Loading...
HomeMy WebLinkAboutTerry Contracting Change OrdersCHANGE ORDER (Revised May 8, 2003) DATE OF ISSUANCE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: See Attachment Reason for Change Order: See Attachment Attachments (List documents supporting change.): CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 12 : $ 317,939.00 Contract Price prior to this Change Order: $ 5,534,305.50 Net increase of this Change Order: $ (389,804.87) Contract Price with all approved Change Orders: $ 5,144,500.63 No. 13 EFFECTIVE DATE ENGINEER's Contract No. 1314 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 12 Substantial Completion: 246 days Final Completion: 246 days Contract Times prior to this Change Order: Substantial Completion: 516 days Final Completion: 546 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 RECOMMENDED: APPROVED: ACCEPTED: Dvirka and it - i C0016 Er ineers Town of Southold Terry Contracting andKmaterils, nc. by: � � � �f.1" � by: �'`'` e�' ,i,t.� y: s� Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinat r Robert G. Terry, re ' ent Date: Aa Date: Date: ( � ♦ 1314\F0401302.DOC(R03) ATTACIEVIENT — CHANGE ORDER NO. 13 (Revised May 8, 2003) Value Description Reason for Change Order of Change Decrease Bid Item 3 — Clearing and Reduction in area cleared and grubbed ($45,600.00) Grubbing from 50 acres to 12 acres Increase Bid Item 4 — Unclassified Increase in quantity from 74,000 cy to $51,425.00 Excavation & Relandfilling 84,285 cy due to changes in grading plan Increase Bid Item 5A — Removal & Increase in quantity from 2,000 cy to $67.60 Relandfilling of Buried Waste -Waste 2,010 cy due to increase in waste Excavation Area 1 Increase Bid Item 5B — Excavation of Increase in quantity from 2,200 cy to $9,504.00 Gas Migration Control Trenches 2,600 cy due to increase in trench length, plus 400 cy of gravel at $21/cy Add Bid Item 5D — Waste Excavation Removal of 7,138 cy of waste beyond $48,395.00 Area 2 (Provided for in Change Order cap limit and backfill No. 4 With No Increase in Contract Price) Add Bid Item 5E — Waste Excavation Removal of cy of waste $49,726.55 Area 3 (Provided for In Change Order beyond cap limit and backfill No. 4 With No Increase in Contract Price) Add Bid Item 5F — Waste Excavation Removal of cy of waste $2,678.10 Area 4 beyond cap limit and backfill Add Bid Item 5G — Waste Excavation Removal of cy of waste $943.78 Area 5 beyond cap limit and backfill Increase Bid Item 6 — Contour Grading Increase in quantity from 36,000 cy to $224,307.00 Material, General Fill & Daily Cover 110,769 cy due to changes in grading from On -Site Sources plans, mixing sand with yard waste and C&D material, and settlement Delete Bid Item 7 — Geotextile — Type Not required due to similar material ($332,000.00) 1 (Provided for in Change Order No. 5 used for subgrade surface and gas With No Decrease in Contract Price) venting layer Increase Bid Item 8 — Gas Venting Increase in quantity from 56,000 cy to $3,900.00 Layer from On -Site Sources 57,300 cy due to increase in geomembrane area 0 1314/P0401301(R08) 1 ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Increase Bid Item 9 — 60 Mil Textured HDPE Geomembrane Increase Bid Item 10 — Landfill Gas Vents (Provided for in Change Order No. 6 With No Increase in Contract Price) Increase Bid Item 11 - Geocomposite Increase Bid Item 12 — Barrier Protection Layer from On -Site Sources Increase Bid Item 13A — Vegetative Growth Medium Using On -Site Compost & On -Site Sand from Borrow Area Delete Bid Item 13B — Contingency Topsoil from Approved Off -Site Sources Decrease Bid Item 14 — Erosion Control Blanket Decrease Bid Item 16 - Hydroseeding Decrease Bid Item 17 - Landscaping Decrease Bid Item 18 — Rip Rap, Stone Fill, Gravel & Reno Mattress Decrease Bid Item 19A — 6 -Foot High Fencing Decrease Bid Item 19B — Foot High Fencing 0 1314/r0401301(R06) Reason for Change Order Increase in quantity from 166,000 sy to 171,901 sy due to increase in waste surface area Increase in quantity from 39 vents to 49 vents due to use of loam for contour grading material and additional gas venting capacity Increase in quantity from 39,000 sy to 61,000 sy due to error in contract quantity and additional 7,582 sy (Chenango letter 2/28/03) for increased slopes on eastern portion of landfill Increase in quantity from 56,000 cy to 57,300 cy due to increase in geomembrane area, and additional 2,823 cy for increase of 1 foot thickness under roads Increase in quantity from 20,000 cy to 32,642 cy due to manufacture of all topsoil on-site Manufacture of all topsoil using on- site source material and deletion of topsoil in Borrow Area Deletion of seeding in Borrow Area Deletion of seeding in Borrow Area Deletion of plantings on the landfill cap Reduction of erosion control material in southeast quadrant drainage system Decrease in the length of fencing from 6,030 feet to 4,534 feet Decrease in the length of fencing from 800 feet to 345.25 feet 2 Value of fkange $30,449.16 $11,840.00 $124,244.40 $20,615.00 $88,494.00 ($248,400.00) ($76,392.00) ($18,551.00) ($27,208.00) ($2,856.00) ($28,050.00) ($17,962.63) ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Increase Bid Item 19C — Gates Decrease Bid Item 20 — Maintenance Roads - 6" Deep RCA Decrease Bid Item 21— Maintenance Roads - 12" Deep RCA (Provided for in Change Order No. 7 With No Increase in Contract Price) Decrease Bid Item 22 — Main Access Road (Provided for in Change Order No. 7 With No Decrease in Contract Price) Decrease Bid Item 24A — Abandon Existing Landfill Gas Monitoring Wells Decrease Bid Item 24B — New Landfill Gas Monitoring Wells Decrease Bid Item 25A — Abandon Existing Groundwater Monitoring Wells Decrease Bid Item 28 — Water Supply Well and Electrical Service Delete Bid Item 30 — Sand Pit Regrading Add Bid Item 32 — Test Pitting (Provided for in Change Order No. 2 With No Increase in Contract Price) Add Bid Item 33 — Waste Import (Provided for in Change Order No. 3 at an Increase of $75,000.00 in Contract Price) Reason for Change Order Increase number of gates from 2 to 4 Decrease in area of roads from 2,600 sy to 2,336 sy Increase in area of roads from 4,100 sy to 5,601 sy Decrease in area of road from 6,500 sy to 2,320 sy Decrease in the length of wells abandoned from 260 feet to 35 feet Decrease in the length of wells constructed from 570 feet to 560 feet Decrease in the length of wells abandoned from 980 feet to 377 feet Town contracted directly for construction of the water supply well Town will perform this work Required to delineate/confirm limits of waste Required to handle C&D material after completion of baseline topographic survey — actual cost $64,385.00 Deletion of Bid Item 35 — Spreading of Not part of landfill closure project. — Greenport Pond Material (Provided for charged to the Town separately in Change Order No. 9 With an Increase of $21,000.00 in Contract Price) * 1314fr0401301(R06) Value of Change $5,976.00 ($1,584.00) $13,133.75 ($177,650.00) ($13,500.00) ($760.00) ($36,160.00) ($38,000.00) ($219,000.00) $10,800.00 ($10,615.00) ($21,000.00) ATTACMMNT — CHANGE ORDER NO. 13 (continued) 01314fr0401301(R06) 4 Value Description Reason for Change Order of Change Add Bid Item — Handling of C&D Required to handle C&D material as $375.00 Material — CAT 322 grading material Add Bid Item — Consolidation of Required to consolidate compost to $2,156.00 Unscreened Compost in Borrow Pit — manufacture topsoil CAT 322 Add Bid Item — Consolidation of Required to consolidate compost to $2,965.63 Unscreened Compost in Borrow Pit — manufacture topsoil CAT 980 Add Bid Item — Consolidation of Required to consolidate compost to $2,925.00 Unscreened Compost in Borrow Pit — manufacture topsoil CAT D7 Add Bid Item — Grading of Eastern Required to complete grading of the $11,025.00 Hill — CAT D7 eastern portion of the landfill Add Bid Item — Separate Loam for Required to separate loam to $400.00 Production of Vegetative Growth manufacture topsoil Medium — CAT D6 Add Bid Item — Separate Loam for Required to separate loam to $656.25 Production of Vegetative Growth manufacture topsoil Medium — CAT 322 Add Bid Item — Screening of Required to screen compost to $15,675.00 Unscreened Compost — Trommel 725 manufacture topsoil Add Bid Item — Temporary Asphalt Required to access temporary road to $2,835.00 Apron the Compost Facility Add Bid Item — Surcharge for Black Required for fencing adjacent to $3,995.00 Vinyl Fencing residential property Add Bid Item — Testing of 17 -Acre Required for new source of material $12,970.00 Sand for Gas Venting & Barrier from Compost Facility Protection Layer Add Bid Item — Enlargement & Required to handle additional flow $64,667.14 Construction Changes to Recharge from southeastern drainage diversion Basin 3 system Add Bid Item — Segmented Installation Required to provide access to Compost $31,761.69 of Geomembrane for 17 -Acre Road Facility during construction of the cap 01314fr0401301(R06) 4 V ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Add Bid Item — Additional Surveying Add Bid Item — Gas Migration Control Trench Extension in Area of Scale House Add Bid Item — Liner Installation Around Eastern Drainage System Catch Basin 1 Add Bid Item — Final Grading of Recharge Basins 1 & 2 Add Bid Item — Transition Area Grading Add Bid Item — Relocation of Maintenance Road Along McBride Property Add Bid Item — Extra Gas Migration Control Trench Vents and Turbines Elimination of Waterproofing Manholes Along Southwestern Drainage system Elimination of Truck Stand Substitution of Curlex for Erosion Control Blanket Reason for Change Order Required due to changes in the project Required to provide continuous gas migration control trench in the vicinity of the scale house Required due to addition of catch basin Required due to no payment item in the contract for this work Required to grade edge of cap to preconstruction grade at landfill property boundary Required to grade area between the road and landfill property line Required to increase venting of the gas migration control trenches Elimination of waterproofing due to location of manholes outside the cap Elimination of truck stand due to. agreement on truck volumes Cost reduction Delete Bid Item 37 — Asphalt Curb Part of construction of Compost Along Pavement Road to Compost Facility to be charged to Compost Facility (Provided for in Change Order Facility No. 12 With an Increase of $3,575.00 in Contract Price) 01314NO401301(R06) 5 Value of Change $58,943.90 $8,698.00 $1,300.78 $5,000.00 $8,000.00 $8,000.00 $4,000.00 ($2,100.00) ($700.00) ($11,000.00) ($3,575.00) ($389,804.87) A©PLICA l f� 7Ci1+,rM11 C: N AND CERTIFICATE FOR PAYMENT FRLIM (CONT RAC -1011 Larry Cnnlraclrng F, k'ateriats. [P.C. 840'Nes1 "lainSheel Riverhead. NY 11401 CONTRACT FOR: COMTRACTORS APPLICATION FOR PAYMENT PROJECT -FC UT Ili :% C. COV I.C. VIR (ENGIHEERSI. Dvirka & Barutic-Ei .330 Crossways Park Drive 1&3odbury, Neu• York 117'37 2x715 CHANLE OHDE1f:,UI•.1.1.1ARy _ Change Orders approved in ADDITIONS DEDUCTIONS previous monlhsby,CYA-rrer TOTAL .Approved this Wirth Numl:cr Dote Approved $0.00 TOTALS $4.170 h'el Change by Change Orders $4.00 �0_CA I Me undersigned Contractor certifies that to the best of the Contractor's kr iuvAedge, information and belief the Work coveted by the Application far Payment has been cornpleted in acresdance with the Contract Documents, that all amounis have been paid by the Contractor for Work fa which previous CeNificates of Payment were issued and pa renis received from the Owner, and that current payment shown herein is nmv due. CONTRACTOR: ENGINEER'S GERTI TE FOR PAYMENT In accordance wish, the Centracl Documents, based on on site observations and the Baia comprising the above application, the Engineer certifces 1O the ovrner Ihat to the Ge` AK DOCUMENT G7a2 PERI OI] 10-- {fWI WO] PROJECT NO: CONTRACT DATE: PAGE Ot r= PAGES n ~` :stnhcriron to. o l. )OWNER !Application is made for Payment, as showy! Letoav, in conneetian with the Contract. Continuation Sheet, AIA Document G703, is attached. 1. ORIGINAL CONTRACT SUM 2_ Ret change by Change Orders 3. CONTRACT SUM TO DATE (Line 1 + 2 } 4. TOTAL COMPI EYED & STORED TO DATE (Column G oil G703) 5, RETAINAGE: of Completed Work (Col timn D + E on 3703) . . of Stored Material (Col umn F on G703) Total Retainage (line 5a + 5b or Total in Column I of G7D3 b. TOTAL EARNED LESS RETAINAGE (Line 4less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 fi-am prior Certificate) 8_ CURRENT PAYMENT DUE 9- BALANCE TO FINISH, PLUS RETAINAGE _ fLine 3 less_ Line 5) State of County of. Subscribers and shown to before me this Notary Public Aly Corimission expires 12,028.35 $0.00 1.0CHITLC 1 a }CONTRACTOR ~ $ 4,V,035.00 $0.00 $436,035.00 $240,567.00 $]2.028.35 $9.28,536.65 $168,246.00 $60,29165 $207,496.35 day ni ,20 AMOUNT CER-11FIED $ (Attach explanation if amount certified differs from the amount applied tor.) ENGINEER: st h or 1 c Engineer s knumcdge, information and beirel the Work has progressed as 11 J indicated, the quality of the Work is in acodrdance wfih the Contract Documents, aril $ : � � jv C Date: � i 7 01 the Cee trach is entitled tD payment of the Alic]uN I {;FRTIFIED_ TT rFicaie is not negotiable. Th UMT CERTIFIED is payahre only o the .on Le named herein, Issuance. payment and acceptance of payment are wilh- -- Out prejudice to any rights of the Oamer or Contractor under this ContraG_ A A +41VTI N UATI ON SHEET AIA DOCUMENT 6703 PAGE OF PAC PAGES IA Uccumelltfa702, APPLICATION ANDS T FIC FOR Y , eontasf"Ing APPLICATION NU E : #1 mtractoes sighed Certification is attached. APPLICATION DATE: 08/06/01 tabulations below, amounts are stated to the nearest dollar. PERIOD TO: 98/06/01 se Column 1 on Contracts where variable retainage for Jim items may apply. ARCHITECTS PROJECT NO. A 7EM NO. e DESCRIPTION OF woRI1 C SCHEDULED VALUE D WORK COMPLETED E F MATERIALS PRESENTLY G H TOTAL % BALANCE COMPLETED (G C) TO FINISH 1 RETAINAGE FROM PREVIOUS THIS PERIOD APPLICANON STORED AND STORED (C -G) (0 + E) (NOF IN TO DATE DORE) (D+E+F) 1 REMOVAL B CONSOLIDATION OF VEGETATION $ 20,400.00 SO -00 $18,380A0 $0.40 $10,360.00 9596 $ t,020.00 $968.00 2 REMOVAL A STOCKPILING OF TOPSOIL g LANDFILL 6 64,365.00 $0.00 $W4,385.0G 60.00 $64,356.40 100% 9 - $3,210.25 3 WINDROWING OF REMAINING TOPSOIL B LOAM $ 190.200.00 $0.00 $20,040.00 $0.00 520,040.00 2G% $ a0,i50.00 $1,002.00 4 LOADO UT. XPOR2T,PLACEMENTRCOMP LOAM TIS $ 214,000.00 $0.00 $64,440.00 $0.00 $64,440.00 30% S 150,380.00 $3,222.00 6 394,765.00 $0.00 $18&,245.00 $0,00 $108,245-]0 $231,540.00 $8,412.25 I 4PPLICATi0114 AND CERTIFICATE FOR PAYMENT hangeWars approvedin ADDITION& 0 TO'R'N OF SOUTHOLD reviaus rnonths by ONeler AIA DOCUMENT G702 PAGE ONE OF PAGES PROJECTz3AHDLDaXwPD APPLICATION: 1 Distribution to: proved 91Is Month $0.00 3.400 E 1MYNER PERIOD TO. 178/05f01 [ 3ARCHITECT ROM (CONTRACTOR}: VIA (ENGINEERS); [ ]CONTRACTOR Tefry Conkractir;tg & Materia% Inc_ Dirlrka & Bartilucci PROJECT NO: $0.00 840 West f4ain Street 330Crassveays Park Drive $0.00 $D 00 Riverhead, IVY 11901 Woodbury, New York 11797 2015 CONTRACT DATE: ONTRACT FOR: .-ONTRACTORS APPLICATION FOR PAYMENT Application is made for Payment, as shown below, In connscron Wfth gm Contrael. nnrvu[ Umt)tll JUMMART hangeWars approvedin ADDITION& DEDUCTIONS reviaus rnonths by ONeler TOTAL proved 91Is Month $0.00 3.400 umber Date -Approved .10.00 �o.aa $0.00 TOTALS $0.00 $0.40 at Change by Change Orders $0.00 $D 00 .-- _.•••-••.,y,...• ....,.va..wi '— -ma u10! 1v ule Qe51 W Ire q.;0nV3M9rS KROWPeW, foetation and belief the Work covered by the Application for Payment hes been )nplaled in accafdanoe with the Contract documents, that aIP amounts hwe been aid by the Contractor for Work for which preMous Certificates of Payment ware sued and payments received fmm the Owner, and that current payment shove ?rein is now due. ONTRACTOR: Date: Continuation Sheet, AIA Document G703, is attached. I. ORIGINAL CONTRACT SUM 2. Net change by Change Orders 3. CONTRACT SUM TO DATE (Line I + 2 ) 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) 5: RETAINAGE: a:_5_% .. Of Completed Work (Cot umn D + E on G703) b: —Of Stored Material (Col umn F on 6703) Total Retainage (Lime 5a + 5b or Total in Column I of G703 6. TOTAL EARNED LESS RETAINAGE (Line 4 less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR $ 398,766.00 _ $0.00 $399,785.00 3968,245.00 $8,412.25 $0.00 $6,412.25 $ f59,632.75 PAYMENT (Line 6 from prior Certificate) MOD S. CURRENT PAYMENT DUE $159,632,75 9. BALANCE TO FINISH, PLUS RETAINAGE $239952.25 (Line 3 less Line 6 State of: County ok Subscribed and shown to before me this day of ,20 Notary Publfe: My Commission expires; :NGINEER'S CERTIFICATE FOR PAYMENT AMOUNTCERTIRED $ accordance with the Contract Documents, based on O"ile Observations and the (Attach eagalanatlon If amount 0e ffed differs from the amount applied for,) Ila comprising the above application, the Engineer certifies to the Owner that to the ENGINEER: :st of the Engineer's knowledge, infamatlon and belief the Work has progressed as licated, die quality of the Work is in accordance with the Contract Documents, and By: Date: a GontrarAor Is en111ted to payment of the AMOUNT CERTIFIED. This CerfrTtcale is not negotlate. TheAMOUNT CERTIFIED is payable only to the Contractor named Herein. Issuance, payment and acceptance of payment are wo- out txejudiice to any rights of the Owner or Goaftactor under [his Contract. 0 n a as ra 0 r G CONTINUATION SHEET AIA DOCUMENT G703 PAGE OF PA(PAGES AIA Document G702, APPLICATION AND CERTIFICATE FOR PAYMENT, containing APPLICATION NUMBER: 2 � Contractors signed Certification is attached_ APPLICATION DATE: 09/12101 in tabulations below, amounts are stated to the nearest dollar. PERIOD TO: 09/12/61 Use Column 1 on Contracts where variable retainage for lisle items may apply. ARCHITECT'S PROJECT NO: A _ e C D E F G H 1 ITE14 DESCRIPTION Of WORK SCHEDULED WORK COMPLETED MATERIALS TOTAL 9ALANCE RETAINAGE FRUM PREVIOUS THIS PERIOD NO. VALVE PRESENTLY COMPLETED (G C) TO FINI'SH APPLICATION STORED AND STORED (C - G) (D + E) (NOT IN TO DATE 5 20,400.00 $18,38000 D OR E) (D + E + F) 1 REMOVAL 8 CONSOLIDATION OF VEGETATION S1,02D.00 30.00 520,400-00 100% 5 $51.0 2 REMOVAL 8 STOCKPIUN0 OF TOPSOIL @ LANDFILL S 84,305 00 $64,305.00 $0.00 $0.00 $64.385.00 100',6 S 30.00 3 WINDR(XVRUG OF REMAINING TOPSOIL & LOAM 5 '100,200.00 320,040.00 $18AUD.00 $UX10 $38,040.00 3B% S 6T,16n n0 .$90000 4 LOADOUT. XFORT,PLACETSENTBCO?AP LOAM TISy S 214,800.90 $64.440.00 517,05200 $0.G3 581 492.06 38% $ 133,308.00 $852 80 5 j� J ly S 36,250.00 $0.00 $36,250.00 $0.07 536,250.00 IOU% $ $1,812 50 r S 436,035.00 5168.295 00 S72,322.00 $0.00 $240.56700 3195,400.00 43.616.10 ®vi rka and 0 Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 a 718-460-3634 a Fax: 516-364-9045 e-mail: db-eng@woddnet.att.net Principals April 1,.2003 Nicholas J. Bartilucci, P.E. President Henry J. Chlupsa, P.E. Executive Vice Presdenf Mr.Robert G. Terry Thomas F. Maher, P.E. Vice President Terry Contracting & Materials, Inc. RobertT.'Bums, P.E. Vze President 840 West Main Street Richard M. Walka Riverhead, NY 11901 Vice P—Weal Steven A. Fangmann, P.E. Vw President Re: Southold Landfill Closure Theodore s.FWar, Jr. Vice Preside„' D&B No. 1314 , Senior Associates Anthony 0. Conetta, RE. Dear Mr. Terry: Dennis F. Koehler, P.E. Joseph H. Marturano Please find enclosed a draft of Change Order No. 13, which contains most of the John A. Mirando, RE. changes which have occurred during the project, in addition to those contained in Kenneth J. Pritchard, P.E. Brian M. Veith, P.E. Change Orders No. 1 through 12. I realize that there may be a few additional changes, but these can be addressed at a later date once values have been Associates established. Please provide me with your comments by April 4, 2003. No. Joseph F. Baader additional payment for the items contained in this Change Order will be made Garrett M. Byrnes, P.E. until it is fully executed. Rudolph F. Cannavale Joseph A. F(oraliso, RE.If you have any questions or comments, please call me. Thomas Fox, RG Gerald Gould, QRG William D. Merklin, P.E. VeOtruly yours, Z Michael Neuberger, P.E. Edward J. Reilly Charles J. Wachsmuth, P.E.' Kenneth P. Wenz, Jr., C.PG. Thomas F. Maher, P.E. Vice President TFM/tam cc: J. Bunchuck, Town of Southold I. Sikiric, NYSDEC F. DeVita, D&B M. Wright, D&B 01314\TFM03LTR-68.DOC A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. 