Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Construction & Demolition Debris (C&D)
f V. JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER TO: All Bidders �oc��F�O(K�OGy o C=1 4F 4F OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 19, 1994 RE: Construction Material and/or Demolition Debris Haul S Disposal Services Solicitation ADDENDUM NO. 1 Contract Document Revision(s) Submission Requirements: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1801 1. Pg. Ar7, Par. 8.0, Execution of Agreement, Furnishing of Bonds. Performance Bond - A Performance Bond shall be in the amount of two hundred fifty thousand dollars ($250,000) . 2. Pg. A-10, Par. 14.0, Insurance and Bonds, 14.1 (2) . General Liability. Coverage for the above will be required in not less than the following amounts: SINGLE LIMITS OF LIABILITY: One Million Dollars ($1,000,000). AGGREGATE LIMITS OF LIABILITY: Five Million Dollars ($5,000,000). 3. Pg. 13, Par. 20.0, Subcontracts. Delete (2) "require-the-Disposal-Si-te-Eont-meter-te-€urnisb-to-Eontraeter-and the -Tow n-a-performanee-bonel-guaran teeing -the-avaHebi+ity-of-the-Dtspesal-Site t7hrougbeut-the-term-of-the-Agreement: 4. Information Schedule J, Pg. 7, IV. Attachments. Delete reference to "performance bond". JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER fOIk�oG� � z OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 21, 1994 Richard Zambelli, Vice President Planet Waste Management, Inc. 45B Sea Cliff Avenue Glen Cove, New York 11542 Dear Mr. Zambelli: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1801 The Southold Town Board, at a regular meeting held on June 14, 1994, accepted the bid of Star Recycling, Inc., at the unit bid price of $18.43 per cubic yard, for Construction Material and/or Demolition Debris (CSD) Haul and Disposal Services. Returned herewith is your $100,000 Bid Bond. Thank you for submitting your bid on this proposal. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure i R JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICSMARRIAGE OFFICER y t♦ RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER?,.,_` OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 21, 1994 Roy A. Schelin North Fork Sanitation 385 Locust Lane Southold, New York 11971 Dear Roy: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1801 The Southold Town Board, at a regular meeting held on June 14, 1994, accepted the bid of Star Recycling, Inc. , at the unit bid price of $18.43 per cubic yard, for Construction Material and/or Demolition Debris (C&D) Haul and Disposal Services. Returned herewith is your $100,000 Bid Bond. Thank you for submitting your bid on this proposal. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure JUDITH T. TERRY TOWN CLERK REGISTRAR, OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER o�oS�FFot,��o� 0 ca Z OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1800 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON FEBRUARY 22, 1996: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Jean W. Cochran to execute a Consent to Assignment and Assumption Agreement between New York Acquisition Sub, Inc. and the Town of Southold, which agreement consents to the assignment of the Contract for Construction Material and/or Demolition Debris (C&D) Haul and Services from Star Recycling, Inc. to New York Acquisition Sub, Inc.; said agreement all in accordance with the approval of the Town Attorney. X� Judith T. Terry Southold Town Clerk February 23, 1996 • • BELL, BOYD & LLOYD THREE FIRST NATIONAL PLAZA 70 WEST MADISON STREET, SUITE 3300 CHICAGO, ILLINOIS 60602-4207 312 372-1121 FAX 312 372-2098 April 29, 1996 BY FEDERAL EXPRESS Ms. Laury L. Dowd Town Attorney, Town of Southold Town Hall 63095 Main Road Southold, New York 11971 Re: WMX Technologies, Inc./New York Acquisition Sub, Inc. Dear Ms. Dowd: WASHINGTON, D.C. 202 466-6300 FAX 202 463-0678 At Efren Chavez's request, enclosed please find an executed original of the Consent to Assignment and Assumption Agreement between the Town of Southold and New York Acquisition Sub, Inc., a wholly owned subsidiary of WMX Technologies, Inc. I apologize for the delay in sending this to your attention. Very truly yours, Kevin J. Mc KJM:kjm cc: Efren Chavez 83644D1.DOC 04/29/96 4:59 PM ?s 5 APR 3 01996 s r., OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD April 24, 1996 Mr. John Benvengo Director, Commodity Sales Star Recycling, Inc. 123 Varick Avenue Brooklyn, NY 11237 Dear Mr. Benvengo: Please be advised that the Town of Southold does have a waste hauling contract with Star Recycling. In February, 1996, the Town agreed to assign the contract to WMX Technologies, but such assignment will only become effective when the Town receives an Executed Consent to Assignment. The Town has not yet received a Consent to Assignment. Please be advised that the Town will not accept invoices from WMX or Waste Management of New York until the executed documents are supplied to the Town Clerk. Very truly yours, aury L. owd TowncAttodnev LLD: pg cc: Ac nting own Clerk Efren Chavez JEAN W. COCHRAN Supervisor LAURY L. DOWD c Town Hall, 53095 Main Road TOWN ATTORNEY N x R, h P.O. Box 1179 O Southold, New York 11971 Telephone (516) 765-1889 Fax (516) 765-1823 OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD April 24, 1996 Mr. John Benvengo Director, Commodity Sales Star Recycling, Inc. 123 Varick Avenue Brooklyn, NY 11237 Dear Mr. Benvengo: Please be advised that the Town of Southold does have a waste hauling contract with Star Recycling. In February, 1996, the Town agreed to assign the contract to WMX Technologies, but such assignment will only become effective when the Town receives an Executed Consent to Assignment. The Town has not yet received a Consent to Assignment. Please be advised that the Town will not accept invoices from WMX or Waste Management of New York until the executed documents are supplied to the Town Clerk. Very truly yours, aury L. owd TowncAttodnev LLD: pg cc: Ac nting own Clerk Efren Chavez s RECEIVED MAR 2 5 1996 To: All ReSource NE Certificate of Insurance Holders Southold lawn Clerk From: Anthony Cucinotta Waste Management of New York, A Division of New York Acquisition Sub, Inc. Re: Acord Certificates of Insurance Substantially all of the assets of the companies listed below have been acquired by Waste Management of Neva York, A Division of New York Acquisition Sub, Inc.: • Allied Sanitation, Inc. • Star Recycling, Inc. BQE Services, Inc. • ReSource NE, Inc. • ReSource NE of Long Island, Inc. • Townsend Equipment Rental Company, Inc. • Lehigh Carting Company, Inc. Please destroy any certificates in your possession which have any of the above listed names and replace them with this new certificate for the insured Waste Management of New York. If you have any questions, please call Efren Chavez at (718) 386 - 7900 extension 228. Thank you for your consideration. LAUR.Y L. DOWD TOWN ATTORNEY co Z OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD TO: JIM BUNCHUK FROM: LAURY DOWD RE: STAR RECYCLING CONTRACT ASSIGNMENT DATE: FEBRUARY 23, 1996 JEAN W. COCHRAN Supervisor Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Telephone (516) 765-1889 Fax (516) 765-1823 On February 22, 1996, the Town Board consented to the assignment of the C&D hauling contract from Star Recycling to New York Acquisition Sub, Inc. It is a subsidiary of WMX, Inc. (but it is really Star under a new name) . We have been assured by New York Acquisition Sub that the service will continue as in the past. The scheduling, contact people and equipment will be identical. The assignment will become effective upon the later of: -the sale of Star to New York Acquisition Sub, Inc., or -a performance bond for the new company being substituted for the current bond. Let me know if you have any questions and let the Board know if you have any problems with the new company. 0 LAURY L. DOWD TOWN ATTORNEY COD Z O � � OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD TO: TOWN BOARD FROM: TOWN ATTORNEY JEAN W. COCHRAN Supervisor Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Telephone (516) 765-1889 Fax (516) 765-1823 RE: ASSIGNMENT OF STAR RECYCLING CED HAUL CONTRACT DATE: FEBRUARY 9, 1996 Star Recycling Inc. has the contract to haul the Town's CED. They have asked the Town to approve the assignment of that contract from Star Recycling to WMX Technologies, Inc., who is negotiating for purchase of Star . Article 12 of the Specification provides that the Town must give prior written consent to any assignment of the CED contract. -1 believe the Town must seek certain assurances from WMX prior to approving the assignment. WMX should provide the Town with the same information schedules required of Star in its bid submission. This includes a statement of qualifications and experience, a financial statement, information on equipment and hauling capacity, etc. I w MAYER, BROWN & PLATT CHICAGO 1675 BROADWAY 212-506-2500 BERLIN FACSIMILE BRUSSELS 212-262-1910 HOUSTON NEW YORK, NEW YORK 10019-5820 LONDON LOS ANGELES WASHINGTON MEXICO CITY CORRESPONDENT JAUREGUI, NAVARRETE, NADER Y ROJAS M E M O R A N D U M February 16, 1996 VIA UPS (Monday Delivery) TO: Laury L. Dowd FROM: Joseph V. Cuomo RE: Contract for Construction Material and/or Demolition Debris (C&D) Haul and Services with Star Recycling, Inc.: "Amended" Amended Consent to Assignment and Assumption Agreement (the "Amended Consent") Enclosed please find the Amended Consent, which has been revised to reflect our conversation earlier today. I understand that Maurice Collins will send the required "Schedules" to you early next week. With regard to the Amended Consent, please call me if you should have any questions or comments. As we discussed, assuming the Schedules meet with the Town's approval, you may return the signed original Amended Consent to my attention. 36166322 Thank you again for your attention to this matter. JVC (212-506-2619) 7-7 FB 2 1996 r TOWN At 10^rNFy,S G('.F;C:F ?OW OF SGt11; —lo Consent to Assignment and Assumption Agreement THIS CONSENT TO ASSIGNMENT AND ASSUMPTION AGREEMENT is dated '1996 and is between New York Acquisition Sub, Inc. ("Assignee"), a Delaware corporation and a direct wholly-owned subsidiary of WMX Technologies, Inc. and Town of Southold ("Consenting Party"). WHEREAS, Consenting Party has entered into a Contract for Construction Material and/or Demolition Debris (C&D) Haul and Services (the "Agreement") between Consenting Party and Star Recycling, Inc. ("Star"); WHEREAS, Star is proposing to sell substantially all of its assets to Assignee (the "Sale"), including all of its right, title and interest under the Agreement, and Assignee is willing, upon the consummation of the Sale, to assume all of Star's obligations under the Agreement arising after the Sale; NOW, THEREFORE, in consideration of the mutual promises herein contained, Consenting Party and Assignee hereby agree as follows: 1. Consenting Party hereby consents to the assignment of the Agreement by Star to Assignee upon consummation of the Sale. 2. Upon consummation of the Sale, Assignee will assume and agree to perform the obligations of Star under the Agreement arising after the Sale in accordance with the Agreement's terms. I The agreements set forth herein shall be binding upon and inure to the benefit of the permitted successors and assigns of each of the parties hereto. 4. Notwithstanding anything to the contrary set forth herein, this Consent shall only be effective on the date of the latest to occur of (x) the consummation of the Sale or (y) receipt by Consenting Party of evidence of assumption by Assignee of the performance bond submitted by Star in connection with the Agreement (the "Star Bond") or a new performance bond submitted by Assignee in replacement of the Star Bond, which bond will have terms substantially similar to the terms of the Star Bond. Town of Southold By: Name: Title: New York Acquisition Sub, Inc. By: Name: Title: 36165925 BIDDER'S SOLICITATION CONSTRUCTION MATERIAL AND/OR DEMOLITION DEBRIS (C&D) HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS ' TOWN OF SOUTHOLD STATE OF NEW YORK i ' Prepared by: Solid Waste Task Force Technical Committee 53095 Main Road ' Southold, NY 11971 J 1 C NOTICE TO BIDDERS Construction and Demolition Debris (C&D) Haul -Disposal Services The Town of Southold will receive sealed bids For construction and demolition debris haul -disposal services until the time and at the location herein specified which will then be opened and publicly read aloud; ' PLACE: Office of the Town Clerk Southold Town Hall 53095 Main Road 1 Southold, New York 11971 (516) 765-1800 ' DATE: Thursday, May 26, 199q TIME: 1:00 P.M. EDST (LATE BIDS (JILL NOT BE OPENED) The offer to be made in accordance with this Bid 1 Solicitation shall include a bid on the Following: A bid price per cubic yard, to provide equipment and labor For hauling and disposing construction and demolition debris at the Contractor's construction and demolition debris disposal site. The term of this Agreement shall be ' three (3) years commencing on July 10, 199q- If the Town enters into an intermunicipal construction and demolition debris haul/disposal Agreement, the Town may terminate the Agreement i at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town, at its sole ' discretion, shall have the option of renewing the Agreement for two additional one year terms by giving Contractor written notice of its intention to renew at least thirty (30) days ' prior to the expiration of the term. Bids must be made in writing on the Forms Furnished and ' shall be accompanied by a Bid Guaranty in the form OF certified check, money order, bank draft or standard Form letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to Furnish a Performance Bond, and insurance in accordance with the instructions in the Bid Solicitation. 1 d The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest OF the Town of Southold. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding forms may be examined free of charge and at the following location on weekdays From 8:00 A.M. to q:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable Solicitation may be picked up at: OfFice of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 fifty dollars ($50.00) Bid Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M., Thursday, May }q, 19911 at: Southold Town Hall 53095 Main Road Southold, New York 11971 All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (516) 734-7685. Judith T. Terry ' Town Clerk For further information regarding bidding requirements, contact Judith T. Terry (516) 765-1800. For information regarding Town OF Southold waste program and haul -disposal operations, contact James Bunchuck (516) 734-7685. 1 r r u J TABLE OF CONTENTS GLOSSARY OF TERMS SECTION A - SUBMISSION REQUIREMENTS 1.0 Project Purpose 2.0 Schedule 3.0 Examination of Agreement Documents '1.0 Information to be Submitted q.1 Contractual Bid '1.2 Supplemental Information 5.0 Bid Format S.1 Binding 5.2 Form Preparation 6.0 Submission of Bid 6.1 Withdrawal of Bids 6.2 Questions & Addenda 7.0 Bid Guaranty 8.0 Execution of Agreement 9.0 Consideration of Bids 10.0 Selection of Contractor 11.0 Acceptance of Bid 12.0 Assignment 13.0 Limitation of Funds Available 1`t.0 Insurance and Bonds 1`i . 1 Insurance 1'1.2 Bonds 15.0 Indemnity (Hold Harmless) 16.0 Payments 17.0 Default 18.0 Term df Agreement 19.0 Service Agreement 20.0 Subcontracts 21.0 Rights and Options SECTION B - BID SPECIFICATIONS 1- 3 A- 1 A- 1 A- 1 A- 2 A- 3 A- 3 A- H A- 5 A- 5 A- 5 A- 6 A- 6 A- 6 A- 7 A- 7 A- 8 A- 8 A- 9 A- 9 A- 9 A- 9 A- 9 A-11 A-11 A-12 A-12 A-12 A-13 A-13 A-1'1 N -M 1.0 Requirements B 1 2.0 Program Goals and Objectives B- 2 3.0 Potential Regulatory and Operational Changes B- 2 q.0 Character of the Solid Waste B- 2 4.1 Quality and Characteristics B- 3 5.0 Program Activities B- 3 5.1 Collection B- 3 S.2 Loading Mode B- H 5.3 Town of Southold Accident and Damage Policy B- H S.q NYSDEC Part 360 Permit to Operate B- 5 6.0 Haul Services B- 5 6.1 Work. Included B- 5 6.2 Equipment B- 5 6.3 Weighings B- 6 6.1t Routing Node - Contractor's Responsibility B- 7 7.0 Disposal Services Program Activities B- 7.1 Work Included B- 7 7.2 Operational Capacity B- 7 7.3 Permit Requirements B- B 7.3.1 Disposal Sites Inside ' State of New York. B- 9 7.3.2 Disposal Sites Outside State of New York B- 9 ' 8.0 Safety and Health Regulations B-10 B-11 9.0 Operations and Procedures 9.1 Supporting Data B-12 SECTION C - TOWN OF SOUTHOLD SOLID WASTE HAUL/DISPOSAL SERVICES C- 1 ' 1.0 Intent C- 1 2.0 General Bid Statement C- 1 3.0 Unit Price Bid Schedule C- 6 ' 3.1 Compensation C- 6 3.2 Evaluation Unit Bid Price Formula C- 7 't.0 Bid Security Acknowledgment C- 8 '5.0 Information Schedules C- 6 Information Schedule A ' Information Schedule B Information Schedule C Information Schedule D Information Schedule E Information Schedule F Information Schedule G Information Schedule H Information Schedule I ' Information Schedule J Information Schedule K Information Schedule L ' Information Schedule M SECTION D - APPENDICES ' Appendix. A Sample Operating Agreement Appendix B New York State Department of Environmental Conservation Permit ' Appendix. C Accident Report Appendix D Town of Southold SWMP (Executive Summary) Appendix E Town of Southold Solid Waste Profile ' Appendix F Chapter '18 of the Code of the Town of Southold GLOSSARY OF TERMS ADMINISTRATOR - Shall mean the Coordinator of construction and demolition debris Cor his agent) of the Town of Southold, New York. AGREEMENT - Shall mean a form operating agreement set forth by the Town and resulting from this Bid Solicitation between the Town of Southold and the successful Bidder to be executed in 199`t . AGREEMENT DOCUMENTS - Shall include the notice to bidders, instructions, bid solicitation, bid forms, information schedules, proposal, payment bond, bid bond, Agreement, performance bond, certificates of insurance, glossary of terms any general conditions or special conditions, and any addenda. the Agreement Documents will form a part of the Agreement. AGREEMENT YEAR - Shall mean the period from July 10, of a calendar year to July 9, of the next calendar year. BIDDER Shall mean any party or parties submitting in proper form a bid to perform the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perform the specified work will thereafter be known as the Contractor -1 ' BID PRICE - Shall mean the unit cost to determine the ranking of bidders. ' BID SOLICITATION - Shall mean this document, specifications, and any bid addenda issued. ' COMMENCEMENT DATE - Shall mean July 10, 199q - CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) - Shall mean solid waste resulting from the construction, renovation, ' equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, bricks, concrete and other masonry materials, soil, rock, wood, wall coverings, plaster, drywall, non -asbestos insulation and roofing shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) DISPOSAL ' SITES - Shall mean any site designated by the Contractor where construction and demolition debris is disposed of in a manner that minimizes environmental hazards and is permitted under the ' design and operation requirements of 6NYCRR Part 360 or alternatively outside the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. GLOSSARY - 1 r 11 CONTRACT DOCUMENTS - Shall have the same meaning as Agreement ' Documents. CONTRACT YEAR - Shall have the same meaning as Agreement Year. ' CONTRACTOR - Shall mean the party contracting to perform the work, or the heirs, executors, administrators, agents, or ' successors thereof. COORDINATOR - Shall mean the coordinator of construction and ' demolition debris for the Town of Southold. COUNTY - Shall mean Suffolk County, State of New York. ' DAILY - Sunday to Saturday, inclusive. EPA - Environmental Protection Agency (Federal). HAUL -DISPOSAL SERVICES UNIT PRICE Shall mean the Contractor's compensation in dollars for each cubic yard of construction and ' demolition debris actually hauled from the Town of Southold Transfer Station to the Contractor -Designated Disposal Site and disposed of at the Contractor -Designated Disposal Site. ' HAZARDOUS WASTE - Shall mean (1) any "hazardous waste" as deFined under the Resource Conservation and Recovery Act, q2 U.S.C. Section 6901 et seg., or "hazardous substance" as defined under ' the comprehensive Environmental Response, Compensation, and Liability Act, '12 U.S.C. Section 9601 et seg., or "hazardous waste" as defined under New York Environmental Conservation Law ' Section 27-0901 et seg., as each such law may be amended from time to time, and the regulations promulgated thereunder, and any analogous or succeeding federal, state or local law, rule or regulation and any regulations promulgated thereunder and (2) any ' other material which any governmental agency or unit having appropriate jurisdiction shall determine From time to time cannot be processed at the Facility because it is harmful, toxic or dangerous. NOTICE OF AWARD - Shall mean written notice from the Town of Southold to the successful Bidder that the Town of Southold ' intends to award an Agreement to the successful Bidder subject to compliance with all their terms and conditions of the Agreement ' Documents. NYSDEC New York State Department of Environmental Conservation. ' OSHA - Federal Williams -Steiger Occupations Safety & Health Act OF 1970, plus subsequent revisions. GLOSSARY - 2 7 'OWNER - Shall mean the Town of Southold, New York. Also may be referred to as the Town. PERMIT - Shall mean any and all permits, licenses, approvals, certificates of public convenience and necessity, franchises or authorizations which must be issued by any Governmental Body having jurisdiction thereof to legally enable the Contractor to transport and/or dispose of construction and demolition debris. 11 1 P -j 1 L PERMITTEE - Shall mean any person issued a valid permit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SOLID WASTE DISPOSAL SITE(s) - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and is permitted under the design and operation requirements of 6NYCRR Part 360 - Solid Waste Management Facilities, or alternatively outside of the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and Z) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual, firm or corporation having a direct contract with the Contractor for services, equipment, materials and/or labor. GLOSSARY - 3 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS ' SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1 1.0 PROJECT PURPOSE The Town of Southold expects that it will receive and ' need to dispose of approximately 16,000 cubic yards of construction material and/or demolition debris during the agreement year. It is possible that the Town of Southold will contract with another town to receive and dispose of their construction material and/or demolition debris. If this happens the quantity of wastes to be hauled and disposed of under this ' Agreement will increase by 10-15%. This Bid Solicitation will ensure Town of Southold's construction and demolition debris will continue to be 1) hauled from the Town of Southold Transfer Station to Disposal Site(s) and 2) disposed of at permitted ' Disposal Site(s). 2.0 SCHEDULE ' The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is ' to provide each Bidder with an idea of when certain events maw occur. The dates given are guidelines and should not be construed as Firm dates or deadlines due to the multiple parties involved in the decision making process. EVENT DATE ' Transfer Station Visits Bg Appointment Pre -Bid Conference flay 12, 199`1 ' Bid Opening Mau 26, 199`1 Town Board Reviews May 31, 199`1 'June lLi, 1991 Town Board Approval ' Agreement Executed On or Before June 30, 1994 Operations Commencement July 10, 1991 A-1 3 .0 EXAMINATION OF AGREEMENT DOCUMENTS , FAMILIARITY WITH ' THE WORK It is the responsibility of each Bidder before ' submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly; (b) visit the site of the Town of Southold Transfer Station; (c) attend and be familiar ' with the outcome of the pre-bid conference; (d) become familiar with conditions at the Town of Southold Transfer Station and Disposal Sites that may affect cost, progress, performance or Furnishing of the work; (e) become familiar with and consider all ' federal, state and local laws, regulations ordinances, permits, approvals and orders that may effect the cost, progress, performance or furnishing of the work; (f) study and carefully ' correlate the Bidder's observations with the Agreement Documents; and (g) notify the Town Clerk of all conflicts, errors or discrepancies in the Agreement Documents. ' Reference is made to the following Appendices which contain supplemental information which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement ' Appendix B: NYSDEC Part 360 Operating Permit Appendix C: Town of Southold Accident Report ' Reference is made to the following Appendices which contain supplemental information which is attached to the Agreement Documents solely for the convenience of Bidders: ' Appendix D: Solid Waste Management Plan Summary Appendix E: Solid Waste Profile Appendix F. Southold Town Code Chapter 1f8 ' This information is presented solely for the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall form their own conclusions ' A-2 Reference is made to the following information which is ' available For review by Bidders at the Town Clerk's Office during normal business -hours; 8:00 A.M. to 4:00 P.M. Monday through ' Friday. i. Pending drawings of the proposed Town of Southold Transfer Station. ' ii. Town of Southold Solid Waste Management Plan. ' This information is presented solely for the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall form their own conclusions ' A-2 and opinions from this information and shall confirm any ' information contained therein regarding facilities and equipment through site visits. The Town does not guarantee the accuracy of any information contained in these documents. Before submitting a Bid, each Bidder shall, at the Bidder's own expense, make or obtain any additional inspections, ' examinations, or studies and obtain any additional data and information which may affect cost, progress, performance or Furnishing of the work and which Bidder deems necessary to determine its bid for performing and furnishing the work in ' accordance with the time, price and other terms and conditions of the Agreement Documents. The failure or ommission of the Bidder to receive and examine any form, instrument or document, or make ' required inquiries and inspections, shall not relieve the Bidder From any obligation contained in the Agreement Documents. The Town will be justified in rejecting any claim based on facts or conditions of which the Contractor should have been cognizant. tThe submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has ' complied with every requirement of this Bid Solicitation, that without exception the Bid is premised upon performing and Furnishing the work required by the Agreement Documents, and that ' the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performing and furnishing the work. Bidders will be allowed to ask questions regarding the Bid Documents during the pre-bid conference to be held at: ' Town Hall S3095 Main Road Southold, New York 11971 May 12, 1994 at 9:00 A.M. 4.0 INFORMATION TO BE SUBMITTED WITH PROPOSAL I 11 4.1 Contractual Bid For the purpose of assisting the Town in determining the responsible Bidders For this Bid Solicitation, the Bidder is required to submit the following minimum information with his bid: i. Contractor Bid Form ii. Bid Security or Bid Bond iii. Information Schedules A through M as applicable iv. Supplemental Information as described in 4.2 A-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f L} . Z Supplemental' Information In addition to the aforementioned forms, the Bidder is required to submit the following supplemental information with his bid: i. Operational Plan: A assessment of the section shall be subsections: plan describing the Bidder's requested operation. This divided into the following o Haul A detailed summary of requirements for manpower, materials and supplies, mobile equipment, etc., shall be included to provide the Town with general anticipated guidelines For performance under the Agreement. o Disposal A detailed summary of requirements of site capacity, useful life, hours and days of the week, operation, etc., shall be included to provide the Town with general anticipated guidelines for performance under the Agreement. A copy of the current Permits to Construct and Permits to Operate shall be included. If the Disposal Site is located outside the State of New York, a copy of the current applicable laws and regulations governing the design, construction and operation of the Disposal Site shall additionally be included. ii. Litigation: A section briefly describing any current litigation which in any way may affect the Bidder's operational capability of useful life of the Disposal Sites. iii. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. ' In addition, it is the policy of the Town of Southold to encourage the participation of Minority Business Enterprises (MBE's) and Women -Owned Business Enterprises (WBE's) on ' Town projects. For this reason, the Agreement will require Contractor to use its best efforts to include among its subcontractors ' MBE and WBE firms. In the event the successful Bidder intends to subcontract in excess of twenty-five percent (25e) of the work, the Bidder will be required to submit ' to the Town an MBE/WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. iv. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site ' identified in its Bid, the Bidder shall Furnish a statement, signed by an authorized representative of the Disposal Site, which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents. THE SUPPLEMENTAL INFORMATION REQUIREMENTS MAY BE ' SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A -L) IF THE SCHEDULE PROVIDES THE INFORMATION REQUESTED AND IS INCLUDED ' IN THE BID. 5.0 BID FORMAT ' 5.1 Binding The document(s) if bound shall be in a manner that will ' provide for easy evaluation access (to lie flat when opened). Printing on both sides of the sheets, provided a quality paper is utilized that will prevent the type from showing through, is acceptable. Paper with substantial recycled content is ' preferred. 5.2 Form Preparation ' Bids shall be submitted in the form described in this Bid Solicitation. All blank spaces for bid prices shall be properly filled in, in ink or typed, in both words and numerals ' for all bid categories required. In the event a price shown in words and its equivalent shown in figures do not agree, the written words shall be binding on the Bidder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the ' event a specification is not applicable, it shall be so indicated. Incomplete bids will not be considered. ' A -S 1 J FI u 0 n r 6.0 SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless Filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set for the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: Office of the Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. 6.1 Withdrawal of Bids Any Bidder will be given permission to withdraw its Bid upon receipt of a properly notarized written request made no later than the time set for opening. At the time of opening of the bids, if such Bid is included, it will be returned to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 6.2 Questions & Addenda All questions about this Bid submitted in writing to the following: Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 Solicitation must be No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda, whether or not received by the Bidders. All questions must be received at least ten (10) calendar days before bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries concerning any addenda issued. All addenda will be on file at the Town Clerk's office at least twenty-four (24) hours before bids are opened. The Town will not be bound by oral clarifications. A-6 r 7.0 BID GUARANTY Each Bid must be accompanied by a bid guaranty (Section C, Schedule 5.0.K), without condition or qualification, which ' shall be in the sum of one hundred thousand dollars ($100,000.00). ' The guaranty may be certified check, bank draft, money order, standard form irrevocable letter of credit, or a bid bond in the form attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty. Certified check, money order or bank draft must be made payable to the order of the Town of Southold. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the furnishing of the surety bond ' or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds, insurance and other Agreement Documents are received from the successful Bidder. 8.0 EXECUTION OF AGREEMENT, FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other ' Agreement Documents for Haul/disposal services. The successful Bidder shall, at its own cost and expense, procure, execute and deliver to the Town the following documents within ten (10) days of formal Notice of Award bg the Town. ' Performance Bond - A Performance Bond shall be in an amount of five hundred thousand dollars ($500,000.00). This bond (as shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense for the term of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may determine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may suffer as the result of such breach. The ' Town's rights in this regard shall include but not be limited to A-7 J J n 7 0 a claim against the bid bond provided. The Town specifically reserves any and all other rights against the Contractor as a result of his failure to perform as required by these documents. 9.0 CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any or all bids For haul and disposal services if such action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation, each Bidder shall: A. Provide equipment, labor, maintenance and management services to haul and dispose of construction material and/or demolition debris From the Town of Southold Transfer Station to Contractor designated Disposal Site(s) as set Forth in Section B - Bid Specifications. B. Reserve and provide a minimum available capacity of 17,000 cubic yards (52 weeks/year) yearly, allowing for seasonal and other peak periods. C. Provide evidence of all current valid state and Federal permits, licenses, local ordinances, etc., required by law to receive construction material and/or demolition debris at the designated Disposal Site(s). D. Provide evidence of physical and Financial capability to perform services described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved Form of bid guaranty. Only bids solicited from Firms or combinations thereof, who have sufficient management, engineering capabilities, operating, and maintenance experience to Fulfill the Town's goals and comply with the applicable local, state, Federal laws, ordinances, regulations, e.g. New York State Department of Environmental Conservation, Resource Conservation Recovery Act and Federal Environmental Protection Agency guidelines will be accepted. The Town will review the bids and make a selection recommendation based on the evaluation criteria included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose Evaluation Unit Bid Price is the lowest. The Town of Southold reserves the right, in its sole discretion, to reject all bids submitted in response to this Bid Solicitation. 11.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award ' signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to ' execute the Agreement and other Agreement Documents. 12.0 ASSIGNMENT 1The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transfer, convey, sublet, or otherwise dispose of the Agreement or of his right, ' title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. ' 13.0 LIMITATION OF FUNDS AVAILABLE The Contractor specifically agrees that any Agreement ' shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds ' appropriated on the date of execution of the Agreement by the Town for the said purpose. 1Lt.0 INSURANCE AND BONDS Insurance ' For the period from Agreement commencement date until one (1) year after Agreement termination date, Contractor must maintain insurance acceptable to the Town in the kinds and amounts set Forth below. All such insurance coverage shall be ' provided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of Southold and its agent shall be named as an ' additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall Furnish to the Town, certificates of insurance, in a form satisfactory to the Town Attorney, evidencing such insurance. The kinds and amounts of insurance are as follows: ' A. Contractor's Insurance - Insurance for liability For damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the Agreement, whether performed by ' A-9 L u Contractor or his subcontractors. The kinds and amounts of insurance are as follows: (1) Worker's Compensation Insurance - A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 'f1 OF the Laws of 1911f as amended, known as the Worker's Compensation Law, covering all operations of the Contractor, whether performed by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage for the benefit of, and keep insured during the life of said Agreement such employees in compliance with provisions of the Worker's Compensation Law. (2) General Liabilitu (Comprehensive Form) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work performed by him under the Agreement. The Following insurance coverage shall be included: Ca) Independent Contractor's Protective Liabilitu - Covering work performed by subcontractors. Cb) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad Form Propertu Damage. (e) Personal In_turu. NOTE: If any of the rating classifications embody property damage exclusions C or U, coverage for eliminating such exclusions must be provided. Coverage for the above will be required in not less than the following amounts: SINGLE LIMITS OF LIABILITY: $1,000,000.00 AGGREGATE LIMITS OF LIABILITY: $10,000,000.00 A-10 (3) Automobile Liability Insurance - Policy shall include coverage For all owned as well as non -owned and hired vehicles, and limits shall not be less than the following amounts: BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY Aggregate: $3,000,000.00 Aggregate: $3,000,000.00 ' Each Person Each Occurrence Each Occurrence $1,000,000.00 $1,000,000.00 1`t . Z Bonds Prior to the execution of the Agreement, the successful Bidder shall Furnish to the Town a Performance Bond wherein the ' named obligee is the Town of Southold. The Performance Bond's purpose is to secure the Faithful performance of the Agreement. The bond amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Suffolk County, New York. The form shall be acceptable to the Town of Southold and shall have a term ' through the completion of services. As an alternative to the Performance Bond, the ' successful Bidder may furnish a certified check, bank draft, money order, or a standard form irrevocable letter of credit. Certified check, bank draft or money order must be made payable ' to the order of the Town of Southold. The standard form irrevocable letter of credit shall be in a Form acceptable to the Town of Southold. ' In the event the Contractor secures a Performance Bond from any of its subcontractors, said bond shall also name the Town of Southold as a dual obligee. ' Should the Town designate another public or private agent or contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town, ' upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) ' Contractor shall agree to defend, indemnify and save harmless the Town against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the terms of such Agreement, or the Failure to carry out any of the provisions, duties, services or requirements of such Agreement, A-11 G n whether such losses and damages are suffered or sustained bg the Town directly or its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal, state or local government agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, survive the term of the Agreement and include, but not be limited to, claims concerning non -sudden environmental impairments. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all necessary appeals which may be necessary, in the opinion of the Town. 16.0 PAYMENTS Contractor shall receive monthly payments For services performed during the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of C&D haul trips from the Town of Southold Transfer Station including the yardage of construction material and/or demolition debris and the manifest number For each load of construction material and/or demolition debris removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of yardage received by Contractor at the Transfer Station. The Town shall be entitled to deduct From any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. 17.0 DEFAULT ' In the event the Contractor Fails to perform its obligations under the Agreement, the Town may terminate such Agreement, and the Town may procure the services From other ' sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Performance Bond as Full or partial reimbursement For such excess costs. The Town reserves the right to terminate the Agreement For just cause. 