Loading...
HomeMy WebLinkAboutSouthold Landfill ClosureTown of Southold Southold Landfill Closure BID SUEETS (REVISED • t a i 4U 102 7004 DOC(Ro 1) B-3 R Estimated Unit Price/Lump Sum Bid In Total Price (tem Unit of Measure Quantity Description Both Words and Figures Hid in Figures -flme yun4C_d 7-4 tee %houSv►V, r 1 L.S. 1 Pre -Mobilization, (not to exceM four percent S ',Jw ji r-4 E.' T doIIan '303,6190 of Total Amount of Bid) a &J a cents On a h✓odtr� F; ft� 2 L.S. l Mobitlzation, Maintenance said 74ema M oars S %000 Demobilization (not to exceed two percent of and No cents Total Amount of Bid) $ ) b c . D O O���/ 3 Acre 50 Clearing and Grubbing pkree %iVZWX. 'dpbllars $ O_000 and o cents $_ %coo 4 C.Y. 74,000 Unclassified Excavation and Relandfilling C-,-3 ;-ac dollars S� X90 and eV 94 W .'p -cents $ A SA C.Y. 2,000 Removal and Relandfil ling of Buried Wasto- WeA ollars $ Li 6 000 r Waste Excavation Arca I (including and c7 cents Backfilling of Excavation with Clean Soil $ 2 3 from On -Site Barrow) SB C.Y. 2,200 Excavation of Gas Migration Control _ ; w& dollars $ Trenches and 11 r -`A t` cents $ b SC C.Y. 3,000 Removal and Relandfil ling of Buried Waste - w0 Lk, PO—dollars $ 6 9 00 O Waste Excavatian Area 2 and D cents $ 23 • t a i 4U 102 7004 DOC(Ro 1) B-3 R Town of Southold Southold Landfill Closure Bm SHEETS (REVISED) (continued) 13141A 1027004. DOU(1101) B -4R Estimated UnitPrice/Lump Sum Did In Total Price Item Um It of Measure oumnlity Description Both Words and Flgures Bid in Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and "Wo- dollars $ 3�•7,fNor!• Daily Cover from On -Site Sources and AoiA P cents $ 5. of W G00O9, gen' 7 S.Y. 166,000 Gentemile - Type I dollars $ T and F f cents 0 C.Y. 56,000 Gas Venting Layer from On -Site Sources wl rh/f dollars tZZ and T./*- cents 9 S.Y. 165,000 60 Mil Textured HDPE Geomembrane r dollars o` $Rio,t177 and cents S Ac 10 Vent 39 Landfill Gas Vents nXfea%1A4W4ePdollazs and cents I I S.Y. 39,000 Geocomposile dollars o� $ %� and r cents � H dd 12 C.Y. 56,000 Barrier Prolection Layer from On -Site KA dollars $ &oo Sources and cents $ & 85 13141A 1027004. DOU(1101) B -4R •» 1MA 1027004.DOC(Ro 1) B-5 R Town ofSoulhold Southold landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Ittm Unit of Measure uand( Description Both Words and Figurer Bid in FlEures 13A C.Y. 20,000 Vegetative Growth Medium UsingOn-Site �14Mr dolla � Compost and On -S ite Sand from Borrow and -ji A p" J► cents Arca S 964 I3B C.Y. 18,000 Contingency Topsoil from Approved Off- dollars Site Sources and kud cents S oeaa° 14 S.Y. 216,000 Erosion Control Blankel f day dollars and cents $ 2 l5 S.Y. 10,000 Erosion Control Fabric dollars �a and I1! p, — cents 16 S.Y. 226,000 Hydroseang hie dollars S /9U000. � and S 1,Af-,Y cents 17 L.S. 1 Landscaping dollars S/,� _ and ,92 cents /so., Dome f 18 L.S. I Rip Rap, Stone Fill, Gravel Fill and Reno d �ItA./p.� dollars S Dev Mattresses and r.0 cents div. •» 1MA 1027004.DOC(Ro 1) B-5 R �1314"10270041X)C(R01) B -6R Total Price Did in Fieures $ 1a2, 5/0 goo Zw7 oe-oif� Town of Southold Southold Landfill Closure RID SHEETS (REVISED) (continued) Ettimeted Unit Price/Lump Sum Bid In Item Unit of Measurc Ousmilly Description Both Words and Figures 19A L.F 6,030 6 -Foot High Fencing ;ryc4 6 ej dollars and p.9 CP cents $ 17 i 198 L.F. 800 12 -Foot High Fencing ,C T -dollars. and f cents 19C E.A. 2 Gates /w /�� vc J',vnd¢ dollars an k) o cents 20 S,Y. 2,600 Maintenance Roads - 6" Deep RCA e✓ e17 dollars and 'Tv. 12 cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA 74 t' two dollars and lJ cents $ :3 7- 22 22 S.Y. 6,300 Main Access Road ��'d/ollars and cents $ '3 23 L.F. 1,200 Guide Rail Y! adollars and b cents �1314"10270041X)C(R01) B -6R Total Price Did in Fieures $ 1a2, 5/0 goo Zw7 oe-oif� • i 314\A 1027004.00C(R01) p_'] R TWO Price Bid in Figure! $ 2Q, X00, r` $ i„ k aw S w Y00ov S -75;1&w ffi 3�Ob �` S zb"r' W 6 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Esilmaled Unit Price/Lump Sum Did In Item Unit of Measure QuaNtity Description Both Words and Figures 24A Foot 260 Abandon Exisling Landfill Gag Monitoring r6f7 dollars Wells end n4 cents 24B Fool 510 New Landfill Gas Monitoring Wells f dollars and ftoa cents $---7V- —7au25A 25A Foot 980 Abandon Existing Groundwater Monitoring 616e)7 97Ve dollars Wells and /u0 cents I& C' 25B Foot 4600 New Groundwater Monitoring Wells 4 otlaas and cents $ A 26 L.S. l Drainage Pipe, Inlet/Outlet Structures, s Stilling Basin and Manholes and /� cents $ P 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars Drains Drains and n.0 cents $ 35 28 L.S. I Water Supply Well and Electrical Service OK4 doll and cents S • i 314\A 1027004.00C(R01) p_'] R TWO Price Bid in Figure! $ 2Q, X00, r` $ i„ k aw S w Y00ov S -75;1&w ffi 3�Ob �` S zb"r' W 6 Estimated Item Unit of Measure Quantity 29 L.S. 1 30 C.Y 01314%A ] 027004.DDC(ROI ) Town of Southold Southold Landoll Closure BID SHEETS (REVISED) (continued) Unit Price/Lamp Sum Bid In Description Both Words and Figures Siren and Electrical and Telephone Service p %J . 