11 - DRAFT CHANGE ORDER No. 1'3 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure ENGINEER'S Contract No. 1314 OWNER's Contract No. 2000 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: See Attachment Reason for Change Order: See Attachment Attachments (List documents supporting change.): CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 12 Substantial Completion: 246 days Final Completion: 246 days Contract Times prior to this Change Order: Substantial Completion: 516 days Final Completion: 546 days Net increase this Change Order: Substantial Completion: 0 days Final Completion:, 0" days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 12 $ 317 939.00 Contract Price prior to this Change Order: $ 5,534,305.50 Net increase of this Change Order: $ (504,768.121 Contract Price with all approved Change Orders: $ 5,029,537.18 RECOMMENDED: APPROVED: ACCEPTED: Dvirka and Bartilucci Consulting Engineers Town of Southold Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: Date: Date: e 1314\F0401302.DOC ATTACHMENT — CHANGE ORDER NO. 13 Description Reason for Change Order Decrease Bid Item 3 - Clearing and Reduction in area cleared and grubbed Grubbing, from 50 acres to 12 acres Increase Bid Item 4 — Unclassified Excavation & Relandfilling Increase Bid Item 5A — Removal & Relandfilling of Buried Waste -Waste Excavation Area 1 Increase Bid Item 5B — Excavation of Gas Migration Control Trenches AddBid Item 5D — Waste Excavation Area 2 (Provided for in Change Order No. 4 With No Increase in Contract Price) Increase in quantity from 74,000 cy to 84,285 cy due to changes in grading plan Increase in quantity from 2,000 cy to 2,010 cy due to increase in waste Increase in quantity from 2,200 cy to 2,600 cy due to increase :in trench length Removal of 7,138 cy of waste beyond cap limit and backfill Add Bid Item 5E — Waste Excavation Removal of _ cy of waste Area 3 (Provided for In Change Order . beyond cap limit and backfill No. 4 With No Increase in Contract Price) Add Bid Item 5F — Waste Excavation Area 4 Add Bid Item 5G — Waste Excavation Area 5 Increase Bid Item 6 — Contour Grading Material, General Fill & Daily Cover from On -Site Sources Delete Bid Item 7 — Geotextile — Type 1 (Provided for in Change Order No. 5 With No Decrease in Contract Price) Increase Bid Item 8 — Gas Venting Layer from On -Site Sources 0 1314/x0401302 Removal of cy of waste beyond cap limit and backfill Removal of cy of waste beyond cap limit and backfill Increase in quantity from 36,000 cy to 110,769 cy due to changes in grading plans, mixing sand with yard waste and C&Dmaterial, and settlement Not required due to similar material used for subgrade surface and gas venting layer Increase in quantity from 56,000 cy to 57,201 cy due to increase in geomembrane area Value of Change ($45,600.00) $51,425.00 $67.60 $1,1"04.00 $48,395.00 $49,727.00 $2,678.10 $943.78 $224,307.00 ($332,000.00) $3,603.00 ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Increase Bid Item 9 — 60 Mil Textured HDPE Geomembrane Increase Bid Item 10 = Landfill Gas Vents (Provided for in Change Order No. 6 With No Increase in Contract Price) Increase Bid Item 11 - Geocomposite Increase Bid Item 12 — Barrier Protection Layer from On -Site Sources Increase Bid Item 13A — Vegetative Growth Medium Using On -Site Compost & On -Site Sand from Borrow Area Delete Bid Item 13B — Contingency Topsoil from Approved Off -Site Sources Decrease Bid Item 14 — Erosion Control Blanket Decrease Bid Item 16 - Hydroseeding Decrease Bid Item 17 - Landscaping Decrease Bid Item 1.8 — Rip Rap, Stone Fill; Gravel & Reno Mattress Decrease Bid Item 19A — 6 -Foot High Fencing Decrease Bid Item 19B — Foot High Fencing Reason for Change Order Increase in quantity from 166,000 sy to 171,601 sy due to increase in waste surface area Increase in quantity from 39 vents to 49 vents due to use of loam for contour grading material and additional gas venting capacity Value of Change $28,901.16 $11,840 Increase in quantity from 39,000 sy to $138,364.80 61,000 sy due to error in contract quantity and additional 10,944 sy for increased slopes on eastern portion of landfill Increase in quantity from 56,000 cy to 57,201 cy due to increase in geomembrane area, and additional 2,823 cy for increase of 1 foot thickness under roads . Increase in quantity from 20,000 cy to 32,642 cy due to manufacture of all topsoil on-site Manufacture of all topsoil using on- site source material and deletion of topsoil in Borrow Area Deletion of seeding in Borrow Area Deletion of seeding in Borrow Area Deletion of plantings on the landfill cap Reduction of erosion control material in southeast quadrant drainage system Decrease in the length of fencing from 6,030 feet to 4,534 feet Decrease in the length of fencing from 800 feet to 345.25 feet 0 1314/0401302 2 $20,120.00 $88,494.00 ($248,400.00) ($76,392.00) ($18,551.00) ($27,208.00) ($2,856.00) ($28;040.00) ($17,962.60) I ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Decrease Bid Item 19C — Gates Decrease Bid Item 20 — Maintenance Roads - 6" Deep RCA Decrease Bid Item 21— Maintenance Roads - 12" Deep RCA (Provided for in Change Order No. 7 With No Increase in Contract Price) Decrease Bid Item 22 — Main Access Road (Provided for in Change Order No. 7 With No Decrease in Contract Price Decrease Bid Item 24A — Abandon Existing Landfill Gas Monitoring Wells Decrease Bid Item 24B — New Landfill Gas Monitoring Wells Decrease Bid Item 25A — Abandon Existing Groundwater Monitoring Wells Decrease Bid Item 28 Water Supply Well and Electrical Service Delete Bid Item 30 — Sand Pit Regrading Add Bid Item 32 — Test Pitting (Provided for in Change Order No. 2 With No Increase in Contract Price) Add Bid Item 33 — Waste Import (Provided for in Change Order No. 3 at an Increase of $75,000 in Contract Price Deletion of Bid Item 34 — Screening 17 -Acre Material/Stone for Gas Trenches (Provided for in Change Order No. 8 With an Increase of $40,000.00 in Contract Price Reason for Change Order Decrease number of gates from 2 to 1 Decrease in area of roads from 2,600 sy to 2,336 sy Increase in area of roads from 4,100 sy to,5,601 sy Decrease in area of road from 6,500 sy to 2,320 sy Decrease in the length of wells' abandoned from 260 feet to 35 feet Decrease in the length of wells constructed from 570 feet to 560 feet Decrease in the length of wells abandoned from 980 feet to 377 feet Town will contract directly for construction of the water supply well Town will perform this work Required to delineate/confirm limits of waste Required to handle C&D material after completion of baseline topographic survey — actual cost $64,385.00 Part of construction of Compost Facility and charged to Compost Facility 0 1314/r0401302 3 Value of Change ($3,000.00) ($1,584.00) $13,133.75 ($177,650.00) ($13,500.00) ($760.00) ($369160.00) (38,000.00) ($219,000.00) $10,800.00 ($10,615.00) ($40,000.00) i ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Reason for Change Order Deletion of Bid Item 35 — Spreading of Not part of landfill closure project. — Greenport Pond Material (Provided for charged to the Town separately in Change Order No. 9 With an Increase of $21,000 in Contract Price) Add Bid Item — Handling of C&D Material — CAT 322 Add Bid Item — Consolidation of Unscreened Compost in Borrow Pit — CAT 322 Add Bid Item — Consolidation of Unscreened Compost in Borrow Pit — CAT 980 Add Bid Item— Consolidation of Unscreened Compost in Borrow Pit — CAT D7 Add Bid Item — Grading of Eastern Hill — CAT D7 Add Bid Item — Separate Loam for Production of Vegetative Growth Medium — CAT D6 Add Bid Item — Separate Loam for Productionof Vegetative Growth Medium — CAT 322 Add Bid Item — Screening of Unscreened Compost — Tromme1725 Add Bid Item — Temporary Asphalt Apron Add Bid Item — Surcharge for Black Vinyl Fencing Add Bid Item — Testing of 17 -Acre Sand for Gas Venting & Barrier Protection Layer 0 1314/T0401302 Required to handle C&D material as grading material Required to consolidate compost to manufacture topsoil Required to consolidate compost to manufacture topsoil Required to consolidate compost to manufacture topsoil Required to complete grading of the eastern portion of the landfill Required to separate loam to manufacture topsoil Required to separate loam to manufacture topsoil Required to screen compost to manufacture topsoil Required to access temporary road to the Compost Facility Required for fencing adjacent to residential property Required for new source of material from Compost Facility 4 Value of Change ($21,000.00) $375.00 $2,156.00 $2,965:63 $2,925.00 $11,025..00 $400.00 $656.25 $15;675.00 $2,835.00 $3,995.00 $12,970.00 ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Add Bid Item — Enlargement & Construction Changes to Recharge Basin 3 Add Bid Item Segmented Installation of Geomembrane for IT -Acre Road Add Bid Item — Gas Migration Control Trench Extension in Area of Scale House Add Bid Item — Liner Installation Around Eastern Drainage System Catch Basin 1 Elimination of Waterproofing Manholes Along Southwestern Drainage system Elimination of Truck Stand 0 1314/T0401302 Reason for Change Order Required to handle additional flow from southeastern drainage diversion system Required to provide access to Compost Facility during construction of the cap Required to provide continuous gas migration control trench in the vicinity of the scale house Required due to addition of catch basin Elimination of waterproofing due to location of manholes outside the cap Elimination of truck stand due to agreement on truck volumes s Value of Change $64,667.14 $31;761.69 $8,698.00 $1,300.78 ($2,100.00) ($700.00) Al o"? CX -3) -ice TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD, NEW YORK 11901 PHONE: (631) 727-0170 FAX: (631) 727-0410 Tn. Southold Town Solid Waste District P.O. Box 962 Cutchogue, NY 11935-0962 WE ARE SENDING YOU ❑ Shop Drawings ❑ Copy of Letter ❑ Attached ❑ Prints ❑ Change Order Date: 11-11-03 1 Job No. Attention: Mr. James Bunchuck Re: Southold Landfill Closure ❑ Under separate cover Via ❑ Plans ❑ Samples ❑ Compact Disc ❑ Specifications the following items: COPIES DATE NO. DESCRIPTION 1 7-26-01 1 Change Order 1 1 9-27-02 12 Change Order 12 1 6-6-03 13 Change Order 13 THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted x For your use ❑ Approved as noted ❑ As requested ❑ Returned for corrections ❑ For review and comment ❑ FOR BIDS DUE ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US If enclosures are not as noted, kindly notify CHANGE ORDER No. DATE OF ISSUANCE ' OI EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Delete Article 3 of the Agreement and replace it with the following: "Article 3. CONTRACT TIME AND FINAL CONTRACT TIME: The Work shall be substantially completed in accordance with Section 14 of the General Conditions within 395 consecutive calendar days after the date when the Contract Time commences to run as provided in Section 2 of the General Conditions, and finally completed and ready for final payment in accordance with Section 14 of the General Conditions within 30 consecutive calendar days after the date of Substantial Completion (Final Contract Time)." Reason for Change Order: Notice to Proceed date will result in extending construction period into winter months and therefore an extension in Contract Time is required. Attachments: (List documents supporting change.) Construction Schedule CHANGE IN CONTRACT PRICE: Original Contract Price $__ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. NA to 1 $ 0 Contract Price prior to this Change Order: $ 5,216,366.50 Net increase (decrease) of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,216,366.50 RECOINIIVIENDED: Dvirka and Bxrfilftci Cons n En ineers by - Thomas Thomas Vice President Date: 6 U ♦ 1314\A0622102.doc CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 0 days Final Completion: 0 days Contraa Times prior to this Change Order: Substantial Completion: 270 days Final Completion: 300 days Net increase this Change Order: Substantial Completion: 125 days Final Completion: 125 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: APPROVED: Town of Southold Terry Contracting and Materials, In . Jame upchuck, Solid Waste Coord Zobert G. emy, P e Date: 7/�-� �j) Date: r Page 2 of 3 MIN 11� MEMO NIEMEN WE Oilmom Page 2 of 3 CHANGE ORDER Vj No. 12 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill. Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci. Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 37 - Asphalt Curb Along Permanent Road to Compost Facility, which represents a value/increase in construction cost of ,$3,575 ($2.75/ft x 1,300 ft). This item includes elimination of 1,300 lineal feet of concrete curb and 210 feet of steel guardrail ($65/ft) along the permanent road to the compost facility and addition of 130 8'x 2'x 2.5' concrete retaining wall blocks along the permanent road. Reason for Change Order: To provide for improved traffic safety for vehicles traveling the road along the southwest boundary of the landfill to access the new Compost Facility west of the landfill. Attachments (List documents supporting change.): Letters from Terry Contracting and Materials, Inc. dated May 31, 2002, and September 13, 2002. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 11 : $ 314,354 Contract Price prior to this Change Order: $ 5,530,720.50 Net increase of this Change Order: $ 3,575 Contract Price with all approved Change Orders: $ 5,534,295.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous. Change Orders No. 1 to 11 Substantial Completion: 246 days Final Completion: 246 days Contract Times prior to this Change Order: Substantial Completion: .516 days Final Completion: 546 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546' RECOMME APPROVED: ACCEPTED: Dvirka and;Bartil `ci Consulting gin//eers Town of Southold Terry Contra an Materials, c. b �, a (Gc� baa_e.�-� b Y� 'l/�- Y� Y: �v Thomas F. Maher, Vice President James unchuck, Solid NJaste Coordinator Robert G. Ferry, r i Date: �jLZ( /p Z Date: �/ a -7 y Date: 1:�� * 13141G0925203.DOC(R02) TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD, NY 11901 Yom) (631) 727-0170 FAX: (6.31) 727-0410 May 31, 2002 Thomas F. Maher, P.E. Dvirka and Bartilucci 330 Crossways. Park Drive Woodbury, NY 1179772015 Rei Southold Landfill Closure D&B No. 1314 Dear Mr. Maher: Attached, please find a detail of suggested changes to the northern edge of the permanent road. These changes are intended to eliminate potential erosion problems and eliminate the need to maintain turf in an inaccessible location. Additionally, concrete retaining wall blocks would be placed on both the northern and southern boundaries of the permanent road. These blocks would prevent any vehicle from straying off the road and traveling over lined area. If approved, performance of this work would result in no net increase to the contract price. The area would be billed as if it were constructed as shown on the contract drawings. Payment would be sought for all barrier protection material, topsoilp hydroseeding, and erosion control fabric originally intended for the area. However, the area would be constructed as shown on the attached detail. Also, no credit would be give for elimination of any concrete curb or guardrail due to installation of the retaining wall blocks. If you agree with this proposal, please return one copy of this letter with your signature below. Please contact me with any questions or comments. Thank you, Timothy J. Howell cc: James Bunchuck Igor Sikiric James Mulligan Accepted: Dated: Thomas F. Maher, P.E. 5/31/2002 Page 1 of 1 7 10'-0MIN GEOTEXTILE S [GTI 0 N A SECTION OF ROAD AND SWALE N.T.S. ROAD T 6- CROWN ON 3- ASPH, ROAD � .(ROAD 4- ASPH 8- AGGRI ELEVATION) TYPE 11 WRIER 60 MIL H ................�G.AS VEW ..................... ............... ..................... ....................... . .................. ................ SUBQRAJDE WRAP END OF GEOCOMPOSITE DRAINAGE LAYER WITH GEOTEXTILE TO -CLOSE GEOCOMPOSITE. HEAT S- ,EA,k4*.'. BOTTOM AND TOP OF" GEOCOMPOSITE TO GEOTEXTILE (TYP.) a TEFRY CONTRACTING & ;MATERIALS, INC - 8.40 WEST MAIN STREET RIVERHEAD, 'NY 11901 (6 31) 727-0110 FAX: (03-1) 727-0410 September 13, 2002 Thomas F. Maher, P.E. Dvi rka and Bartilucci 330 Crossways Park Drive Woodbury, RY _11797-2015 Re: Southold Landfill Closure D&B No. I a 14 Dear Mr. Maher: As discussed at the progress meeting of September 12, 2002, Terry Contracting and Materials, Inc. offers the following cost proposal for installation of 6" asphalt curbing: 1.. 6" Asphalt Curbing $2.75 / linear foot If you agree with this proposal, please return one copy of this letter with your signature below. please contact me with any questions or comments. Thank you, Timothy Howell CC. James Mulligan James Sunchuck' Tgor Sik, ric APPROVED: Thomas F. Maher, P.E. DATED: 4/13/2002 Page I of 1 i SK / dt r . CHANGE ORDER (Revised May 8, 2003) No. 13 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTORTent' Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's'Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: See Attachment Reason for Change Order: See Attachment Attachments (List documents supporting change.): CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 12 : $ 317,939.00 Contract Price prior to this Change Order: $ 5,534,305.50 Net increase of this Change Order: $_ (389,804.87) Contract Price with all approved Change Orders: $ 5,144,500.63 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 12 Substantial Completion: _246 days Final Completion: 246 days Contract Times prior to this Change Order: Substantial Completion: 516 days Final Completion: 546 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 RECOMMEND APPROVED: ACCEPTED:.Gt/ Dvirka and *1 i o sultin neers Town of Southold Tent' Contracting and 1V by �/ by:bY: Thomas F. Maher, Vice President Jam unchuck, Solid Waste Coordinator O�GTt', Date: Date:=9 C"'Z, Date: 01314W0401302.DOC(R03) Inc. ATTACHMENT — CHANGE ORDER NO. 13 (Revised May 8, 2003) Value Description Reason for Change Order of Change Decrease Bid Item 3 — Clearing and Reduction in area cleared and grubbed ($4500.00) Grubbing from 50 acres to 12 acres Increase Bid Item 4 — Unclassified Excavation & Relandfilling Increase in quantity from 74,000 cy to $51,425.00 84,285 cy due to changes in grading plan Increase Bid Item 5A — Removal & Increase in quantity from 2,000 cy to $67.60 Relandfilling of Buried Waste -Waste 2,010 cy due to increase in waste Excavation Area 1 Increase Bid Item 5B — Excavation of Gas Migration Control Trenches Increase in quantity from 2,200 cy to $9,504.00 2,600 cy due to increase in trench length, plus 400 cy of gravel at $21/cy Add Bid Item 5D — Waste Excavation Removal of 7,138 cy of waste beyond $48,395.00 Area 2 (Provided for in Change Order cap limit and backfill No. 4 With No Increase in Contract Price) Add Bid Item 5E — Waste Excavation Removal of cy of waste $49,726.55 Area 3 (Provided for In Change Order beyond cap limit and backfill No. 4 With No Increase in Contract. Price) Add Bid Item 5F Waste Excavation Removal of cy of waste $2,678.10 Area 4 beyond cap limit and backfill Add Bid Item 5G — Waste Excavation Removal of cy of waste $943.78 Area 5 beyond cap limit and backfill Increase Bid Item 6 — Contour Grading Material, General Fill & Daily Cover from On -Site Sources Delete Bid Item 7 — Geotextile — Type 1 (Provided for in Change Order No. 5 With No Decrease in Contract Price) Increase Bid Item 8 — Gas Venting Layer from On -Site Sources 0131410401301(R08) Increase in quantity from 36,000 cy to $224,307.00 110,769 cy due to changes in grading plans, mixing sand with yard waste and C&D material, and settlement Not required due to similar material ($332,000.00) used for subgrade surface and gas venting layer Increase in quantity from 56,000 cy to $3,900.00 57,300 cy due to increase in geomembrane area ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Increase Bid Item 9'— 60 Mil Textured HDPE Geomembrane Increase Bid Item 10 -Landfill Gas Vents (Provided for in Change Order No. 6 With No Increase in Contract Price) Increase Bid Item 11 - Geocomposite Increase Bid Item 12 — Barrier Protection Layer from On -Site Sources Increase Bid Item 13A — Vegetative Growth Medium Using On -Site Compost & On -Site Sand from Borrow Area Delete Bid Item 13B — Contingency Topsoil from Approved Off -Site Sources Decrease Bid Item 14 — Erosion Control Blanket Decrease Bid Item 16 - Hydroseeding Decrease Bid Item 17 - Landscaping Decrease Bid Item 18 — Rip Rap, Stone Fill, Gravel & Reno Mattress Decrease Bid Item 19A — 6 -Foot High Fencing Decrease Bid Item 19B — Foot High Fencing Reason for Change Order Increase in quantity from 166,000 sy to 171,901 sy due to increase in waste surface area Increase in quantity from 39 vents to 49 vents due to use of loam for contour grading material and additional gas venting capacity Increase in quantity from 39,000 sy to 61,000 sy due to error in contract quantity and additional 7,582 sy (Chenango