18.0 TERM OF AGREEMENT The term of this Agreement shall be three (3) years commencing on July 10, 1994. IF the Town enters into an intermunicipal C&D haul/disposal agreement the Town may terminate ' A-12 ' the Agreement at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town, at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one (1) ' year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the term. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit status of its Disposal Site. In the event that Bidder wishes to submit a bid For a Disposal Site for which Bidder does not currently have all 1 necessary federal and state permits, Bidder shall, at its sole risk and expense, be responsible for obtaining and/or renewing its permits or providing to the Town an alternate Disposal Site ' at no additional cost (disposal plus any additional hauling) to the Town. This is a full service Agreement and failure of the successful Bidder to provide the identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date for services under the Agreement Documents awarded hereunder shall constitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations hereunder by reason of any failure to obtain or maintain its permits at the identified Disposal Site. ' 20.0 SUBCONTRACTS In the event Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement, Bidder ' shall: (1) furnish to the Town a copy of the signed Agreement between Bidder and the Disposal Site Contractor which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents; (2) require the Disposal Site Contractor to furnish to Contractor and the Town a performance bond guaranteeing the availability of the Disposal Site ' throughout the term of the Agreement; ' (3) require the Contractor to provide insurance certificates naming the Town as additional insureds on all policies maintained by Contractor. A-13 C' 1 1 21.0 RIGHTS AND OPTIONS The Town of Southold, New York, reserves and holds at its discretion the following rights and options upon issuing this ' Bid Solicitation: 1. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid 1 pursuant to Section 103 of the General Municipal Law of the State of New York. 1 2. To reject any and/or all bids. 3. To issue subsequent bid solicitations. ' 't. To issue additional and subsequent solicitations for statements of qualifications, and conduct investigations or interviews with respect to the ' qualifications of each Bidder. S. To designate another public body, private or 1 public agency, group, or authority to act in its behalf for evaluation and Agreement negotiations. 6. To designate another public body, private or 1 public agency, group, or authority to act in its behalf for contract administration of this project 1 at any time during the Agreement period. I A -1`i SECTION B BID SPECIFICATIONS (TECHNICAL/ MANAGEMENT) SECTION B BID SPECIFICATIONS TECHNICAL/MANAGEMENT ' 1.0 REQUIREMENTS ' This request for bids is issued for the Town of Southold, State of New York, Town Hall, 53095 Main Road, Southold, New York, 11971 (Telephone (516) 76S-1800) The effort, shall be known as the Town of Southold Construction ' Material and/or Demolition Debris Haul Disposal Service. The Town of Southold desires to issue an Agreement with a qualified Contractor to haul and dispose of a portion OF its construction material and/or demolition debris. The Town will need to dispose of approximately 16,000 ' cubic yards of construction material and/or demolition debris during the agreement years. The Contractor will ensure the Town that construction material and/or demolition debris will continue to be; 1) hauled from the ' Town of Southold's Transfer Station to disposal site(s), and; Z) disposed at permitted disposal site(s). The Following general services are sought in this request: HAUL ' Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling construction material and/or demolition ' debris from the Town of Southold Transfer Station to Contractor designated disposal site(s) as set forth herein. Transportation equipment shall be in accordance with New York State Department of ' Transportation, Interstate Commerce Commission, United States Department of Transportation, as defined in the Code of Federal Regulations, or other applicable state and federal regulatory requirements. DISPOSAL Reserve capacity and provide equipment, labor, ' maintenance, management and policies to receive and dispose of construction material and/or demolition debris from the Town of Southold Transfer Station as set Forth herein. The Contractor's New York '. State Disposal Site(s) must be in compliance with all State of New York Department of Environmental ' B-1 requirements, e.g., 6NYCRR Part 360, Resource ' Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. Disposal Sites outside New York State shall be permitted by applicable local, state and federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment ' than those outlined in this specification. Disposal alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with regulatory ' requirements and environmental standards. 2.0 PROGRAM GOALS AND OBJECTIVES ' The goal of this project is the continued safe and reliable hauling and disposal of the construction ' material and/or demolition debris from the Town of Southold Transfer Station at minimum cost to the citizenry. ' It is also the objective of the Town of Southold to ensure that the haul -disposal operations proceed according to the provisions of this document and I subsequent agreements/amendments are upheld. 3.0 POTENTIAL REGULATORY AND OPERATIONAL CHANGES During the term of the Agreement, there may be a number of regulatory and operational changes which may affect the quantities and types of construction material and/or ' demolition debris received at the Town of Southold Transfer Station and delivered to the Disposal Site. ' This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor. ' The Town reserves the right to designate another public body, private or public agency, group or authority to act in its behalf for administration of the Agreement at any ' time during the term of Agreement. '1.0 CHARACTER OF THE CONSTRUCTION MATERIAL AND/OR DEMOLITION DEBRIS ' The wastes which are to be hauled and disposed of under terms of this bid solicitation are to include typical construction material and/or demolition debris from a rural community. This will include wood, sheet rock, shingles, insulation, concrete, bricks, metal, and other B-2 0 1 ' If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of the non- compliance waste in accordance with local, state and federal regulations. Compensation for such waste disposal services shall be provided for under Forced ' Accounting (Appendix A-9). The Town makes no specific representations in the foregoing disclosure. ' 5.0 PROGRAM ACTIVITIES 5.1 Collection ' The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to S:00 P.M. The Contractor will be expected to collect and remove ' construction material and/or demolition debris from the Transfer Station during the following hours: Monday through Friday 7:00 A.M. to 't:00 P.M. The Transfer Station is closed on the following holidays: ' New Year's Day Columbus Day Martin Luther King Day Election Day Lincoln's Birthday Veterans Day ' B-3 iJ items generated bg the construction industry. It could ' also include items generated by renovation activities such as broken furniture, small appliances, carpets, and other like items, as allowed under 6NYCRR Part 360. It ' should not include typical household garbage other than what might be generated by construction work crews at construction sites during coffee breaks, lunch breaks, etc. Nor should construction material and/or demolition ' debris include any wastes covered by special waste permits such as pathogenic or hazardous materials, but the Town cannot guarantee that the waste stream does not ' contain same. Special costs associated with handling Forced non-compliance loads will be compensated under Accounting (Appendix A-9). Characteristics 4.1 Quality and The Town of Southold's historical construction material and/or demolition debris quantities and characterization data are included in the Appendices. Bidders are cautioned that actual quantities may differ significantly ' from these data. Recycling programs may affect the quantity and characteristics of the waste received at the Town of Southold Transfer Station. ' If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of the non- compliance waste in accordance with local, state and federal regulations. Compensation for such waste disposal services shall be provided for under Forced ' Accounting (Appendix A-9). The Town makes no specific representations in the foregoing disclosure. ' 5.0 PROGRAM ACTIVITIES 5.1 Collection ' The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to S:00 P.M. The Contractor will be expected to collect and remove ' construction material and/or demolition debris from the Transfer Station during the following hours: Monday through Friday 7:00 A.M. to 't:00 P.M. The Transfer Station is closed on the following holidays: ' New Year's Day Columbus Day Martin Luther King Day Election Day Lincoln's Birthday Veterans Day ' B-3 iJ 1 C Presidents Day Easter Sunday Memorial Day Independence Day Labor Day 1/2 day before Thanksgiving 1/2 day before Christmas 1/2 day before Thanksgiving Christmas New Year's Day The Contractor must make transfer containers available For loading on Saturdays and Sundays between 7:00 A.M. and q:00 P.M.. The Contractor may from time to time be requested to remove construction material and/or demolition debris on Saturdays and/or Sundays between the same hours, but would not normally be expected to do so. The Contractor will be expected to provide enough containers to empty the Transfer Station tipping floor on a daily basis. Delivery and staging of an adequate number of containers for this purpose will be coordinated with Transfer Station staff as needed. ' 5.2 Loading Mode The Contractor shall fully prepare transfer containers For loading, including assuring that container covers or empty containers are left open. ' Construction material and/or demolition debris will be loaded by the Town at its Transfer Station using a front end wheel loader or backhoe. ' If required by any local, state or federal regulations or law, the Contractor shall line transport equipment with plastic prior to loading. This service shall be at the ' Contractor's expense and included in the unit price bid. 5.3 Town of Southold Accident and Damage Policy ' The Contractor shall be required to prepare an Accident Report (See Appendix C) of any accidents and/or damage that occur while performing services under the term of the Agreement. The Town of Southold shall immediately be notified of any major occurrences such as bodily injury or structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four '. (2't) hours containing complete description of the date, time, all incidents. The location, and offending ' B-4 n ' party or representative thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. ' All accident and/or damage reports will be included in reports to the Town. ' S.4 NYSDEC Part 360 Permit to Operate The Town of Southold operates the Transfer Station under a New York State Department of Environmental Conservation ' (NYSOEC) Part 360 Permit to Operate. A copy of NYSDEC Permit is included as Appendix B. 1 6.0 HAUL SERVICES For construction material and/or demolition debris Haul - Disposal Services Agreement, the following haul services will include the tasks, responsibilities and performance required as outlined herein. ' 6.1 fork Included The Contractor shall provide the following major essential services or equipment and any other non- specified items, without limitations, to maintain a reliable haul services operation in a manner that will ' meet the needs of the Town of Southold. Management and operation of a fleet to accommodate the transport of construction ' material and/or demolition debris From the Town Transfer Station to Disposal Site(s) in accordance with all local, state, ' and federal regulations. Financial liability and maintenance responsibility of transport equipment, i.e., dump trailers, transfer trailers bulk material containers, vehicles, personnel and services for open -top loading construction ' material and/or demolition debris hauling activities. Coordination of haul services with disposal services. 6.2 Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment, along with personnel to operate and maintain a reliable haul services system B -S t J n In a manner that will satisfy the needs of the Town of Southold. The minimum level of haul services equipment acceptable to the Town to support the haul operation. includes open -top trailers and bulk material containers. The Contractor will supply additional open -top trailers and containers, etc. The Contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal construction material and/or demolition debris including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet the Town of Southold Transfer Station requirements. Each bidder is therefore responsible for familiarizing itself with the Town of Southold Transfer Station site, construction material and/or demolition debris, etc., to assure equipment compatibility. Transport equipment may be open -top bulk material containers, dump trailers, roll -off containers or open - top transfer trailers, provided that all such equipment is suitable for convenient loading given existing configurations of the Town of Southold Transfer Station. Transport equipment shall be; 1) Registered with the State of New York Department of Motor Vehicles or equivalent agency; Z) designed to preclude spillage of waste; 3) loaded within their design capacity and New York State Department of Transportation regulations; q) well maintained in good working order. Corroded, defective, bent, deformed or punctured trailers, roll -off boxes, or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting construction material and/or demolition debris in open -top transport equipment. The bidder shall clearly indicate the quantity and type of transport equipment/vehicles it plans to use, their availability date, state of repair, and that such units are compatible with the Town of Southold Transfer Station scales and New York State DOT regulations, United States Department of Transportation, as defined in the Code of Federal Regulations, or equivalent. The Contractor will promptly remove from use any transport equipment/vehicle that does not conform with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own off-site maintenance shop facilities for servicing the transport ' equipment and vehicle fleet, unless it elects to subcontract For these services. No major maintenance may ' be done at the Town of Southold Transfer Station site. 6.3 Weighings The Town of Southold will provide certified weighing at the Town of Southold Transfer Station. The Contractor will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales. Weights will be used for informational purposes only, NOT FOR BILLING PURPOSES. ' 6.`f Routing Mode - Contractor's Responsibility ' 7.0 DISPOSAL SERVICES PROGRAM ACTIVITIES For construction material and/or demolition debris Haul - Disposal Service Agreement, the following disposal services will include the tasks, responsibilities and performance requirements as outlined herein. 7.1 Work Included The Contractor shall provide the following major essential services or equipment and any other non- specified items, without limitations, to maintain a reliable disposal services operation in a manner that will meet the needs of the Town of Southold. ' Liability insurance, performance and payment bonds. Safety equipment. 7.2 Operational Capacity ' The bidder shall identify in its proposal, the Following information: ' B-7 Contractor will have the right to select the route(s) for ' travel from the Town of Southold Transfer Station to the Disposal Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), ' Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor ' will indemnify and hold the Town harmless From any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. ' 7.0 DISPOSAL SERVICES PROGRAM ACTIVITIES For construction material and/or demolition debris Haul - Disposal Service Agreement, the following disposal services will include the tasks, responsibilities and performance requirements as outlined herein. 7.1 Work Included The Contractor shall provide the following major essential services or equipment and any other non- specified items, without limitations, to maintain a reliable disposal services operation in a manner that will meet the needs of the Town of Southold. ' Liability insurance, performance and payment bonds. Safety equipment. 7.2 Operational Capacity ' The bidder shall identify in its proposal, the Following information: ' B-7 ' ,3 Disposal Site capacity. Flexibility of Disposal Site capacity to allow for seasonal variances in waste generation and sufficient to permit service in the tonnages bid. Hours and days of the week that the designated Disposal Site will be open for receiving construction material and/or demolition debris from the Town of Southold, including weekends, holidays and special closure periods. Permit Requirements Throughout the term of Agreement that may result from this Bid Solicitation, the Contractor must maintain all current and valid local, state and federal permits, licenses, or other authorizations, (either temporary and permanent) which are required by law to receive construction material and/or demolition debris at any and all Disposal Sites designated by the bidder. Because of the varying terms of Disposal Site permits, it is possible that a permit will expire during the term of Agreement. The responsibility of obtaining and/or renewing a permit to operate is solely upon the Contractor. In the event a Contractor fails to maintain or obtain any necessary current and valid local, state and federal permits, licenses, or other authorizations, allowing the lawful use of its designated Disposal Site then the Contractor will be solely responsible for obtaining the utilization of an alternate Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal Site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain permits by the Contractor be considered a change in conditions. In the event the Contractor is unable to Find an alternate Disposal Site, it shall be deemed to be in default of the Agreement and liable for damages, bonds forfeitures and other expenses as provided in the Agreement. In the event the individual bid in response to this bid individual and/or entity named and/or entity submitting a solicitation is not the as the permit holder on any necessary current and valid local, state or federal permits, licenses or other authorizations, required by law to receive construction material and/or demolition debris at any disposal site designated by the bidder or any alternate disposal site, the bidder is required to provide satisfactory evidence to the Town of Southold of a binding contractual relationship between the bidder and the permit holder which provides the bidder with the irrevocable right to utilize the disposal site during the term of Agreement, or portion thereof, in a manner which is in complete compliance with this bid solicitation and the bidder's bid submission. The agreement between the bidder and the permit holder shall include provisions that: 1. Provide Town with the right to discuss operational matters with the permit holder whenever necessary. 2. Require the permit holder to comply with directives of the Town which are consistent with and pursuant to the Agreement which shall result from this bid solicitation. 7.3.1 Disposal Sites Inside State of New York The Contractor's construction material and/or demolition debris Disposal Sites, if located within the State of New York, must be in compliance with all State of New York Department of Environmental Conservation's and U.S. Environmental Protection Agency regulatory requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Disposal Site must have valid construction and operating permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold construction material and/or demolition debris without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. Disposal alternatives will be considered as long as they comply with all the above governing regulatory requirements and environmental standards. The use of Disposal Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the B-9 L environment and its design, construction and operation complies with all applicable laws. 7.3.2 Disposal Sites Outside State of New York tThe Contractor's Disposal Sites, if located outside the State of New York must be in compliance with all the applicable local, state and federal laws and regulations ' and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency -Subtitle D, et ' al. The Disposal Sites must have valid construction and operation permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be ' permitted to accept Town of Southold construction material and/or demolition debris without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the ' jurisdiction where the disposal site is operating. Bidder must clearly specify their intended disposal ' alternatives and support same with copies of appropriate experience, site location, permits, agreements et al., as outlined in this bid solicitation. The use of construction material and/or demolition debris Disposal ' Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal ' process and other information reasonably requested by the Town. The Contractor shall be solely and completely responsible for any and all liability relative to contractor's failure to dispose of construction material and/or demolition debris at an approved site. 8.0 SAFETY AND HEALTH REGULATIONS ' The Contractor shall comply with all current Federal Department of Labor, Safety and Health Regulations under ' the Occupational Safety and Health Act, 1972 CPL 91-596) and Section 107, Agreement Mork Hours and Safety Standards Act CPL 91-54). Specific consideration shall be given, but not limited to, the following major areas: ' a. Maintenance safety procedures - guards and shields on dynamic equipment, guards, railings, electrical lockouts, vehicle wheelblocks, audio ' vehicle backup alarms, vehicle wheel chocks, etc. '. b. Employee safety orientation, education, teaching, first-aid training, cardiopulmonary resuscitation, etc. ' B-10 C. Noise and dust control, ear protection, respirators, hardhats, safety shields, glasses, ' protective clothing, sanitary facilities, etc. d. Fire and explosion preventions, control, equipment (fire blankets, extinguishers, first aid, hoses, etc.) and personnel escape alternatives. ' e. Traffic flow control patterns. F. Accident or injury reporting system (the Town shall receive copies of all reports immediate verbal notification). and g. Employee health safeguards. ' h. Mechanic's lien safeguard against work interference. ' The Contractor shall comply with all local, state and Federal regulations, laws and statutes which apply to the ' work and to safety in particular. The Contractor shall comply with New York State Department of Labor current requirements. ' The Contractor shall be solely and completely responsible For operational safety during performance of the Agreement. The obligation exists twenty-four (2`t) hours ' a day, each and every day throughout the term of the Agreement. ' The Town of Southold shall not have any responsibility For means, methods, sequences or techniques selected by the Contractor for safety precautions and programs, or For any failure to comply with laws, rules, regulations, ' ordinances, codes or orders applicable to the Contractor Furnishing and performing the services under the term of the Agreement. ' 9.0 OPERATIONS AND PROCEDURES The Contractor will be required, prior to commencement of operations, to provide the following operational plans to the Town for review and acceptance. Revisions, modifications, and updates shall be forwarded to the Town �. throughout the term of the Agreement. B-11 ' Organization personnel and structure, showing the chain of command, names and telephone numbers and ' staffing requirements. Operations plan - shifts, hours, etc. ' Safety, disaster, and emergency procedures. Transportation plan, including available transport ' equipment, vehicle fleet and reserve capabilities. ' Inclement Weather Plan - This shall describe the bidder's plan should inclement weather alter normal daily operations as described in the bidder's operations plan. The inclement weather plan shall ' include hauling operations and disposal operations. The bidder's means of assessing inclement weather conditions (weather and road conditions), method of ' reporting to the Town and the alternatives shall be described. ' 9.1 Supporting Data In the event the Town requires any information in support of Town held licenses and permits at the Town, County, ' State and Federal level, the Contractor will be required to furnish all licenses, permits and inspection reports regarding equipment and disposal sites which may be ' required by Town, County, State or Federal law. In the event the Contractor requires any information in support of Contractor held licenses and permits at the ' Town, County, State and Federal level, the Town will cooperate in furnishing such information as it applies to the Southold Town operations. J Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that allows For easy retrieval and analysis. The Town, or its designee, may upon 2't hours notice inspect the Contractor's records. Such records shall be kept available by Contractor for a period of two (2) years after termination of this Agreement. In the event the Town requires additional information for reporting purposes, the Contractor will supply same. The Town, or its designee, may call upon the Contractor at anytime for an oral review of any technical matter. The Contractor shall file and update the following information as specified herein. B-12 1 C I n L' C B-13 Due as changes occur on occurrence on occurrence on occurrence as changes occur as changes occur Items ' Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Disposal Accident Reports ' Licenses, Permits and Inspection Reports Part 360 Permit. ' All Bid Information Schedules n L' C B-13 Due as changes occur on occurrence on occurrence on occurrence as changes occur as changes occur ' SECTION C TOWN OF SOUTHOLD CONSTRUCTION MATERIAL AND/OR DEBRIS HAUL -DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT CI 11 F FIARIV488 111 The undersigned hereby recognizes that these documents are complementary and are intended to provide for uniformity in bid evaluations. The formal Agreements resulting from this Bid Solicitation shall be in a form provided by the Town. These documents are intended to depict complete construction material and/or demolition debris Haul - Disposal Services Agreement and therefore any discrepancies contained in the documents, or the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder from furnishing the same. No oral statement shall in any manner or degree modify or otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID STATEMENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Gentlemen: The Undersigned Bidder has carefully examined the forms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, performance bond, certificates of insurance, general conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary services, permits, labor, materials, equipment, vehicles, and tools required to perform and complete the work in strict accordance with all of the bid documents written by or on behalf OF the Town of Southold for this project. The undersigned Bidder agrees to abide by all conditions stated, intended, or implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided C-1 F� l n CIS F� u by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satisfactory performance bond, and insurance all within ten (10) calendar days. SECOND: To begin construction material and/or demolition debris Haul -Disposal Services operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor contractual agreements, and ancillary facilities, etc., to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it may incur as a result of the Contractor's failure to perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnification or payment of such damages. FOURTH: During the performance of this Agreement, the Contractor hereby agrees as follows: a. The Contractor shall not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, marital status, national origin, physical disability, and shall take affirmative action to ensure that they are afforded equal employment opportunities without discrimination because of age, race, creed, color, sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination, rates of pay, or other forms of compensation, and selection for training or retraining, including apprenticeship and on- the-job training. C-2 terminated, or suspended, in whole or in part, by the Town upon the basis of a finding made by ' b. The Contractor shall comply with the provisions ' of Sections 290 through 301 of the Executive Law, shall furnish all information and reports ' deemed necessary by the State Commission for five days in any one week except as Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and shall permit access to his books, records, ' and accounts by the State Commission for Human Rights, the Attorney General, and the or Industrial Commissioner for purposes of purchase order in such a manner investigation to ascertain compliance with ' these nondiscrimination clauses and such sections of the Executive Law and Civil Rights C-3 Law. ' c. This Agreement may be forthwith cancelled, terminated, or suspended, in whole or in part, ' compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been ' given to the Contractor, and an opportunity has been afforded to him to be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies invoked ' independently or in addition to sanctions and remedies otherwise provided by law. by the Town upon the basis of a finding made by ' the State Commission for Human Rights that the permitted or required to work more Contractor has not complied with these nondiscrimination clauses, and the Contractor ' may be declared ineligible for future five days in any one week except as Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission for Human ' Rights that he has established and is carrying out a program in conformity with the provisions or OF these nondiscrimination clauses. Such purchase order in such a manner Findings shall be made by the State Commission For Human Rights after conciliation efforts by the Commission have failed to achieve ' compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been ' given to the Contractor, and an opportunity has been afforded to him to be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies invoked ' independently or in addition to sanctions and remedies otherwise provided by law. d. No laborer, workman or mechanic in of the Contractor or subcontractor the employ shall be permitted or required to work more than eight hours in any one calendar day, or more than ' five days in any one week except as otherwise provided in Labor Code Section 220. e. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a manner that such C-3 0 provisions will be binding upon each subcontractor or vendor as to operations to be performed within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct, including sanctions or remedies. ' FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party ' thereto certifies as to its own organization, under penalty of perjury that to the best of his knowledge and belief: ' a. 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. ' b. Unless otherwise required by law, the prices which have been quoted in this bid have not ' been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. 1 c. No attempt has been made nor will be made by the Bidder to induce any other person, partnership, or corporation to submit or not to ' submit a bid For the purpose of restricting competition. ' 2. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and ' that it has or they have personally inspected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, ' and waives all rights to claim any misunderstanding, omissions or errors regarding the same which such inspection and observation would have disclosed. The undersigned Further understands and agrees that it is or they are to Furnish and provide in return ' For the respective Evaluation Unit Bid Price, all the necessary materials, machinery, vehicles, ' C-4 Number 2 - Dated: ------------------------- Number 3 - Dated: ' Number `t - Dated: Number 5 - Dated: S. The Bidder has completed Unit Price Bid Schedules in accordance with these C -S the Contract Bid Form and in both words and numerals bid requirements. implements, tools, labor services, and other items OF whatever nature, and to do and perform all work necessary under the aforesaid conditions, to complete operations of the aforementioned construction material and/or demolition debris Haul -Disposal Services operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and ' that it or they will accept in full compensation therefore, the compensation provided for in Section C-3 ' 3. The undersigned submits herewith a bid guaranty within the form provided by the applicable bid documents in the amount of $100,000.00 for any ' option or combination thereof. In the event this proposal is accepted, and the undersigned fails, within ten (10) calendar days after date of receipt OF Notice of Award from the Town to execute and deliver an Agreement in the form provided by the Town or fails to execute and deliver evidence of ' proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty shall be forfeited and be retained by the ' Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise, the total amount OF bid guaranty will be returned to the Bidder. The undersigned acknowledges the receipt of the Following addenda, but it agrees that it is bound by all addenda whether or not listed herein and ' whether or not actually received, it being the Bidder's responsibility to receive and have ' knowledge of all addenda. ADDENDUM NUMBER AND DATES ' Number 1 - Dated: L���� Number 2 - Dated: ------------------------- Number 3 - Dated: ' Number `t - Dated: Number 5 - Dated: S. The Bidder has completed Unit Price Bid Schedules in accordance with these C -S the Contract Bid Form and in both words and numerals bid requirements. 3.0 UNIT PRICE BID SCHEDULE CONSTRUCTION MATERIAL AND/OR DEMOLITION DEBRIS HAUL - DISPOSAL SERVICES SOUTHOLD TOWN, NEW YORK 3.1 COMPENSATION The undersigned hereby submits the following price bid to Furnish construction material and/or demolition debris Haul - Disposal Services, to Southold Town, New York for the terms; July 10, 199q through July 9, 1999. HAUL -DISPOSAL SERVICES The Haul -Disposal Service Applicable Unit price per cubic yard For agreement year 199'1-1995 is sixteen _____ _ dollars and fiftycents ($__16.50_ -------- ) • (Cl) The Haul -Disposal Service Applicable Unit price per cubic yard for agreement year 1995-1996 is seventeen-__ -- dollars and _ sixttv--eight --_- cents ($—_17.6 -------------- ) • (C2) The Haul -Disposal Service applicable unit price per cubic yard For agreement year 1996-1997 is eighteen -------- dollars and eighty-seven cents ($_ 18.87 ) . (C3) ' The Haul -Disposal Service applicable unit price per cubic yard for agreement year 1997-1996 is __twenty_-_-------- dollars _-_-_dollars and _-seven cents ($ --- 20.07 ) . ( C`1) ' The Haul -Disposal Service applicable unit price per cubic yard For agreement year 1998-1999 is ___twentX=Qn_e_ ____ 'dollars and minty_nine cents ($ 21.29 ) • ( C5 ) C-6 1 1 1 1 3.2 EVALUATION UNIT BID PRICE; FORMULA Evaluation Unit Bid Price= (C16,OOOcu/yd+(C2)16,OOOcu/gd+CC3)16,000cu/yd+.S(Cq)16,000cu/yd+ .S(CS)16,000 cu/yd 61f,000 cubic yards Evaluation Unit Bid Price =$_18.43 __(Eighteen dollars and forty --three cents) The evaluation unit bid price formula is designed to evaluate years Four and five at .5 the evaluate of each of the First three (3) years. Bidder Star Recyclin -Dc. Firm- oration ByQ�1_ Authorized Representative C-7 123 Varick Avenue,_ Brooklyn, NY Address 11237 M_ay_ 2 6 ,_ 19 9 4__v_______ Date I}.0 BID SECURITY ACKNOWLEDGEMENT I have attached the required bid security to this bid. ' 5.0 INFORMATION SCHEDULES ' I agree to furnish and include the following information schedules in addition to the information submitted with this proposal, as a part of this bid: ' A. Certification that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation ' involving the Town of Southold, State of New York (Schedule A, attached hereto). ' B. Location and address of the Bidder's main office and the main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B, attached hereto). ' C. Identification of Surety Company and its Agent, and written certification from the Surety ' verifying the bond specified herein will be provided (Schedule C, attached hereto). D. Identification of all currently registered parent ' bidding subsidiary corporate officers, and their addresses, and identification and certification of offices authorized to execute an Agreement on behalf of the firm (Schedule D, attached hereto). E. Detailed financial statement for the Bidder, and ' if applicable, for parent companies (Schedule E, attached hereto). F. Statement of Bidder's Qualifications and related ' experiences (Schedule F, attached hereto). G. Subcontractors - (Schedule G, attached hereto). H. Equipment - (Schedule H, attached hereto). ' I. Maximum Specified Capacity - (Schedule I, Attached hereto). z C-8 n J. Information on Bidder's construction and/or demolition debris Disposal Site(s) (Schedule J, attached hereto). K. Form of Bid Bond (Schedule K, attached hereto). L. Performance Bond (Schedule L, attached hereto). M. Non -collusive Bid Certificate (Schedule M, attached hereto). Dated:May 26, 1994 Name of Bidder: `Star Address of Bidder: 123 Varick Avenue Brooklyn, New York 11237 M Corporate Seal Signature Maurice Collins Title (If a Corporation) Incorporated under the laws of the State of New York Names and addresses of officers of the corporation: An_t_h_on_yLom_angin_o327_Greenlawn Road, _Gree_nlawn,_New York 11740 (President) Name Address _Frances G_u_sma_n_o425 West Neck Road ,_ Lloyd Harbor New York 11743 _ (Secretary) Name Address William Kaiser290 Pinney Road,_ New Canaan,_ Connecticut .06840 ----------------- -------------- (Treasurer) Name Address (If an individual or partnership) Names and addresses of all principals or partners C-9 SCHEDULES r :t c 11 NOTE: FAILURE TO COMPLETE ANY OF THESE INFORMATIONAL FORMS ' MAY BR THE BASIS FOR THE OWNER IN ITS SOLE DISCRETION TO DECLARE THE BIDDER SUBMISSIONS INFORMAL AND NOT AWARD THE WORK TO ANY SUCH BIDDER. THE OWNER RESERVES ' THE RIGHT AT ITS SOLE DISCRETION TO WAIVE INADVERTENT OMISSIONS ON THE FORMS OR TO REQUIRE THE BIDDER TO PROVIDE SUCH OMISSIONS AS THE OWNER MAY DEEM TO BE ' IN ITS BEST INTERESTS. - 1( 7 INFORMATION SCHEDULE A Town of Southold Bid Project C&D Haul -Disposal Services This Bidder Star Recycling, Inc._ herein certifies that as a (Bidder's legal name) Bidder, it does not currently owe delinquent taxes or other outstanding funds, or having pending or currently involved in any litigation involving the Town of Southold, State of New York. ame of B' er: Star Regyclin , Inc. B `� — Date: M�26, 1994 CAut orized Signature) NOTE: (1) If blank not applicable, fill in with N/A (Z) If bidder owes the Town taxes or is involved in any litigation, a statement of explanation will be attached hereto. Tax/Litigation Certification Schedule 5.0.A BID (PROPOSAL) FORM 7 L INFORMATION SCHEDULE B Town of Southold Bid Project C&D Haul -Disposal Services The following is information on the undersigned Bidder's office locations: IBidder's Main Office u Bidder's Parent Corporation Main Office 123 Varick Avenue, Bklvn. NY 11237 N/A Maurice Collins Manager's Name (Contact) Star RecXc ing. Tnc._ Firm's Legal Name 123 Varick Avenue _ btreet Haore55 k DUX rvunwoL a � Brooklyn, New York _11237__ City State Zip (718)_386-7900__ Telephone Number The Bidder herein certifies that t} Firm XXXINKKxXKXXNXKNNXXgxxoxxgaxxaxxxaxxx!xxocaxxxxxxxxxxxxxxxxxxx x X XXX Parent Firm BxxxxxxxxXXXXXXXXXXXXXXXXXXxxxk%xQio(NecotxxxxXXXXXXXXXXXXxxxxxxXxxx3xxx Parent Firm RKXXXXXXXXXXXX.XXXXXXXXXXXXXXXXXXxxxxxxxxxxxxxxxxxxxxxxXxxxxxxxXXXXX NX is a XNXXXNXprivate stock corporation. Bidder Office Locations/Ownership Schedule S.O.B Certification Page 1 of 2 BID (PROPOSAL) FORM Manager's Name (Contact) ParentFirm's Legal Name Street rddress (Box Numbers) City State Zip Telephoe ,o Number Firm XXXINKKxXKXXNXKNNXXgxxoxxgaxxaxxxaxxx!xxocaxxxxxxxxxxxxxxxxxxx x X XXX Parent Firm BxxxxxxxxXXXXXXXXXXXXXXXXXXxxxk%xQio(NecotxxxxXXXXXXXXXXXXxxxxxxXxxx3xxx Parent Firm RKXXXXXXXXXXXX.XXXXXXXXXXXXXXXXXXxxxxxxxxxxxxxxxxxxxxxxXxxxxxxxXXXXX NX is a XNXXXNXprivate stock corporation. Bidder Office Locations/Ownership Schedule S.O.B Certification Page 1 of 2 BID (PROPOSAL) FORM INFORMATION SCHEDULE B - (Continued) Na a of Bid r:_Star Recycling, Inc. -- Date: - 26, 1994 Note: (1) Any attachments or modifications to this form shall be labeled Schedule S.O.B, and be property integrated into the Bid Form. (2) If blank not applicable, fill in with N/A Bidder Office Location/Ownership Certification BID (PROPOSAL) FORM Schedule 5.O.B Page 2 of 2 1 ' INFORMA7IQN SCHEDULE C Toton of Southold Bid Project C90 Haul-Oisposal Services ' United Pacific Insuranu-LQW�3�--•-- This is identification that _�_ - �- will be the Surety Company for Star the the Bidder, on this project and that the named Surety Company C n n i herein provides written certification that the named Surety Company will provide the PerFormance Bond, specified in the Contract Documents, in the event the Bidder enters Into an Agreement with the Town. The Surety Company herein certifies that such Company is licensed to do business in the State of New York. (Seal) Surety Verification BID (PROPOSAL) FORM Star Recycling, Inc. principalr UniteJ 5urety Company By: E. Ty imoth Kenneally Attorney -in- act Schedule S.O-C n IJ v r n INFORMATION SCHEDULE D Town of Southold Bid Project C&D Haul -Disposal Services The Bidder herein certifies that the below named individuals are the current registered corporate officers, along with their current permanent addresses, and designates their authority to execute an Agreement on behalf of the firm Officer's Name Anthony Lomangino Officer's Name_ Subsidiary Parent Corporate Title President Corporate Title Address 327 Greenlawn Road Address City _ City _Greenlawn _ State, Zip—NewYork11740 State, Zip—__ Officer's Name Joseph — — Officer's Name_ Subsidiary Parent Corporate Title Vice -President Corporate Title Address 3 Abbin gton Drive — Address City_—Lloyd Harbor, _ City State, Zip New York --11-743 — State, Zip_ Officer's Name aa�usmann Officer's Name_ Subsidiary Parent Corporate Title_. Secretary___---- Corporate Title Address_ 425 West Neck -Road —__ Address_ City City_ ity_State, __---Huntington --------_--- State, Zip—New York -11743 State, Zip _ ' Current Corporate Officers BID (PROPOSAL) FORM N/A Schedule 5.0.D Page 1 of 2 INFORMATION SCHEDULE D - (Continued) Officer's Name -William Kaiser Subsidiary Corporate Title_T-r Address_290 Pinn�_Road—_____— City_New Canaan _ State, Zip__CQaueQ1iQutOEB40 Officer's Name Ni_—_—_ Parent Corporate Title Address______ _ C i t y State, Z i p _�_`___ Name of Bidder: Star Recycling, Inc. Corporate By :�\; p Seal Date: May 26, 1994 NOTE: If blank not applicable, fill in with N/A Current Corporate Of Nicer Schedule 5.0 . D BID (PROPOSAL) FORM Page 2 of 2 INFORMATION SCHEDULE E Town of Southold Bid Project ' C&D Haul -Disposal Services ' STATEMENT OF BIDDER'S FINANCIAL CONDITION 1. This Bidder agrees to provide for any subsidiary and parent Firm, and hereto attaches a current or the most recent ' Audited financial Statement(s) including as a minimum the Firms opinions, notes, revenue/expense statements, conditions of cash, etc. The attached statement provided includes: Accounting Firm Name KPMG Peat Marwick ' Address 4 Parlc�v_enue . �Tew ork�i X . New tL_],915 4 Financial Period January 1, 1993 To January 1, 1994 ' Statement Date April 15, 1994 _ ' 2. The bidder certifies that he currently has anavailable line of credit in the amount of $ 3,000,000.00 A supporting documentary evidence attached to this form is supplied by: ' Name Chemical Bank ' Bidder's Financial Condition Schedule S.O.E BID (PROPOSAL) FORM Page 1 of 2 Address_ One Pierre op nt Plaza, Brooklyn, New York 11201 _ Date_ M�jy_26. 