'A e— 74MSR44dollars and 0,0 cents $ 9 ao 0 73,000 Sand Pit Regrading o OF dollars and cents $ Lt Sr C-1- Total Price Bid in Fi¢ures 9Ooc Town of Southold Southold tLaodfill Closure HID SHEET'S (REVISED) (continued) TOTAL AMOUNT OF BID; 1N FIGURES $ 7,611f 4 76 IN WORDS See-4 Ni-IJ104 Ave- kondr-oi Oevc4 Ttio✓sa� ALTERNATE /en Cef 1�5 Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the pzice in words, the price in words will be accopted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAI 3 1 2001 Soutrtota town Clerk • u IMI 02701ADOc(Hol) B -9R Town of Southold Suffolk County, New York Contract Documents and Specifications Contract No. 2000 General Construction Southold Landfill Closure Supervisor Jean W. Cochran SPECIAL NOTICE All pages in this contract are numbered according to the Table of Contents. If any pages are missing or illegible, notify the Town Clerk immediately. It is the Bidder's responsibility to insure that the Contract Documents are complete, including all addenda. September 2000 Dvirka and Bartilucci Consulting Engineers Woodbury, New York RLABTM01314(M/00) 1-1 • 1 1 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK CONTRACT NO. 2000 - GENERAL CONSTRUCTION ADVERTISEMENT FOR BIDS, INSTRUCTIONS TO BIDDERS, BID, BID BOND, AGREEMENT, PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND, GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, TECHNICAL SPECIFICATIONS ♦1319\A0827901.DOC(RO1) FOR SOUTHOLD LANDFILL CLOSURE GENERAL CONSTRUCTION SEPTEMBER 2000 DVIRKA AND BARTILUCCI CONSULTING ENGINEERS WOODBURY, NEW YORK NO TEXT THIS PAGE 1 TECHNICAL SPECIFICATIONS Contract No. 2000 - General Construction TABLE OF CONTENTS Section Title Section Title Page Page DIVISION 1 - GZNZRAL PROVISIONS Advertisement for Bids ...........................A-1 thru A-2 Instructions to Bidders .........................I-1 thru I-11 1.0 Bid..............................................B-1 thru B-14 thru Bid Bond ....................................00410-1 Performance Bond ............................00610-1 thru 00410-2 thru 00610-3 Payment Bond ................................00620-1 thru 00620-3 Maintenance Bond.................................M-1 1.1-5 Agreement .................................... ..1 thru 7 Contract Drawings .................... Table of Contents of General Conditions ..........GC -i thru GC -vi 1.2-2 General Conditions...............................GC-1 thru GC -65 1.3 Supplementary Conditions .........................SC -1 thru SC -19 thru State of New York Department of Labor Prevailing Wage Rate Schedule Construction Schedule/ TECHNICAL SPECIFICATIONS Contract No. 2000 - General Construction • Section Title Page DIVISION 1 - GZNZRAL PROVISIONS 1.0 Scope of Work ........................ 1.0-1 thru 1.0-2 1.1 Location of Work.....................1.1-1 thru 1.1-5 1.2 Contract Drawings .................... 1.2-1 thru 1.2-2 1.3 Special Construction Conditions ...... 1.3-1 thru 1.3-3 1.4 Construction Schedule/ 1.5 Construction Sequence................1.4-1 Health and Safety Plan...............1.5-1 thru thru 1.4-6 1.5-10 1.6 Environmental Protection Procedures.. 1.6-1 thru 1.6-6 1.7 Temporary Services/Security .......... 1.7-1 thru 1.7-3 1.8 Temporary Facilities ................. 1.8-1 thru 1.8-6 1.9 Project Meetings ..................... 1.9-1 thru 1.9-3 1.10 Contractor's Equipment and Tools..... 1.10-1 1.11 Storage of Materials and Equipment... 1.11-1 1.12 Project Sign. 1.12-1 thru 1.12-3 1.13 Construction Quality Assurance/ Construction Quality Control Program. 1. 13-1 thru 1.13-5 1.14 Measurement and Payment..............1.14-1 thru 1.14-24 ♦1314\A0827901.DOC(R03) i TABLE OF CONTENTS (continued) Section Title Page DIVISION 2 - SITE WORK 2.0 Scope of Work ........................ 2.0-1 thru 2.0-4 2.1 Clearing and Grubbing ................ 2.1-1 thru 2.1-2 2.2 Source of Supply ..................... 2.2-1 thru 2.2-3 2..3 Earthwork ................ 2.3-1 thru 2.3-23 2.4 Abandonment of Existing Groundwater 4.4-1 thru 4.4-15 4.5 Monitoring Wells and Installation of 4.5-1 thru 4.5-9 4.6 New Groundwater Monitoring Wells..... 