�,vo_ffccst,d'�e ►•� �/` "��� i-ecLA-.( 2RNo CP ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. QFCEIVED 1owr} Clerk ♦131 AA 1027004.DOC(RO1) B-9R 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a.. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity :with any agreement or rules of any group, association, organization or corporation;and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract.The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same,with a surety company authorized to do business in the State of New York, as surety and named in the current list of"Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated 0 2000 J.D. POSILLICO, INC. Legal Name of Corporation (If Corporation,affix Corporation seal) By JOSEPH K.$&tLICc,TMV ,c I Iva V ♦1314\M412019.doc(R02) B-1I JAN Z bovinora lowrt 4terk • Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: n IN FIGURES IN WORDS aU �o cq 0 V G -r a-� �� ¢ ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on'account of such omissions or additions. RECEIVED- JAN 3 1 2061 Southold Town Clerk 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury,that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association,organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER'or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $S°° . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract.The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms,covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as Published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated // 30 _20 �-Q iA - Legal Name of Corporation (If Corporation,affix Corporation seal) By Name an itle of Si�tpgw:—...., �1 dW6 ""- -PiCeS a'WJ E C E l V E D •1314\FM412019.doe(RM2) B-11 JAN 3 1 2001 Saurnoid ",19'Wrl Clerk O r V M Town of Southold o r • r Southold L todflll Clo9ure f" HID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: r IN FIGURES $ 7� l�_ 7 S « 0 M WORDS �e✓rte 1'?,"ll ion Live konm4e l Cle%A--4 7-hods/ Fovr b+r.neltc el S�uP�lffr �.%�h� [70 `/�,�p.,s ALTERNATE /e/1 ell' Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. r, 0 v Estimated quantities,where gives,are approximate and aro for the purpose of evaluating the proposals only. a The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of u, Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions, o y RECEIVED JAN 3 1 2001 5outhota l own Clerk 0 •1314W0270 DOC(uoI) B-9R 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid,for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. " Dated�e��rn 20 6Z) V-Nlf i QD�1JY1�11 fHL Ctm Hf.1�1�5, Legal Name of Corporation (If Corporation, affix a Corporation seal) By�'— N14and Title of Signatory �2�ymoN D Giui. Mr -u�N6 V-*VE Wtiwo ♦1314\F0412019.doc(R02) B-11 JAN 3 .1, 2001 Southold Town Clerk Town of Southold Southold Landfill Closure BID SHEETS(REVISED)(continued) TOTAL AMOUNT OF BID: IN FIGURES $ ( (�• IN WORDS &114t w Jmco S i,�rcr T6-ee -4u.j 170U-W-,s i-10CGsJI-S ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words,the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities,where given,are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. • RECEIVED JAY 3 1 2001 !J0"thOld Town Clerk ♦1314\A1027004.D0QRO1) 13-9R ADVERTISEMENT FOR BIDS TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE Sealed Bids for Contract No. 2000 for Closure Construction of the Town of Southold Landfill, Cutchogue, Long Island, New York, will be received by the Town of Southold office, located at 53095 Main Road, Southold, Long Island, New York 11971 until 3 p.m. (Local Time), on October 16, 2000, and then at said office publicly opened and read aloud. The Contract Documents, consisting of Advertisement for Bids, Instructions to Bidders, Performance Bond, Drawings, Specifications and Addenda may be examined at Bid, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Payment Bond, locations: the following Town of Southold Town Hall 53095 Main Road Southold, New York 11971 All bidders must obtain a set of the Contract Documents. Copies of the Contract Documents may be obtained at the office of Town of Southold at 53095 Main Road, Southold, New York 11971 upon depositing the sum of$100 for each set of documents. Anyone upon returning the Contract Documents in good condition within 30 days after the opening of Bids will be returned his deposit for one set. Anyone returning all other copies of the Contract Documents in good condition within 30 days after the opening of Bids shall be refunded the amount deposited, less the OWNER's actual cost of reproduction. Each Bid must be accompanied by a certified or bank cashier's check made payable to OWNER, or a Bid Bond issued by a surety licensed to conduct business in the state where the Project is located and named in the current list of"Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury, in an amount not less than five percent of the amount of the Bid submitted. The list may be ordered from the Government Printing Office Bookstore, 26 Federal Plaza, Room 110, New York, NY 10278, (212)264-3825. fD1314\BIDADV(R03) 4_1 1 0 M The Bidder to whom the OWNER proposes to award the Contract will be required to furnish performance and payment bonds and the necessary insurance certificates as prescribed in the General Conditions and the Supplementary Conditions upon the execution of the Agreement. Bidders are required to execute a non-collusive bidding certification required by Section 103-d of the General Municipal Law of the State of New York. The attention of Bidders is particularly called to the requirements as to the conditions of employment to be observed and the minimum wage rates to be paid under the contracts. Bidders are also required to comply with the anti-discrimination provisions of Sections 290-301 of the Executive Law of the State of New York. The OWNER reserves the right to reject any or all of the Bids received, to readvertise for Bids, to abandon the project, to waive any or all informalities in any Bid received and to accept any proposal which the OWNER decides to be for the best interest of the OWNER. A pre-bid meeting will be held at Southold Landfill on September 25, 2000 at 11 a.m. Town of Southold m 1314\BIDADV(R03) A-7 c-^r'cpJ �'j� D S�U� lc� A Ovlea ale i "le 4 �l We5 v /� �— �S ✓nrs t �o �ti � y 112r)e -e- .�!'w, Cre Ila, 70 5' - 3 y�� a- ,� - 3v Sf �o � 3 70 a _ 9q (14L� S I�ir --t''"►" l G 4 S � - U 3 7/ate l ��9 � . 99' qq OL :s-r , 9 a ,' o- � e J l q q a 79. 49 - V7fy� f The World 1) Consent Order 2) ECL Law& Rules and Regulations Environmental Facilities Corp. 3) Grant Contracts 4) Loan Contracts Plan to Construct a Cap =must comply with: 1) Consent Order 2) ECL Law&Rules and Regulations 3) DEC approval 4) Any other approvaWpermits required????? (A 4 W fIg I , ,-/� LAA Ij r e . -- 1IJA,� r eg DEC approved Plan Technical specifications and Plans drawn up. Must Bid the project: 1) follow NYS Law re: Public Works projects 2) Follow any federal requirements 3) Follow any County and Town Requirments 4) Follow and DEC requirments 5) DEC signs off on both the Contract terms and conditions and the Plan PRIOR to moving forward. D&B- 1) Draws up Plan that complies with everything and has DEC written approval (what is "everything" that has to be complied with?) 2) Then we simply 'Bid Out" the project One general contractor to build the CAP according to the terms and conditions of the Contract: i) General Terms; ii) Project Specific Terms Who is responsible for "Drawing up" the Contract and making sure that it: i) complies w/all Federal requirements ii) complies w/all State requirements iii) complies w/all county requirements(if any) iv) complies w/all Town requirements(if any) v) complies w/DEC Consent Order, (if any requirments) vi) DEC signs off on Who is responsible if something "hopped" in the contract? Bidding procedures- make sure Bidding Procedures followed comply w/: vii) complies w/all Federal requirements viii) complies w/all State requirements ix) complies w/all county requirements (if any) x) complies w/all Town requirements (if any) xi) complies w/DEC Consent Order, (if any requirments) xii) DEC signs off on Who is responsible if something is "hopped" in the Bidding Process Contract is awarded: General Contractor goes to work Who is responsible for making sure work is being done: i) timely; ii) correctly (Is'nt D&B being both the Architectural Manager and "Clerk of Works"?