1.994 ' 3. The undersigned Bidder certifies to the validity of statement and agrees to furnish any other information upon request that may be required by the Town of Southold, New ' York. ' Bidder's Financial Condition Schedule S.O.E BID (PROPOSAL) FORM Page 1 of 2 Ej ' INFORMATION SCHEDULE E - (continued) 'l. The undersigned hereby authorizes and requests any person, Firm or corporation to furnish any information requested by Town of Southold, New York in verification of the firms Financial condition. Dated at May 26, 1994 This 26 day of May _—,1994 a e of Bidder ' Title Maurice Collins, Projects Manager ' State of New York, County of —_ Kings — Maurice Collins being duly sworn deposes and says that he is Projects Manager of Star Recycling, Inc. Title Name of Organization ' and that the answers to the foregoing questions and all statement therein contained are true and correct. Sworn to me this 26 day of May 1994. 'v► S M. LAM9ERT Nor�ry Pvi� New York ---- -- -- -_: '40 Notary P 1 is ' OUiss-en; ire N� situ County -- — --- — — Commise�an Lxor�e July 8,199, My Commission expires ' NOTE: (1) (Bidder may submit additional information if desired as Schedule E attachments.) ' (2) If blank not applicable, fill in with N/A u Bidder's Financial Condition Schedule 5.0.E BID (PROPOSAL) FORM Page 2 of 2 Peat Marwick ' ALLIED SANITATION, INC. AND AFFILIATES Combined Financial Statements ' January 1, 1994 and December 31, 1992 I(With Independent Auditors' Report Thereon) C 11 1, MW Peat Marwick Certified Public Accountants 345 Park Avenue ' New York, NY 10154 n n As discussed in notes 2 and 7 to the combined financial statements, the Company changed its method of accounting for income taxes in fiscal 1993 to adopt the provisions of the Financial Accounting Standards Board's Statement of Financial Accounting Standards No. 109, "Accounting for Income Taxes." In our opinion, the combined financial statements referred to above present fairly, in all material respects, the financial position of Allied Sanitation, Inc. and affiliates at January 1, 1994 and December 31, 1992, and the results of their operations and their cash flows for the fiscal years ended January 1, 1994 and December 31, 1992 in conformity with generally accepted accounting principles. Inew, n- April 15, 1994 Member Firmot Independent Auditors' Report ' The Stockholders of Allied Sanitation, Inc. and affiliates: ' Inc. and We have audited the accompanying combined balance sheets of Allied Sanitation, c affiliates as of January 1, 1994 and December 31, 1992, and the related combined statements of ' income, retained earnings and cash flows for the fiscal years ended January 1, 1994 and December 31, 1992. These combined financial statements are the responsibility of the companies' managements. Our responsibility is to express an opinion on these combined ' financial statements based on our audits. We conducted our audits in accordance with generally accepted auditing standards. Those standards require that we plan and perform the audit to obtain reasonable assurance about ' whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by We believe that ' management, as well as evaluating the overall financial statement presentation. our audits provide a reasonable basis for our opinion. n n As discussed in notes 2 and 7 to the combined financial statements, the Company changed its method of accounting for income taxes in fiscal 1993 to adopt the provisions of the Financial Accounting Standards Board's Statement of Financial Accounting Standards No. 109, "Accounting for Income Taxes." In our opinion, the combined financial statements referred to above present fairly, in all material respects, the financial position of Allied Sanitation, Inc. and affiliates at January 1, 1994 and December 31, 1992, and the results of their operations and their cash flows for the fiscal years ended January 1, 1994 and December 31, 1992 in conformity with generally accepted accounting principles. Inew, n- April 15, 1994 Member Firmot Assets Current assets: Cash and cash equivalents Accounts receivable, net of allowance of S2,684.678 at January 1, 1994 and $1.966,400 at December 31.1992 Loans receivable - employees Prepaid expenses Total current assets Property and equipment, at cost, less accumulated depwiation and amortization (notes 3, 4, 6 and 11) Other assets: Cash - restricted (tate 4) Debt�i ion costa, net of accumulated tion Purchased accounts, net of accumulated amortization (note 6) Restrictive covenant, net of accumulated amortization (note 6) Other assets Total other assets ALU ED SANITATION, INC. AND AFFILIATES Combined Balance Sheets January 1. 1994 and December 31, 1992 January 1, December 31, 1224 1242 $ 3.273.515 654,621 See a000mpanying nota to combined financial statements. 15.910.435 15,271,076 177,141 104,747 817,930 613,542 100,174.421 1,643.286 55.134 388,230 524,160 1,231,445 55,134 462,811 736.348 180,000 471 Liabilities and Stockholders' Equity January 1, December 31. 1244 1222 Current liabilities: Notes payable to bank (note 9) $ 2.000,000 — Obligations under capitalized lease, currant portion (note 4) 597,500 578,333 Long-term debt, current portion (note 6) 1.838,861 2,201,142 Accrued expenses and taxes payable 3,539.313 3,004,107 Deferred taxes (note 7) 1,663,519 1,457.822 Loans payable - stockhoklen (note 5) 2,667,543 1.702544 Total current liabilities 12306,736 9-943-949 Lon term liabilities: Obligations under capitalized lease, long term (note 4) 7.890,000 8.485,477 Long-term debt (note 6) 3,959,325 4.636.198 Subordinated debt (notes 4 and 5) 156.460 156.460 Total liabilities 1$-31"21 22.0 3 Stockholders! equity: Common stock (note 8 and 14) 600,000 Additional paid -in capital 2.700,743 Retained earnings 15950.737 Total stockholders' equity 19,251,480 Commitments and contingencies (notes 10, 11 and 12) $ 43 10,000 3.290.743 13.44$.! 17.249.426 47 ALLIED SANITATION, INC. AND AFFILIATES ' Combined Statements of Income January 1, 1994 and December 31, 1992 ' Fiscal Year Ended Fiscal Year Ended January 1, December 31., MA i $ 78,106,512 70,178,303 Revenues OMM 52.101,499 Cost of operations ZZMQ 510 18,076,804 Gross profit Selling, general and administrative expenses X7,899,450 15,031,775 Income from operations 5.071,060 3,045m Other (expenses) income: (1,140,074) (1,376,163) Interest expense 66,891 44,682 Interest income (57.111 (137,6461 ' Loss on sale of assets Total other expenses (1,130,294) (1.469.127) ' Income before provision for income taxes 3,940,766 1,575,902 Provision for income taxes (note 7) 599,644 175,792 ' Net income $ 3,341,122 1,400,110 See accompanying notes to combined financial statements. See accompanying notes to combined financial statements. IL IL IF 11 ALLIED SANITATION, INC. AND AFFILIATES Combined Statements of Retained Earnings January 1, 1994 and December 31, 1992 January 1, December 31, ' IDA 1� Balance at beginning of year $ 13,948,683 13,589,276 3,341,122 1,400,110 Net income ' Less distributions (1.339.068) 51.040.703) Balance at end of year $ 15.950.737 13,948.683 See accompanying notes to combined financial statements. IL IL IF 11 ' ALLIED SANITATION, INC. AND AFFMUTES Combined Statements of Cash Flows ' January 1, 1994 and December 31,1992 Fiscal Year Fiscal Yea Ended Faded January 1, December 31, 1224 im J Cash flows from operating activities: $ X341 1.400.110 Net income Adjustments to reconcile net income to net cash provided by operating activities: 3,316,654 3,122,241 ' Depreciation and amortization Loss on sale of assets 57,111 205,697 137,646 137,466 Increase in deferred taxes 1,388,000 1,404.000 provision for bad debts Changes in assets and liabilities: in receivable (3,367•9M) (4,922,427) ' Increase accounts (Increase) decrease in loans receivable - employees 0.388) 526,613 (Increase) decrease in prepaid expenses – 176,761 ' Decrease in cash - restricted Increase in accrued expenses and taxes payable —35 -206 1-399,473 Total adjustments Net cash provided by operating activities –1,857,9832"214,131 5,199,105 3,614241 Cash flows from investing activities: 39,174 29,000 Proceeds from sale of assets (1,068, (1,591,959) Capital expenditures (50,000) – purchase of restrictive covenants (229.621) Q6.408) ' Increase in other assets Net cash used in investing activities (1309.103) (1,632.36D ' Cash flows from financing activities: able to bank proceeds from issuance of notes pay 2,000,000 (2,320,729) – (2'7566,220 Payments of notes payable Proceeds from issuance of notes payable _ (576,310) (566,666) Payments of obligations under capital lease 964,999 1,200,000 ' Proceeds from loan payable - stockholders (325,220) Payments of loan payable - stockholders _ 351,275 Payments from affiliates (1339.068) (1.040.703) Distributions Net cash used in financing activities (1,271,108) 2 4 7 09 Net increase (decrease) in cash 2,618,894 (599.835) ' Cash at beginning of year — 654-621 $ 3 73 15 12,54,456 654.621 Cash at end of year Supplemental disclosures of cash flow information: $ 199,983 182 Income taxes paid during the year Interest paid during the year $ 1,153,442 1 59 8 Supplemental disclosures of noncash investing activities: Purchases of property and equipment financed by $ 1 1 75 1,505,025 issuance of long-term notes payable financed by the Purchase of restrictive covenant $ 1,340,544 – forgiveness of accounts receivable — ' See accompanying notes to combined financial statements. J ALLIED SANITATION, INC. AND AFFILIATES ' Notes to Combined Financial Statements ' January 1, 1994 and December 31, 1992 (1) Business Organization andDescription Allied Sanitation, Inc. ("Allied") and affiliates, Star Recycling, Inc. ("Star") and Greater New York Leasing Corp. ("Greater New York Leasing"), (collectively, the "Company"), ' are in the business of collecting, transporting, disposing, recycling and providing other and waste management services related to solid waste, construction and waste processing demolition waste and other special wastes for commercial, municipal, health care and other ' entities in the Greater New York City Metropolitan Area, Long Island, Upstate New York and Connecticut. ' (2) Summary of Significant Accounting Policies (a) Principles of Combination ' The combined financial statements include the accounts of Allied, Star and Greater New York Leasing, all of which are under common ownership and common management. All intercompany transactions and balances have been eliminated in combination. (b) Properly and Equipment ' Property and equipment are stated at cost, net of accumulated depreciation and 1, 1993 amortization. Property and equipment acquired subsequent to January are being depreciated and amortized on a straight line basis over the estimated useful lives or lease terms of the related assets. Property and equipment acquired prior to ' January 1, 1993 are being depreciated and amortized principally on an accelerated method over the estimated useful lives or lease terms of the related assets. Had the 1993 additions been depreciated on the previously used accelerated method, 1993 net ' income would have been $165,109 lower than reported. (c) Purchased Accounts from funis Costs associated with the purchase of routes and customers other caning are capitalized and are amortized on a straight-line basis over an eight-year period. ' (d) Restrictive Covenants In connection with the purchase of routes and customers, the Company purchases ' covenants not to compete. Costs associated with such purchases are deferred and are amortized on a straight-line basis over the terms of the agreements. (e) Debt Acquisition Costs Costs associated with obtaining debt are deferred and amortized over the life of the related indebtedness using the straight-line method. (Continued) 7 C 0 C' 2 ALLIED SANITATION, INC. AND AFFILIATES Notes to Combined Financial Statements (2), Continued W Cash Equivalents The Company considers all liquid investments with a maturity of three months or less when purchased to be cash equivalents. (g) Income Taxes In February 1992, the Financial Accounting Standards Board issued Statement of Financial Accounting Standards No. 109, Accounting for Income Taxes. Statement 109 requires a change from the deferred method of accounting for income taxes of APB Opinion 11 to the asset and liability method of accounting for income taxes. Under the asset and liability method of Statement 109, deferred tax assets and liabilities are recognized for the future tax consequences attributable to differences between the financial statement carrying amounts of existing assets and liabilities and their respective tax bases and operating loss and tax credit carryforwards. Deferred tax assets and liabilities are measured using enacted tax rates expected to apply to taxable income in the years in which those temporary differences are expected to be recovered or settled. Under Statement 109, the effect on deferred tax assets and liabilities of a change in tax rates is recognized in income in the period that includes the enactment date. Effective January 1, 1993, the Company adopted Statement 109, there was no cumulative effect of that change in the method of accounting for income taxes in the January 1, 1994 combined financial statements. Pursuant to the deferred method under APB Opinion 11, which was applied in 1992 and prior years, deferred income taxes are recognized for income and expense items that are reported in different years for financial reporting purposes and income tax purposes using the tax rate applicable in the year of the calculation. Under the deferred method, deferred taxes are not adjusted for subsequent changes in tax rates. The Company has elected, effective July 1, 1987, to be taxed as Subchapter S corporations, whereby the stockholders are responsible for payment of the individual companies' Federal income taxes. The provision for New York State income taxes is based upon the tax rate applicable to Subchapter S corporations. (h) Change of Accounting Period Effective January 1, 1993 the Company has elected to change it's accounting period from a calendar year to a 52/53 week fiscal year. The impact of this change is immaterial. (Continued) ' ALLIED SANITATION, INC. AND AFFILIATES ' Notes to Combined Financial Statements ' (3) Property and Equipment Property and equipment consist of the following: January 1, December 31, ' IDA M2 ' Land and building $ 12,432,216 12,432,216 2,254,517 2,236,608 Building improvements Trucks 9,381,947 8,278,162 ' Furniture and fixtures 920,205 853,298 Machinery and equipment 11,577,490 10,638,008 Service vehicles 481,108 489,164 1-778,465 ' Containers 1,801,212 38,848,695 36,705,921 Less accumulated depreciation 18,056,567 15,476,953 and amortization , $ 20,792,128 21,228,968 ' (4) Obligations Under Capitalized Leases In 1987, the Company entered into a lease agreement with the City of New York for the construction and installation of an industrial facility in connection with the ' acquisition, recycling of solid and dry construction waste. The lease transaction is being financed with Industrial Development Revenue Bond issued by the City of New York the proceeds of an and purchased by a bank in the amount of $6,000,000. The lease is payable in 39 ' consecutive quarterly installments of $100,000 each through February 1, 1997, plus interest A final installment of $2,100,000 becomes due at 1/2% in excess of the bank's prime rate. and payable on May 1, 1997, at which time ownership of the facility is transferred to the ' Company. In 1989, the Company again entered into a lease agreement with the City of New York for the acquisition, construction and installation of an industrial facility in connection with the ' disposal and recycling of construction waste. This lease transaction is being financed with Industrial Development Revenue Bond issued by the City of New York the proceeds of an in the amount of $5,750,000. The lease, which is for a ten-year period, is payable in 120 ' consecutive monthly installments including interest at 8.5% commencing June 1, 1989 and ending on May 1, 1999, at which time a final installment of $3,670,000, representing the balance of the obligation, becomes due and payable and ownership of the facility is Company. Of the of the Industrial Development Revenue Bond, transferred to the proceeds $55,134 remained in escrow accounts as of January 1, 1994 and December 31, 1992 with a bank as trustee. This balance is restricted and can only be used to fund the additional costs ' of the project and to service the debt (Continued) _a 4 ' ALLIED SANITATION, INC. AND AFFILIATES ' Notes to Combined Financial Statements ' (4), Continued The lease payments are collateralized by various property and equipment of the Company and guaranteed by the Company's stockholders. ' The agreements contain various covenants, including the maintenance of certain financial In the Company is prohibited from repaying $156,460 of loans payable to ratios. addition, stockholders outstanding at inception of the lease until all of the lease payments have been made. Approximate future principal payments for both leases for the next 5 fiscal years are as ' follows: December 31, 1994 $ 645,85 ' December 30, 1995 785,832 December 28, 1996 December 27, 1997 2,392,500 December 26, 1998 208,333 ' Thereafter -3�7.5� 8487,500 $ ' The net carrying amount of land, building and equipment purchased with the proceeds of these bonds approximates $9,411,000 as of January 1, 1994. (5) Related Party Transactions Loans payable to stockholders are noninterest bearing with no definite due date. In addition, $156,460 of the balance cannot be repaid until all capital lease payments are ' made. The Company currently operates a construction waste facility in Woodside, Queens on land that is owned by an affiliate. During 1992 no rent was charged by the affiliate to the ' Company for its use of this land. Effective March 1, 1993, a rental of $12,000 per month was paid to the affiliate. ' (Continued) (6) I� v 0 E fl P ALLIED SANITATION, INC. AND AFFILIATES Notes to Combined Financial Statements Long -Term Debt Long-term debt consists of the following: Less current matunnes -•o ,�•«. Total long-term debt $ 3,959,325 4 636.198 (a) Mortgage payable includes a $2,900,000 first mortgage on land payable over 84 monthly payments of principal of $34,524 plus interest at 1-1%2% in excess of the bank's prune rate. The balance outstanding at January 1, 1994 and December 31,1992 was $1,622,619 and $2,071,431 , respectively. Mortgage payable also includes a $923,250 purchase money mortgage on land payable in 60 monthly installments, including interest at the rate of 1-1/2% over prune subject to a floor of 9% and a ceiling of 13%, with a balloon payment due in 1995 of approximately $575,000. The balance outstanding at January 1, 1994 and December 31, 1992 was $731,931 and $803,816, respectively. (b) Notes payable - represent obligations for the purchase of routes and restrictive covenants, repayable in equal monthly installments, with interest ranging from approximately 4.75% to 9%. (c) Notes payable - other represent obligations for the purchase of various property and equipment, repayable in equal monthly installments, with interest ranging from approximately 6.4% to 11%. (d) Note payable - bank was one note payable in equal monthly installments of $2,369 including interest at 11.7596. The note was paid during 1993 in accordance with the original terms of the note. (Continued) January 1, December 31, 129 1m Mortgage payable (a) $ 2,354,550 1,082,114 2,875,247 1,432,779 Notes payable (b) Notes payable - other (c) 2,361,522 2,479,148 66 Note payable - bank (d) – 5,7 895,7 1, 8686 —50,1 6,837,340 Less current matunnes -•o ,�•«. Total long-term debt $ 3,959,325 4 636.198 (a) Mortgage payable includes a $2,900,000 first mortgage on land payable over 84 monthly payments of principal of $34,524 plus interest at 1-1%2% in excess of the bank's prune rate. The balance outstanding at January 1, 1994 and December 31,1992 was $1,622,619 and $2,071,431 , respectively. Mortgage payable also includes a $923,250 purchase money mortgage on land payable in 60 monthly installments, including interest at the rate of 1-1/2% over prune subject to a floor of 9% and a ceiling of 13%, with a balloon payment due in 1995 of approximately $575,000. The balance outstanding at January 1, 1994 and December 31, 1992 was $731,931 and $803,816, respectively. (b) Notes payable - represent obligations for the purchase of routes and restrictive covenants, repayable in equal monthly installments, with interest ranging from approximately 4.75% to 9%. (c) Notes payable - other represent obligations for the purchase of various property and equipment, repayable in equal monthly installments, with interest ranging from approximately 6.4% to 11%. (d) Note payable - bank was one note payable in equal monthly installments of $2,369 including interest at 11.7596. The note was paid during 1993 in accordance with the original terms of the note. (Continued) 6 ' ALLIED SANITATION, INC, AND AFFILIATES Notes to Combined Financial Statements ' Deferred state and local income taxes result primarily from the fact that the Company is a cash basis taxpayer and the combined financial statements are presented on an accrual basis. Consequently, there are differences in timing in reporting certain items of income ' and expense for financial reporting and tax purposes. (Continued) 1-1 (6), Continued ' principal repayments of long-term obligations for the next 5 fiscal years are as follows: ' Fiscal Year Ended Amount December 31, 1994 $ 1,838,861 1,918,365 ' December 30, 1995 December 28, 1996 1,069,521 December 27, 1997 692,807 193,213 December 26, 1998 85.419 Thereafter - $ 5,798,186 ' Interest on long-term debt approximated $494,253 and $637,335 for the fiscal years ended January 1, 1994 and December 31,1992, respectively. (7) Income Taxes As Discussed in note 2, the Company adopted Statement 109 as of January 1, 1993. There was no cumulative effect of that change in the method of accounting for income taxes for ' the fiscal year ended January 1, 1994. Prior years' financial statements have not been restated to apply the provisions of Statement 109. ' The provision for income taxes for the fiscal years ended January 1, 1994 and December 31, 1992 consists of the following: January 1, December 31, ' 1.29A 1992 Current state and local $ 393,947 38,326 205.697 1,37.466 ' Deferred state and local $ 599,644 175,792 ' Deferred state and local income taxes result primarily from the fact that the Company is a cash basis taxpayer and the combined financial statements are presented on an accrual basis. Consequently, there are differences in timing in reporting certain items of income ' and expense for financial reporting and tax purposes. (Continued) 1-1 i ALLIED SANITATION, INC. AND AFFILIATES Notes to Combined Financial Statements ' As of January 1, 1994, the Company had a $3,000,000 line of credit with a bank to be drawn upon as needed. At January 1, 1994, $2,000,000 was borrowed under this line of credit bearing interest at the banks prime rate (6% at January 1, 1994). This amount is due ' on March 1, 1994. Draws on the $1,000,000 available line of credit may be made from time to time on terms that will be mutually agreed upon between the Company and the bank. The line expires on June 30, 1994. (Continued) ' (8) Stockholders' Equity In 1993 the Stockholders of the Company approved an amendment to the certificate of incorporation of Allied, Star and Greater New York Leasing, whereby the authorized shares ' of the common stock of the Companies was amended from 200 shares of common stock authorized for each Company to 50,000,000 shares of common stock authorized for each Company and the par value of authorized shares of common stock was amended from no ' par value to $.01 par value. In addition, the Stockholders approved a 200,000 for one stock split of the outstanding shares of common stock of Allied and Star, and a 100,000 for one stock split of the outstanding shares of common stock of Greater New York Leasing. ' Authorized and outstanding shares of common stock consists of the following: Greater New York ' Alli Leasing As of January 1, 1994 Authorized shares 50,000,000 50,000,000 50,000,000 ' Outstanding shares 20,000,000 20,000,000 20,000,000 As of December 31, 1992 Authorized shares 200 200 200 Outstanding shares 100 100 200 ' As a result of these changes, common stock par value was increased by $590,000 and additional paid -in capital was decreased by $590,000. ' (9) Employee Benefit Plans The Company has a profit sharing plan that covers all nonunion employees. For the fiscal ' years ended January 1, 1994 and December 31, 1992 no amounts were charged to operations. Effective January 1, 1993, the Company adopted a 401(k) plan for its nonunion employees. The Company has not made contributions to the 401(k) plan, and, therefore, no ' amounts were charged to operations for the fiscal year ended January 1, 1994. (10) Line of Credit ' As of January 1, 1994, the Company had a $3,000,000 line of credit with a bank to be drawn upon as needed. At January 1, 1994, $2,000,000 was borrowed under this line of credit bearing interest at the banks prime rate (6% at January 1, 1994). This amount is due ' on March 1, 1994. Draws on the $1,000,000 available line of credit may be made from time to time on terms that will be mutually agreed upon between the Company and the bank. The line expires on June 30, 1994. (Continued) tALLIED SANITATION, INC. AND AFFILIATES ' Notes to Combined Financial Statements (11) Multi-employer Pension Plan ' The Company participates with other companies in making contributions to a multi- employer pension plan for the benefit of its union employees. Contributions to the plan ' were approximately $81,000 and $76,000 for the fiscal years ended January 1, 1994 and December 31, 1992, respectively. ' (12) Commitments and Contingencies During 1991, the Company entered into a consent order with the New York State Department of Environmental Conservation (NYSDEC) under which they agreed to ' conduct surveys to monitor fourteen sites on which they or their agents from time to time may have directly or indirectly deposited waste materials. The Company believes the material complied with regulations in effect at the relevant time periods. In February 1994, the Company's engineers submitted test protocols to NYSDEC to which the department has ' not yet responded. The Company believes the test results identified no noncomplying materials. However, based on prior experience of the Company's legal counsel, some form of assessment is probable and is likely to be within a range of $50,000 to $200,000. The ' Company has accrued $50,000 relating to this contingency. The City of New York has notified the Company that it intends to take through condemnation certain parcels of land that the Company either owns or leases. The Company is vigorously defending the condemnation of the parcel which it owns. The owned parcel is currently used for parking and storage of containers. In the opinion of legal counsel, it is possible that the City will exercise its right of eminent domain and take ' the parcels; however, efforts are being made to find an alternative site for the City's purposes. However, if such right is exercised, city statutes require that the Company be paid fair market value for such parcels. The Company estimates that current fair market value, based upon an independent appraisal, is approximately equal to the net book value of the owned parcel, which was approximately $3,900,000 at January 1, 1994. The Company is also named as defendant in several other lawsuits occuring through the ' ordinary course of business. Management believes the ultimate outcome of those lawsuits would not have a material effect on the financial statements. ' (13) Subsequent Event Late in 1993, Allied, Star & Greater New York Leasing ("Allied") and Lehigh Carting Co., BQE Services, Inc., & Townsend, Inc. ("Lehigh") began discussions to merge their respective businesses. On December 31,1993, Allied and Lehigh signed an agreement whereby, in the period from January 1,1994 until the date the formal merger agreements were signed, Lehigh would lease its assets to Allied, Lehigh employees would become (Continued) J 9 ALLIED SANITATION, INC. AND AFFILIATES ' Notes to Combined Financial Statements ' (13), Continued Allied employees, Allied would collect Lehigh revenues and pay Lehigh expenses and Allied would otherwise manage Lehigh affairs. The final merger agreement was signed in ' 1994. The merger has been structured as a tax-free exchange of stock and will be recorded as a purchase for accounting purposes. In 1993 the Lehigh companies had revenues of ' $18,638,133. At December 31,1993, their net book value was $5,888,939. In addition, during 1993, the Allied and Lehigh companies had certain transactions with each other, Allied serviced certain customer accounts receivable owned by Lehigh and Allied paid certain expenses incurred by Lehigh. Included in Accounts Receivable -net at ' January 1, 1994 is $896,185 due from Lehigh related to these transactions. ' (14) Stock Option Plans In 1993, Allied and Star each adopted the 1992 Stock Option Pian affording employees, officers, directors , independent contractors, consultants and advisors of the two companies ' the right to purchase shares of their common stock. At January 1, 1994 , all of the options outstanding were incentive stock options and none were non-qualified stock options under both plans. All options granted were granted to employees of the Company. The exercise price, term, vesting periods, S Corporation limitations and other conditions applicable to each option granted under the plans are determined by the respective company's Board of Directors at the time of the grant of each option. No option may be ' granted at a price less than the stock's fair market value on the date of the grant. Transactions under both plans for the fiscal year ended January 1, 1994 are summarized below: ' Allied Plan Star Plan Options outstanding at December 31, 1992 — — Options granted 1,771,403 1,771,403 Options terminated (73,333) (73,333) Options exercised — — ' Options outstanding at January 1, 1994 1,698,070 1,698,070 Options exercisable at end of year subject to restrictions 395.247 395.247 Options available for future grants at end of year 524,152 524,152 Total option price of options outstanding at end of year $ 3,688.710 $ _4,515.970 tion prices: Options granted $ 1.78-$2.23 $ 2.18-$2.73 Options outstanding at end of year $ 1.78-$2.23 $ 2.18-$2.73 7CHEMICAL Chemical Bank One Pierrepont Plaza, 16th Floor Brooklyn, NY 11201-2791 March 31, 1994 Anthony Lomangino, CEO Allied Sanitation Inc. 123 Varick Avenue Brooklyn, NY 11237 Dear Anthony, We are pleased to advise you that based upon your annual financial statements for the fiscal year 12/31/92, Chemical Bank (the "Bank") has approved your request for a line of credit in the aggregate amount of $3,000,000. Our officers may, at their discretion, make short term loans to Allied Sanitation Inc. on such terms as are mutually agreed upon between us from time to time. As this line is not a commitment, credit availability is, in addition, subject to your execution and delivery of such documentation as the bank deems appropriate and the receipt and continuing satisfaction with current financial information, which information will be furnished to the Bank as it may from time to time reasonably request. This line of credit expires on 6/30/94. We are pleased to be of service and trust you will call upon us to assist in any of your banking requirements. Very truly yours, Jtep Vice President 11 D 11 INFORMATION SCHEDULE F Town of Southold Bid Project C&D Haul -Disposal Services The Bidder herein certifies that it is qualified to perform the work covered by this proposal, and that it is not acting as a broker on the behalf of others. To substantiate these qualifications, the Bidder offers the following related information and references in order that the Town may evaluate the Bidder's qualifications and experience. 1. Bidder's Legal Name: Star Recycling Inc Z. Business Address:_,__123 Varick Avenue, Street Brooklyn New York 11232 City State Zip 3. State incorporated: New York _ Year incorp. 1983____ It. New York State; Business License No.:____ S. No. years in contracting business under above name:ll__Yrs. 6. Has firm ever defaulted on a contract? Yes No XX 7. Gross Value - work under current contract: s 25,000,000.00_per year 8. Number of Current Contracts: 22-_ 9. Brief description general work performed by firm:_________ Collecting, processing, recycling,and disposal of various waste streams including Municipal Solid Waste, Construction and Demolition Waste, Sludge and Incinerator Ash_ Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 1 of `t INFORMATION SCHEDULE F - (Continued) ' 10. Has firm ever failed to complete work awarded? Yes____ No XX IF yes, attach support statement as to circumstances. 11. Related Experience Reference (within previous S years) ' 11.1 Project Title: Solid Waste Hauling and Disposal_— Owner's Name: Town of North He mp-stead_-a0-1Ji-d-JW-da1e Agement Auth. ' Address:_ 802 West chore Road, Pnrt Washinc7tnn,—NY 11650 Engineer: Paul Roth, P.E_, Commissioner ' Address: same ' Project Initial Start Date: November 1992 _ Project Acceptance Date: —_ November 1992 Initial Bid Value: $ 11, 000,000.00 per near for 20 years Final Complete Project Value: s 11,000,000.00per year _--_ ' Brief Project Description:_ recYclinq and disposal of ' Municipal Solid Waste,_Yard Waste abd Construction and Demolition Waste. 11.2 Project Title: _ Hauling of Solid Waste -__ --- Owner's -_Owner's Name: — Town of Brookhaven_— 'Address: 3233 Route 112, Medford New York 11.7!Q---- Eng 1763— _Eng i neer: _ James H. Heil, Commissioner Address: same ' Project Initial Start Date: ___ January _1992 Project Acceptance Date: —_--January 1992 Qualifications Summary Schedule 5.0.F BID (PROPOSAL) FORK Page 2 of `t u F, FE INFORMATION SCHEDULE F- (Continued) Initial Bid Value: $— 8.000.000.00 Final Complete Project Value: $ not yet caWJ te_ — Brief Project Description: Operating Transfer Station, receiving, loadj,aq and hauling Munici a� 1 Solid Waste from Brookhaven to Hempstead Resource Recovery Facili�. 11.3 Project Title: — Hauling and Disposal of Dewatered Sewage Sludge Owner's Name: NYC Dept of Environmental Protection Address: 59-17 Junction Boulevard, Elmhurst, New York 11373 — Engineer: Anthony Marack. P.E. _— Address : same _ ---- — - Project Initial Start Date:_ July 1992 — —_ Project Acceptance Date: — July 1992 Initial Bid Value: $_ 5,004.000.00 —___-_____ Final Complete Project Value: $__9�000.OQ0.02 Brief Project Description:—H�tUlin_gand Di s -al of Dewatered Sewage Sludge ._____—_ lJua ficationF-i Summaru BID (PROPOSAL) FORM Schedule 5.0.F Page 3 of `t INFORMATION SCHEDULE F - (Continued) 12. Principal Firm Members' Background/Experience (3 members minimum). Attach current resumes as Schedule S.O.F supplement or give concise description by individual. ame ofder : _ Star Recycling, Inc By c �Date: May 26. 1994 (Authorized Signature) NOTE: Any supplemental attachments or modifications to this Form shall be labeled Schedule S.O.F, and shall be properly integrated into this Bid Form. If blank not applicable, fill in with N/A oualifications Summarg BID (PROPOSAL) FORM Schedule 5.0.F Page 't of 4 Staffing Star Recycling, Inc. Anthony Lomangino,Chief Executive Officer Anthony Lomangino is the Chief executive Officer of Star Recycling, Inc. Mr. Lomangino joined the family business in 1978, following college and a stint as owner/operator of a liquor merchandising business. Starting with maintenance, he learned the business from the bottom up, working routes, managing the accounting and finance units, representing the company with regulating agencies. As Treasurer, Mr. Lomangino was the first to see the potential in the emerging recycling industry, and was instrumental in the development and expansion of the Star division. A leader in the New York waste industry, he has been appointed to the solid Waste/Recycling Advisory Boards of the Boroughs of Manhattan and Brooklyn by the respective Borough Presidents. William F. Kaiser, Chief Financial Officer William F. Kaiser, Chief Financial Officer, has a wealth of business development/planning and finance experience with both start-up and blue chip companies. Beginning his career in accounting and finance at Price Waterhouse and then later at Xerox, Mr. Kaiser established and directed the financial function at Atari's $350 million home computer division. As V.P. Finance at Electronic Arts, he negotiated and closed five acquisitions, prepared the company for its successful 1989 IPO and launched a direct mail division that grew to 3% of total revenue. Immediately prior to joining Allied/Star, Mr. Kaiser was CFO at Wedge Innovations, where he raised substantial venture capital for this fast growing, privately held smart tools company. Joseph W. Hafesh, Vice President of Business Development Joseph W. Hafesh, Vice President Business Development, has been a corporate development specialist and systems engineer for over twenty years. Mr. Hafesh founded and directed the growth of a variety of technology based firms such as Biocomp, Inc., General Fiber Optics, Inc. and Pulsotronics, Inc. and has served in positions of chief executive and operating officer and chairperson. Since 1978, his professional activities have focused on all aspects of solid waste management. Mr. Hafesh also holds patents in electromechanical handling equipment, and physiological monitoring. He is listed in Who's Who in International Business and Finance. Mr. Hafesh is a graduate of Tri-State University with a Bachelor of Science degree in Mechanical Engineering and has completed graduate studies at the Stevens Institute of Technologg towards a masters Degree in Management Science. ' Joseph Bergeron, General Manager Joseph Bergeron, general Manager of Star, started on the ground floor of the waste industry in his native Chicabo as a helper on a rear end truck owned by industry ' giant Waste Management. In his 17 year career with Waste Management, Mr. Bergeron moved his way up through driver, supervisor, sales, and dispatch positions to become operations manager. Seeing the future in recycling, he joined Loop Recycling as General ' Manager before coming to Star in 1986. At Star, Mr. Bergeron is a hands-on General Manager, with responsibility for facility, transportation and disposal operations, as well as the marketing of recyclables. ' Bobby Lomangino, Equipment Operations Manager Bobby Lomangino is the Equipment Operations Manager, in charge of the entire fleet of trucks for both Allied Sanitation, Inc. and star Recycling, Inc. He has worked with Star for eleven years. Prior to working with Star, Mr. Lomangino was the Roll -Off Manager for L & L Sanitation for four years and was in the United States Air Force. He attended special automotive school for two years following his formal education and has ' attended the Michelin training school. Mr. Lomangino's responsibilities include overseeing all preventative maintenance and repair to all of the vehicles used by both Allied and Star. He supervises the ' purchasing of all new trucks, parts and equipment. He also oversees the hiring of drivers to work for both Allied and Star and has overall responsibility for the entire mechanical staff. ' Charles Gusmano, Projects Manager Charles Gusmano is Project Manager for Star Recycling, inc. After his graduation, with a B.A. degree from Hofstra University, he joined Star Recycling, Inc. ' on a full-time basis. Mr. Gusmano oversees operations in al of Star's recycling facilities as well as longhaul operations. He has worked in every phase of operations since 1980. Maurice Collins, Projects Manager Maurice Collins is a Projects Manager with Star. He has been with Star since October 1988. Mr. Collins is responsible of new business development, with an ' emphasis on introducing Star's waste management services to municipalities. Mr. Collins holds a Bachelor's degree in business Studies (University College, Dublin) and a Graduate Degree in Computer Science (University College, Cork) where I he attained First Honors. 