2.4-1 thru 2.4-9 2.5 Abandonment of Existing and 4.7-1 thru 4.7-10 Installation of New Nonpotable Water Supply Well .................... 2.5-1 thru 2.5-18 2.6 Abandonment of Existing Landfill Gas Monitoring Wells and Installation of New Landfill Gas Monitoring Wells.... 2.6-1 thru 2.6-11 2.7 Asphalt Pavement ..................... 2.7-1 thru 2.7-10 2.8 Steel Guide Rail ..................... 2.8-1 thru 2.8-3 2.9 Landscaping .......................... 2.9-1 thru 2.9-18 2.10 Fencing .............................. 2.10-1 thru 2.10-6 2.11 Aggregates and Mattresses............ 2.11-1 thru 2.11-6 DIVISION 3 - MECBANICAL 3.0 Scope of Work... ..................... 3.0-1 thru 3.0-2 3.1 Pipes, Valves, Fittings and Appurtenances ........................ 3.1-1 thru 3.1-17 DIVISION 4 - LANDFILL CAPPING SYSTEM 4.0 Scope of Work ........................ 4.0-1 thru 4.0-2 4.1 Geotextiles.......................... 4.1-1 thru 4.1-15 4.2 Gas Venting Layer .................... 4.2-1 thru 4.2-9 4.3 Geomembrane ..................... ...4.3-1 thru 4.3-37 4.4 Geocomposite Drainage Layer.......... 4.4-1 thru 4.4-15 4.5 Barrier Protection Layer ............. 4.5-1 thru 4.5-9 4.6 Topsoil Layer ........................ 4.6-1 thru 4.6-13 4.7 Erosion Control Materials............ 4.7-1 thru 4.7-10 • 0 t ♦1314\A0827901.D0C(R03) ii I 1 • TABLE OF CONTENTS (continued) Section Title Page DIVISION 6 - CONCRETE 6.0 Scope of Work ........................ 6.0-1 6.1 Concrete Formwork ......::::::::::::.. 6.1-1 thru 6.1-13 6.2 Concrete Reinforcement. 6.2-1 thru 6.2-5 6.3 Cast -in -Place Concrete ............... 6.3-1 thru 6.3-18 6.4 Precast Concrete Structures.......... 6.4-1 thru 6.4-5 DIVISION 16 - ELECTRICAL 16.0 Scope of Work ........................ 16.0-1 thru 16.0-7 16.1 Conduit .............................. 16.1-1 thru 16.1-7 16.2 Sealing Fittings ..................... 16.2-1 thru 16.2-2 16.3 Flexible Conduits .................... 16.3-1 thru 16.3-3 16.4 600 Volt Cable ....................... 16.4-1 thru 16.4-5 16.5 Pull and Junction Boxes.. .......... 16.5-1 thru 16.5-3 16.6 Outlet Boxes ............::::::....... 16.6-1 thru 16.6-2 16.7 Motor Starters.......... 16.7-1 thru 16.7-4 16.8 Lighting and Distribution Panelboard ........................... 16.8-1 thru 16.8-3 • 16.9 Disconnect Switches. 16.9-1 thru 16.9-2 16.10 Grounding System ..................... 16.10-1 thru 16.10-3 16.11 Overhead Pole Lines .................. 16.11-1 thru 16.11-2 16.12 Construction of New Nonpotable Water Supply Well .................... 16.12-1 thru 16.12-4 16.13 Relocation of Existing Siren......... 16.13-1 thru 16.13-4 List of Appendices Quality Assurance/Quality Control Summary............ A Results of Testing of On-site Soil Stockpile andBorrow Area Soil ................................. B Descriptions of Existing Conditions of Construction and Working Easements and Agreements with Property Owners ...................... C Southold Landfill Topographic Maps - October 12, 1999 Aerial Photograph Date ............................... D • I♦1314\A0827901.DOC(R03) i i i NO TEXT THIS PAGE ADVERTISEMENT FOR BIDS NO TEXT THIS PAGE 1 i • ADVERTISEMENT FOR BIDS TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE Sealed Bids for Contract No. 2000 for Closure Construction of the Town of Southold Landfill, Cutchogue, Long Island, New York, will be received by the Town of Southold Town Clerk's office, located at 53095 Main Road, Southold, Long Island, New York 11971 until 3 p.m. (Local Time), on November 9, 2000, and then at said office publicly opened and read aloud. The Contract Documents, consisting of Advertisement for Bids, Instructions to Bidders, Bid, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Payment Bond, Performance Bond, Drawings, Specifications and Addenda may be examined at the following location: Town of Southold Town Hall 53095 Main Road Southold, New York 11971 • All bidders must obtain a set of the Contract Documents. Copies of the Contract Documents may be obtained at the office of Elizabeth Neville, Southold Town Clerk (631-765-1800), Town of Southold, Town Hall at 53095 Main Road, Southold, New York 11971 upon depositing the sum of $100 for each set of documents. Anyone upon returning the Contract Documents in good condition within 30 days after the opening of Bids will be returned his deposit for one set. Anyone returning all other copies of the Contract Documents in good condition within 30 days after the opening of Bids shall be refunded the amount deposited, less the OWNER's actual cost of reproduction. Each