letter 2/28/03) for increased slopes on eastern portion of landfill Increase in quantity from 56,000 cyto 57,300 cy due to increase in geomembrane area, and additional 2,823 cy for increase of 1 foot thickness under roads Increase in quantity from 20;000 cy to 32,642 cy due to manufacture of all topsoil on-site Manufacture of all topsoil using on- site source material and deletion of topsoil in Borrow Area Deletion of seeding in Borrow Area Deletion of seeding in Borrow Area Deletion of plantings on the landfill cap Reduction of erosion control material in southeast quadrant drainage system Decrease in the length of fencing from 6,030 feet to 4,534 feet Decrease in the length of fencing from 800 feet to 345.25 feet 01314/T0401301(Ro6) 2 Value of Change $30,449.16 $11,840.00 $124,244.40 $20,615.00 $88,494.00 ($248,400.00) ($76,392.00) ($18,551.00) ($27,208.00) ($2,856.00) ($28,050.00) ($17,962.63) ATTACHMENT — CHANGE ORDER NO. 13 (continued) Description Increase Bid Item 19C — Gates Decrease Bid Item 20 — Maintenance Roads - 6" Deep RCA Decrease Bid Item 21— Maintenance Roads - 12" Deep RCA (Provided for in Change Order No. 7 With No Increase .in Contract Price) Decrease Bid Item 22 — Main Access Road (Provided for in Change Order No. 7 With No Decrease in Contract Price) Decrease Bid Item 24A — Abandon Existing Landfill Gas Monitoring Wells Decrease Bid Item 24B — New Landfill Gas Monitoring Wells Decrease Bid Item 25A — Abandon Existing Groundwater Monitoring Wells Decrease Bid Item 28 — Water Supply Well and Electrical Service Delete Bid Item 30— Sand Pit Regrading Add Bid Item 32 — Test Pitting (Provided for in Change Order No. 2 With No Increase in Contract Price) Add Bid Item 33 — Waste Import (Provided for in Change Order No. 3 at an Increase of $75,000.00 in Contract Price) Reason for Change Order Increase number of gates from 2 to 4 Decrease in area of roads from 2,600 sy to 2,336 sy Increase in area of roads from 4,100 sy to 5,601 sy Decrease in area of road from 6,500 sy to 2,320 sy Decrease in the length of wells abandoned from 260 feet to 35 feet Decrease in the length of wells constructed from 570 feet to 560 feet Decrease in the length of wells abandoned from 980 feet to 377 feet Town contracted directly for construction of the water supply well Town will perform this work Required to delineate/confirm limits of waste Required to handle C&D material after completion of baseline topographic survey— actual cost $64,385.00 Deletion of Bid Item 35 — Spreading of Not part of landfill closure project. — Greenport Pond Material (Provided for charged to the Town separately in Change Order No. 9 With an Increase of $21,000.00 in Contract Price) 0 1314/T0401301(R06) 3 Value of Change $5,976.00 ($1,584.00) $13,133.75 ($177,650.00) ($13,500.00) ($760.00) ($36,160.00) ($38,000.00) ($219,000.00) $10,800.00 ($10,615.00) ($21,000.00) ATTACHNTENT — CHANGE ORDER NO. 13 (continued) Value Description Reason for Change Order of Change Add Bid Item — Handling of C&D Required to handle C&D material as $375.00 Material — CAT 322 gradingmaterial Add Bid Item — Consolidation of Required to consolidate compost to $2,156.00 Unscreened Compost in Borrow Pit — manufacture topsoil CAT 322 Add Bid Item — Consolidation of Required to consolidate compost to $2,965.63 Unscreened Compost in Borrow Pit — manufacture topsoil CAT 980 Add Bid Item — Consolidation of Required to consolidate compost to $2,925.00 Unscreened Compost in Borrow Pit — manufacture topsoil CAT D7 Add Bid Item — Grading of Eastern Required to complete grading of the $11,025.00 Hill — CAT D7 eastern portion of the landfill Add Bid Item — Separate Loam for Required to separate loam to $400.00 Production of Vegetative Growth manufacture topsoil Medium — CAT D6 Add Bid Item — Separate Loam for Required to separate loam to $656.25 Production of Vegetative Growth manufacture topsoil Medium — CAT 322 Add Bid Item — Screening of Required to screen compost to $15,675.00 Unscreened Compost — Trommel 725 manufacture topsoil Add Bid Item — Temporary Asphalt Required to access temporary road to $2,835.00 Apron the Compost Facility Add Bid Item — Surcharge for Black Required for fencing adjacent to $3,995.00 Vinyl Fencing residential property Add Bid Item — Testing of 17 -Acre Required for new source of material $12,970.00 Sand for Gas Venting & Barrier from Compost Facility Protection Layer Add Bid Item — Enlargement & Required to handle additional flow $64,667.14 Construction Changes to Recharge from southeastern drainage diversion Basin 3 system Add Bid Item — Segmented Installation Required to provide access to Compost $31;761.69 of Geomembrane for 17 -Acre Road Facility during construction of the cap 01314/f0401301(R06) 4 ATTACHMENT CHANGE ORDER NO. 13 (continued) Description Add Bid Item — Additional Surveying Add Bid Item — Gas Migration Control Trench Extension in Area of Scale House Add Bid Item — Liner Installation Around Eastern Drainage System Catch Basin 1 Add Bid Item — Final Grading of Recharge Basins 1 & 2 Add Bid Item — Transition Area Grading Add Bid Item — Relocation of Maintenance Road Along McBride Property Add Bid Item — Extra Gas Migration Control Trench Vents and Turbines Elimination of Waterproofing Manholes Along Southwestern Drainage system Elimination of Truck Stand Substitution of Curlex for Erosion Control Blanket Reason for Change Order Required due to changes in the project Required to provide continuous gas migration control trench in the vicinity of the scale house Required due to addition of catch basin Required due to no payment item in the contract for this work Required to grade edge of cap to preconstruction grade at landfill property boundary Required to grade area between the road and landfill property line Required to increase venting of the gas migration control trenches Elimination of waterproofing due to location of manholes outside the cap Elimination of truck stand due to agreement on truck volumes Cost reduction Delete Bid Item 37 — Asphalt Curb Part of construction of Compost Along Pavement Road to Compost Facility to be charged to Compost Facility (Provided for in Change Order Facility No. 12 With an Increase of $3,575.00 in Contract Price) 0 1314/r0401301(R06) 5 Value of Change $58,943.90 $8;698.00 $1,300.78 $5,000.00 $8,000.00 —$8,000.00 $4,000.00 ($2,100.00) ($700.00) ($11,000.00) ($3,575.00) ($389,804.87) f 11/05/2002 TUE 16:53 FAX � 001/001 CE ANGE ORDERNo. 13 DATE OF ISSLiANCP EFFECTIVE DATE OWNER Town of Southold �. CONTRACTOR Terry Contracting and Materials, Inc., Contract: General Construction r Project: Southold Landfill Closure OWNEk's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirksan artilucci Consulting Engineers You are directed to make the following changes in the Contract Documents.- Description, ocuments:Description: Add Bid Itcm 38 — Off-site Topsoil to Manufacture Vegetative Growth Medium, which represents a value(increass of $195,500,00 ($ i7/cy [delivered to the landfill] x 10,000 cy x 15% [contractor's fee in accordance with the Contract Document, Section 11.6]). Manufacture and placement of the Vegetative Growth Medium shall be a the contract unit price of $7.00/cy in-place (Bid Item 13A). Reason for Change Order: To manufacture Vegetative Growth Medium to complete the landfill cap that could not be manufactured using on-site compost Attachments (List documents supporting change.); Letters froin Terry Contracting and Materials, Inc. dated November 2002. Fnal CHANOE IN CONTRACT MICE: Contract Price 5 2!6 366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 12 $ 317,939.00 Contract Price prior to this Change Order: $ 5.534.305.50 Net i►tcrease of this Change Order: $ 195,500.00 Contract Price with all approved Change Orders: RECOMMENDED: Dvirka and Bartilucci Consulting by: Thomas F. Maher, Vice P Date: CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 12 Substantial Completion: 246 days _ Final Completion: 246 days Contract Times prior to this Change Order: Substantial Completion: 516 days Final Completion: 546 days Net increase this Change Order: Substantial Completion: 0 days, Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 APPROVED: ACCEPTED - Town of Southold Terry Contraeft and Materials, Inc. by: by.- James y:James Bunchuck, Solid Waste Coordinator Robert Ci. Terry, President Date: a 13141Gi 105202.1)QC(ii01) l Date: CHANGE ORDER DATE OF ISSUANCE No. 12 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. .2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 37 — Asphalt Curb Along Permanent Road to Compost Facility, which represents a value/increase in construction cost of $3,575 ($2.75/8 x 1,300 ft). This item includes elimination of 1,300 lineal feet of concrete curb and 210 feet of steel guardrail ($65/ft) along the permanent road to the compost facility and addition of 130 8'x 2'x 2.5' concrete retaining wall blocks along the permanent road. Reason for Change Order: To provide for improved traffic safety for vehicles traveling the road along the southwest boundary of the landfill to access the new Compost Facility west of the landfill. Attachments (List documents supporting change.): Letters from Terry Contracting and Materials, Inc. dated May 31, 2002, and September 13, 2002. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase {Decrease) from previous Change Orders No. 2 to 11. $ 314,354 Contract Price prior to this Change Order: $ 5,530,720.50 Net increase of this Change Order: $ 3,575 Contract Price with all approved Change Orders: $ - 5,534,295.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 11 Substantial Completion: 246 days Final Completion: 246 days Contract Times prior to this Change Order: Substantial Completion: 516 days Final Completion: 546 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 RECOMMEND'.� APPROVED: ACCEPTED: Dvirka an Bartilu.*Co' Co �ultin gineers Town of Southold Terry Contr ng ang Materials, c. by: bby: Thomas F. Maher, Vice President James unchuck Soli Waste Coordinator obeerrt G. erry, t Date: g /Z� /(1 Date: q of 7 O Date: /- 7 ♦ 1314\G0925203.D0QR02) TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET i RIVERHEAD, NY 11901 ( 6 3 1 ) 727-0170 FAX: (631) 727-0410 May 31, 2002 Thomas F. Maher, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury, NY 11797-2015 Re: Southold'Landfill Closure D&B No. 1314 Dear Mr. Maher: Attached, please find a detail of suggested changes'to the northern edge of the permanent road. These changes are intended to eliminate potential erosion problems and eliminate the need to maintain turf in an inaccessible location. Additionally, concrete retaining wall blocks would be placed on both the northern and southern boundaries of the permanent road. These blocks would prevent any vehicle from straying off the road and traveling over lined area. If approved, performance of this work would result in no net increase to the contract price. The area would be billed as if it were constructed as shown on the contract drawings. Payment would be sought for all barrier protection material, topsoil,,hydroseeding, and erosion control fabric originally intended for the area. However, the area would be constructed as shown on the attached detail. Also, no credit would be give for elimination of any concrete curb or guardrail'due to installation of the retaining wall blocks. If you agree with this proposal, please return one copy of this letter with your signature below. Please contact me with any questions or comments. Thank you, y - Timothy J. Howell cc: James Bunchuck Igor Sikiric James Mulligan Accepted: Thomas F. Maher, P.E. Dated: 5/31/2002 Page I of I "'h i 10•-0 .MIN. ROAD 4'-0 6'-0 4'-0' 15'-0- ,,�ROAD SYMMETRICAL CONCRETE ABOUT CENTERLINE SWALE ORAIN F3ARRIER +•• .> • . "I" 6' CROWN ON 3" ASPH, rr..� •,.r tea, F ROAD .(ROAD 4" ASPH STONE FILL "�'=;;{�. ELEVATION) 8" AGGRI 6" ZING STONE FITYPE Il C COATED LL • 1 1 RENO ,:' • - ":� �,�-BARRIER 2 MATTRESS 2 60 MIL h ............................—GAS. VENI ;. . ............. 7YPE I SUBGRADE "..:: _........ GES- Mil, �. E WRAP END OF GEOCOMPOSITI_ DRAINAGE LAYER WITH "' -••• GEOTEXTILE TO .CLOSE GEOCOMPOSITE. HEAT • SEAM:• . 1-* • BOTTOM AND TOP OF' GEOCOMPOSITE TO GEOTEXTILE t '-6` (TYP..) SECTION A SEC_n0N OF ROAD AND SWALE N.T.S. A TERRA" CONTRACTING & M,ATERIALS, INC. 840 WEST MAIN STREET RIVERNE'AI), NY 11901 ( 6 3 1 ) 727-0170 FAX: (631) 727-0410 September 13, 2002 Thomas F. Maher, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury, NY 11797-2015 Re: Southold Landfill Closure D&S No. 1314 Dear Mr. Maher: As discussed at the progress meeting of September 12, 2002, Terry Contracting and Materials, Inc. o€fees the following cost proposal for installation of 6" asphalt. curbing: 1. 6" Asphalt Curbing $2.75 / linear foot If you agree with this proposal, please return one copy of this letter with your signature below. Please contact me with any questions or comments. Thank you, Timothy Howell cc: James Mulligan James Bunchuck Tgor Sikiric APPROVED: Thomas F. Maher, P.E. - 9/13/2002 DATED: Page 1 of I 840 West Main Street ❑ Riverhaad, NY' 11801 631.727-0170 Fax 631.727-0410 Fact of Broad Street, Suite 103 13 Stratford, CT 06615 203-375-8460 Fax 203.375.84 10 1b: James Bunchuck From Julie for Robert G. Terry Fax: 734-7976 Pag": 15 Pham 734-7685 aim 11-3-03 no: 00 ❑ Urgent 13 For Reviews © Pkw" Cf nrnent © P1"se Reply ❑ Pl"" Recycle Attached are copies of Change Orders 1, 12 and 13, Change Qrft 1 has a scheduled attached which I reduced to regal size. I will send a full size copy for your records. ojt-� ufie CHANGE ORDER ( No. _I DATE OF ISSUANCE �' r� J . —. 07. 02� a1 OWNER Town of Southold CON TRACTOR Tem Contracting and Materials Inc Contract: General Construction Project Southold Landfill Closure OWNER's Contract No. 2000 ENGINEF.R's Contract No. 13 i4 ENGINEER Dvitl<a and Hartitucei Consultla Engineers ` You aro directed to make the following changes in the Contract Documents: Description: Delete Article 3 of the Agreement and replace It with the following: r "Article 3. CONTRACT 7EME AND FINAL CONTRACT TME- The Work shall be substantially completed in accordance with Section 14 of the ()moral Conditions within j95 consecutive calendar days after the date when the Contract Time commences to run as provided in Section 2 of the General Condition}, and finally completed and ready for final payment in accordance with Section 14 of the General Conditions within 30 consecutive calendar days after the date of Substantial Completion (Final Contract Time)." Reason for Change Order: Notice to Proceed date will result in extending construction period into winter months and ' therefore an extension in Contract Time is required, Attachments: (List documents supporting change.) Construction Schedule CHANGE IN CONTRACT PRICE: Original Contract Price S 5 2l6 366.30 Net Increase (Decrease) In previous Change Orders No. NA to 1 S 0 Contract Price prior to this Change Order: 3_5 216,366.50 Not increase (decrease) of this Change Order: s 0 Contract Price with 1 approved Change Orders: $_ . 5,216,366.90 RECON MENDED: Dvirka and H i ConMK4 EnaIIneors by: 1-141 Thomas F. Maher, Vice President Dare: 6 t / e . ♦ 13141A0622IO2.doe CHANGE IN CONTRACT T1Iv E& Odgind Contract Times: Substantial Completion: 270 days Final Completion: 300 days , Net change m pWA-0us Change Orders No. NA to 1 Substantial Completion: 0 days Find Completion: 0 days _ Contract Times pri—or—to-this Change Order: Substantial Completion: 270 days Final Completion: 300 da s Net Increase this Change Orday. Substmtial Completion: 125 days Final Completion: 125 days Contract Times with all approved Change Orders: Substantial Completion: 39.5 Final Completion: 425 _ APPROVED: APPROVED: Town of Southold Terry Contracting and Materials. by: by: Jam unc uck, olid Waste Coordinator Mobert G. Teff. P Date: ��(e �/� Dater, j lo mill ON . . . . . . oil INd . � u�� DATE OF ISSUANCE CHANGE ORDER No. l2 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and d Matenab, fur. Contract. Crcrtend Construction Pmject: Southold Lando Closure OWNP.R's Contract No, 2000 BNG'INEER's Contract No. 1314 ENGINBEk Dvirias and Bartilucci Consulting Ensinvers You are directed to make the following chsngts In the Contract Documents: , Description: Add Did Item 37 -Asphalt Curb Along Permanent Road to Compost Facility, which represent; a valtmAnerease in cOnSt action cost of $3,575 ($2.75/ft x 1,300 ft). This item includes elimination of 1,300 lineal feet of concrete curb and 210 feet of steel guardrail (S65Ift) along the pennarnent road to the compost facility and addition of 1.30 8'x 2'x 2.5' Concrete retaining wall blocks along the permanent road. Reason fbr Change Order: To provide for improved traffic safety for vehicles traveling the road along the southwest boundary of the landfill to access the new Compost Facility west of the landfill. Attachments (List documents supporting change)Leiters from Terry Contracting and Materials, Inc, dated May 31, 2002, and September 13, 2002. CHANGE IN CONTRACT PRICE: Original Contract Price 5,216,366.50 Net Increase (Decrease) fivm previous Change Orders No. 2 to . _� 1 S 314„354 Contract Price prior to this Change Order: 5,530.720.50 Net increase of this Change Order: ^ $ 3,575 Contract Price with all approved Change Orders: t 5,534:245.50 CHANpE IN 7 NTRAC'T TIME$; Original Contract Times: Substantial Completion: 270 days Final Completion: 300 dais Net change firom previous Change Orders No. 1 to i I Substentisl Completion 246 days Final Completion: 246 days Contract Times prior to this Change Order; Substantial Completion: 516 days Final Completion: 546 days Net inume this Change Order. Substantial Completion: 0 days Final Completion- 0 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 RECt7M1NLh APPROVED: ACCEPTED: DDvirka anQ 8 '1 ci CQrrsulti � ineers Town of Southold Teny Conti an Materials, c, f,/� i l �j by: t�`w/o by. &A� -w C by: Tl+ mss F. Maber, Vice President Jam unchuck, Solid ante Coordinator Robeitt-G. airy, Date: Z&' Date: 0 7 Date: 7 � • 13 tatir,Og25203.DctG(RD2) TERRY CONTRACTING & MATERIALS, INC. 940 WEST MAINS STREET RIVERHEAD, NX 11901 ( 6 3 1 ) 727-0170 FAX: (631) 727-0410 May 31, 2002 Thomas F. Maher, P.E. Dvirka and Bartilucci 330 Crossways park Drive Woodbury, NY 11797--2015 Re: Southold Landfill Closure D&B NO. 1,314 Dear Mr. Maher: Attached, please find a detail of suggested changes to the northern edge of the permanent road. These changes are intended to eliminate, potential erosion problems and eliminate the need to maintain turf in an inaccessible location. Additionally, concrete retaining wall blocks would be placed on both the northern and southern boundaries of the permanent road. These blocks would prevent any vehicle from straying off the road and traveling over lined area. If approved, performance of this work would result in no net increase to the contract price. The area would be billed as if it were constructed as shown on the contract drawings. Payment would be sought for all barrier protection material, topsoil,-hydroseeding, and erosion control fabric originally intended for the area. However, the area would be constructed as shown on the attached detail. Also, no credit would be give for elimination of any concrete curb or guardrail due to installation of the retaining wall blocks. It you agree with this proposal, please return one copy of this letter with your signature below. Please contact me with any questions or comments. Thank you, Timothy J. Howell cc, James Bunchuck Igor Sikiric James Mulligan Accepted: Dated: Thomas F. %cher, P.E. 5/31/2002 Page 1 of I 4'. CHDPE SWAG£ DRAIN STONE EII1 b' ZINC COATED STONE FILL 1 2 REMMATTRESS 2 ' r r • ��..�:'•rrrssrrrt•errrrrr>-rrirrrrrrrsrrrrrrrirrli .���ti i�j �y �eii sl r•��f""���\ttll�ttaa\1wal�is�1�\t\1a1�.a\tatXi171;it1tr 's'•+�,p t • �a s •+/.r'. f��'��'•FT"M.+�. itli :ice �� ,i .� i•.��.a�• :•`� :ai• ;'fir.