11 ame of d er : Star Re clip Inc. Date May_26, 1994 (Authorized Signature) NOTE: If blank not applicable, fill in with N/A Subcontractors Schedule 5.0.6 BID (PROPOSAL) FORM INFORMATION SCHEDULE G Town of Southold Bid Project ' C&D Haul -Disposal Services The Bidder hereby states that it proposes, if awarded an ' Agreement to use the following haul subcontractors on this project. ' Subcontractor/ Contract Trade/ Individual Address Phone # Specialties ' 1 . Ftt Iilxjdnq C. FO 83c 386X814) 857-7704 _ Haitirc _ ' ' 2. _-- -- r, PPA -16825 - -- — 3. H. S. '6. --- -- ----- ------- - ----- 7. 8. ' 9. 10. ame of d er : Star Re clip Inc. Date May_26, 1994 (Authorized Signature) NOTE: If blank not applicable, fill in with N/A Subcontractors Schedule 5.0.6 BID (PROPOSAL) FORM 1 1 1 1 1 1 1 1 1 1 1 INFORMATION SCHEDULE H Town of Southold Bid Project C&D Haul -Disposal Services The Bidder states that it owns the following pieces of equipment that are available for use on the project, if awarded the agreement. Proposed Current Equipment Item Project Use Equipment Location _ PLEASE SEE ATTACHED LISTING ame of Zr' By : -� �;1 �—=-- '---- Date : May 26,_1994 NOTE: Any supplemental attachments or modifications to this Form shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Form. If blank not applicable, fill in with N/A Construction Equipment BID (PROPOSAL) FORM Schedule 5.0.H 111 204 e=ra; 004 ear•_: 104 .i 4-C-- L0ase 1004 t -1 f" Lea=:. 105 S N : ZHSF2GSR•. -. wU 1 - - 19ST iNTERNAT:!I'hlAL Model: 1994 FRE I SHTL I NER Model: _ 1994 FRE I SHTL I NER Model: LEWIS DIXON SYN: 1FUyDDY8ZRH880Z0'-1 1989 FREIaHTLINER 1980 FREIGHTLVER Model: S,. , Mode 1 S/N-. ,J u.. 1 I- Wh T - G-13� r� . -1 i Model: WiA64T S/iii: 4'rzan1=%BCEl}K!^..i6Z.-Z- tai 1; . ei: SLIDER SIN: 1FVBD0YT0VA365@4.-_- =183 FREIGHTLINER Model; _ _ S/N: 1i- Jn r�F UP : —"M � ►-'►•- 1990 INTERNATTONAL Model: 9400 614 STA :1, L. -z, -'r;; .gin 4 _ Trac tor L i c : A21260'._' State: P4 Trac to; L i c : A.A 45 14 Mate: .. Tracto - i.�a ahs. _ = :.�4 State: Tr -act-:.- r - l AState; 0,-', _ Tracta- Lic: Stat=- -. Tv - State: t _ ! ra_1 _. L.; - + Aw State; Tray " L. ic; A 3j State: T r .a. - c_ A_ =4; Star Tr ac _ _ . _ Lit: :d.- 2.._1; Statal Tractor State: Rii }:E1=`HART TRU%kjGC»Equipmentinfo_matin !Menu— _�--- - -----_ -.. __ -----_____ Tract_.1/`+rrEIaF?L:PEf Lic: Ary1142 Model • ! • UYuR'r L -i4!• - - 4lii' Tractor _ -�3y� Mode i ; ,JOAN GREEN r'u State:- 04 := /N: IFUPVDYL-::I1HZT7777 1. 1'=�8 INTERNATIONAL Tractor - ABOS470 mode! HAR +LD GREEN L i e: State:Lease: PA 111 204 e=ra; 004 ear•_: 104 .i 4-C-- L0ase 1004 t -1 f" Lea=:. 105 S N : ZHSF2GSR•. -. wU 1 - - 19ST iNTERNAT:!I'hlAL Model: 1994 FRE I SHTL I NER Model: _ 1994 FRE I SHTL I NER Model: LEWIS DIXON SYN: 1FUyDDY8ZRH880Z0'-1 1989 FREIaHTLINER 1980 FREIGHTLVER Model: S,. , Mode 1 S/N-. ,J u.. 1 I- Wh T - G-13� r� . -1 i Model: WiA64T S/iii: 4'rzan1=%BCEl}K!^..i6Z.-Z- tai 1; . ei: SLIDER SIN: 1FVBD0YT0VA365@4.-_- =183 FREIGHTLINER Model; _ _ S/N: 1i- Jn r�F UP : —"M � ►-'►•- 1990 INTERNATTONAL Model: 9400 614 STA :1, L. -z, -'r;; .gin 4 _ Trac tor L i c : A21260'._' State: P4 Trac to; L i c : A.A 45 14 Mate: .. Tracto - i.�a ahs. _ = :.�4 State: Tr -act-:.- r - l AState; 0,-', _ Tracta- Lic: Stat=- -. Tv - State: t _ ! ra_1 _. L.; - + Aw State; Tray " L. ic; A 3j State: T r .a. - c_ A_ =4; Star Tr ac _ _ . _ Lit: :d.- 2.._1; Statal Tractor State: t 01 KEPHART TRUCKING C-_ Equipment Information i care `yen. Eq_i. .& 1'" INTERNATIONAL Tractor- _3 .. ref � L i C A206009 SIN: 2HSFHXZR 8LC•? I _ 1 e_. = State: PA 7 109C iNTERNATIONk_ ra tor- Tractor- mot,_ i , 94006X4 E ,r mote' - Lir • AA'-�:'111Z ;: /N: ZHSFH: ZR8LC0TS T - State: FA - 1990 NTERNATIONA- Tractor Made!: '.J40 0 6X4 SIAL. L i L : AA911 1: 1109 S N : . •HSFH:•.ZRXLC0 _.i_ - _ State: PA 1990 !NTERNATIONA_ Tract* - - Masai . 9400 6X4 SZ L i c . AA?111.1 1098-003 19"9YETERBIL- Tract L eaE e : :~ioce l . TIM ELWh=OD L i c . AA4309Z ots SIN: 1XP5DB9X9FN3TZ97'__� State: PA * 1t 1950 LNTERNAT _'NA— Tr".a= t : r- ' M G _' a i: 9400 6X4 SV. .. L i : F.X'_' 1 1 15 _X: ZHSFHXZR1LC _ _ 1< . State: 4 - ti s e 00 644 Lic: il.: 04 SYN: 2ASFH ;.ZR & C? - - Stats: 111Z 1'" !NTERNATIONPL Tr..a uw Mndsi: 9400 6V4 ED: - Lic: - .Styr, .YRY - - 1 - - State: PA 1.: 1. Ii' TERNATIGNA— T r-_ztt=. :HSFHYZRSLCW!V"_ State: 1 1 `P !?1& WE RNAT 1 iDNA- • • a c •• _ • mo6a!; 9400 6X4 SO: LA: AA51575 ZHSFHMCR1LC0Sw157 _.tame: 1910 iNTERNATIONAL. Models 9400 Jii4 Tra=tw-_ ._,.'N: ZHSFHMCR':u.CC: _ :1= State: OA '•T y i 191C i�iTERNFTIsINA -� i•<,_ Tr _ � r o w .�=,�,0 i '. Lic: 4 A' it !' SIN: ZHSFHMCR3LCQ!i1r_ State: Q� �lr 1900 iNTERNA.T I� NAL -r-ac *r — - 4 , -• ir_j:� ; 1 = .-.- 01 KE=HAR T TRUCKING CO. ' Equ i pmer:t infar mat i on !Menu-721 .j ++'__----- ---19._,„ INTERNATIONAL Tractor Model: 9400 624 SBA Lic: AA51574 S! / i : ZHSFt-IMCR 3,._CO:6 i _: z, ,rat P._ , 10•='1 WHITE-GMS= Tractor rlode i . WIA 4T i, i c 4L00076 S N: 4V.•'_WD2RF0MN6T_501 .State: PA. 199! WHITE-GlIC Tractor Model; WIA64T Lie: A301771'.-..-. SIN: 4Vz D RF =_•F .State: PA L 1?S i WHITE-GMC Tractor Model: WIA64T L i c : .=.L%{.''-W7 ' S/N: 4VZWG5RF::"^rd63_50Z State: PA ice_ 1?91 WHITE-GM T ; r-ac •v _ . M_,de ! : WIA64T -`i: L •s c . AB03W= State: `` - -_WLiRF4AN_--5i_ 24 1991 WHITE-GM, Tractor Model: WIA :4T L` + C : R.�;�:,_;_: - _ ,.,. .r-8 ,ItiL:�+•_ _ 5 �:, 44 �WDL-�F.r _, .. _ -:tate : PAS/N: _ 1'=i'=-1 ,, TERNAT I '_'NAL �.. Tr 3it ._ .1 _-PA a 1 i r • A 755 • -- _ - - '=•/N. 2r"71'HMCR7'.`1004.;_ 3W ,-i at- . 2d. 1991 iNTERNATIONAL Tract*r, Model: 9400 6X4 S&4 Lic: C20515c; WN: : _HSFHMCR 5MC0 : I _'4 State: i WE 1991 i N T ERNA T CNAL ; r _ .. . Model: 9400 6X4 SDA Lic: AGSI�W S„ NeZHSFHMCR3MC0a63W 1 _ 1991 INTERNATIONAL. Model: 9400 W4 SL-:.A L i c -:r.. i ? -'i :-AHI TE-G l-_• r'a� Lic: A250"77 - - vDSCESANQ Stater - um lAC:z. M_,d: + C:H_ 1 •- L j rrll''--r State:'"•" j993 FREIGHTLINER Tractor ..ice, Y 01 KEFHART MUM CC.— Equipment information h enu- - S - 1993 FREIGHTLINER Tracts=r- ' Model: FLDIZ064 ST L : c : AB 4='I7 SIN: IFUYD-'YBwPH4724::_ State: PA _ 1990FREIGHTLINER Tractor - Model: FLD1'ZO64ST '•_ i c • A)=Z40I 8 Si N: IFUYDSYL-IPH47243= Ztate: FA _. I= I•-,•.,_ FREIGHTLINER Tr-acte - Model : FLDI2064ST _ i c : AL-'24?1•- - t r r-••. .7- •1=. .1%i'J: ,r=UYilo{I:•,-i-f4?�4=•_ =Mate: r-►% _ _ 1992 r=REIGHTLINER Trac for Model: FLDI.::!i,. 4ST L i c: A224 Zn ' S N : 1 FUVDEY'L-• 1.=`H47Z4: ,: State: FP-. i?93 FREIGHTLINER T f acts . M a d e l FLU i Zt= 64ST L i s Ai,: a_...: . SIN; 1FUYDSYBQRH47Z4 :- Mate • PA _ - 1093 FREIGHTLINER Tractor = ' Mode i : FLDIZO 4S T L i c : AWWW -/N: 1 FUYD Y'r;OPH47Z4:=- estate: Y' _ I'15931593FREIGHTLINER Tractor '4-- FLDIO:_4S''s Made!: .: C • E20-=•i S/N: 1FUYL;::,YL-ZPH47243--- stat_, P-. - 4: 1053 FREIGHTLINER Tracnar M,_ •fie l : FLD IZf..'1` 4ST L 1 c : ADWSW - 1903 --;:."WWWWR Tra= z_. - 1 _ . - F'1._D I ZO._.4ST L . c . A — - - - _ !/N: iFUYDSYBQFH47244. state; Tj� 14.Y 1990 FRE.IG ;TL:. ER Tr ac t _. i 1P93 FREIG TL_ :EF; Tr a.- t o r- Made!: 1003 FREIGHTLINER yy ,-i .1 IJ C i � L Lrl 1 { t � t./T Tract,_:-_ f , •1 L i ..i `{'.. � 1 - ` '�.._ i�.�.?'=� REIGHTLIf{OR TC a for _ .. ) 1 d e ! F' 7T1 1 lrry�.� 4 JT Model: 2�,'lA _ - _� ,iL S/�N: irUYU-��/�Lti�=PH 444- stats: Ft - 114._ - _ FREIGHTLINER -- 01 KEPHART TRUCKING CC, Equipment Information Menu -_21; 4. 1:--,:=PEIGyTLiiiEi; Tractor Model; FLD1Zc,:-.ASr L i c A630120 SIN: 1FUYDSY51PH47Z4Q .tate. PA _. 'Q 1003 FREIGHTLINER r-actor- _ Tractor- Mo d e i. FL.D 1'20 4S T Model: L i c• A63044'= S N: rFUYDSY 3F H4'_44 T State: PA 199 FREIGHTLINER Tractor- ractor-Madel: Model:FLD1 0 4ST L i c: A3:2168 SW 1FUYDSYLV5PH47-44;- State: PA - .51 1;=:1 FREIGHTLINER Tracter Mode!: FLD1ZOS41T L i c . aA,w T1 S/N: 1FUYD8VB7PH47'Z4Q: state: FA. _. 15'Z 199" FREIGHTLINER Tractor - Model: FLD120 4=T W c • A211587 1994 FREIGHTLINER Trac Or- 'N: 1FUYDS'YB RA4..':t,-5' -tate ;.; 1994 rEIGiTLi:L=: Tractor 1154 Made FLDI 'O_ 'T ._ • c AA 4 ;_; /N: ZFUYD YB Q A., 0 - 5 - 1994 FREIGHTLWOR Trac se- - Mode ( : 1-LV120,40i L i _ . AA4"'tr X6:3 _/N: ._FUYDEY :. _ 4 _'rte Q! State: A '.�.y . 1994 FREIGHTLVAR �.., N: Fi.YDSYT•-;F.A4_ 0c-__ tat=. PA 157 1954 REISHi"L-N Gf'. , 3- -' WN: ZFLlYDSYBATA4TC65'2- state: 15_ 1594 FREIGHTLINER Tract w S/N: ZFU'Y'DS:Y81RA4-u`)r_.r<: ,ate 10' 1994 FREI(:HTL.i!'E ,-r_3'-,_ ....'N: ZFUYDSY r-:4? _5.. state4 0 1T94 WEIGHTLINER -.F r ac M' "e i FLD120 W c : AIP39400 S/N: ZFWSYB5RA43065 Staten PA 1994 FREIGHTL.INOF, Tractor Cil KEPHART TRUCKING CC, Equipment Information rMenU--r.: , 62 1994 FREIGHTLINER Tractor �-- Madei: FLG'1•''.04S I Lic : i1B39 -98 S/N: v;=UYESYL-,'=RA43065`-' State: P &3 1994 MA&K Tractor Model:CH613 W c 4iS "4 _ S%N: 1M1AA13Y4RW0T07S1 State: PA �64 1?94 MACK, Tr -actor - - Mode t : CH61 _. Lic : AE'_?14=: S/N: IMlA.A1=:YSPWz_y_07ZL Stale: PA _. 1994 hi;;Ck:: Tract.. Miadei: CF -61S Lic: AE_" ._;• ' :: /N: 1M1AA13YERW0307' -_ State; A Mode! . CH613 Lic. A53914-1 S/N: IMIA.A1: YXRW 3:= :72- ;nate: PA 167 1994 MAD--': Tractor- ' Model: Lis: 1/N: 1M1AA :;YI^.LJO? 7 -_ - State: ,♦ WN! 1.M1A _ W _ 07Z_ EWE: 1004—'-�01 1,•-.,_- E1ERBIL -i-r-3_`_� - Tracts - Model . is F? W_ Lic . .., , - : W E/W iMZAA06WLWQD116:: state; 04 1988 MAC[-: Trac tcr 2086-002 19"_ _ FREIGHTLINER, T .-ac _ _ 'Lease M, -,d= , : _, 5;:. S/N: 1FIJE' �L.::-i-• 1 - !-_.i c : ,-_4 - -.tate -r, _' _ 2 51 1988 MACK Tracto- Model _ RW_!:: Lic ��;; r=E S/N: 1M2A'f04Y5jNO -,O 1: . S at=. PP. 1988 MAC[-.,: Tractor Mode!: RW61 L i c: R..yz'Q7:)!5 I 1_I0911 qv01 KEPHART TRUCKING CO. Equipment Information :Menu-7BI i -- i4-._ 04 19 EAST MFG Dump Trai � e r - MModel. L i c : 7N42115 1004 SIM: 1E1D':::RZ89GRG07Z54 State. ?_A — tLic:4-005 1'= 91 BAXTER BUILT Lump Trailer waase : Model: LEWIS DIXON -t+�'�1�_74 c') 4 S/N: 1B9D'Z4D'Z'3MP1,= 0I'.' State: FA - >4-006 1'=89 TIBROOK Dump Trailer - Lease : Model: L i c : -rtJ• 185 004 S/N: 1 T sEAAAT'Z7K8' -14''•-• State: PA 11 ��+J4-t:r 7 i:�:= i BAXTER BUILTDump Trailer 11E&34: Model L i c : Twp 1'>''�' 004 S/N. 1E,'?D'.=4cj27MP1s==.ti24- .-Mata. PA. -' - 1004-011 199Z BAXTER BUILT Dump Traiter _ 11ease; Model: HAROLD GREEN L i c : TY01O � 7 004 c/N: WT,.24022NP18802: State: PA Zi-003 1990 BAXTER BUILT Dump Tyalle..- r State: : r 1_Z1 - N: 1E=D' j-j-P1_'_. l21-007 1990 =°,_? BA: TER BUILT Dump -r-a i er- ease. Made!. r : -.. S N; 1r-;9D240 -.: P1; _ •+ • State: P. 1145-004 1988 RAVENS Dump 7ra is, - „_.,G._,• State _ a 1.Pomp M!. ± : TIM L_4' OOD L i c : _ -- SIN: 1EID2UZ80FRM!4I5-� srats: PA Dump 7raAw 2004-002 1990 EAST MFG jLeaSS: Model: L Z004 _..•N.n J.E 41 .' i......._..__RG 1 198t.t _mat' . 1291 BENS icy' 'ri:5lii�' ._ L i c Lease: State: SIN: 1NUDTZ8T3NNANW06- .4 'FrrI rL - sTnvr T _ 1iFlat T Model: LOi�#_B Y i Y - ±iii.- r! ` /N: T_51 �.'PA vCa` r �J 1992 PECIAL_NTR T l •_`^ Fiat w= is Li � I _ _ State: Model: YSALL•1. �, TRAILER !- i -� ._ t. %� - 1-it.]�• Dump Trailer 1:T1 MORGAN _ _, 7 01 KEPHART TRUCK:% CC. Equipment Information :Menu -721) - ----------------------------------------------------------------------------------- 1939 FREIGHTLINER Tract: -- Model: GEORGE HUS TED Lie: AASZ164 S/N: 1FUPZAYBZVH356Z8` statS2 PA L. 7 1989 MACK Tract � r C: Made I: RWM` i.--, Lie: AB37820 Z/N: IMSAY04YOKMOW584:_ stats: PA L i Li9S9 - MACK Tract ; C Mode I: RW6!.*---*, Lie: AA3362d; c'/N: 1MZAY04YZKM0G584'-1 stats: PA 17- 1TS9 MACK Trac zar Model: R1061.2Lie: S/N: 1MZAY04Y9KjM0Q571! AAWW7 State: PA W 1900 MACK Tract,; -- Model : CH61,.--: Lic: AWIL46 S/N: 1142AA06YWWO5118.4, State; PA !Qso MACH., Nodal: RW613 Tract�!- 0: Lie: AA5!dZ! S/N: 1MZAY04Y0;N0Q5007 State; PA '- - !989 MACK Traw;r Mace l: RW60; Lic: AA7jwZ:.-:: S/W IMSAY547KNOW0717 States ?-A 7 1988 MAU.': Traz7or Model: RWSI:D Lic: AA44Z8Z SIN: !MZAVT4YfjM0Q40Z':': Stats: P,-,,� 1988 MACK. Model: RWOW Lic: ZA4418:--� S/N: 1MZA104YTjMuW?0Z- stats; PA 1982 MACH' Tracla- mocai: RWSW Lie: wqTT20'--' 1122 Model; RWW:3 Lic: AA7WW� S/N: WAY54YOW50500,; statEl PA 1989 MACV:� Mo d e 1 : RW._ 1�A70160 S/N: 1MZA?04Y?vr0Q57W-' stats: P- 1988 MACV:� 7racoor Model: RWsj:.-:' LIC: AAWO-Z! S/N: 1MZAJQ4Y4�MuQ400.:, ige? 111TERNATICNAL. Trac zw-- Model: RECONS7PUCTED LQ: n1^.77554 BOW S/N: ZK7180PA State: ?- 01 KEFHART TRUCKING CC. Equipment information %Men 7S1 :: .`?5-003 19S3 INTERNATIONAL Tractor 0. 2_=_E• M010: __68 Lic: AA= = _ - J1`. 'HSFI? ch_.LC:L--- State: P — 1' F'ETERSILT Tr aft :�r 71 h'0 a a.; e • Model: L-' . DEA1` NE. ELW OE Lic: AA.44'Z'Z I:c :::r'. ::..f;.. 1:•P5DB9XXF'N:: 3324 State: PA •_. UZ.-f"01 1918 INTERNATIONAL Tract:,- Lease: Model: TOM MANEY Lic: AA88109 S/N: ZHSFE;:� F:XjC: �1=�'=�'. = State: PA ICOl_ -001 19'=0 MACK' Tractor C . . Lea.B _ • Model • BOB WELLS Lic: ASQTQ _ It • )_:_-=ci1 1992 INTERNAT IONA- Tract_,r- BRED: Model: Lic: AA65568 11 C):,` moi,:: ,�:Hc�, ..•-: ,'Cr•'•.6R iLC: i�)i_ State: ''•?? L -,a,;_-001 1'�` 0 MACK Tr-act_-r 11 easec Model. Lic: A.A7 :�: . = S/N: 1MZAA14Y5LW00_?9•_ State • PA 9 ' C 1990 FORD Tract: - 1- i• G Model. Lica A 4:- •:) 4 0C: AA96SI:11 1;.:.DYr:{.` 0:'1rL.Vii&!.:1: - _. - e• ^'-t'+ [SZ-001 1039 i'E.i•i::: u•C..Lt Le a_•t : Model • MARVIN MYZRS L s c • n...: _ 8:: --=' ;_/N: 1XF'5DE? ._ ;N=_=Z=_ State: 0.,_. 06S 70 _0Z 19ST FORD T r a _ t . . Mod l . RIZ.KY. _:4:..FtiRETI KVAZ Lic: A1....1 ^%: =Mate • i- L _ .r's N; 1;=DYA90X _ • Model: JAG'.' E NEFF Lic: A 1._ = r_,? QDYA FVAC 4' State: PA. U&SH: 19a KENGJ�_�RTH Tido Lic: '•PL573 • Mode I • ED SHA.•- 7016 ,L/H XV + - _-- State: PA Li 1' _9 WHITE-GM,,--i i r acct• C+- Lic: A_ ,5,_ 4 else: Model: DOUG ;=; RTLE'-f ;- _ SIN: 4 VE , r : ' N _.tip. _ State: p G. ._. . 7047-005 Lease: 117047 L047-008 Lease1 047 347-011 Lease: 7047 04S -U01 Lea:=. '7046 7055-00 1 L ease 705 7055-002 11Lease: 7055 7058-002 Lease. 7053 f :5'_ Uwe:- 7066 117066 -COS Less!: iyeo PETERZILT Model: CHRIS HENRY 1991 FORD Model: HUGH GALLAHER SIN: 1FTYA?0X4AvA0Z66,-t 1985 FORD Model: LARRY :10. Ji t4. ,- - 1984 MACI"' Model: RANDY - - NA.;.,..r S/N: IMZAR07YSEM00111r 19e9 FREIGHTLINER Model- SIN: od 1:SIN:1FUYDXY2Wt;345, 1908 - F ETERB I L -F Model: jXP5DB9XvjN267?W- 1991 INTERNATIONAL Model: DONALD EEFE R t 1990 MACK Model: JEFF RC SSE';: SIN: 1MZAYC4Y;LM0C6305 1985 MAC:k:: Modeft RODNEY M I T 1-•i SIN: 1MZT159y1FM00181'' Tractor Lic: ract,.,r- Lic: Aw,._=400 :tate. , . Tractor i.- i c : A a2 rt 7 State: V= Trac si- r o! State: ," .• a o Lic. !'•-_.._.L: State: Tractair •_ UQ: P400:u State: - Tr a = t"t- L 0 States W Trac to Trac tot tate . -'4 01 KEPHART TRUCKING CO. ' 7.7-----auipment-:rrf��rrrratiar+-�:Merru_;C�:? -�43-001- ---1'29 7777---•-77 'FREIGHTLINER Tractor ease: Model: FRED D�,rSi'.4 Lic: A_;.: =,1 7043 'N: 1FUYD :YB0KH:w:_99_.,•. State: FA - 34•?-iQ:19T3 � FREIGHTLINER Tractor ease: FcF ic: AB = i () 7043 S/N: 1FUYDXYBSPH48738Z State: PA 1104-005 1057 FORD Tractor - - -- Lease: Model: ROL'BIE PIERCE Lic : AC'. 1 - - - 7044 S/N: !FDYA90:yXi-1'1,664 4 State: PA �. '�J 045-0 ,21 t' 1 I 1:�8 FREIGHTLINER Tractor Lease: Model: RON 2TYERS Lic : A.A.'_'5071 '7041 SfN. 1FUFYXYBjri320_;1T s1 ,i:4 . i_;4, -0 _ FORD 1'=�;� 9 r Tractor - Lic : A.A9_," _-0 Lease: Model: LARRY DICK. State: c• %` 7=l4; S/N: 1FDYA'-'G.•{���KVA517: - 7047-005 Lease: 117047 L047-008 Lease1 047 347-011 Lease: 7047 04S -U01 Lea:=. '7046 7055-00 1 L ease 705 7055-002 11Lease: 7055 7058-002 Lease. 7053 f :5'_ Uwe:- 7066 117066 -COS Less!: iyeo PETERZILT Model: CHRIS HENRY 1991 FORD Model: HUGH GALLAHER SIN: 1FTYA?0X4AvA0Z66,-t 1985 FORD Model: LARRY :10. Ji t4. ,- - 1984 MACI"' Model: RANDY - - NA.;.,..r S/N: IMZAR07YSEM00111r 19e9 FREIGHTLINER Model- SIN: od 1:SIN:1FUYDXY2Wt;345, 1908 - F ETERB I L -F Model: jXP5DB9XvjN267?W- 1991 INTERNATIONAL Model: DONALD EEFE R t 1990 MACK Model: JEFF RC SSE';: SIN: 1MZAYC4Y;LM0C6305 1985 MAC:k:: Modeft RODNEY M I T 1-•i SIN: 1MZT159y1FM00181'' Tractor Lic: ract,.,r- Lic: Aw,._=400 :tate. , . Tractor i.- i c : A a2 rt 7 State: V= Trac si- r o! State: ," .• a o Lic. !'•-_.._.L: State: Tractair •_ UQ: P400:u State: - Tr a = t"t- L 0 States W Trac to Trac tot tate . -'4 C'_` ?-..E='HAR? TRL.Gt;_^!G Equi F'r-rit Irrf+_.r-mat ) or, •:Mer,L., 2;1 ------------1_,_--^'ACI<;----- Tr-at-_-.;- '-- Mode! LYNr' ENGLISH 7111_ Si N: tFA S-_, I ",ITEPNAT I+ iNAL Tt 3:_ r_ _ea�a s1: Made 1 ARTHUR DODDS '_i c . _`."tt; .:1+ iJ!}•�L/ f4:r-!-IUFL; '\•1.iV00r1fi177 .. ,{)51 :�=� INTERNATIONAL Trac- • .ease: Made i : GLENN—'-7OCk: L i c : r' u "=cV S/h1Cit?`00-7 tat _ . J-,H 07_:-c;01 1'-'S9 PETERGIL1 _ ease: Mo.1eI : KEVIN MEYER i_ic: y?:;1::;:•=0 -'N. :F �Dr'?;:f:N _` _ti:_ :.,tate- r'�i L' i"l-!I T E-riMC. Trac Model . F?1�1N NASO: c .;:•i,1� tj S_ S 4*v I W[,,l:!CH4KN S 6 - C C,1 1'; '� iIll ITE-GMS ; t_C _ 7r :2 _ S/N- AVIWC,2JF=t'2' .N611 _ - Sra- t PvTE�ii`�i*.1TI :#`JAS Tr&C - - C) 1 = hD - L435 3: MA'-.S _ L_e1Si e• M i • ROD VAi A.,T�� r(y. =1-i1J1 AS =a .rv�Y.. SLt II,' hi�'Er;ripTi;_NAL 4i c_-- ea_C Modei FRED .Jf_Hf,4 =_ `'c__AZ =-1''' _. �j_)•:,I S/N. �HuF_ i_�{'iI C2itiis__ - `"tn A .�•:� T "_):_) � 1 :�)1rJ r.7ML. T r a - _ -+•,;`.-,7 S—/N.- 1n! 1v ''JG'=j� Nt �'�:14;5.,ta '•-i'7 ._ iii :-1. � 1 .J ��3 �'•-�N�'�=TH ji 1 n � � .• � � _ a -:t~' -�t-___ T i i'-• � r` i' , ..: i• � � :.i ii F1','! (•; �. 1 .1. (_j t�:- ti.: � •.: � . LM 01 KEPHART TRUCKING CC. Equipment information (Menu --21) ;_'==i 1 ...-------------_.----- 1:=�=:_; FREIGHTLIz:EF; ----------------�--------.- . Tract;r__-�---- - ns1: Model: BERNARD FOLMAR Lic AA;' _ 51 7101 SiQ 1FUF'Y3YB6=H:=_=54c State. PA ;_ 1105-001 1988 INTERNA.T: ZONAL Tractor _ease: Made!: CLAN SMITH Lic: AB10-98 "1?5 S/N: 2HSFESURAiC0x056._: State: FA 1106-001•= 8 GM 1 . _ C. Tractor- '_ease : Model: BILL AloEM N', Lic: AB='=?40 1110 SiN: 4ViWDL-•JF:::N6!ZI =. State: F'.A _ 1116-001 1990 MACK. Trac ts r - 1s e : Model: ED RAPACH Lic: A220094 116 ItQ N: 1^":.::AA14`T --.'v+f(a._ _44--., State. PA _ 7119-001 1964 WESTERN _?AR Tractor ease: Model: MIKE HOSTED Lic: AL 11012 11:=' S/N: ZWKPDC:CG?EK9i09&1 State: (='.A - 19"00 PETEF%IL7 Tractor- ll19-COS sas r Mode ! • MICHAEL LAX' ='-` Lic: AC;:_,._ .T 0 7110 S/N: 1XP5DL"9:..:__N;_=,_501 State. P=A - 20-0yi1 1'=89 FETE` BILT Tra. y' Base Mote! DWIGHT ^MLLE;'. .. _ Lic • ^ ; 0 lizz-001 i =8 =•ETERBI_- Tractor Lease: Mode;. DA" _. _.ETT', AN C ZON Lic: AD 7=x'-'4 - N: 5 -. _ _ CC }}��'�_•� tat. �..c .. F121 -col -_- --fir_ 1: __' WESTERN = AR Tr acc,.. e a=_ _ . Model; BOB MARSHALL Lic: AVIaZ70 it 123 SX: =i•::}':PDC-CG-FK"'1 i _ _ _ _tate. PA 7126 -COI 1990 IN T Et':NA T '_'NAL- 7r -ac ` '- :. Made! JIM GPA'!' Lic: AS _0741 Lic::. 11eiss: rt 2,.: S/N: ZHSFE�?tc1=�:_`Lt:.'r":_ 7 5-- State FA "IZ9-001 1903 F;REIGHTL_NER `+ -acts. 10e=ase: Model: JOE BLICK E'- Lic: A.C;261 7 1:=9 S N: 1FUF'D`;YS FH4-'1 ....- State; P !T 1 1TS9 ; 'E�TERBIL- Tr` ac- _:r _c IlLease: Model: � BERNIV �.� �L.'iI � L e ^ _ -5r 7130 S/N: 1XP5D09n0KN2775j,.:: State: PA 1:11 :.:x:11 1 PO6 TNTEc:ldA I ='Nt1_ `r -ac tor _ Lease. M;+del. AND`. _, ELY Lic: AD_. _ _ S/N: 2HSFET6R: GCA1;=0_1 State: PA _ ,7131 132-001 1986 KENWOR T H Trac ter Lea. a. Model: Lic: M rel KEPHART TRUCKING Equipment information YMenu-:EW t t_)03 ___-`-19 1 KENWORTH Trac forrase: Model: L i c : - - 713._ S/N: S191699 State. PA - 113'Z-005 1981 KENWORTH Tract r Lease: Model: Lic: ' Ji13Z S:'N: .:1191697 State: 32-007 1981 KENWORTH Tractor- - ease: Model: Lic: 1_L S%N: S191r_'=fr_. State: P L J 71SZ-309 1979 KENWORTH Tractor ease: Model- L i c : � 11182 SiN: 17,=4605 :tate: 1133 3 -001 1.8 ''ETERBIL" Tr••actoease: Mode 4. B B TROUT' Lic: A.::O377 SIN: 1% F'5}:iB'=rX4jNZ1 5t•=; State: FA L: C.L34-001 1291 iNTERNATI? ANAL T r a c to, ases Model . JIM BENEDEC 0c: -Er._ 34 SiN: .=HS _.i i Stats- F� 135-001 1987 FREIGHTLINER Traczar eRER: Mo ti c' f . JOHN D,�.VIS ... 1 v ri�Wi . 7135 S % N : 1 f- UEN CYi;:'._,i-ii_r-' _ 8 (- 1 Watel - -- 1988 FRE.IGHTLINERp a•_ -r..-. Model: F(._:.1Z(_i._4T Lie! A� _ 526 ;S/Nz 1FUPZRYB1JH _.._5& - Nisar_: S'L', 1986 FREIGHTLINEF:- Tractor Lic ^ - -- Modei. FL= -iT 1 S:N: _!tate. ,. S7 1928 TPEIGHTLENER Model: FLOIZOSAT L ?A _FUPZ , i _Js -i•_ _ _ _`- 'Gat 1'= = FREIGHTLINER Model i FLCIZO64T WN: WUP2RYB7=35657 State: 19SS FREIGHTLINER Tracts, Model z FLr•i; 0641" Li4; 7•2 .. -. -r `_;:'hi. 1FUF-'2!=:Y'L'0.ii-I3_ 5r".4•=�•: Statsi F- 1989 19 9 ''NTERNATIOi' AL Tr -actor :Z 3:_ State: r•2 21989 ? tT Enu?T i iAL Trac`_ - 01 KEPHART TR'_::-.Ii'`iu CO. _�,. Equipment Informal:. :."!ecru-=r•- ` --------__--10 9 INTERNATIONAL Tractor model ; v; 1 ti: L i c: A444161--, t• SiN:.::1'•HSFT1'�i`;if'{��i'=.`:UZ44G State: `'A ' 1909 INTERNATIONAL Tractor _ - ; Made i : 9300 L: c A.a.•a..�,c6; - SIN: r,,,ZR;-,•: .( 44_x= State: PA �} 19_9 INTERNATI`'NAL Tractor Model: 9300 Lic: AA44 'T` ' -, S i N : ZHSFBXZR t ;•-::C OZ44e.t_ State: �A - r� 1 • ' 39 INTERNATIONAL _ Tractor Model: 9304) F li ._ ate PA _. 1909 INTERNATIONAL :: A Model: 9300 Lic State: FA ,J L'JLL _PSS iNTERNATI==NAL I 9300 Tract _ — Mi_>>je S N: ZHSF BWZR'. ,; _ :?state FA �•;, 1'J•_-:': FREIGMTLINE1i Tractor M_t�ei S/N: 1FUF'YRYL-:_t:H_JF= .,,_ _. a _ . . States S �1 FORD Trac Model: State: FA 1_ - Model: R.' 1:- C - State: -.S: 19 .E SIN: h G l �: 1= '='J FRE I SS T L L NER T ._ _ Model: FLC »_fir-" S s SIN: _ �.... _ - _ CC i' _ _ _rat_ . �i1 : 1,.,eS L.INEF, . •,-, Tf�:EIvT Tractor — _ rac _ . . Model: FLS •ri.� .^T�._ _ CYL�_.'H3= =mac .: tat A �N: 1FUY'L - •18 _ •.i / b '1 tli _ y t` -`: _ F EISHTL NER FLC1ZO 4ST + r a'= _ '' L i c : Model: - State: 988 FREIGHTLINER Tractor i c Made! FLCI Z -;SSS T - - "•T_d State: SIN: 1FUyZCy ;1.?F1=:Z81 ; v-u 11R017 FREIGHTLINER Tractor 19% t o d e I: FLC 1'Z064ST L i a �i'd: iFUY'ZC'YL-•JH3Z_'1 -:r stats: 01 KEPHART TFiI,'C ICNiu CA-. Equipment Information :Meats --Bi ----------- ------------------ �; 15,88 FREIGHTLINERTractor - Mode i : FLC:120; 4ST L i c . bA:_•_:c:7'=� S,'"J: iFUY C•'{L-, ;�H: '�:1' : State: PA ! _. 13:3 Equipment Items listed 1 1 I 1ZI09/1993 a: KEPHART TF.'_•_;:.ING CO- Equipment information (Menu-TL 75-002 ICr`_-.. ---1_ _.� 41 -_t4-.�------ Dtirlp Trailer ier - ease. Model: L i c : 71124U. 1186-002 19S5 EAST MFG Gum`, Tr_i 1e - Lease: Model: L-' . DEANNE EL.•JOOD L i c . 7M6472^ ;=,/ N: 1E1D,=0Z8 BOSS Flat - Model: EZ SLEEP L i c . 7N 1Z5= 16DSFC826GP000317State: 1989 DORSEY Dump Trailer - ease : Model: TOM MANEY L i c : T!='76SI5 • S IkOZ8 i rl : 1 GTD�111{:��=%c'� �-r='(: 7`t 4 :3 t a . FAH '87-004 1 :' a 9 T I BR�_��_iK (ter �+um p ' a i i e i ease: Model: BOB WELL- ' .. : Z•-'�'•- 4087 S/N 1T9EAAUSKBO210U.' State: PA F-002 1988 TIBR00::. Dum -.-a. l %- ease: Model: 1L i c _ter. I_, S: N: 1T9EAATZ JL-:0'Z - _ Sta =A 043-0031 •c� .N1�..��.1=:l,.1 Walk:n3 Floor k 604E S/N: jW9ZM45Z4jB077171 State: Xi . _.� - Dap p ---a i e; I oss-Dos Lease: „� MLi1_. �-'i' -02 .deL . SYN: 109i=A: 7B:.-...:1 45_ :Mate. ='A _ EAST MCI- -'S L' ri i r .1 _ - - � a l �,' 1 ,:. l , L. MFG 7730060 I 700 S al: 1EjtjSZ= _ - - - stats; 11 Leases Model: Lic: 7730960 -"M- l iX91 -ON AINE Fla-, __ -- L�t '�_Z __ _ Lear: Made!: MARllr„YER- _r- 117032 _-_ ta`- Lease: Model: TUFF,` _ i c . TDTZ164 7034 S N: 1E1F9L.::_=8-'Rj ---- ta:= . FA - '70:36-005 1589 RAVENS F Laz - -- __ Lease, Model . RICKY ��ARRE-T L i s • `-1_�1 a'`__ . r t A 7:iti : r3: 1R1F1 5'.�.(aKE891 IQ92 RAVENS Fla-: Lease: Model: M se I . JAGF;IE NEFF Li c - T•' '"` . _ �q j._ 01 i EPHART TRUCKING W Equipment Information Zeno-- ii Hj3 ---- 38-0Q38 TRANSCRAFT Fiat - - - - � . ease: M_�de i . ! . c . TY.�_ _ _ _ 703 E/N: ITTF45Z07j103099 State. PA - 11343-002 1990 TRANSGRAFT Flat Lease: Made!: CHARLIE ED=PHAR T L i c : TY44162 117043 = / N : I TTF4520SL 1 034067 State: PA - 042-004 19"% TRAILS ti GUILE Fiat Lease: Model: FRED DOBSi )N L i c : TZ4ZZ10 704 S/N: 1F'TFSITSIP9007924 State: PA - '044-006 1•.=S8 FRUEHAUF Dump Tr3i Ser Lease: Mede f : ROBBIE PIER'_E L i c : TT?44.48 7044 S/N: 1H1DQ:='•_ 5JM0_:Z50! State: PA -045-:)04 1989 BENSON Flat 17045 s Model: s RON STYERS� L i c TW:i:'S�Z:='1 Len cz. • 1NUFT- S/ N :=:��)<-}:;I`'tNA07L 1 State: PA 047-004 1988 EAST MFG Dumb, Trailer Lease: raiie- Lease: " de!: HUGH GA _LAHER L i - • T" 58 „ 7047 ter/: 1E1F9_Z813FL :_; State: PA 047-006, ;"'S9 TIL,f'tiOOK Damp Trailer 7047 N: 179E.AATZ4 02 _ - State; 11047-007 1 4 EAST i' 3 Dump Tr:li i er Lease: M- ei. OUT OF =ERv I CE L i _ : TY69049 State: A 7047;J: N: I C 1 C-�`:%',='r�:'tiERlj(j _} ; . 5 '.-r `- 047-0051 - = FRUEHAUF Lump i ai . er- Lea_e: Mode 1 - Lic. ' 7047 SIN: 1H5Ds =;L1`'10 :F,i_)1 State. P "7047-010 1986 EAST MFG Flat -- Lease: �;,_,;�eI : LARRY_`:`. C: E i 7047 W i C 1 H5920 ' GR110023C.' State: PA 1988 RAVENE Dump T` a i i er- - L=a.se. i`ode1..-. - L.ic: Tr48114 7048 S N: 1RID140244JE:�•-,_�t:)'. _ _ .ate • PA ti5=- -00 4 I90 RAVENS Fiat Lease. Model: Lic: u 705S SW TO COME State: 0H ' �; rip T r a i 1 e r 7066-002 1' %"ai � EAST MFGr ,. :;•.:_ ,-,` Lease: Model: MP SITTI L,c• Tv 7061 IN, 1EIDIF9U218=11742 State- 011 - 706a-004 .T __ ,MFDump Tra. i r i_ :: !_='r-• Lease. Mode It RODNEY SMIT-i Lit=. -�- 7r,1.�;_; N: 1'w• 1 k.;._.�:.�.J�.:i•:•'.N _ .' 1 •- State: : F86-002 ease . 7{)8 536-004 tease: 7086 11086-006 Lease 703, 08 - ':`0 Lase: ' 7 086 Leas e: is'- "097-004 Lease: 117097 097-006 Lease: S / N : 7097 19',6 . 1 KEPHART TRUCKING CO. Model: Lease: Equipment(Menu C ---- - ---- i -- - ------------------------------------------•------------Information a-006 19c:9 -� EAST MFG Dump Tra i ! er- - - SIN: Base; Model: d e I: JEFF h=:SSEr L i c : T T 41381 066 SIN: 1 1F;UZu7KRE10 Mate: PA - 66-008 1990 EAST MFG Dump Trai 1er- ease: Model: LYNN ENGLISH Lic • TV91??2 7066 S/N: 1E1F9liZ88LRD1174Z State: PA _ 1169-OOZ 1985 RAVEN'S Fiat - Lease: Model: GLENN STOCK W c: T. 67`x' S/N: 1R11704424FE850740 State: GH - 1(069 69-008 1925 MAVENS Fiat - Lease: Model: ARTHUR D iDDS L i =: T '='8G`.: 1000 S/N: 1R1F148Z4FE851001:= State: ETH 7073-002 1989 COBRA Dump Ira i 1 = r- eas e: Model: KEVIN MEYER Lic : T;=;29Z04 073 S/ N: IWDSW510113310 State: PA _ 7083-004 )4 199 3 FONTA INE Fiat _ ease: Mode I : RON NASO Lic : '-�_ 114 083 S/N: -- - - QN145308F11: StateT�r_•f09 PA F86-002 ease . 7{)8 536-004 tease: 7086 11086-006 Lease 703, 08 - ':`0 Lase: ' 7 086 Leas e: is'- "097-004 Lease: 117097 1979 HOBBS Model; LANCE .-AV 13 S .` N : FHV352701 19S9 097-006 Lease: S / N : 7097 19',6 h r TRAhd•.�.�r'AF Model: Lease: 7.397 FRUEHAUF' 1979 HOBBS Model; LANCE .-AV 13 S .` N : FHV352701 19S9 PHOENUX' S / N : 4610=30=1980:- 19',6 h r TRAhd•.�.�r'AF Model: MIKE MXQ FRUEHAUF' Model, SIN: -7•= 9199— W89 Model; SIN: 1R1D14=:25KEt,,-.;`:WT. 1988 FRUEHRUF model: JIM JOHNS 1 i - a 055801 1984 CITY Mede 1 : S/N: iF::t_:A14687?ZA16617 1968 DORSEY Model: DAVE FRA�`` 4Kr:i..US 1 . SW 1DTP1bWQjP02484T Fiat State! RA W — -:0 0 Wat_ PA F, a-. L . L : 7147205! State: "A Flat Lic• -EFS, S,tat_. • PA Dump 7raiier 1 L L T Z 4 1 •_ S E, PA F!at FA. Fiat State: L ,.rel ,_• � 1 Fiat Lic : TC COME State; P A 12/09/1903 01 KEPHART TPUCKING CC. Equipment Information (Menu -73I` - -------------------------- --___-----_---_-----------_--_------------------------- r� Trailer Dump - - - �� 1 00�� 1991 ��A��T MFG Lic: TV919�7 ���se: Model: BERNARD FOLMAR State: PA _. ��01 S/N: 1E1F9U28XMRH11948 -� Dump Trailer` -002 I/asm: 1985 RAVENS Lic: TY3T601 - Mode|: OLAN SMITH S/N 1R1D13829FE850354 S�ate: PA 7i05 : 1106-OOZ 1985 TRANSCRAFT ' Flat_ Lic: TZ05638 � �ease: Mode}: BILL ALLEMAN State: PA � !06 S/N: 1TTF4203F120838 1:6-006 Dump T,-ai\er ' 1993 EAST MFG Lic: J9485T esse: Model: ED RAP*CH State: �E -� �1u S/N: zE1F9U281FRE142O� — 7119-002 19O4 HILL AND STRAUS Wai k ' r8 F}oor Lic: TY31698 Model: MICHAEL LAIR State: PA Fease: 1%,--' S/N: 1A9SXT82XE102207t 19-004 19T4 EAST MFG Waiking Floor' TEMP ��119 ease: Model: S/N: 1E1U1X28+PRK1576,'.'.': Lic: State: PA Will ins l�-006 1994 E�ST MF{� Lic; TE�1P ��ease: �m��19 Model: S/N: 1E1U1X28�RRK15�6� ��aze: PA ' � jQ0,00Z - 1�89 -�UEHAUF nuc`p 7'ailer - Lic: 7Sa0f4e � pase: Modef: DWIGHT MILLER �t�t�: F.-, _ �120 S/N: 1H4D03828[K00010Z R � VEN� ' l a- ' Fla- 1980 Lic: 7T57902 Lease: Mc BOB MA��H��L -del: szat*: PA � | S/N: 90718 N� Flat 1989 DURSEY Li': So- M ode{: JOE BLICKLE �tate: M E 11~ase: -1a9 S/N:1nTP16W22KP02605-, ' �1�9-004 - 1990 TRANSCRAF` -- Flat ^ Lic: XA13035 � ' Lease: Model: JOE BLICKLEY State: PA - N�7129 S/��: 1TTF45206L1033984 ~~ r ' D�/cp ra. { e r - | 130-002 1989 DQRSEY Lic: TZ65338 Model: BERNARD FOLMAR PA � � N�- ease: State: � �� 7130 S/N: 1DTD38N21KP02721Z ( Dump Trai 1 e - 1969 TIBROOK Lic: ?? Lease: Mode : State: PA � � 7132 S/N: 229229� � D Tr�i|er Dump � ��7132-004 TI8ROOK Lic: ?� Lease: M«de` : State: PA ' �132 S/N: =58=59 LIM i Lt "'i •- 01 KEPHART TRUCKING Q. Equipment Information '----------------------------- _ _--- - ___-- ---------- --- -_Men'---- -- T 32-006 1:70 TIUf;O0.-,' Dump Trailer To east: M�: e 1 . Lic: -- � L 1:_` N: 2376BZ377 State: r•. it1•' "-ir08 1976 TIBROO : Dump Tr -a i l er sasst Model. Lic: .. _ 7 132 S/N: 75310 State: PA r? c� 70 TRAILC:0 Dump Tr -a i i er Lease: M:,,Je i : State: FA _ 7132 S/N: 4080 113Z-Olz 117?75 TRAILC� i Dump Tra; i er- Lease: Model. Lic: .. _ 713'Z N: 10655 State: PA '- i at 71 002 1�" RAVENS Lic: T v41 =T 7 fease: Model: BOBLCtTF�L? .tate. _A 1: S/N: 1%1FZ4 =J'TTr __ -... VULCAN Flat _ ,Mo i s I . J I M C NED4 �.,� � Lic: TP __ '5 Lease: _.. i' &.184 TRANSCRAF7 Fiat JOHN D .:, � I S Lic , .... 4 -_; .. Lease: p'i,_..� e � } , 71:_ S `ri: 1TTr4:::.'_i 1ti� 45,i State; 8 EAST MFG WaWnS Flaw M,:,'d e 1 Lic • T"5 4i �:=:; SIN: 1L19i + - jGiU =.•1: - State: PA 018 EAsr 11% - 11AFC8 ( a 1988 i1,:, model: _tatet .. SW 1E1P1WZ8&�RCQ?054 QFC&95� 1 - = - EAST MW ► W 1 : "�' Lir7416"60 1 PA Je i 1E1i=� 1WZ . _.RDS: , z, State; Flat ,Z1 1936 BOSS Lic: T`w1L53 SYN: 16DSF08ZnQP0(_.Q31_'' Stateg PA Waiving i-- EAS T MFC; F; Mode i • uidLL+ADZR,'RcF••TA;_ Lic: •{'1: 1_14065 State ,; 1093 - `'l 1+131 1 ,, oFloor- Model: o M- e i UNLOADER/RET,�:._ i- • State: .. SIN: M!407':; • 12/09/ i'='e :: 01 KEPHART TRUCKING CO. -`' Equipment Information iMe-u 3 ..----__..----- ---------------------------------------------------------------------tma U71 - 1c,__,3 EAST MFG _ Wa `- k i no Floor Mode l • UNL0ADE`./F'E1'..TAL L c • S/N: L14071 _ - -`ate. =.A 218 1093 EAST MFG Walking Floor- _ Mode I • UNLOA.DEF.— RENTAL L i c: IN: M1421 _: State: PA -- ' 4� c_3 1'�'r 3 EAST MFG Walking Floor- _ Model: UNLC tADER/RENTAL L i c : S/N: M14220 State: PA t_ 1984 EAST MFG Dump Trailer SIN: 1EIDZF _;r.ERt._ %":+'_i& State • PA. - 1430 '=?5 EAST MFG Dump -.-ai ier- Model • L i c • TLt_2076 S/N: 1E1DZR384FRjG5987 State: PA :0440 1985 EAST MFG Dump Trailer _ . 'SIN: State: PA _. 1E1DZR38ARFl:i,6337 _}450 1985 EAST MFG Dump Trailer Model- L ,c• 714440, - State: &c, 11470 1165 E. ST MFG Dump _ `_ l e:_ _ '7164133 -'N: 1E1DZRZ83FRF066Q- Lute: F:; t!,7,86 T -V I EAST MFG Dump er `"oriel. L.c• TNS773'---* SAN: 1E1D: RZ84< RHO747L. State; PA - 40500 16% EAST c _ i`_, rp 7-ai 1 7-arr Model: _ • TN87740 i a== 7'_ S/ State: i — •..05 C_; 1986 EAST , rG Damp --a: I er ' _ S N: ZE1DZ`^',_'-; _'iai-ih:C;--4i � tate: PA ( FG 1'. 86 EAST Mode l :_ Dump 'a i I e r - L i c : Tri :;7741 S/N: 1E1DZR _9QRHO 47 _ Vatc . PA ~,55c_} !9S7 EAST MFG Dump Tr- _ai ler -r•a'r-`79 Model: Lic• SIN: 1E1DVL8<-•3-;h:8072Z= State: 1988 RAVENS Dump : T r a f t e. Model: 1Cf:_'-1�_•4r 1 1._ .;4'1 L . _ : 2 Z 4757 vi f:EF'HAR; F.'-'-�'.•?'-ju-t•1------ State: ': }, 19S8 RAVENS E---�,-----ment I -----at; -- ;Menu-- -: _ -----------•---------------------------------�-- .... '� 1'- _ 7 RAVENS Du.. -.c Tr a i i er _ � Model. L i c : T`=`5'1704 1038 RAVENS SIN: 1R1DO33•BHEL t Q4_%:, State: PA � L,:; T-.. 475 !:--;::-,7 EAST MFG Lauf- . Tr a i (er- �57o Model: L • TF'51705 S/N: 1 E I D`Rc:15HRD080 1 State: FA 11590 1? r7 RAVENS Duo, Trailer L _: 1-__34Z Model: Lit: TF51702 SIN: 1R1E1:�:aZXHE�=r >c,U•3 State: PAi �j:�.t7t7 Walking Floor 0. S/N: 1W92fl-i•':7G_:.,L-0771 f ._ 19-:37 WILKENS i. '�'c:5 EAST MFG DM r' .-ai ter- - �- Model: L;c: : TP72733 .r -/N: iE1D•ZF.38_F !j_r-1_•- SIN: iW9ZM45Z1F-sL•07714(-' State: PA K0660 19SS RAVENS Dump Trailer S;N: 12%240L..'.li•.3" .L •..5._`: ': T Model: 1039646SI13941 L + c : TS14178 SIN: 1R1D139Z3JE880442 State: PA - . ?66T 1986 EAST MFG Dump T: a i ler Model: Lt =: TV35015 S/N: 1E1DZR2�6GRE07--- State: ?A 1988 RAVENS Dump : T r a f t e. Model: 1Cf:_'-1�_•4r 1 1._ .;4'1 L . _ : 2 Z 4757 ,,tt C ' N : 1 R 1 D i, _•: � u_ - wf. E 8 { i 4 4 ._ State: ': }, 19S8 RAVENS DLOD Trai ler Q: S %i4176 S/N: 1RID13926jE81053.� State: PA 1038 RAVENS Dump TrO ler" .__. Model; l ; 1Lf_ 64�_:11�_ r4i L,:; T-.. 475 S/N: 1R1D1 •_. Z_ a.'ISL _ . Citi _. State: i 1986 WILKENS Wa,kinj Flow S/N: 1W92M45200207 1' s atel x.'. 1983 WILKENS WE Or; Fjow- 0. Model. L _: 1-__34Z S/N;SL..L 7 1 1988 WILKENS wa:6:.n;= Floor L . _ .:r_ -r_ 0 S/N: 1W92fl-i•':7G_:.,L-0771 f ._ State: : PA i. '�'c:5 EAST MFG DM r' .-ai ter- - �- _ 7743754 1754 .r -/N: iE1D•ZF.38_F !j_r-1_•- `ate: i''^! _ 1989 BAXTER BUILT p 7nai i er Q. S;N: 12%240L..'.li•.3" .L •..5._`: ': T v . _ v. • , KEPHART TRUCKING G- ui�� Information :Mer- _- ----------_----- ------------------------ ---__------------ ---- --- --------------------------- -------- Dump Trailer 10 1:?9 BAXTER BjL =,7%= . TSM78' •7� 1 ;'irjF_.State: S/N: _ L f PA, 0840 � 198tiTRANSCRAFT Fiat TS 1417 2 MrA d e I : Tl_9%.*-: Lie: State: PA E / N: 1TTF4=�'Zta0K1� 307: �1'= S9 TRANSGRAFT Plat Lie: TT�4e�)�_ C) MI., de I: TL'=�C)ti' _ State P A _. , S/N: 1TTF45•--;� • CI: ::;;:r_`-, Flat 0861. 1aS9 DORSEY Lie: TT54 '1- model: DGTL8?&5 State: Z5'(073 Flat 40870 1'?�;�' � r'i_IR =,E'f L i c. T T 540 Z Model: DGTL894T ��ta4C !- -i r-N: 1DTP16W___ J�?"�P0Z Walking Floor Vat 1-90 :iNTAINE - `—t Lie yN Model: WFTW48048 PA _ — —_ State: Fiat 1990 • DGTL 9 _ � ic � T�Vxr'tlli:_: Model _ State: : Fri: S /N: 1DTP16W"Z . _ _ 2._ Flat C0900 1900 DORSVi Model: DGTL.89 _ State:` ._-A ,- QTP16W':�� _P --4;=_ State; PA SIN: 1DTP16WZ0LPQZS4Z4 Fiat _ _ ' Model: DG - S.`N . 1 DTF 1 :WL.-_�'0Z _-�:_ _. Sta':•-. �.�. State: Fiat K090") ) 1990L'i_IF;':v=..,t L i L T`J46171 Model: DGTL89 ` i%�.=4:_.. P.N S'iJ: 1r,TF•irtihiZ Flat -� l' ?o DORSEY T- TV State: PA S/N: 1DTPj6WZ4LP0Z!4Z--- Flat State: S.•N: 1D'TF'1� W'Z1LP�-=_4 _ 1990 DORSEY Flat K0960 l_ i c : T'::;ia-'177 ����G f : DGTL�;%':, Model: State: PA - 01 }.::EF'HART TRU0::I NG Equipment Information >Menu- : L' ------------ _ ____.__ _ _---- Fiat 970 1-/-r�' D{ {FEY - Z'- - L : TW0i_:.__ _ mod e State: PA -LPC 3431 Wai :1fa3 Fio,,,r" Flat - State: � .0ZG iDTF1F�W'�ZLF'���� 4•z � (�I `Lt F 1 .,or 61 is F' I a} i t:� 0 _ 1' '-/C? DORSEY -r, r �.�r� �(-• L i : DLTLL�945 Model State. PIA - 1DTF'' _W.-„> t=?.= •%::�T Wa i i•; i ri:3 t uv: Fiat ` .cJ00 1 . 90 D? SE`Y Lic. TV:� '*.;7 i• ti.•_ A State* PA- S/N.- S !N; F' Wath.{ri'l ijic, G 1 :=I'='Cs I) {RSEY - model: DGTL8945 State: 'A 1+:?'0 1' % -' I. DOF:SEY c ; ' :'� i ^!i'd: it'TF'1CW;:%LFc?":-':: r i WaiL':ir:_ Flucli F.at - 1030 1 ,3E i • DG " : •. State: 1 f� - i. i M'i,j�? � : Dl�1L �%a�C r. -•r1 '_ S: iceED T P i W2 - Mode ; : Du -L -'r. =t-te S. i N; i DTP 1 r,;W'::='MF' i C. = T -G McAel: DL svnYt `� Walking Floor • Mode i L, C .�Ctily 11J _ S: ate {': ''hf. 1UTWi: S DORSEY W d i is i. y i' i ca o f L i 311 - Model• Sli�1: 1DTWISWZ NPC? C?/_•51 �. { Model.C. . ^ ` � � 12/09/1993 01 kEPHART TRUCKING C[.l � Equipment Infofmation (Menu-_ 31, � ----------- ----------------- ------_-____-_--_------_-----__---------------------- C� walking F�oor, . � 1} 1992 DORSEY �_ic: it Mode!: S/N: 1DTW18W20nP030653 State: PA � 1992 DORSEY Walking Flow - 20 It �ic: =8114` Mode{: S/N: 1DTW18W22NP030654 ._ PA � State: ' Wa|kinS Floor Cc' � �0 1992 DORSEY Lic: XA32945 ' ~~ Model: LP\ 3/N: 1DTW18W24NP030655 State: PA � 11140 Wa|king F\oor 1992 DORSEY L`c: XA18115 { Model: S/N: 1DTW18WZ'�NP030656 State: PA L� � 1992 DORSEY Waikin8 Floor '_" 2150 Lic: XA18116 ' Model: S/N: 1DTW18W2)(NP030661 �tate: PA � ~~ Wa|k/na Floor � 1992 DORSEY XA18117 ' Model: Lic: S/N: 1DTW18W2XNP03O65� _._ State: PA 1992 DORSEY WalkinS F!oo-Mode|: L\c: X��8118state: 11,70 S/N: 1DT61180121NP030659 P4 � � � 1992 DORSEY walking F|ov, .-60 Lic^ xA18119 Mode/: ` S/N: 1DTW18W28NP030 66} Etatec PA 1992 DORSEY �- Model: � ic: L ` S/N: 1DTW18WUrPOS0657 Stats: +A r �vaikin3 Fioor _ 1�92 DORSEY Model: Lic: AA32746 S/N: 1DTW18W2z��P03061- State; FA _ ` 1792 DORSEY walking Fioor ` n210 PA]A21 � Mode}: S/H: 1DTW18W23NP030663 . ���te: 1992 �0R8Ey Waw/nj Flow 122� Model, L/c: , PA N� S/N: 1DTW18W25NP03)664 State: 1230 1992 DORSEY wa}lvino Vow,� LAc: XA18123 � Model: , S/N; 1DTW16W27Mz030665 State: P4 . � k40 1992 DORSEY walking Flow j" � Xn8!24 �~ Model: L|c: � S/N: 1DTW18W2?KP0S066� State: 0; �. \ � _- _--- � � � 1�/O9/1�9J 01 KEPHART TRUCK:Q6 C[ � Equipment Information Men ---21' ^ ----------__--_-------_------ -_-__---------Wa|k�n8 F�o��----_-_-__----------'__ , ' '_-_------_--- . ' 1992 DOR3E� ' _' ^ | �V � - - Lie: XA1S12E Mode{: , State: PA S/N: 1DTW18W2��P03C66� . � Fio� Walking ~ Z60 1992 D[RSEY Mode{: Lie: XA1S126 � -~ S/N: 1DTW18W2ZNP030662 Stite: PA N�2�0 1992 DORSEY Wa|kinS Floor Model: Lie: yA40012 S/N: 1DTW1SW24NP030669 State: PA � 280 1993 TRANSCRAFT Fiat _ L Model: TL120 ic: TVInF67 S/N: 1TTF45208F103&64:E. State: PA _ {1290 1987 COBRA Dump Tra.|er Mode}: Lic: TN87734 S/N: 1C9DA36C3H1133885 State: PA � 300 1989 RAVENS Dump Trailer- Model: rai\er Mode�: Lie: TYf7Z8O . N� S/N: 1R1D14026KE890068 State: FX� _ Dump Trailer 109 1986 EAST MFG � ir L|c: Tv35�10Mode|: S/N: 1E1D2R285aRL0S863 State: P� _ 11� 1986 EAST �F�� Dump Trs||er � �N= Lie: TV3501z Mode(: � S/N: iE1DZR287&R/-3A866 State: FA N� 11l 1035 ZFECIAL Q3NTRLCTT0>/ Dump T,�R`!er � Mode}: Li c : TVZPL89 S/N: TR7663310,:� Stat*: ' 11 Fiat � Ji�� 19�1 FRUEHAUF ^ Mode|: Lie: TV45P3S � S/N: iH21304527rW000801 Stita: P� � ~~ F �Dump 7'a/ier 1988 F�UEH4U ` Model: L\c: TS4o957 ` S/N: 1H4D03427JK0445% State: PA _. M9 1988 FRUEHAUF Dump Trai{er � Model. Lie: TZ|C�26 S/N: 1H4002821JK()*550� state: PA _ J169 1989 FRUEHAUF Dump Tra/}er Lie: TZ1092� � �� Model: State: PA Li � S/N: lH4D0382&:K0�A503 � " � SUMMIT Dump Trailer - 1990 �~ L/c: TV04107 � Mode{: } S/N: iSSA038Z7_0()�-390-- State: . � � a ' 1�::�,,_,j•1.-,._:: 01 KEPHAF:-'_ fr';tai�l-. `---Ls--- Equipment information Menu--2- --- ----------------------------------------- 195 196? FRUEHAUF Dump Tr-a i er' Lic: T710405 Mode!: S/N: 11,1=0382-'i'':k::Oi:%::_114 State: PA 196 198r l FRUEHAUF Dump Trailer L)c• TT 4 9=' M„lie t : State: FA - S/N: 1=03; ;.='5F'Kc:,OZI 05, 1197 FRUEHAUF Dump T r- a , ter_ - Model: L)c. 1 :1=8 r - :' h•! : 1 H4 C)i") �;;_:" ' 4l. k:: i:)1.=': C) � PA IS 11•�, 198?FRUEHAUFDur+ * Trailer - L. i c : . T:=�74W-: Model: S%N: 1H�'Dir _.::�.:•INK0:_.:5C�... State: _' _- }-, 107-,1 FRUEHAUF Flat L 4 c : T`1`f5•'' = ' Model: - State: r'•-. - •! hi : 1 H�:F. - 01;1 !390 FRUEHAUF Dump Trailer i Model: 40 1TS4 FRUEHAUF Flat L' C 1.._ p. i : Mil w e 1 S 041” 42 :EF: t: - _ :1-4 _ _. Model: State: .. S/,: IH5P045ZIHMG19ZZI FRUEHAUFFlat Lie: Morel: S:'N: 11:1i'1J_4525 - :;�40 . - - ...tate. RA : J •=, ='!I 1'= ;;' _ FRUEHAUF Flat - 721721,5 t_ i c - - - �- .1 State: Fz t'�;.1'; 4 1'= S FRUEHAUF � i at TS - LiC - J.r -_ •� _ FRUEHAUF , Dump 'a _ _ c _ ':`-1 Lir: ?-L_ i Model: State: _ S, :.. 1 F;�.D _ jKG44501 �J9 ., 1' _'�� FRUEHAUF Fiat L i c . Model: _.... h.; , 11"4 �r1"` _)4.::.4i.. i .. 