Bid must be accompanied by a certified or bank cashier's check made payable to OWNER, or a Bid Bond issued by a surety licensed to conduct business in the state where the Project is located and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury, in an amount not less than five percent of the amount of the Bid submitted. The list may be ordered from the Government Printing Office Bookstore, 26 Federal Plaza, Room 110, New York, NY 10278, (212) 264-3825. ♦ 1314\F0412017.D0QR04) A-1 The Bidder to whom the OWNER proposes to award the Contract will be required to • furnish performance and payment bonds and the necessary insurance certificates as prescribed in the General Conditions and the Supplementary Conditions upon the execution of the Agreement. Bidders are required to execute a non -collusive bidding certification required by Section 103-d of the General Municipal Law of the State of New York. The attention of Bidders is particularly called to the requirements as to the conditions of employment to be observed and the minimum wage rates to be paid under the contracts. Bidders are also required to comply with the anti -discrimination provisions of Sections 290-•301 of the Executive Law of the State of New York. The OWNER reserves the right to reject any or all of the Bids received, to readvertise for Bids, to abandon the project, to waive any or all informalities in any Bid received and to accept any proposal which the OWNER decides to be for the best interest of the OWNER. A pre-bid meeting will be held at the Southold Landfill on October 19, 2000, at 11 a.m. (local time). Town of Southold • 1 1 ♦ 1314T0412017.DOC(R04) A-2 I INSTRUCTIONS FOR BID NO TEXT THIS PAGE . INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to BIDDERS have the meanings assigned to them in the General Conditions. 2. Qualifications of BIDDERS. To demonstrate his qualifications for the Project, each BIDDER must be prepared to submit within five days of OWNER's request written evidence of the types set forth in the Supplementary Conditions, such as financial data, previous experience and evidence of authority to conduct business in the jurisdiction where the Project is located. 3. Examination of Contract Documents and Site and Pre -Bid Meetin . 3.1 Before submitting his Bid, each BIDDER must: (a) examine and carefully study the Contract Documents and the other related data identified in the Bidding Documents. (b) visit the Site and become familiar with and be satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the ' Work. (c) become familiar with and be satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. (d) carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. (e) obtain and carefully study (or assume responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by BIDDER, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by BIDDER, and safety precautions and programs incident thereto. • (f) be satisfied that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract I♦ 1314\F0412018.doc(R03) I-1 Price, within the Contract Time, and in accordance with the other terms and conditions of the Contract Documents. (g) be aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. (h) correlate the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. (i) give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. (j) be satisfied that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.2 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site (if available) or otherwise affecting performance of the Work which have been relied upon by ENGINEER in preparing the Drawings and Specifications. OWNER will make copies of such surveys and reports available to any BIDDER requesting them. Before submitting his Bid each BIDDER will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his Bid price for performance of the Work within the terms of the Contract Documents. 3.3 The submission of a Bid will constitute an incontrovertible representation by the BIDDER that he has complied with every requirement of this Article 3. 