• ' t ;!.SUBGRADE F 1 1• i• ••SDRAINAGE + a To CLOSEn• r --r :+ r •- e GEOCOMPOSITE TO acommiLz -SECTION A OF ROAD AND SWALE TERRY CONTRACTIitiG & M.ATERIALS, INC. 840 WEST MAIN STREET R1VERHEA0, NY 11901 (611) 72.7-0170 PAX. (6311 727-0410 September 19, 2002 Phomas F. Mahev, P.E. Dvtrka and Sartil4oci 330 crossways Perk Dri,vv Woodbury, NY 11797-2015 Re: Southold Landfill Closure DAB No. 1314 Dear Mr. Maher; As discyased at the progresa meeting of September 12, 2002, Terry Contracting and Materials, Inc. offers the fallowing cant propgpal fox' installation of 6" asphalt curbing; X. 61 Asphalt Curbing $2.75 / linear foot If you agree with this proposal, please return one copy of this tetter with your signature below. Please contact me uritis any questions or Comte. Thank you, Timothy govle� ccs James Mulligan James sunchuck Igor Siklric APPROVED., Thomas r. Maher, P.E. DAUD: 4/1312042 Pop 1 of 1 CHANGE ORDER (Revised May 8, 2003) No. 13 DAVE OF ISSUANCE✓ EFFECTME DATE OWNER 'town of Southold CONTRACTOR Teary Contracting and Materials, Inc. Contract: General Construction PwJect: Southold Landfill Closure OWNER's Conts'ad No. 2000 ENGINEER'S Contract No. 1314 _ ENGINEER Dvhka and Bartiluwi Consulting Engineers You are directed to make the following changes in the Contraat Documents: Description: See Attachment Ronson for Change Order: See Attachment Attachments (List documents supporting change.): CHANGE IN CONTRACT PRICE: Original Contract Price S 5.216,366.50 Net Increase (Decroase) pcev ous Change Orden No. • 2 to — 12_: S 317.939.00 Contract price prior to this: Change Order: S _ 5,534.305,50 Not increase of this Change Order: $ (399.804.87) Con tiad Price with all approved Change Orders: S 5.144-5OD.63 CHANGE IN CONTRACT 77M6: Original Contract rimer. SubssamU Completion: 270 days Final Completion: -300 days Net change Som previous Change Orders No. , �. to 12 Substantial Completion: 246 days Finial Completion: 246 dawn Contract Times prior to this Change Order: Substantial Completion: _516 &yg Final Cornpledoa: -546 days Not increase this Change Order. Substantial Completion: 0 lova Fina) Completion: 0 dug Contract Times with all approved Change Orders: Substantia Completion: -16 Find Complatio>a: 346 RECO APPROVED: ACCEPTIM DvWm and I i Cope news Town of Southold Tory Contracting and Mahon be. by: bY: by: Itaomacs F. Maher, Vice krraldert lam unchudc, Solis Waste Coordinato batt a3j, Date:YIf� __Date! %X --f + Dere: a 4 13141F0401302,DW(It03) ATTACHMENT — CHANGE ORDER NO. 13 friP9 Decrease Did Item 3 -- Clearing and Grabbing Increase Bid Item 4 -- Unclassified Excavation dt R.elandfilling Increase Bid Item 5A — Removal & Relandfilling of Buried waste -Waste Excavation Area l increase Bid Item 5B — Excavation of Gas Migration Control Trenches Add .Bid Item 5D -- Waste Excavation Area 2 (Provided for in Change Order No. 4 With No Increase in Contract Price) Add Bid Item 5E — Waste Excavation Area 3 (Provided for In Change Order No. 4 Witb No Increase in Contract Price) Add Bid Item 5F — Waste Excavation Area 4 Add Bid Item 5G — Waste Excavation Area 5 Increase Did Item 6 — Contour Grading Material, General Fill dt Daily Cover from On -Site Sources Delete Bid Item 7 — Geotextile — Type 1 (Provided for in Change Order No. 5 With No Decrease in Contract Price) Increase Bid Item 8 — Gas Venting Layer fmm On -Site Sources 0 1314/r(14013ar(Roo) (Revised May 8, 2003) HIM11.19r Clumrte Order Reduction in area cleared and grubbed from 50 acres to 12 acres Increase in quantity from 74,000 cy to 84,285 cy due to changes in grading plan Increase in quantity from 2,000 cy to 2,010 cy due to increase in waste Increase in quantity from 2,200 cy to 2,600 cy due to increase in trench length, plus 400 cy of gravel at $21/cy Removal of 7,13 8 cy of waste beyond cap limit and backfill Value of Chun ($45,600.00) $51,425.00 $67.60 $9,504.00 ` $48,395.00 Removal of cy of waste $49,726.55 beyond cap limit and backfill Removal of _ cy of waste $2,678.10 beyond cap limit and backfill Removal of cy of waste beyond cap limit and backfill Increase in quantity from 36,000 cy to 1 ] 0,769 cy due to changes in grading plans, mixing sand with yard waste and C&D material, and settlement Not required due to similar material used for subgrade surface and gas venting layer Increase in quantity from 56,000 cy to 57,300 cy due to incrftse in geomembrane. wee $943.78 $224,307.00 ($334000.00) $3,900.00 ATTACl3MENI' — CHANGE ORDER. NO. 13 (continued) D2.ti 100 Increase Bid Item 9 -- 60 Mil Textured HDPE Geomombrane Increase Bid Item 10 — Landfill Gas Vents (Provided for in Change Order No. 6 With No Increase in Contract Price) Increase Bid Item 11- Geocomposite Increase Bid Item 12 — Barrier Protection Layer from On -Site Sources Increase Bid Item 13A — Vegetative GnrNffi Medium, Using On -Site Compost & On -Sine Sand from Borrow Area Delete Bid Item 13B — Contingency Topsoil from Approved Off -Site Sources Decrease Bid Item 14 — Erosion Control Blanket Decrease Bid Item. 16 - Hydroseeding Decrease laid Item 17 Landscaping Decrease Bid Item 18 — Rip Rap, Stone Pill, Gravel & Reno Mattress Decrease Bid Item 19A — 6 -Foot High Fencing Decrease Bid Item 19B — Foat High Fencing 01314/r0401301(R06) Remsoo for Chaaae Qrder Increase in quantity from 166,000 sy to 171,901 sy due to increaso in waste surface area Increase in quantity from 39 vents to 49 vents due to use of loam for contour grading material and additional gas venting capacity Increase in quantity from 39,000 sy to 61,000 sy due to en -or in contract quantity and additional 7,582 sy (Chenango letter 2128/03) for increased slopes on eastern pardon of landfill Increase in quantity firom 56,000 cy to 57,300 cy due to inerme in geomembrane area, and additional 2,823 cy for increase of 1 foot thickness under roads Increase in quantify frrnn 20,000 cy to 32,642 cy due to manufacture of all topsoil on-site Manufacture of all topsoil using on- site source material and deletion of topsoil in Borrow Area Deletion of seeding in Borrow Area Deletion of seeding in Borrow Area Deletion of plantings on the landfill cap Reduction of erosion control material in southeast quadrant drainage system Decrease in the length of fencing from 6,030 feet to 4,534 feat Decrease in the length of fencing from 800 feet to 345.25 feet 2 Value AVAUee $30,449.16 $11,840,00 $124,244.40 $20,615.00 $88,494.00 ($248,400.00) ($76,392.00) ($18,551.00) ($27,208.00) ($2,856.00) ($2050.10) ($17,962.63) J ATTACHMENT — CHANGE ORDER, NO, 13 (continued) DgscriRpoa Increase Bid Item 19C — Gates Decrease Bid Item 20 — Maintenance Roads - 6" Deep RCA Decrease Bid Item 21— Maintenance Roads - 12" Deep RCA (Provided for in Change Order No. 7 With No Increase in Contract Price) Decrease Bid Item 22 — Main Access Road (Provided for in Change Order No. 7 With No Decrease in Contract Price) Decrease Bid Item 24A — Abandon Existing Landfill Gas Monitoring Wells Decrease Bid Item 24B —New Landfill Gas Monitoring Wells Decrease Bid Item 25A — Abandon Existing Groundwater Monitoring Wells Decrease Bid Item 28 — Water Supply Well and Electrical Service Delete Bid Item 30 — Sand Pit Regrading Add Bid Item 32 —Test Pitting (Provided for in Change Order No. 2 With No Increase in Contract Price) Add Bid Item 33 — Waste Import . (Provided for in Change Order No. 3 at an Increase of $75,000.00 in Contract Price) Deletion of Bid Item 35 r Spreading of Groenport Pond Material (Provided for in Change Order No. 9 With an Increase of $21,000.00 in Contract Price) Ian f r tChagge Order Increase number of gates from 2 to 4 Decrease in area of roads from 2,600 sy to 2,336 sy Increase in area of roads from 4,100 sy to 5,601 By Decrease in arca of road from 6,500 sy to 2,320 sy Decrease in the length of wells abandoned from 260 feet to 35 feet Decrease in the length ofwells constructed from 570 feet to 560 feet Decrease in the length of wells abandoned from 980 feet to 377 feet Town contracted directly for construction of the water supply well Town will perform this work Required to delineate/confirm limits of Waste Required to bandle C&D material after completion of baseline. topographic survey — actual cost $64,385.00 Not part of landfill closure project. — charged to the Town separately a 1314rr04013010M) 3 Value otch $5,976.00 ($1,584.00) $13,133.75 ($177,650.00) ($13,500.00) (x760.00) ($36,160.00) ($38,000.00) ($219,000.00) $10,800.00 ($10,615.00) ($21,000.00) ATTACHMENT — CHANGE ORDER NO. 13 (continued) Demu iatilon Add Bid Item — Handling of C&D Material — CAT 322 Add Bid Item — Consolidation of Unscreened Compost in Borrow Pit — CAT 322 Add Bid Item — Consolidation of Unscreened Compost in Borrow Pit — CAT 980 Add Bid Item — Consolidation of Unoetoeaed Compost in Borrow Pit — CAT D7 Add Bid Item — Grading of Eastern Hill — CAT D7 Add Bid Item — Separate Loam. for Production of Vegetative Growth Medium — CAT D6 Add Bid Item — Separate Loam for Production of Vegetative Growth Medium — CAT 322 Add Bid Item — Screening of Unscreened Compost — Trommel 725 Add Bid Item -- Temporary Asphalt Apron Add Bid Item — Surcharge for Black Vinyl Fencing Add Bid Item — Testing of 17 -Acre Sand for Gas Venting & Barrier Protection Layer Add Bid I,tem — Enlargement & Construction Changes to Recharge Basin 3 Add Bid Item — Segmented Installation of Geomembrane for 17 -Acre Road Value RMon for Changsr 9f Chanre Required to handle C&D material as 8375.00 grading material Required to consolidate compost to $2,156.00 manufacture topsoil Required to consolidate compost to $2,965.63 manufacture topsoil Required to consolidate compost to $2,925.00 manufacture topsoil Required to complete grading of the eastern portion of the landfill Required to separate loam to manufacture topsoil Required to separate loom to manufacture topsoil Required to screen compost to manufacture topsoil Required to access temporary road to the Compost Facility Required for fencing adjacent to residential property Required for new source of material from Compost Facility Required to handle additional flow from southeastern drainage diversion system Required to provide access to Compost Facility during construction of the cap a r3l4trWJ301(R06) 4 $11,025.00 $400.00 $656.25 $15,675.00 $2,835,00 $3,995.00 $1.2,970.00 $64,667.14 $31,761.69 ATTAC)EI I ENT — CHANGE ORDER NO. 13 (continued) pAydR ion Add Bid Item •- Additional Surveying Add Aid Item -- Gas Migration Control Trench Extension in Area of Scale House Add Bid Item -- Liner Installation Around Eastern Drainage System Catch Basin 1 Add Bid Item — Final Grading of Recharge Basins 1 & 2 Add Bid Item — Transition Area Grading Add Bid Item — Relocation of Maintenance Road Along McBride Property Add Bid Item — Extra Gas Migration Control Trench Vents and 'Turbines Elimination of Waterproofing Manholes Along Southwestern Drainage system Elimination of Truck Stand Substitution. of Curlex for Erosion Control Blanket Delete Bid Item 37 — Asphalt Curb Along Pavement Road to Compost Facility (rmvided for in Change Ceder No. 12 With an Increase of $3,575.00 in Contract Price) 0 1314/rW0139a(R06) Reason for Chow Order Required due to changes in the project Required to provide continuous gas migration control trench in the vicinity of the scale house Required due to addition of catch basin Required due to no payment item in the contract for this work Required to grade edge of cap to preconshuetion grade at landfill property boundary Required to grade area between the road and landfill property lime Required to increase venting of the gas migration control trenches Elimination of waterproofing due to location of manholes outside the cap Elimination of truck stand due to agreement on track volumes Cost reduction Value of C $58,943.90 $8,699.00 $1,300.7$ --$5,000.00 -$8,000.00- —ss,000.00 —$4,000.00 ($2,100.00) ($700.00) (—$11,000.00) Part of construction of Compost ($3,575.00) Facility to be charged to Compost Facility 5 ($389,804.87) FIELD ORDER DATE OF ISSUANCE No. 2 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Change in construction of Gas Migration Control Trenches. This change results in no addition or reduction in the cost of construction. Reason for Change Order: Due to Terry Contracting & Materials, Inc. (TC&M) difficulty in excavation of the Gas Migration Control Trenches (Bid Item 5B), TC&M requested a change in construction of the trenches, which has been approved by NYSDEC. Attachments (List documents supporting change.): Letter from TC&M to D&B dated November 9, 2001 Letter from NYSDEC to D&B dated November 9, 2001 CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka and rti ci Co ti ineeers Town of Southold n Terry Contracting and Materials, Inc. Thomas F. Maher, Vice President Jame unchuck, Solid Waste Coordinator Robert G. Te sid t Date: %z�o�/ Date: Date: /.2119/, ♦ 1314\G1107111.DOC(RO 1) y TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD, NY 11901 ( 6 3 1 ) 727-0170 FAX: (631) 727-0410 November 9, 2001 Thomas F. Maher, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury, NY 11797-2015 Re: Southold Landfill Closure D&B No. 1314 Dear Mr. Maher: Attached, please find a detail of the proposed method of construction for the gas migration control trenches, as discussed by yourself and Robert Terry. Such methods are proposed because the Contractor is unable to construct the trenches as designed by the Engineer. The proposed method preserves the critical details of the gas migration trenches and, excluding the proposed ventilation system, can be constructed at contract prices. The proposed methods will supersede any conflicting detail as described in 2.3 G.2 of the Contract Documents and as shown on the Contract Drawings. Please contact me with any questions and/or comments. Thank you, Timothy J. Howell cc: Igor Sikiric James Bunchuck 11/9/2001 Page 1 of 1 a� � (/,V,Z. "ova a >01011 a�CJ°f-'ao h >7 -iD T — "---_ �`_ D6 »d o/� y25 --� /✓O /10 ectal Coo New York State Department of Environmental Conservation o-< Division of Solid & Hazardous Materials, Region One Building 40 - SUNY, Stony Brook, New York 11790-2356 Phone: (631)444-0375 • FAX: (631) 444-0231 Website: www.dec.state.ny.us Erin M. Crotty Commissioner NOV - � :_'01 Thomas F. Maher, P.E. Vice President Dvirka and Bartilucci Consulting Engineers 330 Crossways Park Drive Woodbury, New York 11797 Re: Southold Landfill Dear Mr. Maher: The New York State Department of Environmental Conservation is in receipt of several letters dated between October 12 and October 19, 2001, regarding various change requests and revisions to the approved Southold Landfill closure report. 1)Letter dated Octoberl2, 2001: The Department has no objections toward the use of the specified replacement material that is to be used in the gas vent trenches and the gas vent wells. Furthermore, the Department concurs with your change in material for the gas vent trenches. In reference to the change in method of construction of the gas vents, the Department does not find your change to be suitable and believes that the gas vents should be installed according to the regulations specified under Part 360-2.13(p)(2)(ii). 2)Letter dated October 12, 2001: . The Department finds your fe-design to the 17 -acre parcel access road along the southwestern portion of the landfill, and all the changes associated with the re -design, to be acceptable. In addition, since the road previously designated for use as the main access road to the yard waste composting area is no longer going to be used as such, the requested re -design and construction is acceptable. 3)Letter dated October 15, 2001: The Department has reviewed your request for a modification to the existing drainage plan involving Recharge Basins No. 3 and 4. The Department concurs with the conceptual design presented, however, several areas of concern need to be addressed. If the pipe must route through, the waste. we will need -additional justification than what has been provided, and if so, the final drawings and specifications need to clarify the pipe -within the pipe specifications, for the double containment of the storm water conveyance. 4)Letter dated October 16, 2001: This letter addresses the proposed beneficial use of the landfill, as a golf driving range on the capped eastern portion of the landfill. The Department has the following comments and concerns. The geomembrane will need to meet the minimum 4% grade, however, if needed, the final upper surface grade could be less than 4%, if additional barrier protection soil is placed, which could enhance the proposed end use. Additionally, a delineation on the engineering plans will be needed for the relocation of gas vents at areas where public access will be heaviest. If need be, it is conceivable to bury gas transmission header pipes to facilitate the removal of the above ground gas vents at the driving range area. Furthermore, this end use would also require additional monitoring to ensure public health and safety. 5)Letter dated October 17, 2001: , The Department has reviewed the change requests presented within the above mentioned letter and finds the following change requests to be acceptable. Change the Barrier Protection Layer material from maximum particle size of 3/8 -inch to 1 -inch providing the particles are round or sub -round and change the minimum temperature for geomembrane installation from 40°F to 32°F as per Part 360. 6)Letter dated October 19, 2001: The Department has reviewed Terry Contracting's proposal for an alternate design to the construction of the gas migration control trenches. We agree with your decision and find the design to be acceptable. If you have any questions regarding the above, please contact Igor Sikiric of my staff at (631)444-0375. Sincerely, Anthony J. Cava, P .E. Regional Solid and Hazardous Materials Engineer cc: M. Treers, NYSDEC - I. Sikiric, NYSDEC J. Bunchuck, Town of Southold J. Mulligan, D&B P. Sutherland, TEC Senior Associates rka dlDvi and 0 Bartilucci Joseph H. Marturano CONSULTING ENGINEERS Kenneth J. Pritchard, P.E. 330 Crossways Park Drive, Woodbury, New York, 11797-2015 Theodore S. Pytlar, Jr. 516-364-9890 ■ 718-460-3634 ■ Fax: 516-364-9045 e-mail: db-eng@woridnet.att.net Principals Town of Southold ' Nicholas J. Bartilucci, P.E. Henry J. Chlupsa, P.E. 53095 Main Road Thomas F. Maher, P.E. Robert T. Bums, P.E. Southold, NY 11971 Richard M. Walka Steven A. Fangmann, P.E. Senior Associates October 1, 2001 Anthony 0. Conetta, P.E. Dennis F. Koehler, P.E. Joseph H. Marturano Kenneth J. Pritchard, P.E. Theodore S. Pytlar, Jr. James Bunchuck Solid Waste Coordinator Associates Town of Southold ' Rudolph F Cannavale Joseph A. Fioraliso, P.E. 53095 Main Road David S. Glass, P.E. William D. Merklin, P.E. Southold, NY 11971 Michael Neuberger, P.E. Brian M. Veilh, P.E. Charles J. Wachsmuth, P.E. Re: Southold Landfill Closure D&B No. 1314 Dear Mr. Bunchuck: Please find enclosed three (3) copies of Change Order No. 3. Please sign all copies, retain one copy for your records and return two (2) fully executed copies to me. TFM/tam Enclosures 0 1314\TFM01LTR-72.DOC Ve truly yours, Thomas F. Maher, P.E. Vice President A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. CHANGE ORDER DATE OF ISSUANCE 0611 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add a new Bid Item 33 (Acceptance of Waste after Completion of Baseline Topographic Survey) for landfilling and compaction of C&D materialand brush ascontour grading material. Payment for this item shall be $25/ton for labor and equipment, and any materials and supplies necessary to perform and support the work. The estimated quantity under this item is 3,000 tons. Measurement for payment shall be based on the Town of Southold scale records. Reason for Change Order: Additional work is necessary to landfill C&D material and brush accepted .at the landfill after preparation of the pre -construction topographic map. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 1 to 2 $ 0 Contract Price prior to this Change Order: $ 5,216,366.50 Net increase of this Change Order: $ 75,000 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: Dvirka d B ilu i Con I i Engineers by: % G Thomas F. Maher, Vice President Date: ♦1314U.0913102.doe(RO1) CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion; 395 Final Completion: 425 APPROVED: Town of Southold by Jam Bunchuck, Solid Waste Coordinator Date: / 6 — C' —o, APPROVED: Terry Contr ting and Ma�terials nc. by.-' Ml554 'Ronbert G. Te ry; kuidnt Date: 7 0 r Dvra and j a l u cc! CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 e 718-460-3634 ® Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J. Bartilucci, P.E. Henry J. Chlupsa, P.E. Thomas F. Maher, P.E. Robert T. Bums, P.E. Richard M. Walka Steven A. Fangmann, P.E. Senior Associates Anthony O. Conetta, P.E. Dennis F. Koehler, P.E. Joseph H. Marturano Kenneth J. Pritchard, P.E. Robert G. Terry Theodore S. Pytlar, Jr. President Dear Mr. Terry: October 11, 2001 Enclosed please find a copy of fully executed Change Order No. 3 for your records. Very truly yours 4� Thomas F. Maher, P.E. Vice President TFM/tam Enclosure cc: James Bunchuck, Town of Southold 0 13141TFMOILTR-88.DOC A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. Terry Contracting & Materials, Inc. Associates 840 West Main Street Rudolph F. Cannavale Joseph A. RE P.E. Riverhead NY 11901 lass, David S. Glass, P.E. , William D. Merklin, P.E. Michael Neuberger, P.E. Brian M. Veith, P.E. Re: Southold Landfill Closure Charles J. wachsmuth, P.E. D&B 1314 Dear Mr. Terry: October 11, 2001 Enclosed please find a copy of fully executed Change Order No. 3 for your records. Very truly yours 4� Thomas F. Maher, P.E. Vice President TFM/tam Enclosure cc: James Bunchuck, Town of Southold 0 13141TFMOILTR-88.DOC A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. CHANGE ORDER DATE OF ISSUANCE No EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add a new Bid Item 33 (Acceptance of Waste after Completion of Baseline Topographic Survey).for landfilling and compaction of C&,D material and brush as contour grading material. Payment for this item shall be $25/ton for labor and equipment, and any materials and supplies necessary to perform and support the work. The estimated quantity under this item is 3,000 tons. Measurement for payment shall be based on the Town of Southold scale records. Reason for Change Order: Additional work is necessary to landfill C&D material and brush accepted at the landfill after preparation of the pre -construction topographic map. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $_ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. I to 2 $ 0 Contract Price prior to this Change Order: $ 5,216,366.50-- — J Net increase of this Change Order: $ 75,000 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to I Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days I� F inid %onZpleLiion: +25 days i Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMED: APPROVED: APPROVED: ZD Dvirka and Bartil i/C,onsulti g Er Town of Southold Terry Contracting and Materials, Iz by: < 7 �Gr✓L�%sem by: by - by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry Pre ' en� Date: �7 Date: j U/ Date: Wo ♦ 1314\L0913102.doc(R01) DV i rka and C1 _D0 Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 ■ 718-460-3634 ■ Fax: 516-364-9045 e-mail: db-eng@worldnet.ari.net Principals Nicholas J. Bartilucci, P.E. Henry J. Chlupsa, P.E. Thomas F. Maher, P.E. Robert T Bums, P.E. Richard M. walka Steven A. Fangmann, P.E. Senior Associates Anthony O. Conetta, P.E. Dennis F. Koehler, P.E. Robert G. Terry Joseph H. Marturano president Kenneth J. Pritchard, P.E. Theodore S. Pytlar• Jr. Terry Contracting & Materials, Inc. 840 West Main Street Associates Riverhead, NY 11901 Rudolph F. Cannavale Joseph A. Fioraliso, P.E. David S. Glass, P.E. William D. Merklin, P.E. Re: Southold Landfill Closure Michael Neuberger, P.E. Brian M. Veith, P.E. Change Order No. 4 Charles J. Wachsmuth, P.E. D&B 1314 Dear Mr. Terry: October 11, 2001 Enclosed please find three (3) original copies of Change Order No. 4 for the above referenced project. This change order, which provides for method of payment and an extension of time for work performed in Waste Excavation Areas 2 and 3, has been signed by me and is being forwarded to you for your signature. After you have signed each of the three (3) copies of the change order, please return all copies to this office. We will then forward the copies to Mr. Bunchuck for signature and will return one fully executed copy to you. Please do not hesitate to contact me at (516) 364-9890 if you have any questions. Ve ly yours 7') Thomas F. Maher, P.E. Vice President TFM/tam cc: J. Bunchuck, Town of Southold J. Mulligan, D&B 0 13141TFMOILTR-89.DOC A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. r CHANGE ORDER No. 4 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add 30 days for Substantial Completion and Final Completion for removal of waste beyond design limits of the cap. Payment for this work shall be as follows: Waste Excavation Area 2 1. Excavation shall be measured by 29 cy truckload quantity. This quantity shall be decreased by a factor of 0.8 to equate to in- place quantity. The estimated truckload quantity of material excavated is 12,700 cy x 0.8 = 10,160 cy in-place quantity. 2. In accordance with Bid Item 5C, $3/cy in-place quantity shall be paid for the initial, original estimated quantity of 3,000 cy of waste excavated. Payment shall be for excavation, relandfilling and compaction. Payment shall be 3,000 x $3/cy = $9,000. 3. In accordance with Bid Item 6, $3/cy truckload quantity shall be paid for backfilling and compaction of the area from which the initial 3,000 cy was excavated. This quantity shall be increased by a factor of 1.2 to equate to in-place quantity. Payment shall be 3,000 cy x 1.2 x $3/cy = $10,800. 4. In accordance with Bid Item 5A, $6.78/cy in-place quantity shall be paid for excavation, relandfilling and compaction, and backfilling and compaction in excess of the initial 3,000 cy. Payment shall be made under new Bid Item 5D. The estimated in- place quantity and payment is 10,160 cy(1) — 3,000 cy(2) = 7,160 cy x $6.78/cy = $48,545. 5. In accordance with Bid Item 32, $1,200.00/day shall be paid for an additional excavator to excavate waste at lower limits of excavation. Payment shall be 4 days x 1,200.00/day = $4,800. Waste Excavation Area 3 1. Excavation shall be measured by survey. A survey showing the volume of material excavated, signed and sealed by a Land Surveyor licensed to practice in New York, shall be prepared and submitted by the Contractor for payment purposes. The estimated volume of in-place material excavated is 8,000 cy. 2. In accordance with Bid Item 5A, $6.78/cy in-place quantity shall be paid for excavation, relandfilling and compaction, and backfilling and compaction. Payment shall be made under new Bid Item 5E. The estimated payment is 8,000 cy x $6.78/cy = $54,240. 3. In accordance with Bid Item 4, $5/cy in-place shall be paid for excavating and relandfilling waste within the cap limit in order to facilitate the excavation of waste in Waste Excavation Area 3. The surveyed volume -is 950 cy. Payment shall be 950 cy x $5/cy = $4,750. The total estimated payment for work in Waste Excavation Area 2 and Waste Excavation Area 3 is $132,135. There will be no increase in the total Contract Price, as a result of the deletion of Geotextile — Type 1 between the subgrade and Gas Venting Layer, which represents a value of $332,000. Reason for Change Order: Additional work is necessary due to the need to excavate waste and backfill with clean soil in areas outside the design limits of the cap. These areas are defined as (expanded) Waste Excavation Area 2 in the vicinity of the Collection Center and new Waste Excavation Area 3 in the vicinity of the Borrow Pit. Attachments (List documents supporting change.): None ♦ 13141G1001123.DOC(R02) r CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216 366.50 Net Increase (Decrease) from previous Change Orders No. I to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 3 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 30 days Final Completion: 30 days Contract Times with all approved Change Orders: Substantial Completion: 425 Final Completion: 455 RECOMMENDED: APPROVED: APPROVED: Dvirka and it Co ultin En ' eters Town of Southold Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: /p/�l/�j1 Date: Date: ♦1314\G1001123.DOC(R02) CHANGE ORDER i No. 4 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add 30 days for Substantial Completion and Final Completion for removal of waste beyond design limits of the cap. Payment for this work shall be as follows: Waste Excavation Area 2 1. Excavation shall be measured by 29 cy truckload quantity. This quantity shall be decreased by a factor of 0.8 to equate to in- place quantity. The estimated truckload quantity of material excavated is 12,700 cy x 0.8 = 10,160 cy in-place quantity. 2. In accordance with Bid Item 5C, $3/cy in-place quantity shall be paid for the initial, original estimated quantity of 3,000 cy of waste excavated. Payment shall be for excavation, relandfilling and compaction. Payment shall be 3,000 x $3/cy = $9,000. 3. In accordance with Bid Item 6, $3/cy truckload quantity shall be paid for backfilling and compaction of the area from which the initial 3,000 cy was excavated. This quantity shall be increased by a factor of 1.2 to equate to in-place quantity. Payment shall be 3,000 cy x 1.2 x $3/cy = $10,800. 4. In accordance with Bid Item 5A, $6.78/cy in-place quantity shall be paid for excavation, relandfilling and compaction, and backfilling and compaction in excess of the initial 3,000 cy. Payment shall be made under new Bid Item 5D. The estimated in- place quantity and payment is 10,160 cy(1) — 3,000 cy(2) = 7,160 cy x $6.78/cy = $48,545. 5. In accordance with Bid Item 32, $1,200.00/day shall be paid for an additional excavator to excavate waste at lower limits of excavation. Payment shall be 4 days x 1,200.00/day = $4,800. Waste Excavation Area 3 1. Excavation shall be measured by survey. A survey showing the volume of material excavated, signed and sealed by a Land Surveyor licensed to practice in New York, shall be prepared and submitted by the Contractor for payment purposes. The estimated volume of in-place material excavated is 8,000 cy. 2. In accordance with Bid Item 5A, $6.78/cy in-place quantity shall be paid for excavation, relandfilling and compaction, and backfilling and compaction. Payment shall be made under new Bid Item 5E. The estimated payment is 8,000 cy x $6.78/cy = $54,240. 3. In accordance with Bid Item 4, $5/cy in-place shall be paid for excavating and relandfilling waste within the cap limit in order to facilitate the excavation of waste in Waste Excavation Area 3. The surveyed volume -is 950 cy. Payment shall be 950 cy x $5/cy = $4,750. The total estimated payment for work in Waste Excavation Area 2 and Waste Excavation Area 3 is $132,135. There will be no increase in the total Contract Price, as a result of the deletion of Geotextile — Type 1 between the subgrade and Gas Venting Layer, which represents a value of $332,000. Reason for Change Order: Additional work is necessary due to the need to excavate waste and backfill with clean soil in areas outside the design limits of the cap. These areas are defined as (expanded) Waste Excavation Area 2 in the vicinity of the Collection Center and new Waste Excavation Area 3 in the vicinity of the Borrow Pit. Attachments (List documents supporting change.): None ♦ 13 MG1001123.DOC(R02) CHANGE IN CONTRACT PRICE: Original Contract Price $___5,216 366.50 Net Increase (Decrease) from previous Change Orders No. 1 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291, 366.50 RECOMMENDED: Dvirka and rtil Co ultin En ' e``ers by: Thomas F. Maher, Vice President Date: ♦ 1314\G1001123.DOC(R02) APPROVED: CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 3 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 30 days Final Completion: 30 days Contract Times with all approved Change Orders: Substantial Completion: 425 Final Completion: 455 Town of Southold by: --ver-y James upchuck, Solid Waste Coordinator Date: !/ — g - --/ APPROVED: Terry Contracting and Mate ials, Inc. by: ✓� u Robert G. Ter res' ent Date: 10131101If CHANGE ORDER DATE OF ISSUANCE No. EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Increase the quantity of Bid Item 10 (Landfill Gas Vents) from 39 to 49 for installation of 10 additional gas vents in the area where loam from the 17 -acre Parcel was placed. The cost of the 10 additional gas vent wells is $11,840, which will be deducted from the credit resulting from deletion of Item 13B. Reason for Change Order: Additional gas vents are necessary and required by the New York State Department of Environmental Conservation to enhance venting of the gas below the lower permeability loam contour grading material. Attachments (List documents supporting change.): Letter to D&B from NYSDEC dated July 24, 2000. Drawing No. 19A. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ ' 0 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka andB uc , o sid ting n ' eers Town of Southold Terry Contr ting and Materials, Inc. by: %� G --bY4AAM a&a by: r ►'E' Thomas F. Maher, Vice President JamesIgunchuck, Solid Waste Coor Xobert G. Terry ident Date: 01,91 Date: f a Date: 1,2 ♦ 1314\G 110110300C(R02) 1 15:20 SFM STOW BRO(X 1631 444 0231 P.02/02 Fort Baste went of Environmental con -servation 3n of Solid A 1 lowdom Region One • �� 140 --SUNY, S"Vrook, flew York 11790-2356 IW )444-0375 • FAX, (631) 444-0231 www.dsc.stata.ny.us EM R& 4Commk� Yr July 24, 2001 Thomas F. Maher, P.E. VicePresident Dvirka and Bartilucci Consulting Engineers 330 Crossways Park Drive Woodbury, New York 11797 Re: Southold Landfill Closure Revised Subgrade Plan Deaf Mr. Maher. � The New York State Department of Environmental Conservation is in receipt of letter dated July 119, 8001, regarding the use of the excess top soil and loam from the adjacent 7-acm parcel. under the landfill cap. The initial concerns of the Department were for proper nu on of landfill gases, and the possible lateral movement due to the low permeability of th proposed MRWnaL After review of your letter, we believe that the use of higher permeability "d near the perimeter of the cap, along with the proposed additional gas vents and gas monitoring wells, would be an effective means of controlling lateral gas migration. The Department llas =viewed youriequest and finds it to be able. If you have any questions regarding the above, please contact Igor Sikiric of my staff at <64-0375. I Sincerely, An y J. Cava, P.E. Regional Solid and Hazardous }Materials Engineer :vc:... X Treers, NY SDEC L 5ikiric, NYWECC J. Bunchuck, Town of Southold D. Glass, D&B J. Mulligan, D&B P. Sutherland, D&B CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: A. Change in construction of central portion of Main Access Road from asphalt to 12 -inch RCA, which represents a value of/decrease in construction cost of $117,000. B. Change in construction of maintenance road in the southwestern area of the landfill (Scale House area to 17 - acre Parcel) from 15 -foot wide, 12 -inch RCA to 30 -foot wide asphalt, which represents a value of/increase in construction cost of $109,900. C. Change in construction of maintenance road in the northwestern area of the landfill (Borrow Pit to 17 -acre Parcel) from 15 -foot wide, 12 -inch RCA to 24 -foot wide 12 -inch RCA, which represents a value of/increase in construction cost of $5,400. The savings resulting from Item A may be used as a credit against additional work and/or result in a decrease in the total Contract Price at the completion of the project. Items B and C are to be charged against construction of the 17 -acre Yard Waste Composting Facility. Reason for Change Order: To provide improved access from the Scale House to the 17 -acre Yard Waste Compost Facility and from the Yard Waste Compost Facility to the Borrow Pit, and less anticipated usage of the Main Access Road to the Borrow Pit as a result of moving the Yard Waste Composting Facility from the Borrow Pit to the 17 -acre Parcel. Attachments (List documents supporting change.): Computation of Cost Changes. Letter from NYSDEC to D&B dated November 9, 2001. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: _ 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka and artilu ' Co tin ineers Town of Southold Terry Contracting and Materials, Inc. by: .�, by: AVAA4ed�^%�i G by: Thomas F. Maher, Vice President James unchuck, Solid Waste Co dinator 'Robert G. Te , esi nt Date: aLla Date: /� /��� Date: ♦ 1314\G110710 .DOC(902) COMPUTATION OF COST CHANGES FOR CHANGE ORDER NO.7 Construction Change for Central Portion of Main Access Road - Change from Asphalt to 12 -inch RCA Existing Design (asphalt) — 1,040' x 30' = 31,200 sf = 3,467 sy x $42.50/sy (Item 22) _ $147,348 Change (12" RCA) — 1,040' x 30' = 31,200 sf = 3,467 sy x $8.75/sy (Item 21) = 30,336 Cost Decrease - $117,000 Improved Road from Scale House Area to 17 -Acre Parcel — Change from 15 -foot Wide 12 -inch RCA to 30 -foot Wide Asphalt Existing Design (15' x 12" RCA) — 680' x 15' = 10,200 sf = 1,133 sy x $8.75/sy (Item 21) = $ 9,914 Change (30' asphalt) — 680' x 30' = 20,400 sf = 2,267 sy x $42.50/sy (Item 22) + regrading to accommodate improved road (4,700 cy x $5.00/cy [Item 4]) = 119,848 Cost Increase - $109,900 Widened Maintenance Road from 17 -acre Parcel to Borrow Pit — Change from 15 -foot Wide 12 -inch RCA to 24 -foot Wide RCA Existing Design (15' x 12" RCA) — 610' x 15' = 9,150 sf = 1,017 x $8.75/sy (Item 21) _ $ 8,899 Change (24' x 12" RCA) — 610' x 24' = 14,640 sf = 1,627 x $8.75/sy (Item 21) = 14,236 Cost Increase - $ 5,400 Net Decrease = $ 1,700 ♦ 1314\G1107109.DOC(R01) New York State Department of Environmental Conservation Division of Solid & Hazardous Materials, Region One Building 40 - SUNY, Stony Brook, New York 11790-2356 Phone: (631)444-0375 • FAX: (631) 444-0231 Website: www.dec.state.ny.us NOV Thomas F. Maher, P.E. Vice President Dvirka and Bartilucci Consulting Engineers 330 Crossways Park Drive Woodbury, New York 11797 Re: Southold Landfill Dear Mr. Maher: Erin M. Crotty Commissioner The New York State Department of Environmental Conservation is in receipt of several letters dated between October 12 and October 19, 2001, regarding various change requests and revisions to the approved Southold Landfill closure report. 1)Letter dated Octoberl2, 2001: The.Department has no objections toward the use of the specified replacement material that is to be used in the gas vent trenches and the gas vent wells. Furthermore, the Department concurs with your change in material for the gas vent trenches. In. reference to the change in method of construction of the gas vents, the Department does not find your change to be suitable and believes that the gas vents should be installed according to the regulations specified under Part 360-2.13(p)(2)(ii). 2)Letter dated October 12, 2001: The Department finds your re -design to the 17 -acre parcel access road along the southwestern portion of the landfill, and all the changes associated with the re -design, to be acceptable. In addition, since the road previously designated for use as the main access road to the yard waste composting area is no longer going to be used as such, the requested re -design and construction is acceptable. 3)Letter dated October 15, 2001: The Department has reviewed your request for a modification to the existing drainage plan involving Recharge Basins No. 3 and 4. The Department concurs with the conceptual design presented, however, several areas of concern need to be addressed. If the pipe must route through, the waste. we will need additional justification than what has been provided, and if so, the final drawings and specifications need to clarify the pipe within the pipe specifications, for the double containment of the storm water conveyance. !� 4)Letter dated October 16, 2001: This letter addresses the proposed beneficial use of the landfill, as a golf driving range on the capped eastern portion of the landfill. The Department has the following comments and concerns. The geomembrane will need to meet the minimum 4% grade, however, if needed, the final upper surface grade could be less than 4%, if additional barrier protection soil is placed, which could enhance the proposed end use. Additionally, a delineation on the engineering plans will be needed for the relocation of gas vents at areas where public access will be heaviest. If need be, it is conceivable to bury gas transmission header pipes to facilitate the removal of the above ground gas vents at the driving range area. Furthermore, this end use would also require additional monitoring to ensure public health and safety. 5)Letter dated October 17, 2001: , The Department has reviewed the change requests presented within the above mentioned letter and finds the following change requests to be acceptable. Change the Barrier Protection Layer material from maximum particle size of 3/8 -inch to 1 -inch providing the particles are round or sub -round and change the minimum temperature for geomembrane installation from 40°F to 32°F as per Part 360. 6)Letter dated October 19, 2001: The Department has reviewed Terry Contracting's proposal for an alternate design to the construction of the gas migration control trenches. We agree with your decision and find the design to be acceptable. If you have any questions regarding the above, please contact Igor Sikiric of my staff at (631)444-0375. Sincerely, Anthony J. Cava; F.E.. Regional Solid and Hazardous Materials Engineer 4 cc: M. Trders, NYSDEC I. Sikiric, NYSDEC J. Bunchuck, Town of Southold J. Mulligan, D&B P. Sutherland, TEC CHANGE ORDER No. 9 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 35 Spreading of Greenport Pond Material, which represents a lump sum value/increase in construction cost of $21,000. Reason for Change Order: To grade soil transported to the landfill resulting from excavation of a storm water retention pond on to the landfill as part of contour grading material. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 21,000 Contract Price with all approved Change Orders: $ 5,312,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka and rtilu ' Con tin E ineeers Town of Southold Terry Contracting and Materials, Inc. by: /2s. G/— by: L�n tBr ce-u �,��Z by: Thomas F. Maher, Vice President James Mrichuck Solid Waste Coordinator Robert G. Te 4, rEsj.d- nY, Date: j�zl 0/Date: /ah 7101 Date: s13141r1210101(R01) CHANGE ORDER mWe DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER'S Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 35 Spreading of Greenport Pond Material, which represents a lump sum value/increase in construction cost of $21,000. Reason for Change Order: To grade soil transported to the landfill resulting from excavation of a storm water retention pond on to the landfill as part of contour grading material. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 21,000 Contract Price with all approved Change Orders: $ 5,312,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka and rtil c ' Con ltin E ineers Town of Southold Terry Contracting and Material , Inc. by: /I.G by: 1�J�'� c -��C—' by: Thomas F. Maher, Vice President Jame unchuck, Solid Waste Coordinator Robert G. TerK—Pr ent Date: Date: /a�� 7/d'/ Date: /IR /7 O ♦ 1314M210101(RO1) CHANGE ORDER DATE OF ISSUANCE l.n EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 35 Spreading of Greenport Pond Material, which represents a lump sum value/increase in construction cost of $21,000. Reason for Change Order: To grade soil transported to the landfill resulting from excavation of a storm water retention pond on to the landfill as part of contour grading material. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 21,000 Contract Price with all approved Change Orders: $ 5,312.366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMEND APPROVED: APPROVED: Dvirka and ilucc o ulting eers Town of Southold Terry Contracting and Materials, Inc. by: % by: ��C�� by: . Thomas F. Maher, Vice President JamesSunchuck, Solid Waste Coordinator Robert G. Terr, ident Date: �� . /a •e Date: 37--_1/?2 —10, d� Date: 4-511_a,� 41314/T1210101(ROI) CHANGE ORDER DATE OF ISSUANCE No. 10 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 36 Southeastern Drainage Diversion System, which represents a value/increase in construction cost of $218,354. This item includes filling Recharge Basin No. 4 with approximately 12,300 cy of fill at $3.00/cy (Bid Item 6), and installation of catch basins, manholes, head wall and drainage pipe to Recharge Basin No. 3. Reason for Change Order: Town of Southold request to maximize utilization. of land south of the landfill in the eastern area of the Collection Center/Drop-off Facility. Attachments (List documents supporting change.): Letter from Terry Contracting and Materials, Inc. dated February 6, 2002. Drawings No. 1, 2 and 3. Letter from NYSDEC to D&B received March 18, 2002. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 9 $ 96,000 Contract Price prior to this Change Order: $ 5,312.366.50 Net increase of this Change Order: $ 218,354 Contract Price with all approved Change Orders: CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMME D: APPROVED: APPROVED: Dvirka and artil Cons ting neers Town o Southold ,,A f� Terry Contracting and Materials, Inc. by: hos lit— by: �P,�u4dr— by: ," s Thomas F. Maher, Vice President James upchuck, Solid Waste Coordinator Robert G. Ter esi(fnt Date: �( Date: ��� J 3 a' Date: �1-40 a ♦ 1314\G1107110.D0QR06) CHANGE ORDER No. DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure LJ OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 34 Screening of 17 -Acre Material to Produce Stone for Gas Migration Control Trenches, which represents a value/increase in construction cost of $40,000. The value is based on a unit price of $2.50/cy of screened sand (20,000 cy of material screened to yield 16,000 cy of screened sand and 4,000 cy of gravel and stone). The unit price includes excavation and transport of material for screening. Reason for Change Order: To assist the Town in development of the 17 -acre parcel for use as a Yard Waste Composting Facility, 20,000 cy of material from the 17 -acre parcel will be screened to produce stone for the Gas Migration Control Trenches, with the screened sand being used for the Gas Venting Layer. The cost of $40,000 will be deducted from the credit resulting from deletion of Item 13B. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 1 to 7 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMEND D: APPROVED: APPROVED: Dvirka and artil i onsul in Jf ngineersT own o Southold Terry Contr ting d Materia s, Inc. by: /G' C ' — by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, residerff Date: ,�%���/y Date: / 3 s0 Date: d G +0 1314[r1220101(R03) CHANGE ORDER DATE OF ISSUANCE No EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Delete Bid Item 7 Geotextile — Type 1 between the subgrade and gas venting layer, which represents a value of $332,000. As of the date of this Change Order, there will be no decrease in the total Contract Price. The savings resulting from deletion of this item will be used as a credit against additional work performed in Waste Excavation Areas 2 and 3, and possibly elsewhere on the landfill site. Deletion of this Bid Item may result in a decrease in the total Contract Price at the completion of the project. Reason for Change Order: Due to use of sand from the 17 -acre Parcel for the final 6 inches of subgrade and compatibility with the overlying gas venting material, the geotextile between the subgrade and gas venting layer is no longer necessary, which has been approved by the New York State Department of Environmental Conservation. Attachments (List documents supporting change.): Letter from D&B to Terry Contracting & Materials, Inc. dated August 28, 2001. Letter from NYSDEC to D&B dated September 5, 2001. Letter from D&B to Terry Contracting & Materials, Inc. dated September 6, 2001. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka and ilu ' Con g E gineers Town of Southold Terry Contracting and Materials, Inc. &,,e4 by: G. ltea by:! n � �ti��by:Thomas F. Maher, Vice President Jamnchuck, Solid Waste Coordinatorobi ert G. Terry, en Date: /Z /0 l/ Date: ��q/�� Date: ♦ 1314\G 1101 102.DOC(RO 1) Dv i rka and ano Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 • 718-460-3634 - Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principal. Nicholas J. BartiWcu. PE. Henry J. Chlupsa. P E. Thomas F Maher. P E. Robert T Bums. P E. Richard M Walka Steven A. Fangmann. P E. senior Assooistes Anthony O: Conetta. P E. Dennis F Koehler, P E. Joseph H. Marturano Kenneth J. Pritchard, P.E. Theodore S. Pytlar, Jr. Assoeiabs Rudolph F Cannavale Joseph A. Fioraliso. P.E. David S. Glass. P.E. William D. MerWin, PE. Michael Neuberger. P.E. Brian M. Veith, P E. Charles J. Wachwulth. P E. TRANSMITTED VIA FACSIMILE Robert G. Terry, President Terry Contracting & Materials, Inc. 840 West Main Street Riverhead, NY 11901 Re: Southold Landfill Closure Type I Geotextile D&B No. 1314 Dear Mr. Terry: September 6, 2001 Enclosed please find a copy of NYSDEC's approval letter for elimination of the Type I Geotextile that was to be placed between the upper 6 inches of subgrade soil and the gas venting layer. As a result of the enclosed, on behalf of the Town of Southold, we are hereby notifying you that this work shall be eliminated from the project. If you have any questions or require additional information, please do not hesitate to call me. TFM\DSG\sa Enclosure cc: J. Bunchuck D.Glass J. Mulligan P. Sutherland T. Howell • 13141TFMOI ltr-56.doc Very truly yours I ;aw omas :Maher, P.E. Vice President A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. 5Pp-05-2-101 15:10 SF" STONY BROQ< New York State Deparrtms Materiels, Region Conservation Division of Bond &Haza New Yorfe II 7W230 gig 40 . SUNY, SM &o* M,•: (sal )4a4-os7s • FAX*. (031) aaa-o2s1 websib: www.doc.stWJW-us Thomas F. Maher, P.E. Vice Ptesidcnt Dvirka and Bardlucci Consulting Engineers 330 Crossways Park Drive Woodbury, New York 11797 Re: Southold Undfill Closure Geotextile Modification Dear Mr. Maher: September 5, 2001 The New York State Department of Environmental Conservation is in receipt of your letter dated September 4,200 1. repxftg your request to modify the approved closure design by the elimination of the Type I Geot dle that was to be placed between the upper 6 inches of subgmde soil and the gas venting layer. The initial concerns of the Department were not to jeopardize the integrity of the gas venting layer and to came that the exising closure design was appropriately modified and' approved so as not to cause problems upon final c Onstz wdOn certification. Based on your submittal and Tecandc's approved eompadi ility of grain size of the soils from the 17 acre parcel to the soil previouslyapproved for use in the gas venting layer. the Dep ub=t agrees with your analysis that the integrity of the gas venting layer will not be compromised by the removal of the Geotcxule. Therefore, the proposed closure plait modification is approved. Please sub=t a copy of your September 4. 2001 letter including attachments and this letter with the final construction certification tepott to document audtor won of this design modification. If you have any questions regarding the above, please contact tae at (631)444-0375. cc: B. Phitnettt, NYSDEC A. Cava, IVYSDEC C. Fritz, NYSDEC J. Bunchuck, Town of Southold D. Glass, D&B J. Mulligan, D&S P. Sutherland, TEC Si Y. C. Sikiric Environmental Engineer. 6& je TOTAL P.03 Dvirka and ano Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-3649890 a 718-460-3634 ■ Fax: 516-364-9045 e-mail: db-eng@woddnet.att.net Principals Nicholas J. Bartilucci. P.E. Henry J. Chlupsa, P.E. Thomas F. Maher, P.E. Robert Burrs, P. E. Richard M.1Malka Steven A. Fangmann, P. E. Senior Associates Antlwny O. Conerta, P.E TRANSMITTED VIA FACSINULE nis F Koehler, P.E. Dennis Joseph H. Marturano Kenneth J. Pritchard, P.E. Robert G. Terry, President Theodore S. Pytlar, Jr. Terry Contracting & Materials, Inc. Assmi 840 West Main Street Rudolph F. Cannavale Riverhead, NY 11901 Joseph A. Fioraliso, P.E. David S. Glass, P.E. Welham D. Merklin. P.E. Re: Southold Landfill Closure Michael Neuberger. P.E. Brian M. Veilh. P.E. Type I Geotextile Charles J. Wtschsmut h, P.E. D&B No. 13141 Dear Mr. Terry: August 28, 2001 �1� We are presently re-evaluating the need for the Type I Geotextile between the subgrade and the gas venting layer, and as we understand it, you have not yet authorized manufacturer of the geotextile. As a result, at this time we are directing you, on behalf of the Town, not to proceed with the order until further notice. If you have any questions or require additional information, please do not hesitate to call me. TFM/DSG(t)/ajm cc: J. Bunchuck D.Glass J. Mulligan P. Sutherland T. Howell ♦ 1314\TFMOILTR-53.doc Very truly y s, omas . Maher, P.E. Vice President A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. CHANGE ORDER DATE OF ISSUANCE EFFECTIVE DATE No. OWNER Town of Southold CONTRACTOR Terry Contracting and Materials Inc Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Delete Article 3 of the Agreement and revise Change Order No. I and replace it with the following: "Article 3. CONTRACT TIME AND FINAL CONTRACT TIME: The Work shall be substantially completed in accordance with Section 14 of the General Conditions within 516 consecutive calendar days after the date when the Contract Time commences to run as provided in Section 2 of the General Conditions, and finally completed and ready for final payment in accordance with Section 14 of the General Conditions within 30 consecutive calendar days after the date of Substantial Completion (Final Contract Time)." The changed Date of Substantial Completion as requested by Terry Contracting & Materials, Inc., is November 1, 2002, and the changed Date of Final Completion is December 1, 2002. Reason for Change Order: Changes made to the landfill closure project and construction of the Yard Waste Compost Facility require an extension of time requested by Terry Contracting & Materials to complete the closure project. Attachments: (List documents supporting change.) Letter from Terry Contracting & Materials dated April 25, 2002; letter from Dvirka and Bartilucci Consulting Engineers on behalf of the Town of Southold approving the extension of time, dated June 6, 2002; and the revised Construction Schedule. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 10 $ 314,354 Contract Price prior to this Change Order: $ 5.530,720.50 Net increase (decrease) of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5.530,720.50 ♦ 01314\T0604204.doc(R02) CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. 1 to 10 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 121 days Final Completion: 121 days Contract Times with all approved Change Orders: Substantial Completion: 516 Final Completion: 546 RECOMMENDED: APPROVED: APPROVED: Dvirka and i ucci Co g Engineers Town of Southold Terry Contracting and Materials, Inc. by: !� G,�rm� by:ti.�.�t lit ate by: Thomas F. Maher, Vice President James Bunch ck, Vid Waste Coordinator Robert G. Te ent Date: Date: % d %/� Date: /T ♦ 01314\T0604204.doc(R02) TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD, NY 11901 ( 6 3 1 ) 727-0170 FAX: (631) 727-0410 April 25, 2002 Thomas F. Maher, P.E. Dvirka and Bartilucci 330 Crossways Park Drive Woodbury, NY 11797-2015 Re: Southold Landfill Closure D&B No. 1314 Dear Mr. Maher: Terry Contracting and Materials, Inc. hereby requests that the Date of Substantial Completion for all work associated with the Southold Town Landfill Closure be changed to November 1, 2002. Attached, please find a revised construction schedule showing all activities through this date. Numerous reasons may be given to warrant this extension. 1. Golf Driving Range The initial proposal for constructing a driving range on the Eastern half of the landfill was presented to the Southold Town Board on October 9, 2001. At this time, all work on the Eastern Half was stopped until a decision was reached. This decision was not reached until March 1, 2002. During this period, the Contractor was unable to proceed with any work on the Eastern 66% of the Landfill. The time to reach this decision accounts for 144 calendar days during which work on the Eastern half may have been completed. 2. Delay in Design of Permanent 17 -acre access road. The final design for the Permanent 17 -acre access road was expected on September 27, 2001. This design, complete including all drainage, was not received until November 21, 2001. This delay accounts for 56 calendar days during which work on the Permanent 17 -acre access road may have been completed. 3. Revised Grading Pian for Eastern Hill The final decision to not proceed with the Driving Range was given on March 1, 2002. At this time it was decided that a revised grading plan for the Eastern Hill would be required. This revised grading plan was not completed until April 15, 2002. This accounts for 46 calendar days during which work on the Eastern 66% of the Landfill could not proceed. 4. Maintaining Access to 17 -acre Site. Delays have been experienced as a direct result of maintaining access to the 17 -acre site. This access 6/6/2002 Page I of 2 TERRY CONTRACTING & MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD, NY 11901 ( 6 3 1 ) 727-0170 FAX: (631) 727-0410 effectively divided the Western Half of the landfill into two smaller work areas. A reduced work area will always result in a slowed pace of work. 5. Excavating and Processing Material from 17 -acre site. The intitial work plan never contemplated screening of material for use on the landfill closure. Material was originally scheduled to be excavated directly from the borrow pit area with no processing necessary. Delays have been experienced due to the need to excavate and process all material orignating from the 17 -acre site for use on the landfill closure. 6. East Side Drainage System Initially, it was contemplated that the installation of the east side drainage system would be completed during the winter months, at a time when other work was unavailble. Due to delays in finalizing the details of this work, it was not possible to complete this work as intially contemplated. At this point it is expected that the completion of the east side drainage will add approximately 10 working days to the completion time. Items 4, 5, and 6 continue to impact the progress of the project. The delays resulting from Items 1 and 3 are consecutive and may be added. Although item 2 has certainly been a factor, it ran concurrent with time accounted for in items 1 and 3. As you can see, delays resulting from reaching a decision on the driving range proposal and generating a revised grading plan for the eastern hill alone account for 190 calendar days for over 6 months). In light of this and other mentioned delays, we feel that the time extension of 4 months is well justified. Considering the original contract time of 9 months for completion of the entire project, 4 months is a reasonable period to complete the remaining 70% of necessary work. I also feel that the Towns original delay of 125 days warrants mention at this time. No claim was made for this delay while we waited to commence work. All prices have been held and this company has worked through this and numerous other delays and changes that could never have been anticipated at the time of bidding. Please contact me with any questions or comments. Thank you, Robert G. Terry cc: James Bunchuck Igor Sikiric 6/6/2002 Page 2 of 2 Dvirka and Bartilucci CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury, New York, 11797-2015 516-364-9890 - 718-460-3634 • Fax: 516-364-9045 e-mail: db-eng@worldnet.att.net Principals Nicholas J. Bartilucci, P.E. Re: Southold Landfill Closure President D&B No. 1314 Henry J. Chlupsa, P.E. June 6, 2002 Executive Vice President Thomas F. Maher, P.E. Dear Mr. Terry: vice President Robert T. Burns, P.E. "President Mr. Robert G. Terry Richard M. Mika Vice President Terry Contracting & Materials, Inc. Steven A. Fangmann, P.E. 840 West Main Street Vice President , Riverhead, NY 11901 Senior Associates Anthony 0. Conetta, P.E. Re: Southold Landfill Closure Dennis F. Koehler, P.E. D&B No. 1314 Joseph H. Marturano Kenneth J. Pritchard, P.E. Dear Mr. Terry: Theodore S. Pytlar, Jr. Brian M. Veith, P.E. We have reviewed your letter of April 25, 2002, which requests that the Date of Associates Substantial Completion associated with closure of the Southold Landfill be Garrett M. Byrnes, P.E. extended from the current date of July 3, 2002, to November 1, 2002. Rudolph F. Cannavale Joseph A. Fioraliso, P.E. We and the Southold Town Board have considered your request and are agreeable David S. Glass, P.E. to extending the Date of Substantial Completion to November 1, 2002, and the Gerald Gould, CPG Date of Final Completion to December 1, 2002. William D. Merklin, P.E. Michael Neuberger, P.E. Although we and the Town Board feel that with a concerted effort by you, and Richard P. Russell, P.E. Charles J. Wachsmuth, P.E. barring any significant unforeseen and extraordinary circumstances, Substantial Kenneth R Wenz, Jr., CPG Completion could be achieved by October 1, 2002, which you have acknowledged, the Town Board will grant your request. This extension of time is in consideration of your stated desire to be conservative due to the need to complete grading of the eastern portion of the landfill, which presently is being performed, and your concern that there may be extenuating circumstances that could cause delay in completion of work beyond October 1, 2002, such as extraordinary weather conditions. A DIVISION OF WILLIAM F. COSULICH ASSOCIATES, P.C. Dvirka and Bartilucci CONSULTING ENGINEERS Mr. Robert G. Terry Terry Contracting & Materials, Inc. June 6, 2002 Page Two With regard to your letter concerning items that you claim continue to impact the progress of work, including maintaining access to the 17 -acre site/Compost Facility, excavating and processing material from the 17 -acre site and construction of the eastern drainage system, the schedule submitted with your request for an extension of time, which indicates a Date of Substantial Completion of October 26, 2002, shows the permanent road to the 17 -acre site to be completed in the third week in May, which will not impact the progress of the project relative to your request. With regard to excavating and processing material from the 17 -acre parcel, you have stated that much of the sand necessary to complete the project has been screened and whatever additional material you require from the 17 -acre parcel is factored into your schedule. With regard to the eastern drainage system, this system currently is being constructed and is shown in your schedule to be completed by the second week in May. Therefore, this item should not impact the progress of the project. With regard to your contention that you did not claim a delay for the original delay of 125 days, please be aware that in your letter dated March 20, 2001, you agreed that the prices in your bid would not change contingent upon issuance of the Notice to Proceed by June 1, 2001. As you are aware, the Town issued the Notice to Proceed on May 3, 2001. Be that as it may, also note that, in consideration of the delay in the Notice to Proceed, the Town granted you a 125 -day extension in the Date of Substantial Completion from the contract date of January 29, 2002, to June 3, 2002, to account for winter weather conditions and the likely need to suspend work for a few months. However, as you are aware, this past winter was extremely mild, which allowed you to work essentially throughout the winter, without the need to suspend work. It should be noted that to assist you in the timely completion of the project, we and the NYSDEC have agreed to reduce the compaction requirements for the final 6 -inch subgrade layer from 95% Standard Proctor to a minimum of 90% Standard Proctor, and the Town has granted your request to use 22,000 cubic yards of screened stockpiled sand from the Borrow Pit for the final 6 -inch subgrade layer and a portion of the gas venting layer on the eastern side of the landfill. Based on the Town Board's decision on June 3, 2002, please find enclosed three copies of the Change Order which revises the Dates of Substantial Completion and Final Completion. Dvirka and Bartilucci CONSULTING ENGINEERS Mr. Robert G. Terry Terry Contracting & Materials, Inc. June 6, 2002 Page .If you have any questions with regard to this letter or the Change Order, please do not hesitate to contact me. If you have no changes, please sign all three copies and transmit the signed copies to Jim Bunchuck for his signature. Very truly yours, Thomas F. Maher, P.E. Vice President TFM/tam Enclosure cc: Joshua Horton, Supervisor Louisa Evans, Councilwoman William Moore, Councilman Craig Richter, Councilman John Romanelli, Councilman Thomas Wickham, Councilman James Bunchuck, Solid Waste Coordinator Igor Sikiric, NYSDEC James Mulligan, D&B Maria Wright, D&B Frank DeVita, D&B 01314\TFM02(A)LTR-04.doc(RO7) TERRY CONTRACTING AND MATERIALS, INC. 840 WEST MAIN STREET RIVERHEAD, NY 11901 (631) 727-0170 FAC: (631) 727-0410 2 .......................................... .............................................................. .............. .............................................. 