3290:' State: IIJ979 1'.-: __4 FR=UEHAUF Flat Lic: XAmET74 M_'__1. S/N: IH4F'04ZZ7_. '_I_ _ - State: -_-----�_r�--~_=__--- � � 12/09/1993 01 KEPHART TRUCKING CO. � Equipment Information (Menu-7BW � � ___--_------_-------_-------------_--------_--_----------_------------_-_--------' � 89 199.0 FRUEHAUF Dump Trailer- C`� Model: Lic: T��O113 q _ - . ' t . S/N: 1�40O382��LK00170L State: P8 � 1989 FRUEHAUF Dump Trai{er ` Model: Lic: TZ10926 � � S/N: 1H4130382XK1<036504 State: PA Q. ' ��Co Flat �m50Z 1984 FRUEHAUF Model: Lic: TV*6173 . 1144P04528EF0S1502 State: FA . �j^��ZFlat S/N:1924� FRUEHAUF ` Model: 7 Lic: Tv4616 ` S/N; 1M4P04526FF01760-: State: p* � .MJ��0� 1984 FRUEHAUF t ' F��- Model: Lic: TV46178 S/N: 1H490452)(FF01T{�0* State: PA � / / �F(o�r 96 1987 EAST MFG Model.- Waikio3 C� ` Lic: TZ37658 . � S/N: 1L1P1X283HRHG8196 State: PA , jr 64 �K 1988 EAST MFG Mode!: Wa|k`n3 Fiuor ��! '� -- Lic: S7S55 � � S/N: 1E1P1X28AjRL0e364 State: TA � -- t 1988 EAST MFG Wall�o Floor ' ` Mode!: Lic: --9 . - �T85 S/N: 1E1P1X283JRM08385 State: ?A '.^ wabk Flow 1968 EAST MFG ' _'- ~ �- � Model: � Lic: ZE7357 S/N: 1E1P1W286.RK0855� State: PA �� 5� �988 E�ST M�6 Wa|k.ng Fioo.' - � Model.,� Model., _ L|c: 7-37S56 S/N 1E1P1��2O1JRVQ855� : State: FA � ' � �. Items i/sted 192 � Equipment � � � , ` � ! c ' ` -� ' b - oAna c-� is ria 0-4 (-s ' 12/09/1993 01 KEPHART TRUCKING CO. ----------------------------------------------------------------------------------- Equipment Information {Menu -TE:> 1004-002 1986 FREIGHTLINER Tractor Lease: Model: JOAN GREEN Lie: AA64596 1004 SIN: 1FUPYDYB8GH277777 State: PA L 1004-003 1988 INTERNATIONAL Tractor Lease: Model: HAROLD GREEN Lie: ABO8470 1004 SIN: 2HSFBGSR9JC012268 State: PA '1004-008 1987 INTERNATIONAL Tractor Lease: Model: Lie: AB122609 ' 1004 SIN: 2HSFBJXR6HCO84772 State: PA 1004-013 1994 FREIGHTLINER Tractor Lease: ' 1004 Model: SIN: IFUYDDYBOTH880208 Lie: AA64594 State: PA L. 1004-015 1994 FREIGHTLINER Tractor Model: LEWIS DIXON Lie: AB39224 'Lease: 1004 SIN: 1FUYDDYB2RH880209 State: PA L 1021-008 1985 PETERBILT Tractor Lease: Model: Lie: ABOO142 1021 SIN: 1XP9D29X7FN192132 State: PA L '1021-009 1987 PETERBILT Tractor C Lease: Model: Lie: AA91239 1021 SIN: 1XP5DB9X1HN217236 State: PA r 1045-003 1988 FREIGHTLINER Tractor Lease: Model: Lie: AA722113 1045 SIN: 1FUP2RYB6JH33552L State: PA L 1096-003 1993 PETERBILT Tractor Lease: Model: TIM ELWOOD Lie: AA43092 ' 1098 SIN: 1XP5DB9X9PN332973 State: PA L 2004-001 1988 PETERBILT Tractor C Lease: Model: Lie: AA85414 ' 2004 SIN: 1XP5DB9X1JN263378 State: PA 2086-003 1985 FREIGHTLINER Tractor C 'Lease: Model: 350 Lie: AA84876 2086 SIN: 1FUEYCYBXFP269217 State: PA L 1983 INTERNATIONAL Tractor '3026-003 Lease: Model: RECONSTRUCTED Lie: AA77554 3026 SIN: SK7180PA State: PA '3075-003 1988 INTERNATIONAL Tractor Lease: Model: Lie: AA87568 3075 SIN: 2HSFBX6R3JC006923 State: PA L ' 3086-003 1993 PETERBILT Tractor C Lease: Model: B.DEANNE ELWOOD Lie: AA44226 ' 3086 SIN: 1XP5DB9XXPN33.3324 State: FA C i ' 12%09/1993 01 KEPHART 'TRUCKING C: -D. Equipment Information (Men,.;-TB1) ---------------------------------------------------------------------------------- �028-001 1988 INTERNATIONAL Tractor C Lease: Model: TOM MANEY Lic: AA88109 4028 SIN: 2HSFEX6RXJC014922 State: PA L: 087-001 1990 MACK Tractor C Lease: Model: BOB WELLS Lic: AA87923 SIN: 1M2AA06YOL11001600 State: PA L: t40117 032-001 1990 INTERNATIONAL Tractor CC Lease: Model: Lic: AA65568 6032 SIN: 2HSFBX6R1LCO33080 State: PA Li 6048-001 1990 MACK Tractor Co Model: Lic: AA73999 'Lease: 6048 SIN: 1M2AA14Y5LW008793 State: PA L; 6098-001 1990 FORD Tractor Cc Lease: Model: Lic: AA96704 6098 SIN: 1FDYA90X2LVA04748 State: PA Li 1989 FORD Tractor C:: '7031-001 Lease: Model: Lic: AA96313 7031 SIN: IFDYA90XIKVA30112 State: PA L: 7032-001 1989 PETERBILT Tractor C,: Lease: Model: MARVIN MYERS Lic: AA96682 7032 SIN: 1XP5DB9XOKN268203 State: PA L: '7034-002 1988 PETERBILT Tractor C: Lease: Model: Lic: AA87884 ' 7034 SIN: 1XP5DB9X4JN252147 State: PA L: 7036-002 1989 FORD Tractor C.: Lease: Model: RICKY BARRETT Lic: AB21899 ' 7036 SIN: 1FDYA9OX9KVA29791 State: PA L: 7036-003 1985 FORD Tractor C- Model: JACKIE NEFF Lic: AB16467 'Lease: 7036 SIN: 1FDYA90X3FVA08943 State: PA L. 1988 KENWORTH Tractor Cc 17036-006 Lease: Model: ED SHAW Lic: AB25734 7036 SIN: 2XKDD29XXJM510379 State: PA L: 1989 WHITE -GMC Tractor C: '7038-004 Lease: Model: DOUG BAR.TLEY Lic: AB00564 7038 SIN: 4VIWDBCH5E:N622063 State: PA L: '7043-001 1989 FREIGHTLINER Tractor C_ Lease: Model: FRED DOBSON Lic: AB15791 7043 S/N: 1FUYDXYBOKH339988 State: PA L. ' 7043-003 1993 FREIGHTLINER Tractor C:: Lease: Model: CHARLIE EBERHART Lic: AB30800 ' 7043 SIN: 1FUYDXYB3PH487382 State: PA L 12/09/1993 01 KEPHART TRUCKING CO. Equipment Information (Menu-TB1) ---------------------------------------------------------------------------------- 044-005 1987 FORD Tractor C.,: Lease: Model: ROBBIE PIERCE Lic: AB11138 7044 SIN: 1FDYA90XXHVA66454 State: PA L: 1045-001 1988 FREIGHTLINER Tractor Cc Lease: Model: RON STYERS Lic: AA95071 SIN: 1FUPYXYBJH320817 State: PA L: 17045 047-001 1989 FORD Tractor CO. Lease: Model: LARRY DICK Lic: AA96030 ' 7047 SIN: 1FDYA9OX4KVA51763 State: PA L: 7047-005 1989 PETERBILT Tractor Cc Lease: ' 7047 Model: CHRIS HENRY SIN: 1XP5DB9XOKN276589 Lic: AB25400 State: PA 7047-008 1991 FORD Tractor Lease: Model: HUGH GALLAHER Lic: AB20437 7047 SIN: 1FTYA9OX4MVA02666 State: PA L 1985 FORD Tractor C. '7047-011 Lease: Model: LARRY DICK Lic: AB37556 7047 SIN: 1FDYA92X1FVA56681 State: PA L- 7048-001 1984 MACK Tractor _ Lease: Model: RANDY CONAWAY Lic: AB17090 7048 SIN: 1M2AR07Y8EM003116 State: PA L '7055-001 1989 FREIGHTLINER Tractor C Lease: Model: Lic: P3S9='V ' 7055 SIN: 1FUYDXYBE)KH345293 State: ON L 7055-002 1988 PETERBILT Tractor C Lease: Model: Lic: P4A61U ' 7055 SIN: 1XP5DB9XXJN267915 State: ON L 7058-002 1991 INTERNATIONAL Tractor Model: DONALD KEEFER Lic: P3Q72B 'Lease: 7058 SIN: 2HSFHMZROMC051550 State: ON L 7066-001 1990 MACK Tractor _ 'Lease: Model: JEFF ROUSSEY Lic: ABOO197 7066 SIN: 1M2AY04Y9LM006305 State: PA L 1985 MACK Tractor '7066-003 Lease: Model: RODNEY SMITH Lic: AA63694 7066 SIN: 1M2T159Y1FM001817 State: PA ' 7066-005 1989 MACK Tractor Lease: Model: LYNN ENGLISH Lic: AA83693 7066 SIN: 1M2AY39YXKM005186 State: PA L 7069-001 1988 INTERNATIONAL Tractor C Lease: Model: ARTHUR DODDS Lic: P3Y98V 7069 SIN: 2HSFBX6R3JC008677 State: ON L ' 12/09/1993 01 KEPHART TRUCKING CO. Equipment Information (Menu-TB1.- ----------------------------------------------------------------------------------- �069-005 1993 INTERNATIONAL Tractor C. - Lease: Model: GLENN STOCK Lic: P2G73V 7069 SIN: 2HSFBMZROPC070007 State: OR L 1073-001 1989 PETERBILT Tractor C,: Lease: Model: KEVIN MEYER Lic: AB13190 SIN: 1XP5DB9X4KN269306 State: PA L: t7073 083-003 1989 WHITE -GMC Tractor C. Lease: Model: RON NASO Lic: AB00012 7083 SIN: 4VIWDBCH4KN619266 State: PA L: 7086-001 1989 WHITE -GMC Tractor Cc Lease: ' 7086 Model: SHED GRAHAM SIN: 4VIWDBJF2KN612138 Lic: AB27147 State: PA Li 7086-003 1988 INTERNATIONAL Tractor Cc 'Lease: Model: LANCE DAVIS Lic: AB32438 7086 SIN: 1HSRKACR8JH529501 State: PA L_ 1988 FORD Tractor C '7086-005 Lease: Model: MIKE MAYS Lic: AB36907 7086 SIN: 1FDYA90X3JVA10796 State: PA L. 7086-007 1989 FREIGHTLINER Tractor C. Lease: Model: ROD LANCASTER Lic: AB38337 7086 SIN: 2FUYDSYBOKV349502 State: PA L 17095-001 1989 FREIGHTLINER Tractor C Lease: Model: WALT MYERS Lic: AA76265 ' 7095 SIN: 1FUYDXYBE,KH339803 State: PA L 7095-003 1988 INTERNATIONAL Tractor -' Lease: Model: FRED ST.JOHN Lic: AB28219 ' 7095 SIN: 2HSFBX6R1JC01323' State: PA L 7097-001 1985 GMC Tractor C Model: DAVE FF.ANKHOUSER Lic: AB28775 'Lease: 7097 SIN: 1WUYDCJG9FN072145 State: PA L 7097-003 1984 KENWORTH Tractor C' 'Lease: Model: Lic: AA82837 7097 SIN: 1XKWD29XQES315230 State: PA L 1985 INTERNATIONAL Tractor C '7097-005 Lease: Model: JIM JOHNS Lic: AB32882 7097 SIN: 2HSFBJXR9FCA14005 State: PA L ' 7101-001 1985 FREIGHTLINER Tractor C Lease: Model: BERNARD FOLMAR Lic: AA88651 7101 SIN: 1FUPYSYB6FH268546 State: PA L ' 7105-001 1988 INTERNATIONAL Tractor C Lease: Model: OLAN SMITH Lic: AB10998 ' 7105 SIN: 2HSFEGURXJC008623 State: PA L I12/09/1993 O1 KEPHART TRUCKING CC. ---------------------------------------------------------------------------------- Equipment Information <Menu -TBI) 106-001 1989 GMC Tractor Cc Lease: Model: BILL ALLEMAN Lic: AB29940 7106 SIN: 4VIWDBJFIKN612132 State: PA L. 116-001 1990 MACK Tractor C, Lease: Model: ED RAPACH Lic: AB20994 7116 SIN: 1M2AA14Y6LWO08446 State: PA L: 7119-001 1984 WESTERN STAR Tractor Lease: Model: MIKE HUSTED Lic: AB32012 SIN: 2WKPDCCG9EK910962 State: PA L: V17119 19-003 1990 PETERBILT Tractor Cc, Lease: Model: MICHAEL LAIR Lic: AB33770 7119 SIN: 1XP5DB9XXLN282501 State: PA L: 7120-001 1989 PETERBILT Tractor Cc Lease: Model: DWIGHT MILLER Lic: AA73730 7120 SIN: 1XP5DB9X4KD273183 State: PA Li 1988 PETERBILT Tractor C. 17122-001 Lease: Model: DAN & BETTY ANDERSON Lic: AB37594 7122 SIN: 1XP5DB9X6JN266146 State: PA L: 7123-001 1985 WESTERN STAR Tractor C Lease: Model: BOB MARSHALL Lic: AA63270 7123 SIN: 2WKPDCCG7FK911335 State: PA L: '7126-001 1990 INTERNATIONAL Tractor Lease: Model: JIM GRAY Lic: AB30541 7126 SIN: 2HSFBX6ROLCO38755 State: PA L: '7129-001 1993 FREIGHTLINER Tractor Lease: Model: JOE BLICKLEY Lic: AB36137 ' 7129 SIN: 1FUPDXYB4PH431723 State: PA L 7130-001 1989 PETERBILT Tractor C. Lease: Model: BERNIE FOLMAR Lic: AB38956 7130 SIN: 1XP5DB9XOKN277516 State: PA L. 7131-001 1986 INTERNATIONAL Tractor C, Lease: Model: ANDY NEELY Lic: AB37005 7131 SIN: 2HSFBT6RXGCA12021 State: PA L 1986 KENWORTH Tractor C 17132-001 Lease: Model: Lic: ?? 7132 SIN: J336128 State: PA L 7132-003 1981 KENWORTH Tractor Lease: Model: Lic: ?? 7132 SIN: 5191699 State: PA L 7132-005 1981 KENWORTH Tractor C� Lease: Model: Lic: ?? 7132 S/N: 5191697 State: PA 1, I12/09/1993 O1 KEPHART TRUCKING CC. ----------------------------------------------------------------------------------- Equipment Information (Menu -TBI; 132-007 1981 KENWORTH Tractor C Lease: Model: Lic: ?? 7132 SIN: S191696 State: PA L_ 2-009 V 1979 KENWOP.TH Tractorase: Model: Lic: ?? 7132 SIN: 1724605 State: PA L: 1133-001 1988 PETERBILT Tractor = Lease: Model: BOB TROUT Lic: AB03773 g7133 SIN: 1XP5DB9X4JN214563 State: PA L= 134-001 1991 INTERNATIONAL Tractor C: Lease: Model: JIM BENEDECK Lic: TEMP 1 7134 SIN: 2HSFHX6R3MC045019 State: PA L. 7135-001 1987 FREIGHTLINER Tractor Cc Model: JOHN DAVIS Lic: AB39619 'Lease: 7135 SIN: IFUEYCYBOHR306871 State: PA L. ' 75 Equipment Items listed 0 0 u 0 r ' Co many ra�l�r ' 12:'09x`1993 01 KEPHART TRUCKING CC. Equipment Information !Men::-TBI) ---------------------------------------------------------------------------------- 0400 1984 EAST MFG Dump Trailer C.. Model: Lic: TV30952 SIN: 1E1D2R38BERL05558 State: PA 0430 1985 EAST MFG Dump Trailer C Model: Lic: TL62076 SIN: 1E1D2R384FRJO5987 State: PA L IK0440 1985 EAST MFG Dump Trailer C Model: Lic: TV28042 IK0450 SIN: 1E1D2R38XRFBO6337 State: PA T 1985 EAST MFG Dump Trailer C. Model: Lic: TM12430 'SIN: 1E1D2R381FRB06338 State: PA L: K0460 1985 EAST MFG Dump Trailer C Model: Lic: TM44439 SIN: 1E1D2R284FRF06623 State: PA L I K0470 I K0490 K0500 1 K0510 K0520 K0550 I K0560 I K0570 I K0590 1985 EAST MFG Model: SIN: 1E1D2R288FRF06608 1986 EAST MFG Model: SIN: 1E1D2R284GRH07472 1986 EAST MFG Model: SIN: IE1D2R286GRHO7473 1986 EAST MFG Model: SIN: 1E1D2R288GHR07474 1986 EAST MFG Model: SIN: 1E1D2R28XGRHO7475 1987 EAST MFG Model: SIN: 1E1D2R286HRB07828 1987 RAVENS Model: SIN: lRlD0332BHE87,J48Ci 1987 EAST MFG model: SIN: 1EID2R285HRD08071 1987 RAVENS Model: SIN: 1R1E1392XHE870503 Dump Trailer Lic: TM64133 State: PA Dump Trailer Lic: TN87739 State: PA Dump Trailer Lic: TN87740 State: PA Dump Trailer Lic: TN87738 State: PA Dump Trailer Lic: TN87741 State: PA Dump Trailer Lic: TP25798 State: PA Dump Trailer Lic: TP51704 State: PA Dump Trailer Lic: TP51705 State: PA Dump Trailer Lic: TP51702 State: PA ' 12/09/1993 01 KEPHART TRUCKING CO. Equipment Information ;Menu-TBIN ----------------------------------------------------------------------------------- �880 1990 FONTAINE Walking Floor Flat Model: WFTW48048WSAW Lic: TV16965 SIN: 13NA48306LI549280 State: PA L: '0980 1990 DORSEY Walking Floor Flat Cc Model: DGTL8945 Lic: TV29280 SIN: 1DTP16W27LP028744 State: PA L_ 10990 1990 DORSEY Walking Floor Flat C= Model: DLTL8945 Lic: TV29286 SIN: 1DTP16W2XLP028687 State: PA L: 1000 1990 DORSEY Walking Floor Flat C,_ 1 Model: DGTL8945 SIN: 1DTP16W25LP028970 Lic: TV29287 State: PA Li K1010 1990 DORSEY Walking Floor Flat C.: Model: DGTL8945 Lic: TWO8827 SIN: 1DTP16W29LP028969 State: PA L: 1020 1991 DORSEY Walking Floor Flat Cc Model: DGTL8945 Lic: TV29281 SIN: 1DTP16W27LPO26971 State: PA L- 1030 1991 DORSEY Walking Floor Flat Model: DGTL Lic: TW48099 SIN: 1DTP16W20MP029042 State: PA L. 1040 1990 DORSEY Walking Floor Flat C: Model: DGTL Lic: TV91850 SIN: 1DTP16W22LP029039 State: PA L: 1050 1991 DORSEY Walking Floor Flat C Model: DGTL Lic: TV91851 SIN: 1DTP16W29MP029041 State: PA L_ K1060 1990 DORSEY Walking Floor Flat C Model: DGTL Lic: TV91852 SIN: 1DTP16W29LP029040 State: PA L. K1070 1991 DORSEY Walking Floor Flat Model: DGTL Lic: TW47987 SIN: 1DTP16W24MP029044 State: PA 11 Equipment Items listed C: L 12/09/1993 01 KEPHART TRUCKING CO. ' Equipment Information (Menu-TBI., AFC824 1988 EAST MFG Model: Walking Floor Lic: TT54036 C SIN: 1E191W289JRD09096 State: PA L ' AFC859 1988 EAST MFG Walking Floor Model: Lic: XA18127 SIN: lElPIW282JRB09029 State: PA L AFC871 1988 EAST MFG Walking Floor C Model: Lic: TV16961 'SIN: 1E1P1W288JRCO'9054 State: PA L AFC895 1988 EAST MFG Walking Floor C Model: Lic: TV16960 ' SIN: IEIPIW284JRD09065 State: PA L H4065 1993 EAST MFG Walking Floor C ' Model: UNLOADER/RENTAL SIN: L14065 Lic: State: PA L H4070 1993 EAST MFG Walking Floor C ' Model: UNLOADER/RENTAL Lic: SIN: M14070 State: PA L H4071 1993 EAST MFG Walking Floor C ' Model: UNLOADER/RENTAL Lic: SIN: L14071 State: PA L ' H4218 1993 EAST MFG Walking Floor i= Model: UNLOADER/RENTAL Lic: SIN: M14218 State: PA L ' H4220 1993 EAST MFG Walking Floor C Model: UNLOADER/RENTAL Lic: ' SIN: M14220 State: PA L K0600 1987 WILKENS Walking Floor C Model: Lic: TP72733 ' SIN: 1W92M4521HBO77140 State: PA L K0740 1988 WILKENS Walking Floor C Model: Lic: TY45388 SIN: 1W92M4526JB07716'? State: PA L K0750 1988 WILKENS Walking Floor C ' Model: Lic: TS58342 SIN: 1W92M4522JB077170 State: PA L K0770 1988 WILKENS Walking Floor ' Model: Lic: TY57280 SIN: 1W92M4526JB077172 State: PA L ' K1080 1992 DORSEY Walking Floor C Model: Lic: XA18110 SIN: 1DTW18W29.NP030652 State: PA L, 1 1140 11150 t{1160 1170 K1180 K1190 'K 1200 I K1210 'K 1220 1992 DORSEY Model: SIN: 1DTW18W26NP030656 1992 DORSEY Model: SIN: 1DTW18W2XNP030661 1992 DORSEY Model: SIN: 1DTW18W2XNP030658 1992 DORSEY Model: SIN: 1DTW18W21NP030659 1992 DORSEY Model: SIN: lDTW18W28NP030660 1992 DORSEY Model: SIN: 1DTW18W28NP030657 1992 DORSEY Model: SIN: 1DTW18W21NP030662 1992 DORSEY Model: SIN: 1DTW18W23NP030663 1992 DORSEY Model: SIN: IDTWISW25NP030664 Walking Floor Lic: XA18115 State: PA Walking Floor Lic: XA18116 State: PA Walking Floor Lic: XA18117 State: PA Walking Floor Lic: XA18118 State: PA Walking Floor Lic: XA18119 State: PA Walking Floor Lic: XA18120 State: PA Walking Floor Lic: XA32946 State: PA Walking Floor Lic: XA18121 State: PA Walking Floor Lic: XA18122 State: PA I12/09/1993, 01 KEPHART TRUCKING CC. ----------------------------------------------------------------------------------- Equipment Information !Menu-TB17 1090 1992 DORSEY Walking Floor C Model: Lic: XA18111 SIN: 1DTW18W27NP030651 State: PA Li 1100 1992 DORSEY Walking Floor C.. Model: Lic: XA18112 SIN: 1DTW18W25NP030650 State: PA Li 11110 1992 DORSEY Walking Floor Cc Model: Lic: XA18113 SIN: 1DTW18W20NP030653 State: PA Li 1120 1992 DORSEY Walking Floor Co Model: Lic: XA18114 SIN: 1DTW18W22NP030654 State: PA Li K1130 1992 DORSEY Walking Floor Cc, Model: Lic: XA32945 SIN: 1DTW18W24NP030655 State: PA Li 1 1140 11150 t{1160 1170 K1180 K1190 'K 1200 I K1210 'K 1220 1992 DORSEY Model: SIN: 1DTW18W26NP030656 1992 DORSEY Model: SIN: 1DTW18W2XNP030661 1992 DORSEY Model: SIN: 1DTW18W2XNP030658 1992 DORSEY Model: SIN: 1DTW18W21NP030659 1992 DORSEY Model: SIN: lDTW18W28NP030660 1992 DORSEY Model: SIN: 1DTW18W28NP030657 1992 DORSEY Model: SIN: 1DTW18W21NP030662 1992 DORSEY Model: SIN: 1DTW18W23NP030663 1992 DORSEY Model: SIN: IDTWISW25NP030664 Walking Floor Lic: XA18115 State: PA Walking Floor Lic: XA18116 State: PA Walking Floor Lic: XA18117 State: PA Walking Floor Lic: XA18118 State: PA Walking Floor Lic: XA18119 State: PA Walking Floor Lic: XA18120 State: PA Walking Floor Lic: XA32946 State: PA Walking Floor Lic: XA18121 State: PA Walking Floor Lic: XA18122 State: PA ' 38 Equipment Items listed 12/09/1993 01 KEPHART TRUCKING CO. ' Equipment Information :Menu -TF1` ----------------------------------------- 1992 DORSEY Walking Floor C, ,1230 Model: Lic: XA18123 SIN: IDTWlBW27NP030665 State: PA L: 1240 1992 DORSEY Walking Floor XA18124 & Model: Lic: SIN: 1DTW18W29NP030666 State: PA L' 11250 1992 DORSEY Walking Floor C, Model: Lic: XA18125 'Walking SIN: 1DTW18W20NP030667 State: PA L= K1260 1992 DORSEY Floor C: Model: Lic: XA18126 'SIN: 1DTW18W22NP030666 State: PA L: K1270 1992 DORSEY Walking Floor C�- Model: Lic: XA40012 ' SIN: 1DTW18W24NP030669 State: PA L' 8196 1987 EAST MFG Walking Floor C. Model: Lic: TZ87858 SIN: 1LIPIX283HRHO8196 State: PA L. �R364 1988 EAST MFG Walking Floor C Model: Lic: TZ87855 SIN: 1EIPIX28XJRL08364 State: PA L ISR385 1988 EAST MFG Walking Floor C Model: Lic: T87859 SIN: 1E1P1X283JRM08385 State: PA L. ISR550 1988 EAST MFG Walking Floor C, Model: Lic: TZ87857 SIN: 1E1P1W288JRK08550 State: PA L SR552 1988 EAST MFG Walking Floor C Model: Lic: TZ87856 SIN: 1E1P1W281JRK08552 State: PA L ' 38 Equipment Items listed 12/09/1993 01 KEPHART TRUCKING CO. ' Equipment Information .Menu-TE1:- --------------------------------------------- K0660 1968 RAVENS Dump Trailer '- ' Model: 10396468113941 Lic: TS14178 SIN: IRID13923JEB80442 State: PA ' K066T 1986 EAST MFG Dump Trailer Lic: TV35015 C Model: SIN: 1E1D2R286GRE07383 State: PA L ' K0670 1988 RAVENS Dump Trailer Model: 10396468113941 Lic: TZ47572 SIN: 1RID13925JE880443 State: PA L ' K0680 1988 RAVENS Dump Trailer - Model: 10396468113941 Lic: TS14176 ' SIN: 1R1D13926JE880533 State: PA L K0690 1988 RAVENS Dump Trailer - Model: 10396468113941 Lic: TS14175 ' SIN: 1R1D13928JE880534 State: PA y K0790 1985 EAST MFG Dump Trailer - ' Model: Lic: TT43754 State: PA SIN: 1E1D2R382FRJ05986 1989 BAXTER BUILT Dump Trailer 'K0800 Model: Lic: TS87379 SIN: 1B9D24025KP1858004 State: PA 1 K0810 1989 BAXTER BUILT Dump Trailer Model: Lic: TS87378 SIN: 1B9D24027KP188005 State: PA ' Dump Trailer - K1290 1987 COBRA Model: Lic: TN87734 'SIN: 1C9DA36C3H1133885 State: PA L K1300 1989 RAVENS Dump Trailer Model: Lic: TY57280 ' SIN: IRID14026KE890068 State: PA - KB109 1986 EAST MFG Dump Trailer - Model: Lic: TV35010 ' SIN: 1E1D2R285GRL06865 State: PA L KB110 1986 EAST MFG Dump Trailer - ' Model: Lic: TV35011 SIN: 1E1D2R287GRL06866 State: PA KB111 1985 SPECIAL CONTRUCTION Model: Dump Trailer Lic: TV29289 - SIN: TR76633PA State: PA ' KJ129 1988 FRUEHAUF Dump Trailer Model: Lic: TS40957 SIN: 1H4DO3427JK044502 State: PA ' 39 Equipment Items listed 12/09;1993 01 KEPHART- TRUCKING -CO. Equipment Information -Menu-TBI) ----- --------------------------------------------------------------------------- ------- J139 ---------------------------- 1988 FRUEHAUF - Dump Trailer C'= f Model: Lic: TZ10928 L SIN: 1H4D03826JK045506 State: PA �J169 1989 FRUEHAUF Dump Trailer LicTZ10929 C'• Model: ' �' SIN: 1H4D03828KK036503 State: PA J191 1990 SUMMIT Dump Trailer C'- Model: Lic: TV04107 L- SIN: 1S8AD3827L0007399E, State: PA J195 1989 FRUEHAUF Dump Trailer c Model: Lic: TZ10925 L: 'SIN: IH4D038231:K002114 State: PA KJ196 1989 FRUEHAUF Dump Trailer C. - Model: Lic: TT24396 L= SIN: 1H4D03825KK002115 State: PA J197 1990 FRUEHAUF Dump Trailer C. Model: Lic: TV16873 SIN: IB4003824LK012202 SIN: State: PA L- 1989 FRUEHAUF Dump Trailer Model: Lic: TT35478 SIN: 1H4D0382E•KK036502 State: PA L: 'KJ309 1990 FRUEHAUF Dump Trailer C Model: Lic: TV45937 L: SIN: 1H4D03823LK031503 State: PA IKJ959 1988 FRUEHAUF Dump Trailer - Model: Lic: TS15597 ' SIN: 1H4D03425JK044501 State: PA L KJ989 1990 FRUEHAUF Dump DTrailer - Model: Lic: TT58113 ' SIN: 1H4003822LK001702 State: PA KJ999 1989 FRUEHAUF Dump Trailer Model: Lic: TZ10926 ' SIN: 1H4D0382XKK036504 State: PA ' 39 Equipment Items listed 12/09/1993 01 KEPHART TRUCKING C=. IEquipment Information '.Mer.-_-TB1> --------------------------------- 24 SPECIAL CONTRUCTION --- Flat - ' Model: LOW BOY Lic: TM12425 SIN: T55183PA State: PA 3 1992 SPECIAL CONTRUCTION Flat - Lic: TS87373 Model: WALLYS TRAILER SIN: SW50796PA State: PA - 131 BOSS Flat c Model: EZ SLEEP Lic: TN61253 SIN: 16DSF0826GP000317 State: PA ' Flat EZ1 1986 BOSS Model: Lic: TN61253 ' SIN: 16DSF082t.GP000317 State: PA L K0840 1989 TRANSCRAFT Flat - Model: TL90K Lic: TS14172 L ' SIN: ITTF4520OIZ1033073 State: PA K0850 1989 TRANSCRAFT Flat - ' Model: TL90K Lic: TT54030 - State: PA SIN: ITTF45206KI033269 K0860 1989 DORSEY Flat Model: DGTL8945 Lic: TT54033 SIN: 1DTP16W25KP027364 State: PA ' K0870 1989 DORSEY Flat - Model: DGTL8945 Lic: TT54032 SIN: 1DTP16W27KP027365 State: PA ? K0890 1990 DORSEY Flat - Model: DGTL89 Lic: TV04108 ' SIN: 1DTP16W29LP028423 State: PA K0900 1990 DORSEY Flat - Model: DGTL89 Lic: TV04109 ' SIN: 1DTP16W27LP028422 State: PA K0910 1990 DORSEY Flat - Model: DGTL89 Lic: TV35014 ' SIN: 1DTP16W20LP028424 State: PA ' K0920 1990 DORSEY Model: DGTL89 Flat - Lic: TV35013 SIN: 1DTP16W22LP028425 State: PA ` K0930 1990 DORSEY Flat ' Model: DGTL89 Lic: TV46171 SIN: 1DTP16W26LP028427 State: PA ' K0940 1990 DORSEY Flat Model: DGTL89 Lic: TV46172 SIN: 1DTP16W24LP028426 State: PA r 12:`09!1993 01 KEPHART TRUCKING CO. Equipment Information (Menu-TB1` --------------------------------------- 950 1990 DORSEY Flat-'= Model: DTGL89 Lic: TP36997 SIN: 1DTP16W28LP028428 State: PA L: 0960 1990 DORSEY Flat Lic: TS14177 Model: DGTL89 SIN: 1DTP16W26LP028430 State: PA L: '0970 1990 DORSEY Flat C'= Model: DGTL89 Lic: TW08828 SIN: 1DTP16W26LP028431 State: PA L: 11280 Flat 1993 TRANSCRAFT Model: TL120 Lic: TV16967 'SIN: 1TTF45208P1038643 State: PA L. KJ109 1991 FRUEHAUF Flat r=' Model: Lic: TV45938 ' SIN: 1H2P04527MW000801 State: PA L; J209 1991 FRUEHAUF Flat �- Model: Lic: TV45939 SIN: 1H2P04529MW000802 State: PA L= 1984 FRUEHAUF Flat �J409 Model: Lic: T230•295 SIN: 1H4P04223 EFOE-6601 State: PA J509 1987 HOBBS Flat r' Model: Lic: TP-DO821 SIN: 1H5P04521HM019221 State: PA L; L609 1986 FRUEHAUF Flat = Model: Lic: TM48927 ,KJ939 SIN: 1H4P04525GFO9440l State: PA �- 1938 FRUEHAUF Flat Model: Lic: TS27315 'SIN: 1H5P045WXJM043801 State: PA KJ949 1984 FRUEHAUF Flat-" Model: Lic: TS35439 ' SIN: 1H4P04227EF066617 State: PA ` KJ969 1984 FRUEHAUF Flat �= ' Model: Lic: TS35505 SIN: 1H4P04224EF033901 State: PA L 1984 FRUEHAUF Flat - 'KJ979 Model: Lic: XA48874 SIN: 1H4P04227EF033908 State: PA L- IKMJ502 1984 FRUEHAUF Flat Model: Lic: TV46173 SIN: 1H4P04528EF03150' State: PA is 12/09/1993 01 KEPHART TRUCKING CO. ' Equipment Information !Menu-TBI: ---------------------------------------------------------------------------------- 1984 FRUEHAUF Flat = �MJ602 Model: Lic: TV46176 SIN: 1H4P04526FF017602 State: PA L- ' MJ604 1984 FRUEHAUF Flat = Model: Lic: TV46178 SIN: 1H490452'<<FF017604 State: PA _ ' 30 Equipment Items listed 1 I12/09/1993 O1 KEPHAR.T TRUCKING CO. Equipment Information (Menu -TBI% -------------------------------------------------- 1985 RAVENS Flat C. t69-008 ease: Model: ARTHUR DODDS Lic: T398GX 7069 SIN: IRIF14824FE851009 State: OR L- '073-002 1989 COBRA Dump Trailer C Lease: Model: KEVIN MEYER Lic: TS39204 SIN: 1C9DS36B5K.1133155 State: PA ,7073 083-004 1993 FONTAINE Flat C Lease: Model: RON NASO Lic. TY83509 L- 7083 I SIN: 13N145308P11556316 State: PA 7086-002 1979 HOBBS Flat -' Lease: Model: LANCE DAVIS Lic: TZ05634 L= ' 7086 SIN: FHV352701 State: PA 086-004 1989 PHOENIX Flat Lease: Model: ROD LANCASTER Lic: TZ49800 7086 SIN: 461BM4A30K1019890 State: PA L 1986 TRANSCRAFT Flat - [086-006 Lease: Model: MIKE MAYS Lic: TZ49805 7086 SIN: IFTTF40204GIO26699 State: PA L '086-008 FRUEHAUF Flat Lic: TEMP '- Lease: Model: 7086 SIN: 99999 State: PA 1095-002 1989 RAVENS Dump Trailer C. Lease: Model: Lic: TT24713 7095 SIN: 1R1D14025KE890135 State: PA L k097-004 1988 FRUEHAUF Flat - Lease: Model: JIM JOHNS Lic: TY98905 7097 SIN: 1H5PO4524�M055801 State: PA 7097-006 1984 CITY Flat - Model: Lic: TZ33,:)80 'Lease: 7097 SIN: 1K8A146B7C2A16617 State: PA L 7097-008 'Lease: 1988 DORSEY Model: DAVE FRANKHOUSER Flat Lic: TO COME C 7097 SIN: 1DTP16W21JP024847 State: PA 7101-002 1991 EAST MFG Dump Trailer - Lease: Model: BERNARD FOLMAR Lic: TV91997 7101 SIN: 1E1F9U28XKRH11948 State: PA L '7105-002 1985 RAVENS Dump Trailer Lease: Model: OLAN SMITH Lic: TY37601 7105 SIN: 1R1D13829:E850354 State: PA L 17106-002 1985 TRANSCRAFT Flat Lease: Model: BILL ALLEMAN Lic: TZ05638 ' 7106 SIN: 1TTF4203F 20838 State: PA - 12/09/1993 01 KEPHART TRUCK: tdG CC. Equipment Information ,Menu -TBI) ----------------------- -------------- 1993 EAST MFG Dump Trailer c '116-006 Lease: Model: ED RAPACH Lic: J94857 L: 7116 SIN: 1E1F9U281PRE14280 State: ME 119-002 1984 HILL AND STRAUS Walking Floor TY31698 C Lease: Model: MICHAEL LAIR Lic: L SIN: IA9SXT82XE1022075 State: PA 17119 119-004 1994 EAST MFG Walking Floor C Lease: Model: Lic: TEMP PA L: 7119 SIN: lElUIX284RRK15760 State: 7119-006 1994 EAST MFG Walking Floor Cc Lease: Model: Lic: TEMP L ' 7119 SIN: lElUIX286RRK15761 State: PA 7120-002 1989 FRUEHAUF Dump Trailer C:' Model: DWIGHT MILLER Lic: TS40948 L' 'Lease: 7120 SIN: 1H4D03828KK000102 State: PA 123-002 1980 RAVENS Flat-' Lic: TS57902 Lease: Model: BOB MARSHALL State: PA L_ 7123 SIN: 80718 F129-002 1989 DORSEY Flat Lic: S31-778 C. - Lease: Model: JOE BLICKLEY L' 7129 SIN: 1DTP16W22K.P02e057 State: ME '7129-004 1990 TRANSCRAFT Flat Lease: Model: JOE BLICKLEY Lic: XA13035 L: SIN: 1TTF45206L1033984 State: PA k7129 130-002 1989 DORSEY Dump Trailer Lease: Model: BERNARD FOLMAR Lic: TZ85338 ' 7130 SIN: 1DTD38N21KP027212 State: PA L: 7132-002 1969 TIBROOK Dump Trailer Lease: Model: Lic: ?? State: PA L. ' 7132 SIN: 2292293 7132-004 TIBROOK Dump Trailer C• 'Lease: Model: Lic: ?? State: PA 1- 7132 SIN: 22582259 1970 TIBROOK Dump Trailer �= t7132-006 Lease: Model: Lic: ?? L= 7132 S/N: 237632377 State: PA '7132-008 1976 TIBROOK Dump Trailer %'? Lease: Model: Lic: 7132 SIN: 75310 State: PA L- 1 7132-010 1970 TRAILCO Dump Trailer C, Lease: Model: Lic: ?? L 7132 SIN: 4080 State: PA ' 74 Equipment Items listed i 11 v 0 12/09/1993 01 KEPHART TRUCKING CO. ' Equipment Information (Menu -TBP ------------------------------------ 7132-012 1975 TRAILCO Dump Trailer l: ' Lease: Model: Lie: ?? L 7132 SIN: 10658 State: PA 17133-002 1993 RAVENS Flat Lie: TV41677 - Lease: Model: BOB TROUT 7133 SIN: 1R1F24827PJ933277 State: PA L '7134-002 1985 VULCAN Flat Lease: Model: JIM BENEDECK Lie: TP43395 7134 SIN: 1LZF45202F1000068 State: PA L 7135-002 1984 TRANSCRAFT Flat '- Lease: Model: JOHN DAVIS Lie: TZ49809 ' 7135 SIN: ITTF42203EI020451 State: PA L ' 74 Equipment Items listed i 11 v 0 b - o ►�.rct�- --�ra�. I e rs / 0 9 / 19 93 O1 KEPHART TRUCKING CO. I121 Equipment Information (Menu -TBI) ------------------------------------------ ----------------------------------------- 1986 EAST MFG Dump Trailer c, '004-004 Lease: Model: Lic: TN42115 L 1004 SIN: 1E1D2R289GRG07254 State: PA 004-005 1991 BAXTER BUILT Dump Trailer -' Lease: Model: LEWIS DIXON Lic: TV46874 1004 SIN: 1B9D24D23MP188019 State: PA 1004-006 1989 TIBROOK Dump Trailer '- Lease: Model: Lic: TV91657 '1004 SIN: 1T9EAAAT27KBO21452 State: PA L= - 1004 007 BAXTER BUILT 19.1 B X Dump Trailer Lease: Model: Lic: TW61929 ' 1004 SIN: 1B9D24027MP188024 State: PA L: 1004-011 1992 BAXTER BUILT Dump Trailer c� Model: HAROLD GREEN Lic: TY01077 L: 'Lease: 1004 SIN: IB9D24022NP188028 State: PA 021-003 1990 BAXTER BUILT Dump Trailer C_ Lease: Model: Lic: TV34678 1021 SIN: 1B9D24021LP188017 State: PA L 1 021-007 1990 BAXTER BUILT Dump Trailer Lic: TV08897 c, Lease: Model: 1021 SIN: 1B9D24029LP188010 State: PA L '1045-004 1988 RAVENS Dump Trailer Lease: Model: Lic: TS56348 1045 SIN: 1RID1392XJE880535 State: PA L- Trailer 1098-004 1993 EAST MFG Dump Lease: Model: TIM ELWOOD Lic: TD72232 ' 1098 SIN: 1E1D2U280PRM1412_' State: PA L 2004-002 1990 EAST MFG Dump Trailer Lease: Model: Lic: TV91998 2004 SIN: 1E1F9U281LRG11980 State: PA L 2086-002 1991 BENSON Dump Trailer C 'Lease: Model: Lic: TZ55529 State: PA 2086 SIN: 1NUDT28T3MMAN0062 1976 MORGAN Dump Trailer - '3026-002 Lease: Model: Lic: TT16287 3026 SIN: DT76237 State: PA L 3075-002 1989 J & J Dump Trailer TM12446 Lease: Model: Lic: 3075 SIN: 1S9AL0235KM00600-; State: PA ! 3086-002 1985 EAST MFG Dump Trailer Lease: Model: B.DEANNE ELWOOD Lic: TM64720 3086 SIN: 1E1D2D28GFRF06285 State: PA L 1 ' 12'09/1993 01 KEPHART TRUCKING C Equipment Information (Menu-TB1) ---------------------------------------------------------------------------------- 1989 DORSEY Dump Trailer C '4028-C%C2 Lease: Model: TOM MANEY Lie: TP76815 4028 SIN: 1DTD38N28KP027204 State: PA L_ ' 4087 -CI -4 1989 TIBROOK Dump Trailer C Lease: Model: BOB WELLS Lie: TN23052 4087 SIN: 1T9EAAT28KBO21010 State: PA L 6032-C32 1988 TIBROOK Dump Trailer C Lease: Model: Lie: TS47398 ' 6032 SIN: 1T9EAAT26.JB021330 State: PA 6048-C'3 1988 WILKENS Walking Floor C Lease: Model: Lie: TY40789 ' 6048 SIN: 1W92M4524JB077171 State: PA L: 6098-C-3 1985 COBRA Dump Trailer Cc Model: Lie: TW97302 'Lease: 6098 SIN: 1C9FA39B2F2133458 State: PA L 1985 EAST MFG Dump Trailer C. '7031-C-'%2 Lease: Model: Lie: TT30960 7031 SIN: 1E1D1S283FRB06336 State: PA L '7031-C-`•4 1987 RAVENS Dump Trailer _ Lease: Model: Lie: TT30960 7031 SIN: 1R1D1382''HE870005 State: PA ' 703'2--- =-2 1991 FONTAINE Flat Lease: Model: MARVIN MYER� Lie: TZ67-1688 7032 SIN: 13N145308M1551385 State: PA ' 7034-C)4 1993 EAST MFG Dump Trailer Lease: Model: TUFFY Lie: TD72164 ' 7034 SIN: 1E1F9U288PRJ1388"' State: PA L 7036-C-->5 1989 RAVENS Flat C Model: RICKY BARRETT Lie: TY53133 'Lease: 7036 SIN: IRIF1452OKE89108 State: PA ` 7036-C)8 1992 RAVENS Flat C Model: JACKIE NEFF Lie: TY13736 'Lease: 7036 SIN: IRIF0452INJ923146 State: PA L 1988 TRANSCRAFT Flat C '7038-C:)3 Lease: Model: Lie: TY28638 7038 SIN: ITTF45207J10':0993 State: PA L '7043-C-)2 1990 TRANSCRAFT Flat Lease: Model: CHARLIE EBEF.HART Lie: TY44162 7043 SIN: 1TTF45208LI034067 State: PA �. ' 7043-C)4 1993 TRAILMOBILE Flat C Leas=_: Model: FRED DOBSON Lie: TZ42210 '704.3 SIN: 1PTFS1TS1P90C?7924 State: PA L 091199-; 01 KEPHART TRUCKING C-. Equipment Information .Mer. --TB!! --------- t44-006 ------------ - - - 1988 FRUEHAUF -- ----------------- Dump Trailer _. ease: Model: ROBBIE PIERCE Lic: TT94448 7044 SIN: 1H5D03825JM082501 State: PA L: 1-045-004 1989 BENSON Flatease: Model: RON STYERS Lic: TW29291 SIN: 1NUFT28X7KMNA0721 State: PA T 17045 047-004 1988 EAST MFG Dump Trailer C. Lease: Model: HUGH GALLAHER Lic: TY50830 ' 7047 SIN: 1E1F9U281JRL08680 State: PA 7047-006 1989 TIBROOK Dump Trailer Model: CHRIS HENRY' Lic: TW97183 fease: 047 SIN: 1T9EAAT24KB021862 State: PA 7047-007 1984 EAST MFG Dump Trailer c 'Lease: Model: OUT OF SERVICE Lic: TY69049 7047 SIN: 1E1F2U28XERGO5795 State: PA i 047-009 1988 FRUEHAUF Dump Trailer Lease: Model: Lic: TJ95040 7041 SIN: 1H5DO3825JM082501 State: PA _. F047-010 1986 EAST MFG Flat Lease: Model: LARRY DICK Lic: E814987 7047 SIN: 1E1H5X281GRMu693G State: PA 7048-002 1988 RAVENS Dump Trailer _ Lease: Model: Lic: TY48114 7048 SIN: 1R1D140244JE880968 State: PA L: ' k058-004 1990 RAVENS Flat = Lease: Model: Lic: ??? 7058 SIN: TO COME State: OH L: 7066-002 1990 EAST MFG Dump Trailer _ Model: TEMP SITTING Lic: TV91992' 'Lease: 7066 SIN: 1E1D1F9U288LRD11742 State: PA �. 1985 EAST MFG Dump Trailer _ 17066-004 Lease: Model: RODNEY SMITH Lic: TL22-368 7066 SIN: 1E1D2S380FRK05916 State: PA L. 1989 EAST MFG Dump Trailer _ '7066-006 Lease: Model: JEFF RMISSEY Lic: TT41381 7066 SIN: 1E1FW287FRE10485 State: PA L 7066-008 1990 EAST MFG Dump Trailer _ Lease: Model: LYNN ENGLISH Lic: TV91992 7066 SIN: 1E1F9U288LRD1174''--, State: PA L 7069-002 1985 RAVENS Flat Lease: Model: GLENN STOCK Lic: T367GX 7069 SIN: 1R.1F04424FE850740 State: OH 1 y 1 12/09/1993 01 KEPHART TRUCKING CO. Equipment Information (Menu-TB1> 1988 FREIGHTLINER Tractor �2 Model: FLC12064T Lic: AB39026 SIN: 1FUP2RYBLJH335525 State: PA .. �5 1988 FREIGHTLINER Tractor Model: FLC12064T Lic: AB17806 SIN: 1FUP2RYB9JH335658 State: PA _. 17 1988 FREIGHTLINER Tractor Model: FLC12064T Lic: AA68970 �8 SIN: 1FUP2RYB3JH335526 State: PA 1988 FREIGHTLINER Tractor Cc Model: FLC12064T Lic: AA68971 1 SIN: 1FUP2RYB7JH335657 State: PA Li 89 1988 FREIGHTLINER Tractor Model: FLC12064T Lic: AB11587 1 SIN: 1FUP2RYBOJH335659 State: PA L 1989 INTERNATIONAL Tractor 190 Model: 9300 Lic: AA44669 SIN: 2HSFBXZROKCO24462 State: PA L: 1989 INTERNATIONAL Tractor 191 Model: 9300 Lic: AA44667 SIN: 2HSFBXZR9KCO24455 State: PA �. 192 1989 INTERNATIONAL Tractor _ Model: 9300 Lic: AA44666 S/ N : 2HSFBXZR31:CO24455 State: PA . 193 1989 INTERNATIONAL Tractor _. Model: 9300 Lic: AA44668 1 SIN: 2HSFBXZROKCO24459 State: FIA L 94 1989 INTERNATIONAL Tractor Model: 9300 Lic: AA44672 1 SIN: 2HSFBXZR7KCO214460 State: PA 95 1989 INTERNATIONAL Tractor Model: 9300 Lic: AA44673 1 SIN: 2HSFBXZR5KCO24456 State: PA u 96 1989 INTERNATIONAL Tractor 1 Model: 9300 Lic: AA44674 SIN: 2HSFBXZR7KCO24457 State: PA 1 97 1989 INTERNATIONAL Tractor Model: 9300 Lic: AA44671 SIN: 2HSFBXZR9KCO24461 State: PA L 1 99 1989 FREIGHTLINER Tractor Model: Lic: AA80141 1 SIN: 1FUPYRYB2KH353936 State: PA L ' 12:09!1993 01 KEPHART TRUCKING CC. ----------------------------------------------------------------------------------- Equipment Information (Menu-TBI) 1989 FREIGHTLINER Tractor C,:; �0 Model: Lic: AA80142 SIN: 1FUYDRYB4KH353937 State: PA L: �1 1989 FREIGHTLINER Tractor C,:; Model: Lic: AA80143 SIN: 1FUYDRYB6KH353938 State: PA L: '02 1989 FREIGHTLINER Tractor Model: Lic: AA80144 103 SIN: 1FUYDRYB8KH35393`? State: PA L 1989 WHITE-GMC Tractor C,:. Model: WIA64T Lic: AA86388 ' SIN: 4V2WDBCE0KN622201 State: PA Li 104 1989 FREIGHTLINER Tractor Co Model: GLIDER Lic: AA80140 ' SIN: 1FVBDOY90KH365846 State: PA L: 05 1990 INTERNATIONAL Tractor C=; Model: 9400 6X4 SBA Lic: AA91110 SIN: 2HSFHXZR4LCO3610t" State: PA Li 06 1990 INTERNATIONAL Tractor C,: Model: 9400 6X4 SBA Lic: ABO6009 SIN: 2HSFHXZR8LC036102 State: PA L 07 1990 INTERNATIONAL Tractor C: Model: 9400 6X4 SBA Lic: AA91112 SIN: 2HSFHXZR8LCO3609-, State: PA L ,108 1990 INTERNATIONAL Tractor C. Model: 9400 6X4 SBA Lic: AA91113 ' SIN: 2HSFHXZRXLCO36093 State: PA L- 109 1990 INTERNATIONAL Tractor C. Model: 9400 6X4 SBA Lic: AA91114 ' SIN: 2HSFHXZR6LC03609= State: PA L- 110 1990 INTERNATIONAL Tractor C: Model: 9400 6X4 SBA Lic: AA91115 ' SIN: 2HSFHXZR1LCO36104 State: PA L] ' 111 1990 INTERNATIONAL Model: 9400 6X4 SBA Tractor Lic: AB02204 C, SIN: 2HSFHXZRILCO36099 State: PA L_ ' 112 1990 INTERNATIONAL Tractor C Model: 9400 6X4 SBA Lic: AB34493 SIN: 2HSFHXZRXLCO3610'; State: PA L ' 113 1990 INTERNATIONAL Tractor C. Model: 9400 6X4 SBA Lic: AA44675 SIN: 2HSFHXZR3LCO36105 State: PA L 12`09/1993 01 KEPHART TRUCKING CO. ' ------------------------------------------------------------------------------------ Equipment Information <Menu -TBI! 1990 INTERNATIONAL Tractor _ ,114 Model: 9400 6X4 SBA Lic: AA44676 SIN: 2HSFHXZR6LCO36101 State: PA 115 1990 INTERNATIONAL Tractor Model: 9400 6X4 SBA Lic: AA51575 SIN: 2HSFHMCRILCO36157 State: PA 116 1990 INTERNATIONAL Tractor _ Model: 9400 6X4 SBA Lic: AA96666 SIN: 2HSFHMCR5LCO36159 State: PA �. 1117 1990 INTERNATIONAL Tractor = Model: 9400 6X4 SRA Lic: AA44678 'SIN: 2HSFHMCR3LCO36161 State: PA 118 1990 INTERNATIONAL Tractor _ ' Model: 9400 6X4 SBA S/N: 2HSFHMCRILCO36160 Lic: ABO5724 State: PA - 119 1990 INTERNATIONAL Tractor = ' Model: 9400 6X4 SBA Lic: AA51574 S/N: 2HSFHMCR3LC036158 State: PA - 120 1991 WHITE -GMC Tractor ' Model: WIA64T Lic: AB00976 SIN: 4V2WDBRFOMN638501 State: PA _. ' 121 1991 WHITE -GMC Tractor =" Model: WIA64T Lic: ABO1771 SIN: 4V2WDBRF6MN638504 State: PA ' 122 1991 WHITE -GMC Tractor = Model: WIA64T Lic: ABO3267 'SIN: 4V2WDBRF2MN638502 State: PA _ 123 1991 WHITE -GMC Tractor _ Model: WIA64T Lic: AB03'268 'SIN: 4V2WDBRF4MN638503 State: PA = 124 1991 WHITE -GMC Tractor = Model: WIA64T Lic: AB03269 ' S/N: 4V2WDBRF8MN638505 State: PA - 125 1991 INTERNATIONAL Tractor - ' Model: 9400 6X4 SBA Lic: AB03555 SIN: 2HSFHMCR7MC046385 State: PA _ 126 1991 INTERNATIONAL Tractor _ ' Model: 9400 6X4 SBA Lic: ABO3556 SIN: 2HSFHMCR5MC046384 State: PA ' 127 1991 INTERNATIONAL Tractor _ Model: 9400 6X4 SBA Lic: ABO3557 SIN: 2HSFHMCR9MC046386 State: PA 1 12/09/1993 01 KEPHART TRUCKING CO. Equipment Information (Menu-TB11 ----------------------------------------------------------------------------------- 28 1991 INTERNATIONAL Tractor C._, Model: 9400 6X4 SBA Lic: AB31622 SIN: 2HSFHMCR3MC046383 State: PA Li 29 1991 INTERNATIONAL Tractor C: Model: 9400 6X4 SBA Lic: AB04053 SIN: 2HSFHMCROMC046387 State: PA L; 30 1991 WHITE -GMC Tractor C.> Model: WCA64T <NO SLEEPER) Lic: ABOO977 SIN: 4V2VDBCE3MN639962 State: PA Li 31 1992 MACK Tractor Cc• Model: CH613 Lic: ABOO849 ' SIN: 1M2AA13Y4NW018607 State: PA Li 132 1993 FREIGHTLINER Tractor C_ Model: FLD12064ST Lic: AB24916 ' SIN: 1FUYDSYB5PH472434 State: PA L 133 1993 FREIGHTLINER Tractor Cc Model: FLD12064ST Lic: AB24917 ' SIN: IFUYDSYBXPH472431 State: PA L: 134 1993 FREIGHTLINER Tractor C- Model: FLD12064ST Lic: AB24918 SIN: 1FUYDSYB3PH47243'D State: PA L. 135 1993 FREIGHTLINER Tractor C_ Model: FLD12064ST Lic: AB24919 SIN: 1FUYDSYB7PH472435 State: PA L: '136 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AB24920 SIN: 1FUYDSYBlPR472432 State: PA L� 138 1994 FREIGHTLINER Tractor _ Model: FLD12064ST Lic: AB26359 SIN: 1FUYDSYB9PH472436 State: PA L 139 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AB26360 ' SIN: 1FUYDSYBOPH472437 State: PA L 140 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AB26361 SIN: 1FUYDSYB2PH472438 State: PA L 141 1993 FREIGHTLINER Tractor C ' Model: FLD12064ST Lic: AB26362 SIN: 1FUYDSYB4PH472439 State: PA L ' 142 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AB26363 SIN: 1FUYDSYB0PH4744(:) State: PA I, O1 KEPHART TRUCKING CO. I1`21/09/1993 ---------------------------------------------------------------------------------- Equipment Information :Men, --TBI) 43 1993 FREIGHTLINER Tractor C,_ Model: FLD12064ST Lic: AB06008 SIN: 1FUYDSYB2PH472441 State: PA Li 44 1993 FREIGHTLINER Tractor Cc Model: FLD12064ST Lic: AB28933 SIN: 1FUYDSYB4PH472442 State: PA Li 145 1993 FREIGHTLINER Tractor Cc Model: FLD12064ST Lic: AA64131 146 SIN: 1FUYDSYB6PH472443 State: PA Li 1993 FREIGHTLINER Tractor C> Model: FLD12064ST Lic: AA69185 ' SIN: 1FUYDSYB8PH472444 State: PA L': 147 1993 FREIGHTLINER Tractor C,_ Model: PLD12064ST Lic: AA68968 ' SIN: 1FUYDSYBXPH472445 State: PA Li 148 1993 FREIGHTLINER Tractor C ' Model: FLD12064ST Lic: AB30120 SIN: 1FUYDSYB1PH472446 State: PA L. 149 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AB30449 SIN: IFUYDSYB3PH472447 State: PA Li 150 1993 FREIGHTLINER Tractor C' Model: FLD12064ST Lic: AB32168 SIN: 1FUYDSYB5PH472448 State: PA L:: ,151 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AA68971 ' SIN: 1FUYDSYB7PH472449 State: PA L: 152 1993 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AB11587 ' S/N: 1FUYDSYB3PH472450 State: PA L 153 1994 FREIGHTLINER Tractor Cl_ Model: FLD12064ST Lic: ABOO978 ' SIN: 1FUYDSYB2RA43065c:1 State: PA L 154 1994 FREIGHTLINER Tractor C ' Model: FLD12064ST Lic: AA68408 SIN: 2FUYDSYB4RA430651 State: PA L. 155 1994 FREIGHTLINER Tractor ' Model: FLD12064ST Lic: AA44663 SIN: 2FUYDSYB6RA430652 State: PA L. ' 156 1994 FREIGHTLINER Tractor C Model: FLD12064ST Lic: AA67905 SIN: 2FUYDSYB8RA430653 State: PA L: 01 KEPHART TRUCKING CO. I12/09/1993 ---------------------------------------------- -------------------------- Equipment Information (Menu-TB1- 57 1994 FREIGHTLINER ----------- Tractor Model: FLD12064ST Lic: AB24022 SIN: 2FUYDSYBXRA430654 State: PA 58 1994 FREIGHTLINER Tractor Model: FLD12064ST Lic: AB39399 SIN: 2FUYDSYBIRA430655 State: PA 159 1994 FREIGHTLINER Tractor Model: FLD12064ST Lic: AB39397 SIN: 2FUYDSYB3RA430656 State: PA !: '160 1994 FREIGHTLINER Tractor,: Model: FLD12064ST Lic: AB39400 'SIN: 2FUYDSYB5RA430657 State: PA L, 161 1994 FREIGHTLINER Tractor ' Model: FLD12064ST SIN: 2FUYDSYB7RA430658 Lic: AB39647 u State: PA 162 1994 FREIGHTLINER Tractor Model: FLD12064ST Lic: AB39398 ' S/N: 2FUYDSYB9RA430659 State: PA - 163 1994 MACK Tractor ' Model: CH613 Lic: AB39483 SIN: 1M1AA13Y4R.W030721 State: PA _. ' 164 1994 MACK Tractor = Model: CH613 Lic: AB39148 SIN: 1M1AA13Y6RW030722 State: PA ' 165 1994 MACK Tractor Model: CH613 Lic: AB39484 ' SIN: 1M1AA13Y8RW030723 State: PA _. 