3.4 A pre-bid meeting will be held at the Southold Landfill on October 19, 2000, at 11:00 a.m. 4. Interpretations. All questions about the meaning or intent of the Contract Documents shall be submitted to ENGINEER in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Questions received less than ten calendar days prior to the date for opening of Bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5. Bid Security. Each BIDDER must provide Bid Security equal to five percent of its maximum Bid Price, as set forth in the Bid Form (attached hereto as an exhibit). The required Security must be in the form of a certified or bank cashier's check made payable to OWNER or a ♦ 1314V0412018.doc(R03) 1-2 • 1 1 7 r. Bid Bond issued by a surety licensed to conduct business in the state where the Project is located and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Bid Security of the successful BIDDER will be retained until he has executed the Agreement and furnished the required Contract Security, whereupon it will be returned; if he fails to execute and deliver the Agreement and furnish the required Contract Security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that BIDDER will be forfeited. The Bid Security of any BIDDER whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of the seventh day after the executed Agreement is delivered by OWNER to BIDDER and the required Contract Security is furnished or the sixty-first day after the Bid opening. Bid Security of other BIDDERS will be returned within seven days of the Bid opening. 6. Contract Time and Final Contract Time. The number of days for Substantial Completion of Work (the Contract Time) and for Final Completion of Work (Final Contract Time) are set forth in the Bid Form and will be included in the executed Agreement. Any provisions for liquidated damages are set forth in the Contract Documents. ' 7. Equipment Suppliers. BIDDERS shall submit with their Bids a list of the proposed Suppliers for the items of equipment listed on the Bid Form. If OWNER or ENGINEER after due investigation has reasonable objection to any proposed Supplier, he may, before giving the Notice of Award, request the apparent low BIDDER to submit an acceptable substitute without an increase in his Bid price. If the apparent low BIDDER declines to make any such substitution, he will thereby sacrifice his Bid Security. The OWNER or ENGINEER's failure to object to a Supplier does not relieve the BIDDER of his responsibility to furnish equipment that complies with the Specifications and shall not constitute a waiver of any right of the OWNER or ENGINEER to reject defective Work or Work not in conformance with the Contract Documents. 8. Bid Form. ' 8.1 The Bid Form is included in the Contract Documents; additional copies may be obtained from ENGINEER. 8.2 Bid Forms must be completed in ink or by typewriter. The Bid price of each item on the form must be stated in words and numerals; in case of a conflict, words will take ' precedence. 8.3 Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. • ♦ 1314T0412018.doc(R03) 1-3 8.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 8.5 All names must be typed or printed below the signature. 8.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be filled in on the Bid Form). 9. Submission of Bids. Bids shall be submitted at the time and place indicated in the Advertisement for Bids and shall be included in an opaque sealed envelope, marked with the Project title, contract number, and name and address of the BIDDER and accompanied by the Bid Security and other required documents. The Bid Forms shall remain in the Contract Documents and shall be submitted along with the Contract Documents (except for drawings). If separate Bid Form pages are used, they shall be securely attached to the Contract Documents. 10. Modification and Withdrawal of Bids. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 11. Opening of Bids. Bids will be opened as indicated in the Advertisement for Bids. 12. Bids to Remain Open. All Bids shall remain open for forty-five (45) days after the day of the Bid opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 13. Award of Contract. 13.1 OWNER reserves the right to reject any and all Bids and waive any and all informalities, and the right to disregard all nonconforming or conditional Bids or counter proposals. 13.2 In evaluating Bids, OWNER shall consider the qualifications of the BIDDERS, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices, if requested in the Bid Forms. He may consider the qualifications and experience of Suppliers who are to furnish the items of equipment for those portions of the Work as to which the identity of the equipment Suppliers must be submitted as specified in the Bid. He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the BIDDERS and equipment Suppliers to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. OWNER reserves the right to reject the Bid of any BIDDER who does not pass any such evaluation to OWNER's satisfaction. 