3 BARRIER PROTECTION LAYER ............... .................................................................. 10 days 6117102 628102 ....... .................. .................................... ......... ...................... ........................... ............................................... ............... ............. ............... ........................ ....... ............. 4 .................................... ....... ..................................... ........................ ....................................... ...................... ............................... ........................... ....". ..................... ................................... ........................................................... ............. 5 STONE DRAINAGE 10 days 6/17102 628/02 ............ 6 RCA ROAD INSTALLATION 5 days 711/02 7/5102 e s PAVING .......................................... . 5 days 718/02 7112/02 . 10 .......................................... ..................................... "..................................................... "................ " ........ "... "....... "....................................................................................................................................................................................... . II GEOMEMBRANE HDPE 60 MIL- NORTH E RN HALF ............................................................................................................................................................................................................................................................................................."............................................... 10day.1 6117102 6128102 - 2 13 GEOCOMPOSITE-NORTHERN HALF 10 days 6117/02 628102 14 ............................... ............ ............................................................ ............... is VEGETATIVE GROWTH MEDIUM e0 days 6/77/02 70/4102 16 —17— PRODUCTION ............... 75 days 6117102927!02 ................................................................... ........................................................... ............. to 19 INSTALLATION 40 days 8/12102 1014!02 N .......".........:........................ ............................................................. ....."............................................................................................................................................................................................:........................................................ . 21 BARRIER PROTECTION LAYER -NORTHERN HALF 15 days 718102 726102 22 23 COMPLETE GRADING OF WASTE LAYER -SOUTHERN HALF 5 days 7175102 7119102 2/ 25 SURVEY AND REG RADE WASTE LAYER -SOUTHERN HALF 10 days 7122102 812/02 26 .......................................... ............................................ .................. ............. ............... ................................. ............................. ............................................................................ ............... ........................................................... ............. 27 DRAINAGE PIPE, INLET/OUTLET STRUCTURES 45 days 71221021 9120102 28 SWALE UNDERDRAINS, ANCHOR TRENCH DRAINS 45 days 7122102 9120/02 ........... .............. ................. .............................................................. .... .......... .............................................. ...................... .......... ........................... .................................................. ........... ........................................................... ............. 31 RIP RAP, STONE FILL, GRAVEL FILL, RENO MATTRESSES 45 days 7129102 927102 32 33 CONTOUR GRADING MATERIAL -SOUTHERN HALF .......................................... ............................................................ 10 days 815102 8116102 ........ ............................. - ..................................................... ..... ............... ..................... .......................... ................. .......................................... ............. .......................................... ................ ......... .......................... .......... .............. .............................................. .......................................................... ......................................... ......... ........... ....... .................................................... ............. 35 LANDFILL GAS VENTS 5 days 8/72/02 8176102 36 37 GAS VENTING LAYER -SOUTHERN HALF 70 days 8119!02 8130102 ............ .......................................... ......... .................................................. .. ........... ................................................. .......................................................... .......................... .................................... ........... ................................................ ............. ROADS ..........................................................................................................................................................................................................................................................................................................................................:.......................... 55 days 8119/02 11/1102 MAINTENANCEROAD RCA 30 days 8119102 9127102 r4O BORROWPfi ACCESS ROAD ......:.......................................................................................................................... 30 days 8179!02 927102............................................................................."..........................................................................................................:..............................................................................."...................... .. .. ............................................................................................................................................. ".............................".........:........................... GUIDE RAIL 10 days tOht/02 1111102 " ,............. 46 47 GEOMEMBRANE HDPE 60 MIL -SOUTHERN HALF ........................:....................................................:........................ 10 days 912102R "............................................................... ...................... " ............. ".................................................................................................................... . ....... 48 49 lGEOCOMPOSITE - SOUTHERN HALF 10 days 9/2/02 9113102 50 51 EROSION CONTROL FABRIC 35 days 912102 10118102.................................................................................................... ..... .................................. ...................... VrMlm ......................... .... ..................... .................................. ........ 52 ........................................... .................................. ........................... ............................................................. ........................................................................................................................ ............................... ............................ ............. 53 EROSION CONTROL BLANKET ........................"....................."..................................................................................... 35 days 91if02 10118!02 ":................................ ......................""............:"........................................................... 54 55 LANDSCAPING - HYDROSEEOING AND PLANTINGS 35 days 912102 10118!02 56 57 BARRIER PROTECTION LAYER -SOUTHERN HALF 5 days 9116102 920102 59 GAS MONITORING WELLS 70 days 10127102 11/7102 - 60 61 GROUNDWATER MONITORINGWELLS .............. ............................. 10 days 10121102 1711!02''' ..... ....................................................... ............................ .......... ........................ ....................................................... ..... ....................................... ... _ .......................: .. ....... ............. 62 ........................................... ........................................................... ....................... ................ ........................ ....................................... ................... ........................................ ......................................................... ........................ ............ . 63 SIREN, ELECTRICAL SERVICE, TELEPHONE SERVICE 10 days 1021102 1111102 ............"""...... '............'........................... 64 ............................................................. .............................. ............................ ............................................................. ...................""................................................... 65 FENCING 10 days 1021/02 1111!02 - ......................._........................_................... 67 SUBSTANTIAL COMPLETION -NOVEMBER 1.2002 ....................................................................................................... 0days 1111102 1111!02 .......................................................................................................................................................................................... .................................................................. tin - - 66 ........................................... ............................................................ ............................................................. ........................................ .................. ...................... ........................................ ............"........................................................... 69 FINAL SURVEY PREPARATION AND SUBMITTAL ................................................................................................................................................................................................................................................................................................. 20 days 1114102 11129/02 .. .. .. ............... 70 ............."............................................................................................................... "............................"............"..........."...................................................................................................................:........................................................... i COMPLETION OF PUNCH LIST ITEMS 20 days 11/4102 11129/02 .......... ............................................................. ..... ....... ........:....................................................... ....... ......... .......... .................. ..... .. ............. 72 ........................"............................................................".................. ....:....................................................................................."..............................................................".................... . 73 DEMOBILVATION 10 days 11/18102 11129102 .............................................................................................. ......:........ 4 75 FINAL COMPLETION -DECEMBER 1. 2002 ........................:............. 0 days 1211102 1211102 .......... ...... ....... ........ ....... ......... ........ ........ .... .... .............. ........ ...... .......... ............ .......... .......... .......:..... .......... ...................... -- .......................................................... ............................... """"""" SOUTHOLD LANDFILL CLOSURE CONSTRUCTION SCHEDULE - REVISED JUNE 6, 2002 Page 1 of 1 DRAFT FIELD ORDER No. 2 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure ~' OWNER's Contract No, 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following, changes in the Contract Documents: Description: Change in construction of Gas Migration Control Trenches. This change- results in no addition or reduction in the cost of construction. Reason for Change Order: Due to Terry Contracting & Materials, Inc. (TC&M) difficulty in excavation of the Gas Migration Control Trenches (Bid Item 513), TC&M requested a change in construction of the trenches, which has been approved by NYSDEC. Attachments (List documents supporting change.): Letter from TC&M to D&B dated Letter firom NYSDEC to D&B dated CHANGE 1N CONTRACT PRICE: Original Contract Price $ 5.216366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75..000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: S 0 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: APPROVED: D irka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to I Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion:.4 5 days Net increase this Change Order-, Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion:395 Final Completion: 425 APPROVED: 'Ferry Contracting and Materials, Inc. by: _ by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: Date: 5.0KAFT CHANGE; ORDER Date: No, I110, & - - 'I DATE OF ISSUANCE OWXFR Town of Southold CHANGE ORDER Inc. 10911 EFFECTIVE DATE Contract: General Construction Project: Southold Landfill Closure r _ OW:�ER's Contract No.. _2000 ENGI'�IEER's Contract No. 4 1314 — ENGINEER Dvirka and $artilucc C'otrsultirl; Engineers � _ _.____—_ You are directed to make the following changes in the Contract Documents: Description: Delete Bid item 7 Geotextile - Type I between the subgrade and gas venting layer, which represents a value of $332.000. As of the date of this Change Order, there will be no decrease in the total Contract Price The savings resulting from deletion of this item will be used as a credit against additional work performed in Waste Excavation Areas 2 and 3, and possibly elsewhere on the landfill site. Deletion of this Bid Item may result in a decrease in the total Contract Price at the completion of the project. Reason for Change Order: Due to use of sand frorn the 17 -acre Parcel for the final 6 inches of subgrade and compatibility with the overlying gas venting material, the geotextile between the subgrade and gas venting la}er is no longer necessary, which has been approved by the New York State Department of Environmental Conservation. Attacoments (List docuntents supporting change.): Letter from D&B to Terry Contracting & Materials, Inc. dated August 28. 2001. Letter from NYSDEC to D&B dated September 5, 2001. Letter from D&B to Terry Cunt -acting & Materials, Inc. dated September 6, 2001. CHANCE IN CONTRACT TRACT PRICE: Origir_al Contract Price y --- --- —_ 5.21- �et increase (Decrease) from previous Change Orders No. 2 to 3 1 contract Price ptior to :itis Change Order I S - — -=--- 5 291.. 366.517 h•et increase of this Change Order: Contract Price with all approved Change Orders: $ 5t291.366.50 -- --- - RECOMMENDED: - .APPROVED: Dvirka and Bartilucc:i Consulting Engineers Town of Southold CHANGE IN CONTRACT TI'vIES: Original Contract Times: Substantial Completion: _270 days Final Completion: 300 Vis_ Net change from previous Charge Ordet•s No. _ NA to _ 1 Substantial Completion: Final Completion: 125 day _._..._.-..__ Contract Times prior to this Change Order: Substantial Completion: 395 days _----_ Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 daYs Final Completion: 0 days__ Contract Times with all approved Change Orders: Substantial Completion. Fitral Completion: 425 APPROVED: Terry Contracting and'v1aterials, Inc. by: _ by: _ by: I'hontas F. Maher. Vice President James BunAuck, Solid Waste Coordinator Robert G. Terry, President Gate Date - • 1314\G1 10t 102.W)COU)1) Date: DRAFT C HA►NGE ORDER No. DATE OF ISSUANCE OWNER Town of Southold and EFFECTIVE DATE Contract: General Construction _ Project: Southold Landfill Closure - _ OWNER's Contract No. 2000 ENGDPIEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers — You are directed to make the following changes in the Contract Documents: Description: Increase the quantity of Bid Item 10 (Landfill Gas Vents) from 39 to 49 for installation of 10 additional gas vents in the area where loam from the 17 -acre Parcel was placed. The cost of the 10 additional gas vent.wells is S 11,840, which will be deducted from the credit resulting from deletion of Item 13B. Reason for Change Order: Additional gas -vents are necessary and required by the New York State Department of Environmental Conservation to enhance venting of tate gas below the lower, permeability loam contour grading material. Attachments (List documents supporting change.): Letter to D&B from NYSDEC dated July 24, 2000, Drawing No. 19A. CHANGE ITN CONTRACT PRICE: Original Contract Price $ X21636650 Net Increase (Decrease) from previous Change Orders No. 2 to 3 $ 75.000 - Contract Price prior to this Change Order: $ 5.291.366.50 Net increase of this Change Order: $_ 0 Contract Price with all approved Change Orders: $ 5 291 366.50 CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 123 days Final Completion: „25 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 _ RECOMMENDED: APPROVED: APPROVED: Dvirka and Bartilucci Consulting Engineers Town of Southold Terry Contracting and Materials, Inc. by: by: - by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date. Date: Date: 01314\G 1101103.1X)QR'V2 ) j o .. T ��/ 74(910 -364-30S -Fa . 