166 1994 MACK Tractor Model: CH613 Lic: AB39149 tSIN: 1M1AA13YXRW030724 State: PA 167 1994 MACK Tractor = Model: Lic: ' SIN: 1M1AA13Y1RW030725 State: PA y 168 1994 MACK Tractor ' Model: Lic: SIN: 1M1AA13Y3R,W030726 State: PA ` 201 1990 MACK Tractor ' Model: CH613 Lic: AA94973 SIN: 1M2AA06YXLW001183 State: PA L ' 202 1988 MACK Tractor C Model: R Lic: AB18818 SIN: 1M2N187Y4JW02-:574 State: PA T I12/09/1993 O1 KEPHART TRUCKING CO. ----------------------------------------------------------------------------------- Equipment Information (Menu -TBI) 1988 MACK Tractor �19 Model: RW613 Lic: AA77652 SIN: 1M2AY04Y2JM004604 State: PA L: �29 1988 MACK Tractor Model: RW613 Lic: AA79652 SIN: 1M2AT04Y5JM005018 State: PA L. 139 1988 MACK Tractor C_ Model: RW613 Lic: AA80705 SIN: 1M2AY04Y7JM005019 State: PA L. ..49 1989 FREIGHTLINER Tractor C Model: GEORGE RUSTED Lic: AA82164 ' SIN: 1FUP2XYB2KH356289 State: PA Li 259 1989 MACK Tractor C ' Model: RW613 SIN: 1MSAY04YOKM005848 Lic: AB37820 State: PA L 269 1989 MACK Tractor ' Model: RW613 Lic: AA33626 SIN: 1M2AY04Y2KM005849 State: PA L: 1989 MACK Tractor �79 Model: RW613 Lic: AA88137 SIN: 1M2AY04Y9KJM0057^1 State: PA L. �89 1990 MACK Tractor Model: CH613 Lic: AA91246 SIN: 1M2AA06Y6LWO01181 State: PA L: '291 1988 MACK Tractor Model: RW613 Lic: AA51621 1293 SIN: 1M2AY04YOJM005007 State: PA 1989 MACK Tractor C; Model: RW613 Lic: AA51623 ' SIN: IMSAY047KMOO5717 State: PA L_ 294 1988 MACK Tractor Model: RW613 Lic: AA44282 ' SIN: 1M2AY04Y5JM004029 State: PA L: 1988 MACK Tractor 1295 Model: RW613 Lic: AA44'%83 SIN: 1M2AY04Y3JM005020 State: PA L: 296 1988 MACK Tractor C ' Model: RW613 Lic: AA75?78 SIN: AM2AY04Y4JM005009 State: PA L: ' 297 1988 MACK Tractor C: Model: RW613 Lic: AA72559 SIN: 1M2AY04Y0JM005010 State: PA L_ ' 86 Equipment Items listed C� n 1 12/09/1993 01 KEPHART TRUCKING Cu. I Equipment Information (Menu-T811 ------------------------------------------------------------------------------------- 98 1989 MACK Tractor C< Model: RW613 Lic: AA72560 SIN: 1M2AY04Y9KM005718 State: PA L; 1299 1988 MACK Tractor C, Model: RW613 Lic: AA69421 SIN: 1M2AY04Y4JM004006 State: PA L ' 86 Equipment Items listed C� n 1 112/09/1993 01 KEPHART TRUCKING CO. ----------------------------------------- ---------------------------------------- Equipment Information Menu -TBI? I FORD Tractor Model: Lic: SIN: State: PA Li 1978 MACK Tractor Cc �2 Model: R612 Lic: AB00974 SIN: R612ST1995 State: PA Li 1010 1988 FREIGHTLINER Tractor Cc• Model: FLC12064ST Lic: SIN: 1FUY2CTBOJH32818n State: PA L 1011 1988 FREIGHTLINER Tractor �= Model: FLC12064ST Lic: SIN: IFUY2C.YB2JH328181 State: PA Li R013 1988 FREIGHTLINER Tractor C ' Model: FLC120E,4ST SIN: 1FUY2CYB6JH328183 Lic: State: PA Li R016 1988 FREIGHTLINER Tractor Model: FLC12064ST Lic: SIN: 1FUY2CYB1JH32818� State: PA L; 017 1988 FREIGHTLINER Tractor Model: FLC12064ST Lic: SIN: 1FUY2CYB3JH32818 State: PA Li ,2021 1988 FREIGHTLINER Tractor C ■ Model: FLC12064ST Lic: AA66679 SIN: 1FUY2CYB5JH3'8191 State: PA Li 8 Equipment Items listed ' INFORMATION SCHEDULE I Town of Southold Bid Project C&D Haul -Disposal Services The Bidder hereby states that it will be prepared to dispose of up to the following Maximum Specified Yearly Capacities in cubic yards of Town of Southold construction material and/or demolition debris if awarded an Agreement Contract Year 199q-1995 1995-1996 1996-1997 1997-1998 1998-1999 of Bidder: Maximum Specified Capacity BID (PROPOSAL) FORM Maximum Cubic Yards per Contract Year 25,000 25 , 000 _ 25,000 ------ - -------- 25 , 000 --25 , 000 -------------------- Date : May 26, 1994 Schedule 5.O.I J INFORMATION SCHEDULE J Town of Southold Bid Project C&D Haul -Disposal Services ' NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE DISPOSAL SITE, AN INFORMATION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The following is information on the undersigned Bidder's Disposal Site: ' I. GENERAL A. Disposal Site Location Name: Star Recycling, Inc. Address: 123 Varick Avenue __________ Brooklyn, New York 11237 'Phone: ( 718 386-2540 B. Disposal Site mailing address (if different than ' I) Address: Same As Above ---- ---------------------- II. CURRENT OPERATIONS ' A. Operations Permit '1. Permittee: Star Recycling,_ Inc.--------- nc._-___-_-_2. 2.No.: 2-6104-000100001=0 '3. State: New York Li . Date of Issue: January_1, _1990___________ t5. Date Expiration: December 31, 1994____ of 6. Copy Enclosed: Yes: XX No: '-• Bidder Disposal Site(s) Schedule S.O.J BID (PROPOSAL) FORM Page 1 of 7 Bidder Disposal Site(s) BID (PROPOSAL) FORM Ij Schedule S.O.J Page 2 of 7 INFORMATION SCHEDULE J - (Continued) B. Hours of Operations 1. What are the PERMITTED operating hours? DAY A.M. P.M. Monday 12:00_ to Tuesday 12:00_ to 11! -59 - Wednesday Ila_ to Thursday 17 "Ila_ to Friday _ Ila_ to 1-59— 11!59— Saturday Saturday 12_00_ to 11:02_ Sunday 1?.Ila_ to 11.SA_ 2. Are there any PERMITTED closure periods stipulated? NO 3. What are the ACTUAL operating hours? DAY A.M. P.M. Monday 12:00 to _ 11:59 Tuesday __1_2:00 to 11:59 Wednesday _12:0_0_ to __1_1:59 Thursday __12:0_0_ to _1_1:59 Friday _ 12:0_0_ to 11:59 Saturday 12:0_0_ to 2:00 Sunday _ 2:0 m. to _ 11:59 `i. What holiday or other period is the Disposal Site typically closed? DAY YES NO New Year's XX to Memorial _xx to Independence XX to Labor XX to Thanksgiving XX to Christmas to Other ( Spec i Fy) _ to Bidder Disposal Site(s) BID (PROPOSAL) FORM Ij Schedule S.O.J Page 2 of 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INFORMATION SCHEDULE J - (continued) 5. Will the ACTUAL operating hours in Question II.B.3 be extended up to the PERMITTED operating hours in Question II.B.1 in order to accommodate Town of Southold construction material and/or demolition debris? Yes N o -ono-t needed 6. Are there any local agreements, ordinances, etc. which would prohibit extending the ACTUAL operating hours in Question II.B.3 up to the PERMITTED operating hours in Question II.B.1.? Yes No XX C. What is the PERMITTED annual capacity in cubic yards? 199L} 1,825,000 1995 1,825,000 1996 1,825,000 1997_9QQ�—__ 1998--- 1, 825 M0- --- _-- D. At the PERMITTED levels in Question II.C., what is the projected useful life in years? — INDEFINI_TE_--------------------- ------ -- E. What is the annual RECEIVING level today?650,000 Bidder Disposal Site(s) BID (PROPOSAL) FORMS Schedule S.O.J Page 3 of 7 INFORMATION SCHEDULE J - (Continued) F. At the RECEIVING levels in Question II.E., what is the projected useful life in years? INDEFINITE G. How much of the RECEIVING level in Question II.E. is committed to under contract in cubic yards? 1994 _ 25 , 000 1995 -----DQQ---------- 1996 25,000 1997 25,000 1998 25,000 H. Does the Disposal Site have special waste restrictions For: Gate Yes No Fee C�) 1. Asbestos XX _ 2. Wastewater Treatment XX Sludge 3. Hazardous Waste XX Bidder Disposal Site(s) BID (PROPOSAL) FORM Schedule S.O.J Page 4 of 7 b. Local Citizenry reaction__ N/A C. Regulatory agency Bidder Disposal Site(s) BID (PROPOSAL) FORM N/A Schedule 5.0.J Page S of 7 local INFORMATION SCHEDULE J - (Continued) I. Are there any existing Agreements with municipalities which prohibit: Item Yes No 1. Routing to site _ NX 2. Weight limits between _ XX _ state roads and site XX 3. Number of vehicles _ Lf. Vehicle size XX S. C&D importation XX outside Jurisdictional area 6. Host Community Benefits _ XX III. EXPANSION PLANS A. Application Permit 1. Permittee: -AZA- /A2. 2.No.: 3. State: It. Date of Submission: S. Copy Enclosed: Yes __ No _ 6. Submission Status: a. Expansion of current site or new site N/A b. Local Citizenry reaction__ N/A C. Regulatory agency Bidder Disposal Site(s) BID (PROPOSAL) FORM N/A Schedule 5.0.J Page S of 7 local INFORMATION SCHEDULE J - (Continued) d. Litigation__NZA______ e. Likelihood to succeed - _ ------ B. If you are successful in Question III.A., what is the additional annual DESIGN capacity in cubic yards (do not include figures from Question II.C.)? 199' ---- N/A ---- 1995 1996 1997 1998 C. At the annual DESIGN levels in Question III.B., what would be the projected useful life in years? N/A ------------------------------------------------------- D. Mould you be willing to share with the Town of Southold engineering reports utilized for the preparation of the Operating Permits on Expansion Application? Yes NLA No E. Bidder's Disposal Site(s) Engineer of Record Firm's Name Don -Levy , Architect ----------------------- Firm's ---------------------- Firm's Address 81 Sands Point Road, Port Washington,_NY_ 1JQ5Q Project Engineer---- Don-LeV-y ---------------------------- Bidder Disposal Site(s) BID (PROPOSAL) FORM Schedule S.O.J Page 6 of 7 C INFORMATION SCHEDULE J - (Continued) IV. ATTACHMENTS Attach copies of all permits required of the disposal site(s) and a copy of the agreement, performance bond and insurance between bidder and permit holder to use the disposal site(s) during the term of this Agreement. Are you willing to meet with the Town of Southold to discuss your short and long term disposal capabilities? Yes _xx _No The undersigned hereby certifies that services, material, or equipment to be furnished as a result of this bid will be in full accordance with Town of Southold specifications applying thereto unless exceptions are indicated above and an explanation attached. Bidding Company Star Recycling, Inc. Address 123 Varick Avenue _ By Mauri ' CPle Signature__ n [1 Brooklyn New York 11237 City State Zip llins Projects Print or e) NAME AND TITLE Phone No. ( 718 ) 386-7900 Date _..... nay 26,_1994 CORPORATE SEAL B -id -dor disposal Site(s) Schedule S.O.J BID (PROPOSAL) FORM Page 7 of 7 tis PERK'41T NUMDER 1-6104-00013/00001-0 FACILITY/PROGRAM NUMBER(s) NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION AM ftv PERMIT Under the Environmental Conservation Law EFFECTIVE DATE V / q D EXPIRATION DATE(s) 6NYCRR 608: a Article 25: Water Quality Certification Tidal Wetlands Article 15, Title 3; 6NYCRR 327, 328, 329: Aquatic Pesticides Star Recycling, Inc. Attention: Anthony•Loman ino, Vice President Article 15, Title 5: N 0 Protection of Water 1,7--] , Article 15, Title 15: a Water Supply (� Article 15, Title 15: �J Water Transport Don L—evy, 2436 Fox Boulevard Merrick New York 11566 Article 15, Title 15: a Long Island Wells Article 15, Title 27: 'I Wild, Scenic and Recreational Rivers EFFECTIVE DATE V / q D EXPIRATION DATE(s) 6NYCRR 608: a Article 25: Water Quality Certification Tidal Wetlands Article 24: Article 36: Freshwater Wetlands Floodplain Management N—New, R—Renewal, M—Modification, Articles 1, 3, 17, 19, 27, 37; C—Construct (*only), 0—Operate (*Only) 6NYCRR 380: Radiation Control Article 17, Titles 7, 8: Article 27, Title 7; 6NYCRR 36G: Star Recycling, Inc. Attention: Anthony•Loman ino, Vice President SPDES N 0 Solid Waste Management• Article 19: Air Pollution Control' a Article 27, Title 9; 6NYCRR 373: Hazardous Waste Management ' Article 23, Title 27: TELEPHONE NUMBER Article 34: Don L—evy, 2436 Fox Boulevard Merrick New York 11566 Mined Land Reclamation a Coastal Erosion Manaaement Article 24: Article 36: Freshwater Wetlands Floodplain Management N—New, R—Renewal, M—Modification, Articles 1, 3, 17, 19, 27, 37; C—Construct (*only), 0—Operate (*Only) 6NYCRR 380: Radiation Control GENERAL CONDITIONS By acceptance of this permit, the permittee agrees that the permit is contingent upon strict compli- ance with the ECL, all applicable regulations and the conditions specified herein or attached hereto. 1 The permittee shall file inthe office of the appropriate regional permit administrator, or other office designated in the special conditions, a notice of intention to commence work at least 48 hours in advance of the time of commencement and shall also notify him/her promptly in writing of the completion of the work. 2. The permitted work shall be subject to inspection by an authorized representative of the Department of Environmental Conservation which may order the work suspended if the public interest so requires pursuant to ECL §71-0301 and SAPA §401(3)_ ' 3. The permittee has accepted expressly, by the execution of the application, the full legal responsibility for all damages, direct or indirect, of whatever nature, and by whomever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and descrip- tion resulting from the said project. 4. The Department reserves the right to modify, suspend or revoke this permit at any time after due notice• and, if requested, hold a hearing when: ' a) the scope of the project is exceeded or a violation of any condition of the permit or provisions of the ECL and pertinent regulations are found; or b) the permit was obtained by misrepresentation or failure to disclose relevent facts; or c) newly discovered information or significant physical changes are discovered since the permit was issued. S. To maintain a valid permit, the permittee must submit a renewal application, including any forms, fees or supplemental information, which may be required by the Department. at least 30 days prior to the expiration date of the existing permit (180 days prior for: State pollution discharge elimination system permits (SPDESI Solid waste management facilities permits (SWMF), or Hazardous waste management facilities permits (HWMF)). ' b This permit shall not be construed as conveying to the applicant any right to trespass upon the lands or interfere with the riparian rights of others in order to perform the permitted work or as authorizing the impairment of any rights, title or interest in real or personal property held or vested in a person not a party to the permit. 7. The permittee is responsible for obtaining any other permits, approvals, lands, easements and rights-of-way which may be required for this project. 18, Issuance of this permit by the Department does not, unless expressly provided for, modify, supersede or rescind an order on consent or determination by the Commissioner issued heretofore by the Department or any of the terms, conditions, or requirements contained in such order or determination. 9. Any modification of this permit granted by the Department must be in writing and attached hereto. i PERMIT ISSUANCE DATE PERMIT ADMINISTRATOR ADDRESS /Z 22 J&q Georcle A. Danskin 50 Wolf Road, Albany, NY 12233-1750 ' AUTHORIZED SICNATURji- PERMIT ISSUED TO Star Recycling, Inc. Attention: Anthony•Loman ino, Vice President ADDRESS OF PERMITTEE 123 Varick Avenue, Brooklyn, New York 11237 ' AGENT FOR PERMITTEE/CONTACT PERSON TELEPHONE NUMBER Don L—evy, 2436 Fox Boulevard Merrick New York 11566 516-378-6552 'Same i NAME AND ADDRESS OF PROJECT/FACILITY (If different from Permittee) LOCATION OF PROJECT/FACILITY COUNTY TOWN/CITYNILLAGEUTM COORDINATES Same I Kin s Brooklvn DESCRIPTION OF AUTHORIZED ACTIVITY Operate a transfer station and rec clables handling and recovery facility at a maximum dailv rate of 5,000 cubic yards of rugs, rags, mattresses tires and construction and demolition debris. GENERAL CONDITIONS By acceptance of this permit, the permittee agrees that the permit is contingent upon strict compli- ance with the ECL, all applicable regulations and the conditions specified herein or attached hereto. 1 The permittee shall file inthe office of the appropriate regional permit administrator, or other office designated in the special conditions, a notice of intention to commence work at least 48 hours in advance of the time of commencement and shall also notify him/her promptly in writing of the completion of the work. 2. The permitted work shall be subject to inspection by an authorized representative of the Department of Environmental Conservation which may order the work suspended if the public interest so requires pursuant to ECL §71-0301 and SAPA §401(3)_ ' 3. The permittee has accepted expressly, by the execution of the application, the full legal responsibility for all damages, direct or indirect, of whatever nature, and by whomever suffered, arising out of the project described herein and has agreed to indemnify and save harmless the State from suits, actions, damages and costs of every name and descrip- tion resulting from the said project. 4. The Department reserves the right to modify, suspend or revoke this permit at any time after due notice• and, if requested, hold a hearing when: ' a) the scope of the project is exceeded or a violation of any condition of the permit or provisions of the ECL and pertinent regulations are found; or b) the permit was obtained by misrepresentation or failure to disclose relevent facts; or c) newly discovered information or significant physical changes are discovered since the permit was issued. S. To maintain a valid permit, the permittee must submit a renewal application, including any forms, fees or supplemental information, which may be required by the Department. at least 30 days prior to the expiration date of the existing permit (180 days prior for: State pollution discharge elimination system permits (SPDESI Solid waste management facilities permits (SWMF), or Hazardous waste management facilities permits (HWMF)). ' b This permit shall not be construed as conveying to the applicant any right to trespass upon the lands or interfere with the riparian rights of others in order to perform the permitted work or as authorizing the impairment of any rights, title or interest in real or personal property held or vested in a person not a party to the permit. 7. The permittee is responsible for obtaining any other permits, approvals, lands, easements and rights-of-way which may be required for this project. 18, Issuance of this permit by the Department does not, unless expressly provided for, modify, supersede or rescind an order on consent or determination by the Commissioner issued heretofore by the Department or any of the terms, conditions, or requirements contained in such order or determination. 9. Any modification of this permit granted by the Department must be in writing and attached hereto. i PERMIT ISSUANCE DATE PERMIT ADMINISTRATOR ADDRESS /Z 22 J&q Georcle A. Danskin 50 Wolf Road, Albany, NY 12233-1750 ' AUTHORIZED SICNATURji- DEI, Permit No. 2-6104-00013/00001-0 Page 2 of 3 SPECIAL CONDITIONS ' Regulatory Requirements 1. In operating this facility, the permittee must comply with all the ' requirements of 6NYCRR Subparts 360-1, 360-11 and 360-12 in effect at the time of permit issuance. Authorized Activities ' 2. Facility design and operation must conform to the plans prepared by Don Levy, entitled "Proposed Construction and Demolition Debris ' Transfer Station for Star Recycling, 123 Varick Avenue, Brooklyn, NY," revised 10/19/89. ' Additional Action the Permittee Must Take 3. Within 60 days of the effective date of this permit, the permittee must submit to the regional solid waste engineer: (a) a closure plan that is consistent with the requirements of 6NYCRR Sections 360-3.4(h), 360-3.3(g) and 360-1.14(w); ' (b) a cost estimate for closing the facility based on written estimates from three separate companies that are qualified to implement the closure plan specified in Special Condition 3(a) ' of this permit; (c) a letter of credit (see sample enclosed language) or other financial assurance instrument acceptable to the Department, in the amount of $50,000 for the costs of closing the facility; and ' (d) five copies of a facility plan revised to add: (i) sewer connections and all features thereof,_ specifying diameter and type of sewer (e.g., storm,, sanitary); (ii) delineation of area ' "indoors where rags, rugs and mattresses shall be received, handled and stored; and (iii) delineation of area indoors where tires shall be received, handled and stored. t 4. Within 60 days of the effective date of this permit, the permittee must erect a perimeter barrier that is 10 feet high and of uniform color and opaque material to provide a visual, access and wind ' barrier. Waste Monitoring ' 5. In the event that any unauthorized waste is identified at the facility, the permittee must arrange to have such waste: (a) segregated, secured and contained to prevent leakage or contami- nation of the environment; (b) removed within no more than 48 hours after discovery; and (c) transported from the facility by a waste transporter authorized under 6NYCRR Part 364 to an appropriate ' treatment or disposal facility. iSPECCOND.MK/P uEC Permit No. 2-6104-00013/00001-0 Page 3 of 3 SPECIAL CONDITIONS ' Storage 6. Solid waste recovered for recycling must be in clearly identified ' containers or areas. This material must be removed from the facility within 30 days of receipt. 7. Solid waste that is not recyclable must be removed from the facility within 48 hours of receipt. 8. Putrescible solid waste must be in an enclosed storage area and ' removed from the facility within 24 hours of receipt. 9. Solid waste stored at the facility must not exceed 8 feet in height. ' 10. The permittee may store a maximum of 1,000 tires. Reporting Requirements 11. The permittee must prepare and submit to the regional solid waste engineer a quarterly report that includes a monthly breakdown, in cubic yards and tons, of: (a) total amount of solid waste received; ' (b) origin of the solid waste; (c) total amount of recyclables recovered by category; (d) destination of recyclables; (e) total t amount of nonrecyclables received; (f) disposal location of nonrecyclables; and (g) amount sent to each disposal facility. 12. The permittee must submit the following information to the regional solid waste engineer annually within 60 days after the anniversary date of permit issuance: (a) an annual report' summarizing as annual figures the information specified in Special Condition 11 of this permit, including details of any changes in facility equipment or ' procedures; (b) an updated cost estimate for facility closure derived in accordance with Special Condition 3(b) of this permit; ' and (c) a report detailing how the requirements of 6NYCRR Sections 360-1.14, 360-11.4, 360-12.4, and the special conditions of this permit have been met. 1 iSPECCOND.MK/P 1 INFORMATION SCHEDULE K ' FORM QE BID BONG ' KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, _Star Recycling, Inc.?Ar00k1M,` r-- as Principal, and ' -United Pacific Insurance mpgjoy as Surety, are hereby held and I firmly bound unto Tower Qf Southold, State Qfw Yn��,,_ as Owner in the sum of One Hundred i allsand and Q ) For, the payment of which, will and truly be made, we hereby Jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this 24th day of _.._ MU 1994 . The condition of the above obligation is such that whereas the Principal has submitted to the Town of Southold a certain gid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the hauling and disposal of construction material end/or demolition debris; NOW, THEREFORE, (a) If said Bid shall be rejected or in the alternate, (b) If said Bid shall be accepted, and the Principal shall execute and deliver an Agreement in the form of the Sample Operating Agreement attached hereto (properly completed in accordance with said Bid) and shall furnish certificates of insurance and a bond for this faithful performance of said Agreement, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in Force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Form of Bid Bond Schedule 5.0.K HIO (PROPOSAL) FORM Page 1 of 3 i The Surety, for value received, hereby stipulates and ' agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto ' set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year ' first set forth above. ' Star Recycling, Inc. Principal ' Un i t om dnX _ Surety C gy. r! �,;-tt)r_in-Fact ' E. Timothy Kenneally Address of Surety: Y 116 John StrCgt . New ynck, Ny 10038 _ ' SEAL t(ACKNOWLEDGEMENT �BjY CONTRACTOR, IF A CORPORATION) STATE O F: COUNTY On this ��_ da of 19_�k , before me personally came U���� C�VSN�4iN.0 , to me known, who being ' duly swot did depose and 'say that- R'h e resides in that he is the of the _ :S -110L O.kc-t C-1 lA4 `moo= --- ' corporation described in and which executed the Foregoing Instrument; that he knows the seal of the corporation; that the seal affixed to the instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of the corporation; and that he signed his name th r o b i e Order. TWMASRLAMBERT NotacU�Pub1ir ' Nom i� 0n NOW ak t4aw com�eim Expo Juv 0. t� Form of Bid Bond Schedule 5.0.K BID (PROPOSAL) FORM Page 2 of 3 (ACKNOWLEDGEMENT BY INDIVIDUAL CONTRACTOR) STATE OF: ) COUNTY _ ) SSN: On this day of 13__, before me personally ' came_ _ 1 to me known and known to be the person described in and Who executed the Foregoing Instrument and duly acknowledged that he executed the same. Notary Public Form of Bid Bond Schedule 5.0.K ' SID (PROPOSAL) FORM Page 3 of 3 (ACKNOWLEDGMENT BY CONTRACTOR, IF A PARTNERSHIP) ' STATE OF: COUNTY OF:- ) SSN• On this _ _ day of , 19___, before me personally came _ , to me known, and 1 known to me to be a member of the firm of� and known to me to be an individual described lin, and who executed the foregoing instrument in the firm name of__ r , and he duly acknowledged to me that he ' executed e same�for and in th the behalf of said firm for the uses and purposes mentioned therein. ' Notary Public (ACKNOWLEDGEMENT BY INDIVIDUAL CONTRACTOR) STATE OF: ) COUNTY _ ) SSN: On this day of 13__, before me personally ' came_ _ 1 to me known and known to be the person described in and Who executed the Foregoing Instrument and duly acknowledged that he executed the same. Notary Public Form of Bid Bond Schedule 5.0.K ' SID (PROPOSAL) FORM Page 3 of 3 RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY ' RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA ' POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint E. Timothy Kennelly, Carol A. Kennelly, Patricia J. Baulch., of Rockville Canter, New York their true and lawful Attorney(s)-in-Fact. to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and seafid and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorneys► -in -Fact may do in pursuance hereof. 'This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ' ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice 'President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney(s)-in-Fact at any time and revoke the power and authority given to them. '2. Attorney(s)-in-Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ' 3. Attorney(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. ' This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United Pacific Insurance Company and Reliance National Indemnity 'Company by Unanimous Consent dated as of February 213, 1994 and by the Executive and Financial Committee of the Board of Directors of Reliance Surety Company by Unanimous Consent dated as of March 31, 1994. "Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of ' Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by fac- simile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' ' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 1, 1994. RELIANCE SURETY COMPANY ' RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY amu' C.A '• RELIA CE NATIONAL IN EMNITY COMPANY �� i STATE OF Pennsylvania ) ' COUNTY OF Philadelphia )99. On this, April 1, 1994, before me, Valencia Wortham, personally appeared Charles S. Schmalz, who acknowledged himself to be the Executive Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and ' Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. ' NOTI'll".- 1� . . . . . . . . . . I., - ARIAL SEAL VALENCIA WORTHAM. Notary Public City of Philadelphia• Phila. County II LMy Commission Exoires Nov 18. 1996 j tA W OF r Notary Public in and for the State of Pennsylvania 4 y Residing at Philadelphia 1, Anita T-ippert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this24thday of May 19 94 .mow sr,-X,4\� q ��sWiP -' S {LL Secretary , V l k... J PRINCIPAL'S ACKNOWLEDGEMENT—IF INDIVIDUAL OR FIRM ' State of New York, County of ss: On this day of '19 , before me personally came ' to me known to be (the individual) (one of the firm of ) ' described in and who executed the within instrument, and he thereupon duly acknowledged to me that he executed the same (as the act and deed of said firm). Notary Public ' PRINCIPAL'S ACKNOWLEDGEMENT—IF A CORPORATION State of New York, County of Y_ hO<rS ss: , On this day of \"��� ,1�i�}, before me personally came to me known, who, being by me duly sworn, deposes and says: ThaMe re ides in (-ZS thatfie iscst of{�n- ale v cJ�. �S!>�_ the corporation described in and which executed the within instrument; that he knows the seal of the said corpora- tion; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of the said corporation, and that he signed his name to the said jns ant by lik rder. THOMAS M. LAMBERT Notary Public, Stataof New York No. 41.4960140 Nota �c Commissioed In n Ex#m Juassau y p,w 11pLL SURETY COMPANY'S ACKNOWLEDGEMENT State of New York, County of Nassau ss: ' On this 24th day of May ,19 94, before me personally came ' E. Timothy Kenneall�yy tome known, who, being by me duly sworn, did depose and say: That he resides in Rockville Centre that he is Attorney -in -Fact of the United Pacific Insurance Company , the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of said company; that the seal affixed to said instrument is such corporate seal of said company; that it was so affixed by the authority granted to him in accordance with the by-laws of said corporation; that he signed his name thereto by like authority; that the Superintendent of Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State' of New York for the year 1939 constituting Chapter 28 of the Consolidated Laws of the State of New York known as the Insurance Law, issued to the United Pacific Insurance Company his certificate that said company is qualified to become surety or guarantor on aii bonds, undertakings, recugnizarces, guaran- tees and other obligations required or permitted by law; and that uch certificate has not been revoked. Notary Public ' MICHAEL EDWARD DeMARCO Notary Public, State of New York No. 30-4608889 QuaiNassau County Comrnission Expires August 31, 1.2s, g 9s BD -I Q77 -A NY Ed. 7/P? 1 1 UNITED PACIFIC INSURANCE COMPANY PHILADELPHIA, PENNSYLVANIA FINANCIAL STATEMENT DECEMBER 31, 1993 ASSETS Cash and Hank Deposits................................................................ $ (148,318) Securities.............................................................................. 86,778,883 Premium Balances (Under 90 days) ..................................................... (7,000,487) Accrued Interest and Dividends......................................................... 1,933,982 OtherAssets............................................................................ 34.734.799 Total Admitted Assets.............................................................. $ 116,298,859 LIABILITIES Losses and Loss Adjustment Expense .................................................. $ 26,524,730 Unearned Premiums.................................................................... 7,405,564 OtherTaxes............................................................................ 68,709 Federal Income Taxes.................................................................. 0 Other Liabilities......................................................................... 25.630.167 Total Liabilities..................................................................... $ 59,629,170 CAPITAL AND SURPLUS Capital Paid Up......................................................................... $ 14,997,026 Surplus................................................................................. . 41.672.663 Total Policyholders' Surplus....................................................... 56,669,689 Total Liabilities, Capital and Surplus ............................................... $ 116,298,859 State of Washington) SS County of King ) Lawrence W. Carlstrom, being duly sworn, says: That he is Vice President of the UNITED PACIFIC INSURANCE COMPANY; that said company is a corporation duly organized, existing, and engaged in business as a surety by virtue of the laws of the Commonwealth of Pennsylvania, and has duly complied with all the requirements of the laws of said state applicable to said company and is duly qualified to act as surety under such laws; that said company has also complied with and is duly qualified to act as surety under the Act of Congress of September 13, 1982, as amended (31 U.S.C. §9301 et. seq.); that the foregoing is a full, true and correct statement of the financial condition of said company on the 31 st day of December, 1993. Sworn to before me this 31 st day of March, 1994. �. CROCS Janis J. Crossland, Notary Public, State of Washington, SIVNJ County of IGng. My Commission Expires February 5, 1996. ' p!nTlFSY PJ;lIC s� 2-5-90 V m or wt, ' BOU-14213/94 Vice President 1 n u INFORMATION SCHEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold (hereinafter called the "Owner") in the Full and gust sum of dollars ($ ) good and lawful money of the United States of America, for the payment of which sum of money, well and truly to be made and done, the Principal binds himself, his heirs, executors., administrators and assigns and the Surety binds itself, its successors and assigns, ,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Agreement bearing date on the day of , 1994, with the Owner for the Town of Southold construction material and/or demolition debris Haul - Disposal Services, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal, his or its representatives or assigns, shall well and faithfully comply with and perform all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall Fully reimburse and repay the Owner for all outlay and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pay any and all amounts, damages, costs and judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or servants or the improper performance of the said work by the said Principal, or his (their, its) agents or servants, or the infringement of any patent or patent rights by reason of the use of any materials Furnished or work done as aforesaid or otherwise, then this obligation shall be null and void, otherwise to remain in full Force and effect; ' Performance Bond Schedule 5.0.L BID (PROPOSAL) FORM Page 1 of 2 ' PROVIDED HOWEVER, the Surety, for value received, hereby stipulates and agrees, if requested to do so by the Owner, to Fully perform and complete the work mentioned and described in ' said Agreement, pursuant to the terms, conditions, and covenants thereof, if for any cause the Principal fails or neglects to so Fully perform and complete such work and the Surety further agrees to commence such work of completion within ten (10) ' calendar days after written 'notice thereof from the Owner and to complete such work within ten (10) calendar days from the expiration of the time allowed the Principal in the Agreement for the completion thereof; and further PROVIDED HOWEVER, the Surety, for value received, for itself and its successors and assigns, hereby stipulates and agrees that ' the obligation of said Surety and its bond shall be in no way impaired or affected by an extension of time, modification, work to be performed thereunder, or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof, or by any assignment, subletting or other transfer of any work to be performed or any monies due or to become due ' thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation to assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be ' done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto set his (their, its) hand and seal and the Surety has caused this ' instrument to be signed by its and its corporate seal to be hereunto affixed this day of 1994. Principal ' (IF Corporation add Seal and Attestation) By: Attest Surety ' Add Corporate Seal By: Attest Address of Surety Performance Bond Schedule S.O.L BID (PROPOSAL) FORM Page 2 of 2 1 1 1 1 1 1 INFORMATION SCHEDULE H NON -COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belied, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) --- (Corporate Title) (if any)- Projects Manager — Star Recycling, Inc. B i d on _Construction Material and/or Demolition Debris ( C&D 1 Ham and Dig sal Services May 26, 1994 i. Non -Collusive Certificate '. BID (PROPOSAL) FORM Schedule S.O.M APPENDIX A Sample Operating Agreement 1 1 1 1 1 1 1 1 1 ' THIS AGREEMENT, made on the —� day of 1994, by and between the Town of Southold, a municipal corporation of the State of New York having its principal place of business at 53095 Main Road, Southold, New York hereinafter called the "Town" and -------- ------- --------- hereinafter called the "Contractor. W I T N E S S E T H: WHEREAS, Contractor has submitted to the Town a bid dated 199'1 ("Bid") in response to the Town's Bid ' Solicitation for Hauling -Disposal Services dated --- ("Solicitation"); and ' WHEREAS, the Town Board of the Town of Southold by resolution #adopted on ----- ---- ---------- --- authorized the Town Supervisor to enter into ' an agreement with the Contractor to perform certain services in connection with the handling of construction material and/or ' demolition debris, NOW, THEREFORE, it is mutually covenanted and agreed by ' between the hereto as follows: and parties ' I. DEFINITIONS - Terms defined in the Bid Solicitation shall have the same meaning as if defined herein. ' II. SCOPE OF SERVICES i The Contractor shall perform the services in accordance with the description of those services as set forth in APPENDIX A-1 ao c*( the Solicitation. ' III. TERM OF AGREEMENT The term of this Agreement shall be Three (3) ' years commencing on July 10, 199't. IF the Town enters into an ' intermunicipal C&D haul/disposal agreement Athe Town may terminate the agreement at any time during Agreement years two (2) and ' three (3) by giving six (6) months written notice to the Contractor. The Town, at its sole discretion, shall have the ' option of renewing the Agreement For two (2) additional one (1) year terms by giving Contractor. written notice of its intention ' to renew at least thirty (30) days prior to the expiration of the ' term. IV. PRICE SCHEDULE/COMPENSATION ' The unit bid price schedule for the services to be furnished by Contractor is found in Section C - 3.1, 3.2., ' Contractor's bid which is incorporated into this Agreement. ' V. PAYMENTS A. The Contractor shall receive monthly payments ' for services performed during the prior calendar month. The Contractor shall -submit a request for payment on a Town approved ' voucher form along with Contractor's invoice which shall include a daily summary of cubic yardage hauled by Contractor to a ' Disposal Site and disposed by Contractor at Disosal Site as I't,-eve- c(4s-) applicable. Such payments shall be made withinxtt) (-BO) days of the 1-ef Contractor's invoice. The Town shall be entitled to deduct From any payment owning to Contractor any APPENDIX A-2 ' sums expended b the Town to cure an default or other Agreement y y 9 ' non-compliance by Contractor or to protect the Town from loss on account of any claims filed or reasonably anticipated to be ' filed. VI. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS Contractor makes the following warranties and ' representations: A. Contractor represents that the Town has made ' no commitment under this Agreement with respect to the volume of construction material and/or demolition debris to be handled by ' Contractor during the term of this Agreement. ' B. Contractor warrants that Contractor shall comply with all Federal, state and local laws, ordinances or ' regulations applicable to all of the services to be performed by Contractor. C. Contractor represents that the information Furnished by Contractor in the equipment schedules included in the bid is accurate and complete and Contractor acknowledges that Town has relied upon the accuracy and completeness of that information in the selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilize its best efforts to insure that Minority and Women Owned Businesses (KBE's and DBE's) have the opportunity to participate as subcontractors under this Agreement. In the event the contractor subcontracts twenty-five percent (25%) or more of APPENDIX A-3 1 ' its work hereunder, Contractor shall submit to the Town an MBE and a WBE Utilization Plan, prior to execution of this Agreement. ' E. In the event the Contractor's Disposal Site ' is unable to receive and dispose of the Town's construction material and/or demolition debris for any reason (including ' failure to obtain or maintain necessary permits or licenses), Contractor shall be responsible for providing to the Town an alternate Disposal Site for the Town's use at no additional cost to the Town, and shall indemnify the Town against any additional ' haulingcost b the Town or its agent because of the location of y g ' the alternate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or failure or inability to obtain or maintain necessary permits by the Contractor be considered a change in conditions. In the event the Contractor is unable to ' find an alternate Disposal Site(s), he shall be deemed to be in ' default of this Agreement and liable for damages, bond forfeitures and other expenses as provided in the Agreement. ' VII. INDEMNIFICATION INSURANCE/BONDS A. Contractor agrees to defend, indemnify and save harmless the Town of Southold against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of what ever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or performing under the terms of this Agreement, or failure to carry out any of the provisions, duties, services or APPENDIX A-4 rao'deci hb-L4ot4- 'tAMT_ tile, _-fOalf (ivL GYM r< �e ��c1' ZX �nClealYl i j-� ' c (Owns Ig erg lo�Qes 1 ir-an-r ) ay, t5l el'1q�i�(V rl' C-4 32��s pr o�Qf- pQrSons v✓ fD��vra-tac nS '� �z �x�� ��� av�Y iia�� lc i �uSs, Barna 2 0(etr�'mzn� I'r,�it caiO4, d 12/Vt0 01A I CC)94 1 C�A ro t-i GY_ttVrnQi-'r' _4 C's C"! eIYlCurre� b p,4sr Yee encs I l ' losses and damages requirements cif--t-Mie—AgLeement, whether such are suffered or sustained by the Town ctly or by its employees, licensees, agents, engineers, citizens by other ' persons or corporations, including any of Contractor's em loyees or agents who may seek to hold the Town liable therefore This ' obligation shall be ongoing, shall survive the term of this Agreement and include, but not be limited to, claims concerning non -sudden environmental impairments. The Contractor shall ,loin in the commencement of any ' r action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or c . zc� threatened interference or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the ' Town, may be necessary. B. Contractor shall procure and maintain the insurance described in Section A of the Solicitation for a period commencing on the date of this Agreement and terminating no ' than following termination of services under earlier one year this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage ' shall not be changed or canceled until thirty (30) days written notice has been given to the Town All such insurance shall be 1 issued by a company duly authorized to transact business in the State of New York and acceptable to the Town and shall include all riders and additional coverage necessary to insure that Contractor will be financially able to meet its obligations under APPENDIX A-5 ' the foregoing indemnification. C. Contractor shall, for the period of the performance of services hereunder, maintain a Performance Bond in 1 the amount of five hundred thousand ($500,000.00) dollars wherein named obligee is Town of Southold. The Bond shall be in a form tacceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety. VIII. FORCE MAJEURE ' If either party is delayed or prevented from fulfilling any of its obligations under this Agreement due to any ' act, event or condition, whether affecting the Town, the Contractor, the Disposal Site or any of the Town's or the ' Contractor's respective subcontractors or suppliers, to the ' extent that it materially and adversely affects the ability of either party to perform any obligation hereunder (except for -810-ti -rl +ke octs/it -Lk-flL payment obligations),-` such act, event or condition is beyond the reasonable control and is not also the result of the iwillful or negligent action, inaction, or fault of the party relying thereon as justification for not performing an obligation or complying with any condition required of such party under the ' Agreement, the time for fulfilling that obligation shall be extended day-by-day for the period of the uncontrollable circumstance; provided, however, that the contesting in good Faith or the failure in good faith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the APPENDIX A-6 ' Transfer Station or Disposal Site; (3) governmental pre-emption of materials or services in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the Transfer Station or Disposal Site; and (q) the presence of hazardous waste upon, beneath or migrating from the Transfer Station. >It is specifically understood that none of the ' Following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations; (b) the financial ' condition of the Town, the Contractor, any of its affiliates or any subcontractor; (c) union work rules, requirements or demands APPENDIX A-7 Qnj ,-xnpiz_ ,n law cY rice in t (Cncf �lCnS �J ,zRUcS 0 +JIQ D_i s PA' D tS PoSa tf-ioct c(o not- L Otkt ance v� tf,r_ ooc'ner Gr o9- nrLt2y a11 e �SPvfa� Foregoing, such acts or events shall includ0he following: (1) an act of God (but not including reasonably anticipated weather conditions for the geographic area of the ' Town or Disposal Site), hurricane, landslide, lightning, earthquake, fire, explosion, flood, sabotage or similar ' occurrence, acts of a public enemy, extortion, war, blockade or insurrection, riot or civil disturbance; ' (2) the failure of any appropriate federal, ' state, county, town or local public agency or private utility having jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, services, water and sewer lines and power transmission lines ' which are required for the operation or maintenance of the ' Transfer Station or Disposal Site; (3) governmental pre-emption of materials or services in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the Transfer Station or Disposal Site; and (q) the presence of hazardous waste upon, beneath or migrating from the Transfer Station. >It is specifically understood that none of the ' Following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations; (b) the financial ' condition of the Town, the Contractor, any of its affiliates or any subcontractor; (c) union work rules, requirements or demands APPENDIX A-7 which have the effect of increasing the number of employees ' employed otherwise increase the cost to the Contractor of operating its haul operation or the Disposal Site (d) equipment ' Failure; (e) any impact of prevailing wage law, customs or or practices on the Contractor's costs;,A (f) any act, event or circumstance occurring outside of the United States, ar--(g)af, — i�--ions ---or----status--ot --the--. -ans€e�-Stat=aTT Dsposai--SitB ©r--al-t€r-nate Disposal- Site IX. SUBCONTRACTS Contractor shall not enter into any subcontracts ' in connection with the services to be performed by Contractor ' hereunder without the prior written approval by the town of such subcontracts. All such subcontracts shall make express reference ' to the terms and conditions of this Agreement and shall obligate the subcontractor to comply with all applicable federal, state ' and local laws, ordinances or regulations relating to the services to be performed under the subcontract. In the event the subcontractor is required to Furnish any insurance or bonds For the benefit of Contractor, the Town shall also be named as an additional insured or obligee. ' X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of ' the New York State Labor Law relating to the payment of prevailing wage rates to the extent applicable, or the applicable 'f disposal. In the event that at an State Law in the state o p y time during performance under this Agreement the Contractor is APPENDIX A-8 ' required to increase the wages paid to any of its employees as a ' result of such requirement, all costs resulting there from shall be borne exclusively by Contractor. XI. FORCED ACCOUNTING In the event the Town directs the Contractor, by ' written authorization signed either by the Town Supervisor or Town's Solid Waste Coordinator, to perform additional services ' beyond the scope of those described in this Agreement, the Contractor shall be compensated for such additional services on ' the following basis: ' TOTAL COMPENSATION FOR ADDITIONAL SERVICES DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEAD + PROFIT ' For the purposes of this Section: A. DIRECT LABOR COST shall include hourly wages, ' including overtime premiums actually paid plus the following Fringe benefits associated with those wages - group medical, ' group life insurance, pensions, FICA, uniforms, safety equipment or special tools. These fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in connection with work performed within the scope of the Agreement. B. DIRECT MATERIAL COST shall be those costs ' actually paid by Contractor for materials utilized by Contractor ' in performance of the additional services. The costs for such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures, APPENDIX A-9 ' buildings, or real property of the Town since such personal ' property is exempt from taxation under Section 1115 of the New York State Tax Law. ' C. OVERHEAD shall be 10% of the total of the ' Direct Labor Costs and the Direct Material Costs. D. PROFIT shall be 5% of the total of the Direct ' Labor Costs, the Direct Material Costs and the Overhead. XII. CONTRACTOR'S OPERATIONS AND PROCEDURES REPORTS Contractor will provide the operating plan and supporting data listed in Sections A and B of the Solicitation to the Town for review and acceptance. Contractor will update the ' plan as necessary and furnish copies of those updates to the Town. r)C'Lre c-n sLAcl' ctc iurc— 1i�J1 k c� ncbcz- "frclYt 1 XIII. DEFAULT In the event the Contractor fails to perform its obligations under the Agreemen the Town may terminate the ' Agreement, procure the services from other sources and hold the incr¢rnznC� Contractor responsible for any/k costs incurred. The Town also may ' deduct such costs from payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement For such excess costs. -The-��arr-L-ssBrvEs-tire right-t tex�m�rrate arc -the ---Ag-resmept -o-r---est-cause XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit status of its Disposal Site. In the event that Contractor submits a Bid ' APPENDIX A-10 IFoF d Oi5po5a1 OitO for which Contractor doeR- not currently have ' all necessary federal and state permits, or which after the acceptance of the Bid loses its permitted status, Contractor ' shall, at its sole risk and expense, be responsible for obtaining and/or renewing its permits or providing the Town an alternate ' Disposal Site (disposal at no additional cost plus any additional ' hauling) to the Town. The parties agree that this is a full service Agreement and failure of the Contractor to provide the ' identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date shall constitute a breach of ' this Agreement. The Contractor accordingly shall not be excused ' from its obligations hereunder by reason of any failure to obtain or maintain its permits at the identified Disposal Site. 'XV. LIMITATION OF FUNDS < WI -+V s OoL; The Contractor agrees that this Agreement shall be C-1 tiWA("1 deemed executory only to the extent of the funds currently $V-- c9L(6,-L J 7z FC r,-- S y 1� available for the purposes of this Agreement and that the Town V 1t kL-E ' incurs no liability beyond those available by authorization of is aloi ? the Town Board as of the date of this Agreement. XVI. DISPUTES/ARBITRATION ' Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the ' parties. Absent such an agreement, any actions or claims by ' either party hereto shall be commenced in Supreme Court, Suffolk County, New York. ' In the event the parties agree to arbitrate a APPENDIX A-11 ' dispute, such arbitration shall be conducted in accordance with ' the rules of the American Arbitration Association. In no event shall any demand for arbitration be made after the date when ' institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators following any such ' arbitration shall be final and ,judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. XVII. MISCELLANEOUS ' A. This Agreement shall be governed by the laws ' of the State of New York. B. Contractor shall not assign, convey or ' otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. ' C. This Agreement, including all Exhibits and ' documents referred to herein, along with the Specifications, Solicitation and the Bid, and all Appendices and Exhibits ' thereto, represent the entire agreement between the Town and Contractor relating to the Services to be performed hereunder. ' This Agreement may be modified only by written agreement of Contractor and the Town. D. To the extent of any inconsistency among the ' documents constituting the agreement of the parties, the priority among those documents shall be: ' 1. This Agreement; APPENDIX A-12 J n D Ili G I 0 u 1 Z. Exhibits hereto; 3. The Solicitation including Appendices; Lt. Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors or a receiver is appointed for the Contractor or any insolvency arrangement proceedings are instituted by or against the Contractor, the Town may terminate this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither hold themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to, Worker's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. G. If any provision of this Agreement shall for any reason be held to be invalid or unenforceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be enforced as if such invalid and unenforceable provision had not been contained herein. H. Contractor agrees that it shall not discriminate APPENDIX A-13 s 11 ' and that it shall cause there to be no discrimination against any y ' employee who is employed in the work, or against any applicant for such employment, because of race, religion, color, sex, age, ' marital status, handicap or national origin in any manner ' prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited ' to, the following: employment; upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training. IXVIII. NOTICES All notices required to be given hereunder shall be made in writing by first class mail addressed as follows: ' n T, (oL"n 'greeS �,C"t �Qil��61C Ccn��S SGi� Ct Vt� Sc'<<� i�11t5 2)CCQ GS 171r�� pe�l�i�v„�1 l/�� 1 �-�i�l 1 7 APPENDIX A -1`t �+kitf j cv 3 If to the Town: Supervisor of the Town of Southold Town Hall 53095 Main Road Southold, New York 11971 With a copy to: Solid Waste Coordinator Totem of Southold 53095 Main Road Southold, New York 11971 If to the Contractor: With a Copy to: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written TOWN OF SOUTHOLD Thomas H. Wickham Supervisor APPENDIX A-15 APPENDIX B New York State Department of Environmental Conservation Permit (Temporary) 1 1 1 1 1 1 L OCT 02 '93 IES 1 f4" Yor$� fitaU DePZr3rrion: ct } nuironrnevitat Conberiniios, Stv�:3.4-Uj l�tt f#790.235.!' FACSIMILE: (516) 444-0373 71h TZU'rAx Frank Isle:, Esq. Smith, Finkelatain, Lundberg, Ielar "d Yakaboaki 456 Griffing Avanue P.O. box 389 Riverhead, New York 21901 October 8, 1993 Thomas G JOHIng Commissioner Rot Toum of Scutbold Tranaror Station Facility 2dontification bio. 32 T 92 i Doar Mr. Ialer: ' Pursuant to I1Z(2; of the September.4, 1991 Decision and Order of -Deputy Co: ^issloner Edward O'Sull -ivan, -DEC No. 1-4020, the Department hereby approvesope�rntian of the temporary transfer station at the. Cutcncgue site for a one year pfariod of time effective Saturday, October 9, 1993. Ccnstmct-lon of said transfer station has been carti::led by the Tann -Engineering Inspector, James ' Richter, today, October 6, 1991. ' Oporation at the facility will be as detailed in the Enginearincg Report prepared by Dvirka & barti3.ucci dated Septambor, 1993, and in addi=icr•, the Towh must comply wit,111 the following ' operating conditions: :I Ahs "_•'own meet comply with 6 NYCRR Subparts .$60-•1 (General ' Provisions) and 360-11 (Transfer Stations) of 6 NYCRR Part 360 (effoctiva October 9, 1993) ,. exoept _ as specifically modified by this authorization and the approved Engineering Report and Flans. 2. Ths Town shall net store wastes at the facility more than 72 hours from the time of acceptance of such wasto. ' 3. The Town sne11 ttske all necessary steps to . control nuisances suci: as blowing papers, voctcrs, dust and odors.- ' 4. Tha Town is autho_izcd to operate the iacilit;r from the hours of 7:00 a.m. to 5:00 p.;a., cov..?a (7) :days per week.. S. The Tcv!y is prehibitQci from receiving' at thi:t facility ' ha-ardoua wasta as defined :r.- 6 NYCRR part 371 or regulated medical .Waota ata dafined in E NY.P-R Part':36Q. Approval must be granted in advance, `: ;�rytlr:; by the F.s13 Sc�i3 �1e~ate Engineer, %0 ECCBpe non -hazardous industrial waste at.the facility. ' pars 1 of 2. Foet•It h!c?'1if gn i f'rif � MA -1. Mum %s7 i � - --- --'--------._.....,.............�....,._,.,.,...�.......a..,._, .moi _.�...,.._...�, ,ti. � ��a, v►"3`r: Y ' 0 '`= = P.5 OCT 08 193 16t16 MYS Etn'.COt;S. � ' Frank Isler, Esq. Rat' souz c:. Southold r"t3.994V OtatiOu ZtaoiZ4t IdentificttioA No, 52 T 92 (Cont'd.; ' October 8, 1993 This buthorizcticn is ccndit!nred upon th'e Town's strict ' achere:i.^.e to Gha cordj.tienr ns cut:.iret' ahova and failures to do so may result in revcctttion of this authariza::ion. Wavy RAY E. CCO.WEK, P.E. ' Regional Eiroctor ' REC/MEC/Cu Eno. Page 2 of 2. •: aovLAol9100Q9'.Lt� A APPENDIX C Town of Southold Accident Report TOWN OF SOUTHOLD ACCIDENT REPORT Date of Accident: / / Time of Accident AM/PM Oral Report By: Date: I / Location of Accident: Brief Description of Accident: Action Taken: _ To: Time: AM/PM Check if continued on separate sheet Additional Action Required & By Whom: Date of this Report: By: Department: ANY POLICE REPORT PREPARED REGARDING THIS ACCIDENT MUST BE ATTACHED. Forward Accident Report to Solid Waste Coordinator Southold Town Solid Waste District P.O. Box 962 Cutchogue, New York 11935 APPENDIX - C r Il APPENDIX D Town of Southold SWMP (Executive Summary) 11 v 1 - S.0 SUMMARY r iThis is a Summary of the update to the Solid Waste Management Plan (SWMP) for the Town of Southold. The Town's initial draft SWMP was adopted by the Town Board on September 25, 1990, and a final SWMP on January 22, 1991. Since the adoption of the SWMP, there have been a number of changes in solid waste management in Southold and on Long Island. The update to the SWMP has been necessitated by several factors, including changes in solid waste generation, recycling initiatives, regulatory constraints, and available capacity at other solid waste facilities combined with changes in the cost of out -of -Town handling and processing by the private sector. These factors have resulted in a change in the Town's preferred processing alternative for the residual waste remaining after reduction, reuse, and recycling. SA Town Setting The Town of Southold is a rural town of approximately 54 square miles located in I� eastern Suffolk County on Long Island. It is bordered by the Peconic Bays and Gardiners Bay to the south, and the Long Island Sound to the north. The Town, along with the Town of Riverhead to the west, comprises the North Fork of the "East End" of Long Island. It also includes the Hamlet of Fishers Island, a small island community covering approximately four square miles. The Town supports a large agricultural community, as well as a seasonal tourist population and a number of weekend/part-time residents. Of the various communities in the Town, the larger residential areas are primarily located in Southold, Cutchogue, Greenport, and Mattituck. The Town possesses diverse ecological resources including beaches, bays, estuaries, lakes, freshwater and tidal wetlands, and the upland environment. These resources are the result of natural physiology and existing development patterns, and are important for their preservational, social, aesthetic, and recreational value. 1 The Town comprises 5.3% of Suffolk County's land area, but only 1.5% of the County's population. The largest single land use in the Town is vacant land (40%), while 1 6168R/4 1027 S-1 IM ' the second largest land use is agricultural land (25%). Other land use such as residential, commercial, and industrial account for much of the remaining land. S.2 Current Solid Waste Management ' The Town owns and operates a solid waste complex on County Road 48 - Middle ' Road in Cutchogue that receives most of the municipal solid waste generated and disposed of in the Town. This includes waste from residential, commercial, institutional, and agricultural sources. The solid waste_ complex consists of an inactive landfill that ceased ' operations on October 8, 1993, a multimaterial residential recycling drop-off area, a bi-level multimaterial recycling area for deliveries by carters, a collection center, a ' permanent household hazardous waste storage facility, a yard waste composting operation, temporary transfer operations for garbage, rubbish, C&D debris and concrete, and a ' holding area for household appliances and tires awaiting transfer to processing facilities. On October 8, 1993 the Town ceased landfilling operations and implemented a State ' authorized temporary transfer operations for garbage, rubbish, C&D debris, and concrete. The temporary transfer operations are expected to be in place for the 6 to 12 month period needed to permit, construct and start-up a new permanent transfer station. A Part 360 Engineering Report and Permit Application for the new permanent transfer station ' describes the design features and operations of the proposed facility. Concurrent with the temporary transfer operations on October 9, 1993 the Town ' initiated a special bag program for residential garbage. Residential garbage must be placed into special bags to be accepted at the Town's solid waste complex. Residents who ' drop off garbage and carters that collect garbage from noncommercial customers can deliver only the special bags to the Town for disposal by the transfer operations. ' Commercial waste can be charged by weight and does not need to be placed in the bags. Recyclable materials are prohibited from being placed in the special bags. It is ' anticipated that over -the long-term the cost of the bag will encourage waste reduction and increase recovery of recyclable materials. ' The Town's recycling program has been in effect at the solid waste complex for several years and has been steadily increasing in scope. Use of the recyclables collection ' center is free. The materials included in the recycling effort are: 6168R/4 ' 1027 S-2 u D 0 o Newspaper o Plastic containers o Metal containers o Bulk Metals o Clear glass o Waste oil o Green glass o Old clothes o Brown glass o Batteries o Tires o Mixed Paper (other than cardboard) o Major household appliances o Household hazardous waste o Leaves o Brush o Wood chips o Cardboard ~� In accordance with its solid waste management planning efforts, the Town has implemented a mandatory curbside recyclable collection program for those residents whose solid waste is collected by carters. Residents that' use carters are required to separate green, brown, and clear glass, plastic #1 ands'#2), tin and aluminum (commingled), newspaper, and cardboard. Collection of recyclables from customers is currently performed once every other week. Collection by Town permitted carters is provided for residential, commercial, institutional, and industrial customers on an individual contract basis. Commercial, institutional, and industrial waste generators can also deliver their own wastes to the landfill provided they are permitted by the Town. Residents may also drop off their wastes at the solid waste complex with a permit. It is estimated that approximately 107 tons per day of municipal solid waste was generated in the Town in 1992. This volume is based o 1� cale house data from the solid waste complex and includes recyclables. Future waste stream projections have been formulated based on the 1992 data and weighted population estimates through the year 2015, and are as follows: Year Tons oer day 1989 123 1992-- 107.7'1995 126.6 2000 134.2 2005 144.1 2010 154.4 2015 165.3 6168R/4 ' 1027 S-3 Tons oer Yea_ r 44,895 39,313 46,194 48,995 52,583 56,364 60,348 ' The 1989 data is presented to illustrate the effect that waste reduction, recycling and reuse efforts have had in the Town of Southold during the last few years. There has ' been an approximately 13% decrease in the municipal solid waste received at the complex (including recyclables) since 1989. ' An identification of the major categories of the waste stream received at the solid waste complex has been conducted as part of the planning effort, and is presented below by percent of weight for the major component categories of the waste stream. IWaste Category % By Weight Household garbage 37.0 Construction and demolition debris 17.0 ' Sand/sod 3.3 Concrete 1.0 Rubbish 6.7 ' Scrap Metal 1.5 Land clearing 4.1 Brush 10.9 ' Leaves/mulch/grass 9.2 Agricultural debris 1.6 Household Recyclables 5.0 Other (includes sludge, tires, <2.4 ' shellfish debris, woodchips, waste oil and batteries) TOTAL 100% ' in 1989 In addition, a compositional analysis of the material components performed was updated to reflect the 1992 household waste stream. This breakdown is as follows: Waste Composition % by Weight Paper 29.09 Plastics 6.54 Food 10.53' ' Ferrous Metals 6.88 Nonferrous Metals 1.28 Batteries 0.06 Glass 5.41 ' Wood 5.08 Rubber 2.11 ' Dirt and Fines Yard Waste 3.74 20.41 Bulky Waste 3.36 Misc. 5.08 ' TOTAL 100%' *Totals may not add to exactly 100% due to rounding. 6168R/4 ' 1027 S-4 t S.3 Alternatives ' In formulating the Town's original Plan (final SWMP January 1991), a number of alternative processing methods and implementation alternatives had been evaluated. The alternatives have been reconsidered in terms of environmental soundness, applicability, effectiveness and cost, and are presented in this SWMP update. They include: o Waste Reduction o Land Clearing Debris Recycling o Household Hazardous Waste o Waste -to -Energy Reduction/ Recovery ' Removal o Municipal Solid Waste Composting o Materials Recycling o Landfill Disposal o Agricultural and Yard Waste o Clean Fill Disposal Composting o Methods of Processing/ Disposa I of ' o Construction and Demolition Other Wastes Debris (C&D) Recycling ' Although the State has set a goal of 50% reduction, reuse, and recycling as a benchmark for resource recovery systems, it has been concluded as part of the updated ' plan that, given the characteristics of its waste stream, the Town could target a reduction/reuse/recycling (including composting) goal that will exceed the State's goal. The alternatives that were previously evaluated in the original SWMP for long-term ' processing or disposal of the residual portion of the waste stream were: ' o Continued landfilling o Use of a new, double -lined Town landfill adjacent to existing landfill o Processing at the Brookhaven composting -energy recovery facility (has not been implemented) ' o Processing at Huntington energy recovery facility o Processing at Babylon energy recovery facility ' o Processing at an in -Town mixed solid waste (MSW) composting facility (no longer a viable alternative) ' o Yard waste exchange arrangement with a town having an energy recovery facility (re-evaluated this past year with the towns of Huntington/Smithtown) ' o Private sector processing/disposal (including possible use of Hempstead's existing energy recovery facility and recently proposed private sector facilities) ' o Long haul to another facility (component of temporary transfer operations) y 6168R/4 ' 1027 S-5 ,f S.4 Description of Proposed Plan 1 Based upon a reconsideration of the analysis of alternatives conducted for the Town's initial SWMP, the updated SWMP for the Town is also expected to result in the 1 effective management of the Town's solid waste in an environmentally sound. cost-effective manner that reflects the social and economic characteristics of the Town. 1 particularly with regard to its rural nature as a farming community with a relatively small population. The updated SWMP retains the "resource recovery system" contained in the initial SWMP, and expects that the system could effectively dispose of more than 50% of the Town's total waste stream through elements of reduction, reuse, recycling, household hazardous waste removal, and yard waste composting. However, this updated SWMP 1 includes new recommendations for the disposal of the residual waste through the transfer of this portion of the waste stream to existing permitted processing/disposal facilities 1 with sufficient available capacity. 1 SAA Proposed Resource Recovery Systg_m_ As with the initial SWMP, this updated Plan contains a number of elements 1y. comprising a resource recovery system that could reduce/recycle/reuse more than 50% of the total waste stream. The resource recovery system includes waste reduction, intensive 1 household and commercial/institutional recycling, major household appliances recycling, tire recycling, household hazardous waste recovery, construction and demolition debris 1 recycling, and composting of yard waste that includes leaves, brush and land clearing debris. The specific materials addressed in the updated SWMP's resource recovery system 1 include: o Newspaper o Nonferrous Metals 1 o Magazines o Three Colors of Glass o Corrugated/Brown Bags o Wood and Lumber o Other Paperboard o Asphalt o Office Paper o Concrete/Brick o 1 PET, HDPE o Tires and Other Plastics o Dirt o Yard Wastes o Textiles 1 o Sand/Sod o Household Hazardous Wastes o Ferrous Metals o Batteries (Vehicle and Household) 1 The following sections describe the components of the Town's resource recovery system. 1 6168R/4 027 S-6 ' Waste Reduction Waste reduction refers to the reduction of solid waste prior to disposal. This is an important consideration since it may affect the sizing or magnitude of individual ' operations and facilities. Reduction of the volume of waste could be achieved through Town support of legislation and other initiatives that aim to encourage residential, commercial, industrial, and institutional establishments to reduce waste generation at the source or point of packaging. This would effectively reduce the volume of waste that the Town would need to make provisions for with regard to collection, processing, disposal, administration, and financing. Regarding the legislative aspects of waste reduction, the Town will continue to support laws proposed by the County, State, and Federal governments that strive to: ' o Reduce the volume and type of packaging materials, especially those constituted of plastics which are essentially nonbiodegradable, nonreusable, and ' nonrecyclable o Expand the current beverage container deposit law to include a wider array of containers ir o Encourage greater use of recycled materials, or products packaged in recycled or recyclable materials ' o Promote the development of household hazardous waste removal programs o Assist and encourage industrial, commercial, and institutional generators to undertake reduction and recycling programs o Assist and encourage homeowners to undertake backyard composting and to tleave grass clippings on the lawn The Town will continue to support legislative efforts to establish deposits on ' batteries as a means of reducing the concentration of metals in various products and residues of solid. waste processing. Batteries constitute an easily removable source of ' potential contamination from the waste stream. ' In addition to legislative actions, all sectors of the Town (public, commercial, industrial, and institutional establishments) will be encouraged by the Town to reduce 6168R/4 ' 1027 S-7 C IAf the generation of waste which would ultimately become the responsibility of the Town to i handle and dispose. This can be accomplished through local and regional public education ' programs coordinated by the State. For example, homeowners and landscapers will be encouraged to reuse grass clippings, leaves, and chipped brush as compost and mulch on-site rather than bagging and disposing these materials at a solid waste management facility. ' Residents will be encouraged to leave grass clippings on the lawn and consideration ' will be given to excluding grass from the Town solid waste complex. The special bag program makes it economically desirable for residents not to dispose of grass at the solid waste complex. The Town's new special bag program is an economic incentive program that has been used successfully by other communities in reducing the amount of waste going to ultimate disposal facilities. This program has been in place since October 9, 1993 and is an important component of the Town's resource recovery system in terms of waste reduction and financing of the transfer operations. The NYSDEC estimates that implementation of statewide and local waste reduction efforts, along with continued and expanded voluntary programs and other legislative actions, could reduce solid waste generation by approximately 8% to 10%. This estimate is contained in the State's 1987 Solid Waste Management Plan (and updates) as a statewide goal and is incorporated as one of the goals of the Town's proposed Plan. It is estimated that over the long-term approximately 10% of the Town's waste stream would be reduced by this element of the proposed Plan. It should be noted that between 1989 and 1992, the ' Town's waste stream decreased by 13%. I Household and Commercial/Institutional Recycling Program ' A comprehensive recycling program which would provide for the recovery and utilization of reusable "waste" resources is a major component of the updated SWMP. This ' includes a mandatory source separation program for recyclable materials generated in the residential, commercial; industrial, and institutional sectors of the Town, which is currently in operation. Recyclable materials are currently source separated and collected, ' or privately dropped off, in a segregated manner. 6168R/4 1027 S-8 IThe materials targeted for source separation, curbside collection, and marketing 'V' include paper (newspaper and corrugated cardboard), color segregated glass, tin and aluminum, plastics (PET and HDPE), and ferrous and nonferrous metal containers. Leaves, brush and land clearing debris are also source separated for the purpose of composting. In ' addition, separation should be required for construction and demolition debris, white goods (major household appliances), tires, and household hazardous waste. As previously ' discussed, commercial/industrial toxic or hazardous waste is currently regulated for proper handling and disposal by Federal and State law. These materials should not be handled by the Town and would be recycled or processed at private sector facilities. Recycling: Major Household Appliances ' As with the initial SWMP, the updated SWMP's resource recovery system ' recommends that discarded major household appliances (also referred to as "white goods") continue to be temporarily stockpiled and transferred on a regular basis to private recycling facilities. White goods, comprising approximately 1% of the waste stream, ' include discarded refrigerators, washing machines, dryers, stoves, etc. Depending on markets, it is possible that revenues could be generated from this material. Recycling: Tires ' It is recommended that a designated portion of the solid waste complex be used to temporarily stockpile tires for shipment to appropriate reprocessing or recycling ' facilities. The temporary stockpile operations should be sized to stockpile up to 1,000 tires at any given time. Using an assumed, generally accepted generation rate of one tire ' per person per year for the Town's population of 20,002, approximately 20,000 tires per year could require disposal. Alternatively, using an estimated factor for tires in the ' residential waste stream of 0.64 tons per day (based on 1990 scale house data), with an assumed weight of 25 pounds per tire, an average of approximately 19,000 tires per year would require proper disposal. Based on these estimates, it may be necessary to size a tire ' stockpile and transfer operation to handle between 19,000 and 20,000 tires per year. This would correspond to an average annual transfer arrangement of approximately 20 ' shipments per year (1,000 tires per shipment), or approximately one shipment every 2 and 1/2 weeks, with allowances for more frequent shipments during certain peak periods. 1 6168R/4 ' 1027 S-9 ' There are private processing markets currently available that would accept the tires for recycling. Approximately 1% of the total waste stream is covered by this Plan ' element. ' Recycling: Household Hazardous Waste Successful and effective household hazardous waste removal programs, known by the ' acronym S.T.O.P. (Stop Throwing Out Pollutants), have been shown to be environmentally sound elements of solid waste management systems. A S.T.O.P. program allows for ' convenient and safe disposal of hazardous chemical wastes found in homes. Although household hazardous wastes typically comprise less than 1% of a municipality's total waste stream, the removal of these materials from the waste stream is important and it is recommended as part of the Town's updated SWMP. These wastes will continue to be ' removed from the waste stream to prevent them from entering, and potentially impacting, the environment. Removal of these wastes also reduces the risks and hazards associated with processing or disposing these wastes at solid waste management facilities. Continued operation of the Town's permanent S.T.O.P. program will provide ' residents with a continuous, environmentally safe disposal alternative for unwanted chemical products originating in the home. The daily operation provided by this ' permanent, full-time facility make participation in the S.T.O.P. program more convenient than periodically scheduled S.T.O.P. days. The permanent facility, centrally located in the Town, provides residents with a convenient drop-off site for these materials. For an area the size of Fishers Island, the development of a full-time S.T.O.P. program and permanent facility would be both impractical and unnecessary. Consequently, it is recommended that ' a minimum of two collection "events" per year be held on Fishers Island to remove this material from the waste stream. The S.T.O.P. program will allow for the collection of ' such household hazardous wastes as: o Adhesives o Paint Removers ' o Alcohol o Paint Thinners o Antifreeze o Pesticides o Brake Fluid o Petroleum Based Solvents o Charcoal Lighter Fluid o Photographic Chemicals and Supplies ' o Cleaning Solvents o Plant and Insect Spray o Degreasers o Pool Chemicals ' r o Fertilizers o Solvents 6168R/4 to2� S-10 o Gasoline o Spot Removers r o Herbicides o Stain and Varnishes o Kerosene o Wood Preservatives o Paints ' The resource recovery system in the Town's updated SWMP recommends that the Town work toward implementing an extensive public awareness, participation, and ' education program designed to provide information on the importance of properly disposing hazardous materials and the procedures to be followed. ' The Town's S.T.O.P. program is consistent with the New York State Solid Waste Management Plan guidelines since it can effectively help reduce the quantity of hazardous ' wastes entering the waste stream. Additionally, the S.T.O.P. program is expected to increase environmental consciousness and encourage residents to segregate and recycle ' wastes rather than discard them. It is estimated that approximately 1% of the waste stream will be covered by this element. IRecycling: Construction and Demolition Debris ' � The development, planning, permitting, and capital cost of a construction and demolition debris processing facility is still expected to be more cost-effective if it is ' handled by the private sector rather than the Town. Consequently, as with the initial SWMP it is recommended in the updated Plan that this waste no longer be accepted at Town disposal facilities, except on a temporary basis, the Town will provide the transfer ' service. The recycling/processing of this waste should become the responsibility of the private sector, as is the case in most Towns on Long Island. This would help to maximize ' the efficiency of recycling this material. Concrete, rocks, bricks, asphalt, lumber, and pallets are among the components of C&D debris that can be processed and recycled. It is ' estimated that approximately 15% of the waste stream is comprised of commercially generated construction and demolition debris that could be recovered by this Plan element. ' It is recommended that residentially (homeowner) generated clean material remain the responsibility of the Town for a three to five year period. Over the long-term, private ' recycling and disposal options are to be used by the generators of this waste. In the meantime, temporary transfer services to private sector facilities have been contracted by the Town under the state authorized temporary emergency transfer operations for i these materials. ' 6168R/4 1027 S-11 �r Recycling: Yard Waste Composting According to the New York State Solid Waste Management Plan guidelines and the ' New York State Solid Waste Management Act, composting is one of a variety of methods to reduce the waste stream and promote recycling of resources. Accordingly, the Town's ' updated Plan recommends the expansion of the existing yard waste composting operation to accommodate all of the Town's leaves, brush, and as much of the land clearing debris as can be recovered for composting. The remainder of the land clearing debris would be handled by the private sector recovery efforts. The Town will continue to promote backyard and on-site composting of yard waste by homeowners and landscapers as a ' method of minimizing the required size of the Town's yard waste composting operation. . Landscapers should be encouraged by the Town to maintain their own compost piles,. or _perform this service on-site for their customers. Larger landscaping or land clearing operations should chip brush for ground cover and other uses. It is further recommended ' that the Town implement a public education program to increase the local demand for end products from both backyard and Town compost operations. Grass will not be composted ' by the Town; however, residents will be encouraged to leave grass clippings on the lawn or backyard compost this material. ' S.4.2 Proposed Residual Waste Management ' The recommended resource recovery system portion of the Plan discussed above is expected to effectively reduce/recycle/reuse (including ' composting) more than 50% of the Town's total waste stream, provided that relatively high participation rates are achieved and markets are also continue to evaluate opportunities involving developing intermunicipal agreements. Approximately every five years, again ' depending on the nature of solid waste activities, costs, and other factors • the Town will bid contracts (s) for private hauling/ disposal services or enter into an intermunicipal agreement for disposal/ processing ' of the Town's residual waste. ' 6168R/4 1027 S-12 available. The updated SWMP recommends private sector hauling and ' processing and/or disposal of the residual waste remaining after implementation of the proposed resource recovery system in multiyear ' stages with each stage preceded by a SWMP reanalysis and update to determine whether more cost-effective options are available. The Town will also continue to evaluate opportunities involving developing intermunicipal agreements. Approximately every five years, again ' depending on the nature of solid waste activities, costs, and other factors • the Town will bid contracts (s) for private hauling/ disposal services or enter into an intermunicipal agreement for disposal/ processing ' of the Town's residual waste. ' 6168R/4 1027 S-12 APPENDIX E Town of Southold Solid Waste Profile 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Southold Town Collection Center 1993 HIGHLIGHTS Landfill Activity................................Page 1 Recycling Activity...............................Page 2 S.T.O.P. Program.................................Page 3 EXHIBITS Material Summary by Month Material Summary (Year's totals Only) APPENDIX E - 1 F', �I 2. The landfill used approximately 10,000 cubic yards of purchased cover material at a cost of roughly $48,000. ' 3. While landfilling continued, garbage, rubbish, & C&D were each deposited in separate sections of the elevated area Capprox 5-7 acres) in middle of the dump, with a view toward making this section a consistently graded plateau that would be relatively easy to cover with earth, pending final closure. This has been done. There is not now nor ' has there been in the past a formal "progression plan" for the landfill. ' '1. Total incoming waste of 38,182 tons for the year was down 3: From 39,313 tons in 1992. this reduction was concentrated in areas of landclearing (-38%), rubbish C-22%), household garbage C-21%), brush (-18%), and C&D (-17%). Increases were noted in shellfish (qB9%) , sludge (13q%), sand/sod Cnon- purchased) (96%), household recyclables (28%), ' agricultural (13%), and leaves & mulch (7%). S. As a result of regulatory requirements related to ' hauling garbage, the handling of sludge from the Greenport treatment facilities was interrupted as of October 9 pending a decision that the sludge may be included in Southold's MSW shipments. APPENDIX E - 2 Southold Town Collection Center 1993 HIGHLIGHTS Landfill Activitu 1. All landfilling of solid waste ended as of close of business on October 8. Beginning October 9, the garbage and rubbish portions being shipped to one or of the Town's MSW was more permitted Facilities in Pennsylvania. Also beginning October 9, the C&D portion of the Town's MSW was being shipped to ' Westhampton, NY for processing and eventual disposal. 