13.3 If a contract is to be awarded, it will be awarded to the lowest responsive responsible BIDDER whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. ♦ 1314T0412018.doc(R03) 1-4 C 1 LI �I 1 J 13.4 If the Contract is to be awarded, OWNER will give the apparent successful BIDDER a Notice of Award within forty-five days after the day of the Bid opening. 13.5 Simultaneously with delivery of the executed counterparts of the Agreement to OWNER, the apparent successful BIDDER shall deliver to OWNER the required Contract Security. 14. Taxes. BIDDERS shall refer to Section 6 of the General Conditions and to the Supplementary Conditions for applicable tax exemption. 15. Minority and Women's Business Enterprises/Equal Employment Op ortunity Requirements The CONTRACTOR will be requested to make good faith efforts to subcontract at least 8.8 percent and 8.8 percent of the total contract price to NYS Certified Minority Business Enterprise(s) (MBE) and Women Business Enterprise(s)(WBE), respectively. The New York State Department of Environmental Conservation does not allow substitution of a Disadvantaged or Disabled Business Enterprise (DBE) for a Minority Business Enterprise (MBE) under the State Assistance Program. The MBE and EEO provisions are required provisions for this contract. The CONTRACTOR is requested to comply with State regulations 9 NYCRR Part 543 entitled "Requirements and Procedures Regarding Business Participation Opportunities for Minorities and Women on State Contracts." In accordance with Executive Law Article 15-A, the NYSDEC is required to make available for review or purchase, the NYS Directory of Certified Minority and Women Owned Business Enterprises. The Directory can be reviewed free of charge at the NYSDEC's Regional offices or at 50 Wolf Road, Albany, New York. Bidders wishing to purchase the Directory should contact Ms. Fran Genovesi, Business Services Bureau, Governor's Office of Minority and Women's Business Development, P.O. Box 2072, Albany, New York 12220 at (518) 292-5253. For additional information and assistance regarding NYS Certified M/WBE's please contact Ms. Brenda Scott Moulhem at NYSDEC's Bureau of Minority and Women's Business Development at (518) 457-7187. Pursuant to New York State Executive Law Article 15-A and the attending rules and regulations, an approvable Minority/Women's Business Enterprise -Equal Employment Opportunity (M/WBE-EEO) Work Plan will be required of the Contractor. The M/WBE-EEO Work Plan shall be submitted by all bidders with the Bid. The Work Plan should state the M/WBE and EEO goals, the areas of work to be considered for solicitation of M/WBE firms and a listing of M/WBE firms to be used to supply identified subcontracting work/supplies. A CONTRACTOR Detailed EEO and M/WBE Work Plan form is included as part of the Bid and will be incorporated into the . Contract. i♦ 1314T0412018.doc(R03) 1-5 i The CONTRACTOR will be required to provide equal opportunities to minorities and women with regard to all jobs necessary for the performance of work or contracts required by the project. In doing so, the CONTRACTOR agrees to make good faith efforts to employ minorities for at least 10 percent of, and women for at least 10 percent of, the work force hours required for the completion of the project. Different occupational category work force participation goals may be used to meet these overall goals for work force participation. The CONTRACTOR will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age disability, or marital status, and will undertake or continue existing programs of affirmative action to ensure that minority group persons and women are afforded equal opportunity without discrimination. Such programs shall include, but not be limited to, recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, termination, rates of pay or other forms of compensation, and selections for training or retraining, including apprenticeship and on-the-job training. At the request of the NYSDEC, the CONTRACTOR shall request each employment t agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding and which is involved in the performance of the Contract with the Agency to furnish a written statement that such employment agency, labor union, or representative shall not discriminate because of race, creed, color, national origin, sex, age, disability, or marital status, and that such union or representative will cooperate in the I implementation of the CONTRACTOR'S obligations hereunder. 