77- �1 ' CHANGE ORDER No. 7 BATE OF ISSUANCE OWNER Town of Southold EFFECTIVE DATE Contract: -v General Construction v __ Project: Southold Landfill Closure ENGINEER's Contract No. , 1314 OWNER's Contract No. 2000 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make thcif ollowing changes in the Contract Documents: Description: A. Change in construction of central portion of Main Access Road from asphalt to 12 -inch RCA, which represents a value of/decrease in construction cost of $117,000. B. Change in construction of maintenance road in the southwestern area of the landfill (Scale House area to 17 - acre Parcel) from 15 -foot wide, 12 -inch RCA to' 30 -foot wide asphalt,, which represents a value of/increase in construction cost of $86,400. C. Change in construction of maintenance road in the northwestern area of the landfill (Born Pit to 17 -acre Parcel) from 15 -foot wide, 12 -inch RCA to 24 -foot wide 12 -inch RCA, which represents a v lue o, ecreas in construction cost of $5,400. The savings resulting from Item A may be used as a credit against additional work and/or result i a decrease in the total Contract Price at the completion of the project. Items B and C are to be charged against construction of tate 17 -acre Yard Waste Composting Facility. Reason for Change Order: To provide improved access from the Scale House to the 17 -acre Yard Waste Compost Facility and from the Yard Waste Compost Facility to the Borrow Pit, and less anticipated usage of the Main Access Road to the Borrow Pit as a result of moving the Yard Waste Composting Facility from the Borrow Pit to the 17 -acre Parcel. Attachments (List documents supporting change.): Computation of Cost Changes. Letter from NYSDEC to D&B dated November __, 2001. CHANGE IN -CONTRACT PRICE: Original Contract Price $ 5,%16.366.50 Net Increase (Decrease) from previous' Change Orders No. 2 to _3 $ 75.000 Contract Price prior to this Change Order: $ 91,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: APPROVED: Dvirka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: ,270 days Final Completion: 300 days Net change from previous Change Orders No. NA to E Substantial Completion: 12Ldays _ Final Completion: 12$ days - Contract ysContract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 dans Contract Times with all approved Change Orders: Substantial Compietion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: Date: Date: a 1314\GL 107108.D0C . - — .- 'DRAFT COiViP113TA�;A 'CE ORY)ER NO. OF COST* CHANGES VOR C7 ' n Chan s for Certrat ortinn of �vlain. Access`. L'han a frcm Asgha?t �c'._12=inch Contructl�)�� RC A g tiu.lc 1,040' x 30' = 31,200 sf = 3,467 sy x $42.50/sy (Item 42) — $147,348 Existing Design gasp ) - Chan€;-- (,12" RCA) 1,040'x 30'= 31,200 sf= 3,467 sy x $8.75/sy (Item 21) Cost Decrease - $117,000 ImQro:ved Road_frarn cele g3ose Area to 17 -Acre Parcel— Change from 15,frot Wide I?-irch IiCA to 3�--foot Wide Asphalt Existing Design (15'x 12" RCA) — 680' x 15' =10,200 sf ='1,133 sy x $8.75; sy (Item 20 _ $ 9,914 Charge (30' asphalt) -- 680' x 30' = 20,400 sf = 2,267 sy x $42.50/sy (Item 22) = 96,348 Cast In,:rease - $86,400 Widened Maintenance Read fromm117-ac: a Parcel to Borrow Pit — Change from 15 -foot Wide 12 -inch RC.A_to 24 -foot !Fide RCA Existing Design (15' x 12" RCA) - 610' x 15' = 9,150 sf = 1,017 x $8.75/sy (Item 21) _ $ 8,899 Change (24' x 12" R.CA) — 610' x 24' = 14,640 sf = 1,627 x $8.751sy (Item 21) = 14,236 Cost Increase - $ 5,400 Net Decrease $25,200 u 1314161147109 1-r'1C;(R01) DRAFT DATE OF ISSUANCE OWNER Town of Southold CONTRACTOR Terry Cont CHANGE ORDER Inc. No EFFECTIVE DATE Contract: L.ieneral L;onstrucuon _ Project: Southold Landitll Closure OWNER's Contract No. 2000 7 ENGINEER's Contract No. i 314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 34 Southeastern Drainage Diversion System, which represents a value/increase in construction cost of $__ . This item includes filling Recharge Basin No. 4 at $3.00/cy (Item 6), installation of catch basins and 36 -inch diameter pipe to Recharge Basin No. 3 and enlargement and change in construction of Recharge Basin No. 3. Cost of this item will be used against credits derived as a result of Field Change I and Change Order 5. Reason for Change Order: Town of Southold request to maximize utilization of land south of the landfill in the area of the Collection Center. Attachments (List documents supporting change.): Construction cost computation. Letter from Terry Contracting and Materials, Inc. dated Drawing No. _ Letter from NYSDEC to D&B dated _ CHANGE IN CONTRACT PRICE: Original Contract Price Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ _ ?5,000 _ Contract Price prior to this Change Order: $� 5,291,366.50. ---..-_—^ Vet increase of this Change Order: Contract Price with all approved Change Orders: $_._..- - --5 -291,366.50 RECOMMENDED: APPROVED: Dvijka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 da�_s Final Completion: 300 days.__ Net change from previous Change Orders No. _NA to Substantial Completion: 125 days_— Final Completion: 125 dates — Contract Times prior to this Change Order: Substantial Completion:.395 dal s Final Completion: 425 days Net increase this Change Order: Substantial Completion::0 dates _ Final Completion: 0 days _ Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by:by: _ by: _ Thomas F. Maher, 'Vice. President _ lames Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: Date. Date: + 13141G 1 ! U7110. D0QF.0 U 03/25/2002 MON 10:17 FAX 0 001/003 CHANGE ORDER No. 8 DATE OF ISSUANCE EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No, 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 34 Screening of 1:7 -Acre Material to Produce Stone for Gas Migration Control Trenches, which represents a value/increase in construction cost of $40,000. The value is based on a unit price of $2.50/cy of screened sand (20,000 cy of material screened to yield 16,000 cy of screened sand and 4,000 cy of gravel and stone). The unit price includes excavation and transport of material for screening. Reason for Change Order: To assist the Town in development of the 17 -acre parcel for use as a Yard Waste Composting Facility, 20,000 cy of material from the 17 -acre parcel will be screened to product stone for the Gas Migration Control Trenches, with the screened sand being used for *he Gas Venting Layer. The cost of $40,000 will be deducted from the credit resulting from deletion of Item 138, Attachments (List documents supporting change,): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. I to 7 : $ 75,000 Contract Price prior to this Change Order: S 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: S 5,291,366.50 _ CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Charge Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 RECOMMENDED: APPROVED: APPROVED: Dvirka and Bartilucci Consuhing Engineers Town of Southold Terry Contracting and Materials, Inc. by: __by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: Date: Date: • 0 1314/T122010] (RO3) DATE OF ISSUANCE CHANGE ORDER No. EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. ' Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Add Bid Item 34 Screening of 17 -Acre Material to Produce Stone for Gas Migration Control Trenches, which represents a value/increase in construction cost of $40,000. The value is based on a unit price of $2.50/cy of screened sand (20,000 cy of material screened to yield 16,000 cy of screened sand and 4,000 cy of gravel and stone). The unit price includes excavation and transport of material for screening. Reason for Change Order: To assist the Town in development of the 17 -acre parcel for use as a Yard Waste Composting Facility, 20,000 cy of material from the 17 -acre parcel will be screened to produce stone for the Gas Migration Control Trenches, with the screened sand being used for the Gas Venting Layer. The cost of $40,000 will be deducted from the credit resulting from deletion of Item 13B. Attachments (List documents supporting change.): None CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. I to 7 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: APPROVED: Dvirka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date ♦ 01314/T 1220101(R03) Date: Date: TERRY CONTRACTING & MATERIALS, INC. sou WEST MAIN STMET RIVERMAD, NY 11901 (516)727.0170 February 6, 2002 Revised Drainage quote. for [devised drainage plau42/01 Southold Lnndfittl Closure Town of Southold Suffolk County, New York The following quote is for the Installadou of the drainage tines and ttracturn shown on the revised drainage plan of i2f8l. Price include$ all 100r, aaattrisis atsd egplpuuent. "o • 1055 livear feet of 36" CHDPE e 195 linear feet of 24" CIlDPE • 2 catch basins • 6 manholes • 1 headwall Price for the above work: $165,353.60 Contingency -excavation and rc-land filling of waste (maximum uf2000 cubic yards, truckload quantity, $5.00 per cubic yard): $ 10,000.00 Contingency -clean backfill from on-site Band (&&Amps o(2000 cubic yards, truckload quantity, $3.00 per cubic yard): $ 6,000.00 Notes: 1 Precast as per shop drawings provided by engineer. 2. Waterproofing of manhole #5, calcis basins #I and ill. 3. Excavation is open cut, trench box used when wcessary. 4. Compaclion in 1' .lifts to top of pipe only. $1$1.,353.60 New York State Department of Environmental Conservation Division of Solid & Hazardous Materials, Region One Building 40 - SUNY, Stony Brook, New York 11790-2356 Phone: (631)444-0375 • FAX: (631) 444-0231 Website: www.dec.state.ny.us Thomas F. Maher, P.E. Vice President Dvirka and Bartilucci Consulting Engineers 330 Crossways Park Drive Woodbury, New York 11797 Re: Southold Landfill Closure Dear Mr. Maher: 0 --al co 460� Erin M. Crotty Commissioner The New York State Department of Environmental Conservation is in receipt of your letter dated February 8, 2002, regarding the new design for the drainage system along the eastern boundary of the landfill. The Department has reviewed the final drawings and finds them to be acceptable. If you have any questions regarding the above, please contact Igor Sikiric of my staff at (631)444- 0375. cc: M. Treers, NYSDEC I. Sikiric, NYSDEC J. Bunchuck, Town of Southold C. Morris, D&B P. Sutherland, TEC [azardous Materials Engineer DATE OF ISSUANCE .FIELD CHANGE No. 2 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Change in construction of Gas Migration Control Trenches. This change results in no addition or reduction in the cost of construction. Reason for Change Order: Due to Terry Contracting & Materials, Inc. (TC&M) difficulty in excavation of the Gas Migration Control Trenches (Bid Item 513), TC&M requested a change in construction of the trenches, which has been approved by NYSDEC. Attachments (List documents supporting change.): Letter from TC&M to D&B dated Letter from NYSDEC to D&B dated CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: APPROVED: Dvirka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: ♦ 1314\G1107111.DOC Date: Date: x DATE OF ISSUANCE CHANGE ORDER 1.631 EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Delete Bid Item 7 Geotextile — Type 1 between the subgrade and gas venting layer, which represents a value of $332,000. As of the date of this Change Order, there will be no decrease in the total Contract Price. The savings resulting from deletion of this item will be used as a credit against additional work performed in Waste Excavation Areas 2 and 3, and possibly elsewhere on the landfill site. Deletion of this Bid Item may result in a decrease in the total Contract Price at the completion of the project. Reason for Change Order: Due to use of sand from the 17 -acre Parcel for the final 6 inches of subgrade and compatibility with the overlying gas venting material, the geotextile between the subgrade and gas venting layer is no longer necessary, which has been approved by the New York State Department of Environmental Conservation. Attachments (List documents supporting change.): Letter from D&B to Terry Contracting & Materials, Inc. dated August 28, 2001. Letter from NYSDEC to D&B dated September 5, 2001. Letter from D&B to Terry Contracting & Materials, Inc. dated September 6, 2001. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: Dvirka and Bartilucci Consulting Engineers by: Thomas F. Maher, Vice President Date: ♦ 1314\G1101102.DOC(RO1) APPROVED: Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: _125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by: by: James Bunchuck, Solid Waste Coordinator Date: Date: Robert G. Terry, President �� '� (fir �•R � h DATE OF ISSUANCE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure No. 6 EFFECTIVE DATE OWNER's Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: Increase the quantity of Bid Item 10 (Landfill Gas Vents) from 39 to 49 for installation of 10 additional gas vents in the area where loam from the 17 -acre Parcel was placed. The cost of the 10 additional gas vent wells is $11,840, which will be deducted from the credit resulting from deletion of Item 13B. Reason for Change Order: Additional gas vents are necessary and required by the New York State Department of Environmental Conservation to enhance venting of the gas below the lower permeability loam contour grading material. Attachments (List documents supporting change.): Letter to D&B from NYSDEC dated July 24, 2000. Drawing No. 19A. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5,291,366.50 Net increase of this Change Order: $ 75,000 Contract Price with all approved Change Orders: $ 5,291,366.50 RECOMMENDED: APPROVED: Dvirka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Robert G. Terry, President Date: ♦ 1314\G1101103.DOC(RO1) Date: Date: a s Y'i•• z `s DATE OF ISSUANCE CHANGE ORDER No. EFFECTIVE DATE OWNER Town of Southold CONTRACTOR Terry Contracting and Materials, Inc. Contract: General Construction Project: Southold Landfill Closure OWNER'S Contract No. 2000 ENGINEER's Contract No. 1314 ENGINEER Dvirka and Bartilucci Consulting Engineers You are directed to make the following changes in the Contract Documents: Description: A. Change in construction of central portion of Main Access Road from asphalt to 12 -inch RCA, which represents a value of/decrease in construction cost of $117,000. B. Change in construction of maintenance road in the southwestern area of the landfill (Scale House area to 17 - acre Parcel) from 15 -foot wide, 12 -inch RCA to 30 -foot wide asphalt, which represents a value of/increase in construction cost of $86,400. C. Change in construction of maintenance road in the northwestern area of the landfill (Borrow Pit to 17 -acre Parcel) from 15 -foot wide, 12 -inch RCA to 24 -foot wide 12 -inch RCA, which represents a value of/decrease in construction cost of $5,400. The savings resulting from Item A may be used as a credit against additional work and/or result in a decrease in the total Contract Price at the completion of the project. Items B and C are to be charged against construction of the 17 -acre Yard Waste Composting Facility. Reason for Change Order: To provide improved access from the Scale House to the 17 -acre Yard Waste Compost Facility and from the Yard Waste Compost Facility to the Borrow Pit, and less anticipated usage of the Main Access Road to the Borrow Pit as a_ result of moving the Yard Waste Composting Facility from the Borrow Pit to the 17 -acre Parcel. Attachments (List documents supporting change.): Computation of Cost Changes. Letter from NYSDEC to D&B dated November_, 2001. CHANGE IN CONTRACT PRICE: Original Contract Price $ 5,216,366.50 Net Increase (Decrease) from previous Change Orders No. 2 to 3 : $ 75,000 Contract Price prior to this Change Order: $ 5.291,366.50 Net increase of this Change Order: $ 0 Contract Price with all approved Change Orders: $ 5.291,366.50 RECOMMENDED: APPROVED: Dvirka and Bartilucci Consulting Engineers Town of Southold CHANGE IN CONTRACT TIMES: Original Contract Times: Substantial Completion: 270 days Final Completion: 300 days Net change from previous Change Orders No. NA to 1 Substantial Completion: 125 days Final Completion: 125 days Contract Times prior to this Change Order: Substantial Completion: 395 days Final Completion: 425 days Net increase this Change Order: Substantial Completion: 0 days Final Completion: 0 days Contract Times with all approved Change Orders: Substantial Completion: 395 Final Completion: 425 APPROVED: Terry Contracting and Materials, Inc. by: by: by: Thomas F. Maher, Vice President James Bunchuck, Solid Waste Coordinator Date: Date: ♦ 1314\G1107108.DOC Date: Robert G. Terry, President COMPUTATION OF COST CHANGES FOR CHANGE ORDER NO.7 Construction Change for Central Portion of Main Access Road - Change from Asphalt to 12 -inch RCA Existing Design (asphalt) —1,040' x 30' = 31,200 sf= 3,467 sy x $42.50/sy (Item 22) _ $147,348 Change (12" RCA) —1,040' x 30' = 31,200 sf = 3,467 sy x $8.75/sy (Item 21) = 30,336 Cost Decrease - $117,000 Improved Road from Scale House Area to 17 -Acre Parcel — Change from 15 -foot Wide 12 -inch RCA to 30 -foot Wide Asphalt Existing Design (15' x 12" RCA) — 680' x 15' = 10,200 sf = 1,133 sy x $8.75/sy (Item 21) _ $ 9,914 Change (30' asphalt) — 680' x.30' = 20,400 sf = 2,267 sy x $42.50/sy (Item 22) = 96,348 Cost Increase - $86,400 Widened Maintenance Road from 17 -acre Parcel to Borrow, Pit — Change from 15 -foot Wide 12 -inch RCA to 24 -foot Wide RCA Existing Design (15' x 12" RCA) — 610' x 15' = 9,150 sf =1,017 x $8.75/sy (Item 21) _ $ 8,899 Change (24' x 12" RCA) — 610' x 24' = 14,640 sf =1,627 x $8.75/sy (Item 21) = 14,236 Cost Increase - $ 5,400. Net Decrease = $25,200 ♦ 1314\G1107109.DOC(ROl) �����ti� ;� ��f�� f!•f����+wfA�����f��fA•�f1�:���ff��ff��ff1��!,.ir,��=�vyit�t != !�����=`aai�Aci-�s+�• Mif'�ii���''�;•��Oi•��� t ���s ar'Ia �1� +1._lirf_fi �1i ��r �Ir_Iii�i �.�►_ Vii:. �.,r�i �.�'i ��1�hlr Itr �►i �_hi i1r err �'ir_Ia._��r.:�� �i�fw1►-.�1i%�is�s�s�� _- -�� %l�� r s � ���� l MIGRATION • R• • r /, ;,,' \ / \ : \ �, -�. ,.r ; .:.a\; t : y"; .� .. �5✓".'yL �' T'i`wy'" —,a - ."sri"" " 1�'1(i •(r I ,:�% y - `"+". •i.. '•<S''•i�-`•• n;:.. "`w-' i 1 r.+ ^i.-- " — 1. ! ,,, I I / \ ti \\ �•t,♦ w\�.- ti\\ {= \ i- ^\ ..,,, '``:zu,._.\ , / J 1 i l _<.�^ 1^ 1�i�%4 .\ rf =I ,, <?,s :'. �r.;��. ILS7• F! / ��1� 1 �— __ I �` -- � r.,t 'I. \ \\ �. •\i>;`"" �r •-•y- ,.r'- ?.x \ ! _ \ / . !• E� ! : /. "'mar '�`Sy.. �l :1-i�• ' - -.>'. \ \: .'! \ i .:\, "11 Y 4 -`\' ,,� t h" ` \ / �'• \ �f M'~•��,w,,s. �Il+ 1 , f. , " \ \• \ •�\\.:.+_ /•S•. t,.'1 ,T •'�; / / \ —. - \ \ \ +•. ?\ i\• .,�s (y��/'{j _ .�' _ .a ^S�":,.-,..., J r"`` —�' .wv�'•'r" ��` - I /';;•t \.�`S. i,- ..1 '-X- /T / J '-`'^—_.... � 1 I � •\ ii ,tet'/ :\ c`\ ,�, \; ,1 / / / h>. � t, •er' �`w � ! iy �•. .v �• I � - � - ._. I w; t/ / •i 2 4'- 1 \ r 1 _ - Y 4 / - ••t is ;s3 . s•�i / _ \ "t31:. ' . ^ .. .� - .ate` vlY i \ K'Ir '. Vit' "s'., e+ L r . _ r V I / hh _ .f -.• _ f yb1 cv <: r t.: <:•r 1` Vt r_ ',r• ' 1 I - r s 5•v`, c-" Y w• i i •Y \ I' - 1 1 t r• +1 A i N N I� •�--;• ,�k AR FRE�iH GE B , i - f U 1 I a' / 1 - •�+ I I I 1 I f~ I _ 1 'F , � 7•.+ I TN I • w. ♦ •'I 1 I 1 K ad ` J <- 61 4 - r I w r s t 1 v. t• r / I. I • t r." Y -h 1 i I I I J '•,w I ■ I ., I 1 • I ^rr I 1 t i moo• - 1 R 'CHAR , I G BA i:. N N0. - ! � S 1 ZZ 1 I _ 1 a .•r J— moi... • r r. 1 / 4 r 1 n c' .Y X r. I I r r 1 7 , �A•�—ter •,iA y_ + t _ } y,• 'z r 2 _ F 1 r4 � s .Mc I < , • i tI .2 i ! I 1 I I 9 t • ..f,: •i 1 1 h' +ti•. S' 1, 1 •yI'• 1 ms's ♦ .—.y I 7r' l I I I .. / '� . r•• . , k"' \ Ali•.: •••...` / ! I I I /' r ' ---..._. / -fir' "• ii" _ ...• R,w' fr••" i-1 /. 1 T r '� • 1 «.. ter: 1 1 i L .t J I :7,7 MW 1ROAD / r' 3? raw. • I I ! r� ,fi •.z g „7 -l' I — � I :y 1 �► •r �4`:x"71' :f r', i...,•u, / �.(�/'_ ., ti► 'di - `'k• ,•+(' '.:rq `•t:.,, ""'�"r.: 1 / i/, / '•\s '•T: •''J." ci f.�,, �, 1 I ( I 1 ,--"'--`_ - ' / / — � t _._ / '� ,-,- +`'r. •nr`::., i _4 �./ (. / i .. ♦ �:: ..i ..»'r.v' >'•� �.}.: \ + 1 I 1 11 - I "r I `—_ i \- y� .(' +."�"F �;: '<'� .rn,. ;5 - r'— t _.. /,/ `'a::'6• .1,. a:.:. :2 v ,�`/<: 1 1 1 I + __ ��\ / / 0 / ► - � +- h. 'r�' c ;i�-•.a... _ .+t�r..— _ *3•,' vx°'�'K�-. 1',=. - f ! 1 1 f 1 a i —" • ..+ � / /" / i --.t w_"+"" --•:w :r%��:l r.... .,*�, %..,, _..✓ ;.R ..,,t ...f,� a's. .'t} :>.. 1"1.N; � 1 I ( r II 1 / I l I 1 �'. �-'�'°Y �'. - y • >� ` ,,• 1 I 1 Z NOTES: , z• / _ __ _ ...... 1.) LOCATE GAS MONITORING WELLS MIN. OF 3 FEET FURTHER FROM LIMITS OF CAP THAN. OUTER LIMITS - �� -` ,F I 1 G '�-- '`'''` "•' tt' _ --- _-- = r + C,._I \ Z OF GAS MIGRATION CONTROL TRENCHES. a 1s 23 1�T'"` ::•,=F ' - �' --_ /,- �� ,' PROPOSED LOCATION OF =» - r — 0 60' IA' 180' Z 2.) ELEVATION CONTOURS REPRESENT SURFACE �{ /�` �' 'GAS MIGRATION CONTRA •TRENCH "C5� ' 'r >,�, �—r= // r Y OF SUBGRADE. �!�.� _•� '\ /_ o !/ �`' n _�'--------- /'� '- / i ------ -- �p { — SCALE: 1 -60 j N0. DATE REVISION INT. PROJECT N0. OPAWING N0. UNAUTHORIZED'ALTERATION� OR ADDITION TOWN OF SOUTHOLD TO THIS DOCUMENT IS A VIOLATION OF SUFFOLK ` COUNTY, NEW YORK 1314 < SECTION 7209 OF THE NEW YORK STATE o EDUCATION LAW. SOUTHOLD `.LANDFILL CLOSURE DATE: Q LANDFILL GAS VENT, GAS MONITORING WELL AND- GROUNDWATER MONITORING WELL PLAN OCTOBER 200, PROJECT ENGINEER: DRAWN BY: 19A N o T.F.M. J.E.Z. DVIRKA AND BARTIWCCI SCALE- DESIGNED. Br: CHECKED BY:. CONSULTING ENGINEERS GENERAL .CONSTRUCTION z 1 "=60' C.t.V"' E.W.P./D.S.G. .. A DIVISION OF, WILLIAM .F. CO5UUCH ASSOCIATES, `P C - M - x