2. The landfill used approximately 10,000 cubic yards of purchased cover material at a cost of roughly $48,000. ' 3. While landfilling continued, garbage, rubbish, & C&D were each deposited in separate sections of the elevated area Capprox 5-7 acres) in middle of the dump, with a view toward making this section a consistently graded plateau that would be relatively easy to cover with earth, pending final closure. This has been done. There is not now nor ' has there been in the past a formal "progression plan" for the landfill. ' '1. Total incoming waste of 38,182 tons for the year was down 3: From 39,313 tons in 1992. this reduction was concentrated in areas of landclearing (-38%), rubbish C-22%), household garbage C-21%), brush (-18%), and C&D (-17%). Increases were noted in shellfish (qB9%) , sludge (13q%), sand/sod Cnon- purchased) (96%), household recyclables (28%), ' agricultural (13%), and leaves & mulch (7%). S. As a result of regulatory requirements related to ' hauling garbage, the handling of sludge from the Greenport treatment facilities was interrupted as of October 9 pending a decision that the sludge may be included in Southold's MSW shipments. APPENDIX E - 2 Southold Town Collection Center 1993 highlights Page 2 Landfill Activitu (Cont'd) 6. By year's end, the yard waste area was being rearranged to allow for orderly staging of all brush for grinding, and windowing of the product. Near elimination of the backlog of stored brush has allowed the reorganization of this area to proceed successfully. 7. All woodchip material that had been stored in the old sand borrow pit has been removed and used as cover or given away. The sand pit is empty. 8. New construction in '93: -- Temporaru transfer station - for loading household garbage and rubbish. Consists of a 12' by 60' asphalt pad with a 7 -foot concrete block wall on 2 sides. -- SWAP Area - slab and lean-to type enclosure built to hold items brought for re -use. -- Concrete slab for a 2nd cardboard compacting container. ■ -- Fencing - to contain papers from transfer operations; 12 feet high, 175 feet long. ' -- Loading Platform - for loading newspaper and mixed paper. ' Recycling Activitu 1. In 1993, 1S.Se of Southold's total waste stream was recycled, including 17: of the household garbage. `- With the adoption of the "garbage by the bag program," by December these figures rose to 28% and ' 34% respectively. By weight, 3,031 tons of recyclables were collected in 1993 vs. 2,337 in 1992, a 30: increase. Brush ' compost Cup 449:), cardboard (11S:), newspaper (3S%), mixed paper (31:), and plastic (22%), and glass (13%) led the increase. Only clean wood APPENDIX E - 3 1 Southold Town Collection Center 1993 HIGHLIGHTS ' Page 3 Recucling Activitu (cont'd) ' ( -'t8 : ) , leaf mulch (-27%), cans (-3%), and brown glass C -3i) showed decreases. the decrease in leaf mulch is because the Fuel Harvesters tub grinder was undergoing frequent repair early in the year ' when the previous fall's leaves are normally processed. ' 2. The landfill produced 1,249 tons of brush compost, an increase of almost qSO: from 1992 (228 tons). This was a result of the increased productivity of the new tub grinder which, since November, was able to process virtually 100: of incoming brush and landclearing, as well as the entire stockpile of brush that had built up when troubles with the old tub grinder began. 3. Arrangements were made with a hauler for Marcal Paper Mills to stage a trailer at the collection ' center for mixed paper recyclables, which are shipped to Marcal. Previously, large amounts of paper had to be accumulated at the collection ' center before the hauler would come to pick it up. This resulted in significant storage and handling difficulties. Adoption of the "garbage bag" program has resulted in enough tonnage of mixed paper to justify keeping a trailer here. Lf. The addition of a 2nd garbage compactor and ' container enables the Town to move the large tonnage of cardboard that has resulted from adoption of the "garbage bag" program. ' S.T.O.P Program 1. The -Town collected and shipped 121 SS -gallon drums ' OF household hazardous wastes in 1993. This is down from 138 drums in 1992, a 12% drop, and down from 181 drums in 1991, or 33%. the drop in 1993 ' was largely due to the ability to recycle empty aerosols, some of which used to be removed through the program at $S40 per drum. In 1992, the Town gained approval to bulk paints and thinners which resulted in the decrease in the number of drums from 1991. APPENDIX E - If Southold Town Collection Center 1993 HIGHLIGHTS Page 4 S.T.O.P Program (Cont'd) 2. At a minimum of $190/drum, this means that the Town has saved at least $3,230 in shipping and disposal costs in 1993 vs. 1992. APPENDIX E - 5 Southold Toren Collection Center Material Summary by Month ' Southold Town Collection Center Material Summary (Year's Totals Only) ' December 1993 r APPENDIX E - 6 112.70 03 SOUT119" IOWN COLLECTION CENTER 1997 CUMULATTVE MAIERAL SUMMARY C mulls fA1 1993 el"fy A4dsAd S4*nm4ry (97 TONS) Thou(/] NOVEMBER 30 JAN FEB MAR APRIL MAY JUNE JULY AUG I DECEMBER I Total % Change % ChangeFrom SEPT OCT NOV I Tons From NOV Dee 1992 Item 61178 WA WA ( 716.57 WA WA ( 75r' 04 WA .330% I 354,,.45 • I 40 5% I 655045 Chargeable -97.8% ( 81976 391% .900% I 1023 80 .344% .425% I 204058 -22.0% 241% I 80991 3.2% •6.4% I Gotbsge (*flat Od 9'93): 4.4% .14.3% ( I 15693.78 -4.7% ( •51.5% j 11387 12.116 WA ( 1143090 -21.4% I 75629 -16.0% - Const Dogs 2096 44 40% 45 1% ( 2504 51 95.6% 1354 5% ( 452.00 459 2% -79 7% ( 17325 211.12 ( 19901 47116 - Conor by weigh I 07.1% ( 2707.14 27.8% 18.2% I 70.02 13.9% I -42.0% I 22468.32 •1.0% 21492 28938 ( 242.53 -16.2% - sot -hauled (al begs) 14.3% 1 ERR ( I 121 -18.2% 32844 23539 ( 195.21 -17.1% Brush 188.82 16411 194 53 50066 79679 228.23 196 40 214 53 152 15 138.62 27849 I 411.48 47 7% C 5 D 417.43 313 45 415 59 64916 52900 56002 40154 4P2 49 571 40 50428 39504 I 251 15 .366% Concrete 655 516 250 2908 13 32 204 22 29 22 2119 83 12.86 3060 44 70 I 083 -96 11% Lsnddsvtng 118 99 33 03 37 69 37 s9 180 49 109 47 154 79 8872 11090 90.51 43.27 I 18.35 -57 6% Rubblsn (mood) 185 es 0050 9290 15315 264 49 25555 191.11 219 59 191.15 14607 .114 09 I 140.13 22 8% Scrap Metal 3939 86 01 4025 3075 32 11 58 51 39 42 50 04 54 03 104.59 36 16 I 31 93 -11 7% Tres 29.30 20.00 2000. 20.54 2000. 20.00 9.77 1090 10.00 15.00 18.00 I I 22.00 212% TOTAL: 986.32 710.12 803.46 1500.63 1834.25 1432.00 1082.31 1312.90 1103.29 1744.36 1666.54 I I 1512.80 -9.2% Na►durgoeble Agnaulturd 138 32 0701 Goes 1094 423 2.72 4.25 39.78 7959 104 77 123 64 I 54 57 -55.9% Gatbege (before, Od. 0) + 1119 44 91810 96232 1236 57 110540 1339 15 145871 1578 11 135503 357.27 WA ( WA WA Gress 1350 0.00 0 58 54 35 207.68 114.97 7961 102.49 110.07 66.78 555 I 051 .908% Looves/Muld1 23322 5009 10727 58950 31312 91.14 4029 47.82 37.94 109.68 670 10 ( 599,30 .106% SandtSod 14044 O T4 423 33 11883 346,77 21654 93.34 221.77 261 50 60,62 42700 i 291.19 •31.9% Shelmsh 1.32 041 Oil 000 1472 64 30 6520 5301 73.62 6550 $883 I 54 99 -65% Sludge 10 30 000 10099 12761 7091 2062 0896 128.64 $490 21.88 0.00 I 2.96 ERR Wood Chips 18.01 5.46 11.95 10.65 6.77 14.71 19.18 19.10 23.77 19.79 6.80 I 8.05 38 8% HousR j trydamos 169.41 190.14 191.70 18240 20395 19493 234.29 220.05 25585 265.28 318.44 331.60 4.1% Waste 011 (tons) 4.10 440 4.95 6.06 4.80 0.79 6.15 7.17 0.69 5.94 6.42 I 461 I -27.3% TOTAL 1049.34 1253.06 194400 2245.19 2290.15 2071.87 2098.10 2429.60 226896 1077.51 1616.59 I I 1347.63 -16.6% GRANDTOTAL: 283466 196399 2747.51 3146.02 4126.40 3503.07 3180.49 3139.50 3372.25 2623.87 3203.12 I i 2860.43 •129% Wells 06 I (goeons( 1175 1205 1355 1660 1810 1060 1665 1985 1835 1630 1786 I I 1260 -28.3% -Tome* (I of ss I galdiurts) 12 f0 0 15 is o 14 21 10 0 16 I 0 -100.0% YTD %CKANGE TOTAL FROM YTD TONS WT YEAR WA I 61178 WA WA ( 716.57 WA WA ( 75r' 04 WA .330% I 354,,.45 • -17.5% 40 5% I 655045 •17.0% -97.8% ( 81976 391% .900% I 1023 80 .344% .425% I 204058 -22.0% 241% I 80991 3.2% •6.4% I 216.51 4.4% .14.3% ( I 15693.78 -4.7% ( •51.5% j 11387 12.116 WA ( 1143090 -21.4% -32 9% I 75629 -16.0% -12 6% I 2096 44 40% 45 1% ( 2504 51 95.6% 1354 5% ( 452.00 459 2% -79 7% ( 731.79 134.1% -62.0% I 163.60 -19.9% I 07.1% ( 2707.14 27.8% 18.2% I 70.02 13.9% I -42.0% I 22468.32 •1.0% I -30.6% I I 3910210 4011 I 103% ( I 18248 14.3% 1 ERR ( I 121 -18.2% Item Chargeable ' Garbage (after Oct. 9'93): - carter bags - carter by weight - self -hauled (all bags) Brush C&D 'Concrete Landclearing Rubbish (mixed) Scrap Metal Fires ' TOTAL: Non -chargeable ' Agricultural Garbage (before Oct. 9) 'Grass Leaves/Mulch Sand/Sod Shellfish Sludge Wood Chips Household Recyclables Waste Oil (tons) TOTAL: ' GRAND TOTAL: Waste Oil (gallons) Toxics (# of 55 gal drums) SOUTHOLD TOWN COLLECTION CENTER 1993 YEAR-END MATERIAL SUMMARY 1993 TOTAL TONS 583.38 746.83 759.04 3545.45 5550.45 619.75 1023.88 2040.58 608.91 215.51 15693.78 713.67 1 11430.90 1 756.29 2898.44 2504.57 452.00 731.79 163.50 1 2767.14 70.02 1 22488.32 38182.10 1 19246.00 121 i 1992 TOTAL TONS 4295.71 6687.51 445.61 1608.99 2614.79 589.79 230.18 16472.58 634.09 14536.49 922.45 2713.32 1279.10 76.71 312.56 204.10 2100.16 61.48 22840.46 39313.04 16844 138 % CHANGE N/A N/A N/A -17.5% -17.0% 39.1% -36.4% -22.0% 3.2% -6.4% -4.7% 12.6% -21.4% -18.0% 6.8% 95.8% 489.2% 134.1% -19.9% 27.6% 13.9% 1.8% 3.0% 14.3% -18.2% 1993 •vtr�.i+:.�a.vwou.•>t r-Ji`IF�.N:9.N'MFbw....e.VCM°1t'Yn.�")•65tiP..�Y:1'PF.�iV'vIKT..oJ".^wL 1•..•.�✓..iV.ti..Ib�.h.,w.rn TotalWaste Stream: CLEAN FILL 2,505 METAUTIRES 825 C&D/CONCRETE 6,170 MSW 15,560 (aarbana rubbish) AGRICULTURAL 714 Source: Landfill Scalehouse Jan 20, 1994 (shellfish, sludge) OTHER 1,184 HH RECYCLABLES 2,837 YARD WASTE 8,387 (brush, leaves, grass landclearing) ® 0% p 0 46 Southold Town Solid Waste Stream 1993 •vtr�.i+:.�a.vwou.•>t r-Ji`IF�.N:9.N'MFbw....e.VCM°1t'Yn.�")•65tiP..�Y:1'PF.�iV'vIKT..oJ".^wL 1•..•.�✓..iV.ti..Ib�.h.,w.rn TotalWaste Stream: CLEAN FILL 2,505 METAUTIRES 825 C&D/CONCRETE 6,170 MSW 15,560 (aarbana rubbish) AGRICULTURAL 714 Source: Landfill Scalehouse Jan 20, 1994 (shellfish, sludge) OTHER 1,184 HH RECYCLABLES 2,837 YARD WASTE 8,387 (brush, leaves, grass landclearing) ® 0% p 0 46 1 0 I� APPENDIX F Southold Town Code Chapter `t8 C� § 48-1 GARBAGE, RUBBISH AND REFUSE § 48-1 Chapter 48 GARBAGE, RUBBISH AND REFUSE § 48-1. Definitions. C§ 48-2. Dumping prohibited generally. § 48-3. Town refuse disposal area. § 48-4. Fees; issuance and duration of permits and licenses. § 48-5. Conveyance and transportation of refuse. § 48-6. Penalties for offenses. § 48-7. Revocation of permit and/or license. GENERAL REFERENCES Outdoor burning — See Ch. 36. Junkyards — See Ch. 54. Littering — See Ch. 57. Scavenger wastes — See Ch. 75. § 48-1. Definitions. Words and terms used in this chapter shall have the following meanings: ATTENDANT — Any employee of the Town of Southold placed in charge of a town refuse disposal area under the direction of the Town Board. CANS — Shall be a recyclable and shall mean rinsed - clean containers, with or without labels, comprised of aluminum, tin, steel or a combination thereof which contain or formerly contained only food and/or beverage substances. "Cans" shall not mean oil, paint, pesticide or aerosol cans. [Added 2-5-1991 by L.L. No. 1-19911 4801 10-25-93 c ' § 48-1 SOUTHOLD CODE § 48-1 CARDBOARD — Shall be a recyclable and shall mean ' clean, dry corrugated cardboard, flattened and stacked. [Added 11-26-1991 by L.L. No. 26-19911 COMMERCIAL SELF -HAULERS — Those businesses, trades or other commercial enterprises which transport the refuse and/or recyclables generated in the operation of their business, trade or commercial enterprise for deposit at the Town of Southold refuse disposal area. [Added 11-26-1991 by L.L. No. 27-19911 ==kms GLASS — Shall be a recyclable and shall mean all clear (flint), green and brown (amber) colored glass containers ' rinsed clean. "Glass" shall not mean wired glass, crystal, ceramics, plate, window, laminated or mirrored glass or ' light bulbs. [Added 2-5-1991 by L.L. No. 1-19911 ILLEGAL DUMPING — The deposit by any person of garbage, rubbish, refuse or waste in any public place within the Town of Southold, including its inland waters, other than in containers designated for that purpose. [Added 9-10-1993 by L.L. No. 20-19931 NEWSPAPER — Shall be a recyclable and shall include ' unsoiled newsprint and all newspaper advertisement. "Newspaper" shall not include phone books, junk mail, plastic bags, cardboard boxes, brown paper bags, magazines, catalogs or glossies. [Added 2-5-1991 by L.L. No. 1-19911 ' . NONRECYCLABLE WASTE — The end product of solid waste remaining after the extraction of recyclable materials, hazardous waste, construction and demolition debris and landclearing debris. "Nonrecyclable waste" ' results primarily from the handling, preparation and storage of food and includes but is not limited to putrescible solid waste such as animal and vegetable waste. [Added 9-10-1993 by L.L. No. 20-19931 ' PERSON — An individual, an association, a partnership or a corporation. ' 4802 10-25-93 ==kms J'� RUBBISH AND § 48-1 GARBAGE, REFUSE § 48-1 PLASTICS — Shall be a recyclable and shall mean all food, beverage or household containers such as soda, detergent, bleach, milk, juice, shampoo or cooking oil bottles, rinsed clean. "Plastics" shall not mean caps, appliances, plastic with metal parts, six-pack rings, biodegradable bags, fiberglass, waxed cardboard containers, vinyl or styrofoam. [Added 2-5-1991 by L.L. 'No. 1-19911 RECYCLABLE — Any can, glass or plastic container or newspaper as defined in this section. [Added 2-5-1991 ' by L.L. No. 1-19911 RECYCLABLE WOOD [Added 2-5-1991 by L.L. No. 1-1991]: ' A. Clean, untreated, finished lumber products or remnants containing no nails or other metals; or B. Logs not greater than four (4) feet in length and six ' (6) inches in diameter. REFUSE — Shall have the same meaning as "nonrecyclable waste." "Refuse" shall not include cans, ' glass, plastics or newspaper, as further defined herein. [Amended 10-9-1984 by L.L. No. 9-1984; 2-5-1991 by L.L. No. 1-1991; 9-10-1993 by L.L. No. 20-19931 REFUSE DISPOSAL AREA — The sanitary landfill site owned and operated by the Town of Southold located ' north of County Route 48 at Cutchogue, New York, and any premises designated by the Town Board as a "refuse disposal area" of the town for the disposal of refuse by the residents of the town. [Amended 10-9-1984 by L.L. ' No. 9-1984] RESIDENTIAL SELF -HAULERS — Those residents who transport their refuse and/or recyclables for deposit at the Town of Southold refuse disposal area. [Added 11-26-1991 by L.L. No. 27-19911 TOWN GARBAGE BAG —A plastic bag bearing the logo of the Seal of the Town of Southold, of such size and 4803 3-25-94 J'� § 48-1 SOUTHOLD CODE § 48-2 design as shall be determined by the Town Board, to be used for the disposal of nonrecyclable waste. [Added 9-10-1993 by L.L. No. 20-1993; amended 2-8-1994 by L.L. No. 1-19941 § 48-2. Dumping prohibited generally. [Amended 7-31-19731 A No person shall collect, store, accumulate, throw, cast, deposit or dispose of or cause or permit to be collected, stored, accumulated, thrown, cast, deposited or disposed of any refuse and/or recyclable upon any premises or upon any street, highway, sidewalk or public place within the Town of Southold, except when authorized by the Town Board. [Amended 3-24-1992 by L.L. No. 9-19921 B. Nothing contained herein shall be construed so as to prevent: (1) The temporary accumulation of refuse by a resident of the town upon premises occupied by him, to the extent that such accumulation is ordinary and necessary for his personal household requirements. (2) The disposal of refuse at any refuse disposal area maintained or authorized by the Town of Southold. (3) The proper use of receptacles placed upon the streets or other public places in the Town of Southold for the depositing of refuse; provided, however, that such public receptacles shall not be used for the deposit of accumulated household garbage. (4) The engaging in secondhand junk and auto parts activities and businesses when a license therefor has been obtained pursuant to the provisions of the Southold town ordinance licensing and regulating 4804 3-25-94 § 48-2 GARBAGE, RUBBISH AND REFUSE § 48-2 secondhand junk and auto parts activities and businesses.' (Cont'd on page 4805) 1 Editors Note: See Ch. 54, Junkyards. 4804.1 3-25-94 EA § 48-2 GARBAGE, RUBBISH AND REFUSE § 48-3 C. Nonrecyclable waste and town garbage bags. [Added 9-10-1993 by L.L. No. 20-19931 (1) Nonrecyclable waste shall be deposited only at designated areas within the town disposal area. (2) Town garbage bags shall be available at designated areas in the town. (3) The size and design of the town garbage bag shall be determined by resolution of the Town Board. (4) The fee for each size of the town garbage bag shall be determined by resolution of the Town Board. (5) No person shall: (a) Duplicate or imitate a town garbage bag. (b) Give, sell or issue in any manner a duplicated or imitated town garbage bag. § 48-3. Town refuse disposal area. A. [Amended 2-5-1991 by L.L. No. 1-19911 No person shall deposit or cause to be deposited in or on any refuse disposal area maintained by the Town of Southold any substance of any kind except in the areas designated by and under the direction of the attendant in charge, whether such direction is given personally or by another person by his authority or by a sign or signs erected in the refuse disposal area by the authority of the Town Board or such attendant. (1) Residential self -haulers and commercial self - haulers. [Amended 11-26-1991 by L.L. No. 26-1991; 11-26-1991 by L.L. No. 27-19911 (a) No cans, as defined herein, shall be deposited at any Town of Southold disposal area unless such cans are separated from any and all solid waste, trash, rubbish, vegetative yard waste, cardboard, glass, metal or paper. Such cans are L4805 10-25-93 § 48-3 SOUTHOLD CODE § 48-3 to be deposited only at designated areas within such town disposal area. (b) No cardboard, as defined herein, shall be deposited at any Town of Southold disposal area unless such cardboard is separate from any and all solid waste, trash, rubbish, vegetative yard waste, cans, glass, plastic, metal or paper. Such cardboard is to be deposited only at designated areas within such town disposal areas. (c) No glass, as defined herein, shall be deposited at any Town of Southold disposal area unless such glass is separated from any and all solid waste, trash, rubbish, vegetative yard waste, cans, cardboard, metal or paper. Such glass is to be deposited only at designated areas within such town disposal area and in the area designated for the particular color of glass (i.e., clear, amber or green). (d) No plastic, as defined herein, shall be deposited at any Town of Southold disposal area unless such plastic is separated from any and all solid waste, trash, rubbish, vegetative yard waste, cans, cardboard, glass or paper. Such plastic is to be deposited only at designated areas within such town disposal area or transfer station. (e) No newspaper, as defined herein, shall be deposited at any Town of Southold disposal area unless such newspaper is separated from any and all solid waste, trash, rubbish, vegetative 4806 10-25-93 7 C C I § 48-3 GARBAGE, RUBBISH AND REFUSE § 48-3 yard waste, cans, cardboard, glass or plastic. Such newspaper is to be deposited only at - designated areas within such town disposal area. (f) Nonrecyclable waste. [Added 9-10-1993 by L.L. No. 20-19931 [1] Residential self -haulers. Nonrecyclable waste generated by residential self -haulers shall be disposed of only in a town garbage bag as defined herein and deposited only at designated areas within the town disposal. area. [2] Commercial self -haulers. Nonrecyclable waste generated by commercial self - haulers may be either: [a] Disposed of in a town garbage bag and deposited at designated areas within the town disposal area; or [b] Disposed of at the designated areas within the town disposal area upon paying the appropriate charge as set by Town Board resolution for the weight of nonrecyclable waste deposited. (2) Private residential refuse haulers/carters. (a) The owners or occupants of all residences within the town which utilize collection services provided by persons licensed to collect refuse ` C pursuant to the provisions of this chapter shall C Q place recyclables in separate rigid containers at curbside for collection on such day 'or days as the licensee serving such residence shall designate. 4806.1 10-25-93 11 u u 11 § 48-3 SOUTHOLD CODE § 48-3 (b) It shall be unlawful for any person to place out for collection any container in which refuse is mixed with recyclables. (c) It shall be unlawful for any person to collect refuse from a residence which is mixed with recyclables or thereafter to commingle different types of recyclables or to mix recyclables with refuse. (d) Recyclables collected by private residential refuse haulers/carters and transported to the landfill/collection center shall be deposited in areas designated by appropriate landfill personnel. (e) Nonrecyclable waste. [Added 9-10-1993 by L.L. No. 20-19931 [11 The owners or occupants of all residences within the town which utilize collection services provided by persons licensed to collect refuse pursuant to the provisions of this chapter shall place nonrecyclable waste in town garbage bags for collection on such day or days as the licensee serving such residents shall designate. [2] It shall be unlawful for any person to place out for collection any nonrecyclable waste which is not in a town garbage bag. It shall be unlawful for any person to collect nonrecyclable waste from a residence which is not in a town garbage bag. [3] Nonrecyclable waste in town garbage bags collected by private residential refuse 41 haulers/carters and transported to the landfill/collection center shall be deposited only in areas designated by appropriate landfill personnel. 4806.2 10-25-93 1 1 1 1 1 1 1 1 1 1. 1 i 1 1 1 1' 1 c C C Q § 48-3 GARBAGE, RUBBISH AND REFUSE § 48-3 (3) Private commercial refuse haulers/carters. [Added 11-26-1991 by L.L. No. 27-19911 (a) The owners or occupants of all commercial es- tablishments within the town which utilize collection services provided by persons licensed to collect refuse pursuant to the provisions of this chapter shall place recyclables in separate rigid containers at curbside for collection on such day or days as the licensee serving such business shall designate. (b) It shall be unlawful for any commercial estab- lishment to place out for collection any container in which refuse is mixed with recyclables. (c) It shall be unlawful for any commercial estab- lishment to place out for collection any container in which one type of recyclable is mixed with any other type or types of recyclables. (d) It shall be unlawful for any private commercial refuse hauler/carter to collect refuse from any commercial establishment which is mixed with recyclables or thereafter to commingle different types of recyclables or to mix recyclables with refuse. (e) Recyclables collected by private commercial ` refuse haulers/carters and transported to the landfill/collection center shall be deposited in �--- areas designated by appropriate landfill personnel. B. No garbage, refuse, rubbish or other material that does not have its origin within the Town of Southold shall be deposited or disposed of in the town refuse disposal area. [Added 7-31-19731 4806.3 12-25-93 1 1 1 1 1 1 1 1 1 1 1 § 48-3 SOUTHOLD CODE § 48-4 C. No garbage, rubbish, refuse or other material that does not have its origin within the Town of Southold shall be conveyed or transported over any street within the town for delivery to the town refuse disposal area. [Added 5-3-1988 by L.L. No. 11-198811 D. No vehicle shall be permitted to transport refuse into any refuse disposal area maintained by the Town of Southold unless such vehicle displays a valid permit and/or license issued pursuant to the provisions of this chapter, except that vehicles owned and operated by any of the following entitled shall be permitted to transport refuse into any refuse disposal area maintained by the Town of Southold, provided that at least one (1) valid permit and/or license has been issued to the particular entity: the State of New York, the County of Suffolk, the Village of Greenport and fire districts, school districts and park districts located within the Town of Southold. [Added 7-24-1979 by L.L. No. 1-1979; amended 10-9-1984 by L.L. No. 9-1984; 12-7-1993 by L.L. No. 25-19931 E. The attendant at the town refuse area is authorized to prohibit the disposal of discarded motor vehicles and/or discarded fuel tanks having a capacity in excess of five hundred fifty (550) gallons at the refuse disposal area. [Added 7-15-1986 by L.L. No. 7-1986; amended 9-23-1986 by L.L. No. 12-19861 § 48-4. Fees; issuance and duration of permits and licenses. [Added 10-9-1984 by L.L. No. 9-198421 A. The fees for the issuance of permits and/or licenses for vehicles transporting refuse into any refuse disposal area maintained by the Town of Southold shall be as follows: 1 Editor's Note: This local law also renumbered former Subsections C and D as D and E, respectively. 2 Editor's Note: This local law also renumbered former 1148-4 and 48-5 as 1148-5 and 48.6, respectively. 4806.4 12-25-93 9 C .vA § 48-4 GARBAGE, RUBBISH AND REFUSE § 48-4 (1) [Amended 10-23-1990 by L.L. No. 23-19901 Resident landfill permit: for noncommercial vehicles of less than one -ton capacity owned by a resident and/or taxpayer of the Town of Southold and transporting only household refuse, provided that such vehicle displays a valid resident landfill permit issued in accordance with the following. (Cont'd on page 4807) 4806.4.1 12-25-93 J r C C § 48-4 GARBAGE, RUBBISH AND REFUSE § 48-4 (a) A resident landfill permit shall be issued by the Town Clerk or a person designated by her to all persons who are qualified residents of the Town of Southold. Persons applying for a resident landfill permit shall be requested to sign an application in affidavit form and submit for inspection the follow- ing as proof of residence: [1] A valid tax receipt stub for the current year for any taxable real property within the Town of Southold assessed in the name of the applicant. [2] A valid motor vehicle registration in the name of the applicant and to an address located within the Town of Southold or to an address corresponding to the address of a validated tax receipt stub for the current tax year for any taxable real property within the Town of Southold affixed to the application. [3] Such other proof of residence as is satisfactory to the Town Clerk. (b) The Town Clerk or a person designated by the Town Clerk shall inspect such application to determine that the applicant is a qualified resident of the town. Upon approval of the application, a resident landfill permit shall be issued and inscribed with the vehicle license registration number. Such permit shall not be transferred to any other vehicle. (c) Resident landfill permit for motor vehicles shall be permanently affixed to the left side of the front bumper of such vehicle. (d) The fee for the issuance of a resident landfill permit shall be such fee as shall be prescribed by a resolution of the Southold Town Board. (2) [Added 2-26-1991 by L.L. No. 3-19911 Lessee landfill permit: for noncommercial vehicles of less than one -ton capacity owned by a lessee in the Town of Southold and 4807 5-25-91 C § 48-4 SOUTHOLD CODE § 48-4 transporting only household refuse, provided that such vehicle displays a valid lessee landfill permit issued in accordance with the following: (a) A lessee landfill permit shall be issued by the Town Clerk or a person designated by her to all persons who lease or rent property within the Town of Southold but do not qualify as residents as defined in § 484A(1) hereof. Persons applying for a lessee landfill permit shall present an application in affidavit form, signed by the lessee and the owner of the property, setting forth: [1] The location of the leased or rented property. [2] The persons occupying the same. [3] The term of such tenancy. (b) Upon a determination by the Town Clerk or person designated by her that the applicant is entitled to a lessee landfill permit and upon the payment of the permit fee, such permit shall be issued and inscribed C with the vehicle license registration number and shall be affixed to the vehicle in the same manner as provided in § 48-4A(1xc) hereof. (c) The fee for the issuance of a lessee landfill permit shall be twenty-five dollars ($25.). (3) [Added 3-26-1991 by L.L. No. 9-19911 Guest landfill permit: for noncommercial vehicles of less than one -ton capacity owned by a guest of a resident in the Town of Southold and transporting only household refuse, provided that such vehicle displays a valid guest landfill permit issued in accordance with the following- ollowing(a) (a)A guest landfill permit shall be issued by the Town Clerk or a person designated by her to all persons who are qualified residents of the Town of Southold, as defined in § 48-4A(1) hereof, for use by guests temporarily residing in the dwelling of such resi- dent. A resident applying for a guest landfill permit shall present an application in affidavit form, signed by the applicant, setting forth: 4808 5-25-91 11 1 u 1 1 1 1 1 4809 10-25-93 § 48-4 GARBAGE, RUBBISH AND REFUSE § 48-4 [1) The location of the property to be occupied by the guests. [21 The names and permanent addresses of the guests. [31 The length of time of the guest occupancy. (b) Upon a determination by the Town Clerk or person designated by her that the applicant is entitled to a guest landfill permit and upon the payment of the permit fee, such permit shall be issued and inscribed with the vehicle license registration number and shall be affixed to the vehicle in the same manner as provided in § 48-4A(1)(c) hereof. (c) The fee for the issuance of a guest landfill permit shall be twenty-five dollars ($25.). (4) Per -load fee of two dollars ($2.) for each noncommercial vehicle of less than one -ton capacity which possesses no permit. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-19911 (5) Per -load fee of thirty dollars ($30.) for each single - axle truck which does not possess a permit. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 (6) Annual fee of sixty dollars ($60.) for each commercial vehicle transporting liquid septic waste, together with an additional fee of three cents ($0.03) for each gallon of liquid waste discharged. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 (7) Annual fee of sixty dollars ($60.) for each commercial contractor's vehicle of less than one -ton maximum gross vehicle weight. [Amended 4809 10-25-93 0 § 48-4 SOUTHOLD CODE § 48-4 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 (8) Annual fee of sixty dollars ($60.) for each farm vehicle of one -ton or more capacity transporting agricultural waste. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 (9) Per -load fee of sixty dollars ($60.) for each double - axle truck which does not possess a permit. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 (10) Annual fee of two hundred twenty dollars ($220.) for each single -axle vehicle transporting solid waste (garbage). [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-1992] (11) Annual fee of two hundred twenty dollars ($220.) for each commercial contractor's vehicle of more than one -ton capacity. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-1992] (12) Annual fee of six hundred dollars ($600.) for each double -axle and/or compactor -type vehicle transporting solid waste (garbage). [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 4810 10-25-93 C C 0 § 48-4 GARBAGE, RUBBISH AND REFUSE § 48-4 (13) Annual fee of six hundred dollars ($600.) for each commercial contractor's double -axle and/or tractor - trailer combination of more than one -ton capacity. [Amended 10-23-1990 by L.L. No. 24-1990; 2-26-1991 by L.L. No. 3-1991; 3-26-1991 by L.L. No. 9-1991; 12-8-1992 by L.L. No. 31-19921 B. [Added 11-29-1988 by L.L. No. 29-19884; amended 6-20-1989 by L.L. No. 11-1989; 3-13-1990 by L.L. No. 2-1990; 2-5-1991 by L.L. No. 1-1991; 11-24-1992 by L.L. No. 29-1992; 10-5-1993 by L.L. No. 23-19931 Effective October 9, 1993, in addition to the fees established in § 48-4A of this chapter, there shall be a fee of three and five -tenths cents ($0.035) per pound on loads containing the following. (1) Heavy brush, landscaping and yard wastes, including but not limited to stumps, branches, shrubs, plants, trees, bushes and the like, but not including leaves and grass clippings. (2) Construction debris, including but not limited to scrap and waste material discarded as refuse resulting from construction. (3) Wood, including but not limited to timber, logs, boards and the like, unless such wood is designated by the landfill attendant as recyclable wood. (4) Demolition debris, including but not limited to waste and rubble resulting from remodeling, demolition and extensive repair of structures, waste cement, concrete, masonry work, bricks, tile, sheetrock, plaster, wood, shingles and the like. (5) Rubbish, including but not limited to furniture, fixtures, television antennas, carpets, awnings, boats and other like objects that are not considered normal everyday household waste. 4 Editor's Note: This local law also redesignated former Subsections B. C and D as Subsections D. E and F. respectively. 4810.1 10-25-93 A" § 48-4 SOUTHOLD CODE § 48-4 (6) Commercial and household garbage, and rubbish, including but not limited to furniture, fixtures, television antennas, carpets, awnings, boats and other like objects. C. Effective January 1, 1993, in addition to the fees established in § 48-4A and B, there shall be a fee of ten dollars ($10.) per item on appliances, including but not limited to white goods, refrigerators, washers, dryers, stoves, dishwashers, ovens and the like. [Added 11-29-1988 by L.L. No. 29-1988; 12-8-1992 by L.L. No. 31-1992] D. Issuance and duration of permits and/or licenses. All permits and/or licenses provided for in this chapter shall be issued by the Town Clerk. All annual permits (including those previously issued) shall expire one (1) year from the date of the issuance thereof. E. Refund of fees. In the event that the Town Clerk has heretofore issued permits for vehicles transporting refuse into the town (Cont'd on page 4811) 4810.2 10-25-93 C 3- s § 48-4 GARBAGE, RUBBISH AND REFUSE § 48-6 landfill site at Cutchogue, and the fees paid therefor exceed the fees provided for herein, the Town Clerk is hereby authorized to refund such excess fees to the holders of such permits and/or licenses. F. Amendment of fees. Notwithstanding any of the provisions hereof, the Town Board may, by resolution, change, modify or repeal any of the fees set forth in § 48-4 hereof. § 48-5. Conveyance and transportation of refuse. [Amended 3- 24-1992 by ][.I— No. 9-19921 No person shall convey or transport refuse and/or recyclables through the streets or public places of the Town of Southold in any cart, wagon or vehicle or by any other means unless adequate care is taken to prevent the spilling of refuse and/or recyclables in such public places and streets. § 48-6. Penalties for offenses. [Amended 7-31-1973 by L.L. No. f 1-1973; 2-7-1989 by M. No. 2-1989; 2-5-1991 by M. No. 1-1991] A. Illegal dumping. Any person committing an offense of illegal dumping under this chapter shall, upon conviction thereof, be guilty of a violation punishable as follows: (1) For a first offense: (a) A fine of not less than one thousand dollars ($1,000.) and not more than one thousand five hundred dollars ($1,500.); (b) Imprisonment for a term not exceeding ten (10) ` days; or (c) Community service of forty (40) hours to be per- a formed within thirty (30) days of the date of sentencing. (2) For a second offense: 4811 6-25-92 § 48-6 SOUTHOLD CODE § 48-7 (a) A fine of not less than two thousand five hundred dollars ($2,500.) and not more than five thousand dollars ($5,000.); (b) Imprisonment for a term not exceeding thirty (30) days; or (c) Community service of one hundred twenty (120) hours to be performed within ninety (90) days of the date of sentencing. B. Recycling offenses and other offenses. Any person committing a recycling offense or any other offense against this chapter other than an offense of illegal dumping shall be subject to a civil penalty enforceable and collectible by the town in the amount of one hundred dollars ($100.) for each offense. Any person committing a second and/or subsequent offense within twelve (12) months of the date of the first offense shall be subject to a civil penalty enforceable and collectible by the town in the amount of two hundred dollars ($200.). Such penalty shall be collectible by and in the name of the town for each day that such offense shall continue. C. In addition to the above -provided penalties, the Town Board may also maintain an action or proceeding in the name of the town in a court of competent jurisdiction to compel compliance with or to restrain by injunction the violation of this chapter. § 48-7. Revocation of permit and/or license. [Added 5-3-88 by ' L.L. No. 12-19881 A. Permits and/or licenses issued under the provisions of this chapter may be revoked by the Town Board of the Town of ' Southold after notice and hearing for violation of the provisions of this chapter. B. Notice of the hearing for revocation of a permit and/or license ' shall be given in writing, setting forth specifically the grounds of the complaint and the time and place of hearing. Such notice shall be mailed, postage prepaid, to the permittee and/ 4812 s -25-s2 I - - 0 I 0 § 48-7 GARBAGE, RUBBISH AND. REFUSE § 48-7 or licensee at his last known address at least five (5) days prior to the date set for the hearing. Said hearing shall be conducted in a manner wherein the accused permittee and/or licensee is afforded full due process of the law. C. At the conclusion of said hearing and as a result of the evidence adduced therein, the Town Board may, in its discretion, revoke the said permit and/or license or, in lieu thereof, suspend the subject permit and/or license for a specified period of time, censure the permittee and/or licensee or impose a fine, not to exceed two thousand dollars ($2,000.). 4813 1-zs-91