16. Site Reports and Documents Available for Review by Bidders 0 Prospective bidders shall be permitted to examine and review supporting documentation relative to the site at the office of the Town of Southold located at 53095 Main Road, Southold, ' Long Island, New York 11971 during normal business hours. Prospective bidders may contact the office of the Town of Southold (516) 765-1889 to arrange for an appointment. Due to the voluminous nature of the documents, copies of the documents cannot be provided to prospective bidders and the documents cannot be borrowed or removed from the office of the Town of Southold. Facilities for photocopying any or all portions of the documents are not available. ' The supporting documentation available to be examined and reviewed is as follows: • Part 360 and Phase II Hydrogeologic Investigation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, October 1991. • Part 360 and Phase II Supplemental Investigation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, March 1993. • Part 360 Closure Investigation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, December 1996. • ♦ 1314T0412018.doc(R03) 1-6 1 • CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name BRECO ENVIRONMENTAL CONTRACTORS, INC. Address 201 Saw Mill River Road Grantee Name City Yonkers State New York Contractor Number 13-3652144 Zip Code 10701 Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description Contract #2000: General Construction Southhold Landfill Closure, Town of Southhold, Suffolk County, N.Y. PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract 100% $8,662,787. 5. Total Number Employees/ Work Hours 2. MBE Goal Applied to the Contract 8.8% $763,000.00 6. Total Goal for Minority Employees 3. WBE Goal Applied to the Contract 8.8% $763,000.00 7. Total Goal for Female Em to ees 4. MBE/ WBE Combined Totals 17.6% $1,524,650. S. EEO Combined lbtals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) WBE (%) I EEO -Minorities (%) ♦ 131AM412018.doc(R03) I_7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBC Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: Ponderosa Fence Ent. Furnish & Install Fencing & Guardrail $ 240,000.00 address: 110 Stewart Avenue city: Hicksville state/zi code: New York, 11801 Date: 04/01/01 telephone: 516-433-9471 name:MID-CITY Electric Corp. Electrical Work $ 100,000.00 address: 2190 McDonald Avenue Cit: Brooklyn state/zi code: New York 11223 Date: 05/01/01 telephone: name: Hopewell Excavation, Inc. Site Excavation $ 423,000.00 Date: address: 10 Marilyn Drive City: Wappingers Falls, . state/zi code: New York, 12590 telephone: • .n 11'VU 1• .1-14"WIN SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: Gatz Landscaping, Inc. Landscaping $ 613.000.00 address: 1800 Sound Avenue city: Mattituck state/zi code: New York, 11958 Date: 03/01/01 telephone: 631-298-8877 name: Holbrook Plastic Pipe Furnish & Deliver Drainage Pipe & Drainage Structure $ 25,000.00 address: ate Street cit: Holbrook state/zip code: New York, 11747 Date: telephone: 631-588-6880 name: TremsonLand Clearing Clearing & Grubbing $ 125,000.00 address:Route 6, Branch Road City: Brewster state/zi code: New York 10509 Date: telephone: 914-278-9383 ♦ 1314\F0412018.doc(R03) 1.9 SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories Total Work Hours of Contract All Employees Minority Em loyees Males Females Black Asian Native American Hispanic Officials/ Managers 5000 4500 500 250 150 100 250 Professionals 500 400 100 25 15 10 25 Technicians 8000 7600 400 400 240 160 400 Sales Workers 0 0 0 0 0 0 0 Office/Clerical 2000 500 1500 100 60 40 100 Craftsmen 15000 14,300 700 750 450 300 750 Laborers 50,000 31,000 4,000 2,500 1,500 119000 2,500 Service/Workers 9,500 9,000 500 475 285 190 475 TOTALS 90,000 82,300 7,700 4,500 2,700 1,800 4,500 ♦ 1 42018.doc(R03) 1 * 0 1 • • Test Pit Waste Delineation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, November 1998. • Final Closure Plan, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, December 1998. • Design Investigation Test Pits and Test Trenches (Memorandum), Southold Landfill, Dvirka and Bartilucci Consulting Engineers, August 11, 1999. I ♦ 1314\F0412018.doc(R03) 1-11 NO TEXT THIS PAGE BID �I l NO TEXT THIS PAGE • NAME 6F BIDDER 1R Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as ' specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 0 11 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. 1 q *r'5 0 (D ♦ 1314T0412019.doc(R02) IM Addendum Date oc4ob,erZ g51 -j" Akubv be k li aov� NU� bs,2 ��, z,0 v 0 7, JAN�AR`( Jlii 2001 -1AtJLAA9'f 24, toot NO TEXT THIS PAGE b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, • studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. ' g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, ' and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. • i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314\F0412019.doc(R02) B_2 e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety and incident thereto. precautions programs f. BIDDER does not consider that any further examinations, investigations, explorations, tests, • studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. ' g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, ' and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. • i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314\F0412019.doc(R02) B_2 NO TEXT THIS PAGE Item 1 2 3 4 5A 5B 5C • • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) ♦ 1314\A 1027004.DOC(RO I) B -3R Estimated Unit Price/Lump Sum Bid in Total Price Unit of Measure Quantity Description Both Words and Figures Bid in Figures 'TiiRC_ HuNO a.EO TH lgl ( OV 30,000, L.S. 1 Pre -Mobilization (not to exceed four percent TH ourt0 dollars $ of Total Amount of Bid) and N o cents $ 330, C> -JE Nu1,40400 &XrY- *TyAo"x.Np Jro 5, 0001 L.S. 1 Mobilization, Maintenance and Fjog dollars $ Demobilization (not to exceed two percent of and N o cents Total Amount of Bid) $ 6 5 _ Q0Q'M i.5 Acre 50 Clearing and Grubbing I HREF— THauspcjS>dollars $ rJO 00(ol and IV 0 cents C.Y. 74,000 Unclassified Excavation and Relandfilling j4k1fAJ dollars $ I j 184 coo. and 6+ cents $ 40 ;1/ C.Y. 2,000 Removal and Relandfilling of Buried Waste - VXNj Y -Twp dollars $ 44; OC' u, Waste Excavation Area 1 (including and No cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) Ofl C.Y. 2,200 Excavation of Gas Migration Control —TH ! RTY dollars $ 66000. Trenches and Ill o cents � - 00 C.Y. 3,000 Removal and Relandfilling of Buried Waste - /— O is RTE E dollars Waste Excavation Area 2 and /V© cents $ /4T ♦ 1314\A 1027004.DOC(RO I) B -3R • • • Estimated Item Unit of Measure Quantity 6 C.Y. 36,000 7 S.Y. 166,000 8 C.Y. 56,000 9 S.Y. 166,000 10 Vent 39 11 S.Y. 39,000 12 C.Y. 56,000 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Unit Price/Lump Sum Bid in Description Both Words and Figures Contour Grading Material, General Fill and s V G N dollars Daily Cover from On -Site Sources and 0 cents $ 7. Geotextile - Type I dollars and Fljr-ef— cents $ k /S.L Gas Venting Layer from On -Site Sources dollars and T cents $ r� 60 Mil Textured HDPE Geomembrane f'J 1% dollars and © cents Landfill Gas Vents 0^jA2r_ 7720Z • 3b✓k:d /440✓ddollars and _ cents $ 1 r Y �")r Geocomposite /N,//AJC dollars and All J JT -1'W cents $ .9z" Barrier Protection Layer from On -Site dollars Sources and ti`O cents $ 1� ♦ 1314\A 1027004.DOC(R01) 134R Total Price Bid in Figures $ 252, 000, co $ 24.1, ond cyz $ 9 o, '0130 1 $ 6&e s'7D "'C' $�, d29c`1 • • • ♦ 1314\A1027004.DOC(K01) B -5R Total Price Bid in Figures $9 9cftI $ -ror cwo AZ's $ 226, 6Q)d $ fg aha 1>0 ,: s Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site 14azweJ dollars Compost and On -Site Sand from Borrow and /JO cents Area $ / c-'bG 13B C.Y. 18,000 Contingency Topsoil from Approved Off- _�6'dTv�O dollars Site Sources and e7 cents $ r } 14 S.Y. 216,000 Erosion Control Blanket `4—d0 dollars and c is $ '0S 15 S.Y. 10,000 Erosion Control Fabric l�lL� dollars and 19 cents 16 S.Y. 226,000 Hydroseeding dollars and _ A&P cents $ oo S 17 L.S. 1 LandscapingG Js. dollars and 0 cents $ S©, ©art CIO 18 L.S. I Rip Rap, Stone Fill, Gravel Fill and Reno ollars Mattresses and / cents $Aq ♦ 1314\A1027004.DOC(K01) B -5R Total Price Bid in Figures $9 9cftI $ -ror cwo AZ's $ 226, 6Q)d $ fg aha 1>0 ,: s ♦ 1314V11027004.DOC(RO1) 13-6R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 19A L.F 6,030 6 -Foot High Fencing /Gt4607Zf-700 dollars $ Ise, 6&0 and Alo cents _ 19B L.F. 800 12 -Foot High Fencing /7hfi✓C dollars and /JO cents $ !7 i� 19C E.A. 2 Gates 4-bollars $ and /VU cents $ 2.�Wez 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars $ and i(O cents $ 5 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA 77hzm dollars d� $ h:� and D cents $ 94a d' 22 S.Y. 6,500 Main Access Road dollars $ and cents $ vv S S?i/Z� `Zl� 23 L.F. 1,200 Guide Rail dollars $ and O cents $ L ♦ 1314V11027004.DOC(RO1) 13-6R ♦ 1314\A1027004.DOC(R01) 13-78 • • s Town of Southold Southold Landfill Closure BH) SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 � r Abandon Existing Landfill Gas Monitoring - dollars $ t-4 .'CSO Wells and _� cents $ 24B Foot 570 11,i0 New Landfill Gas MonitoringWells C�ti�= i Tars $ s —� and Cry cents $ 25A Foot 980 Abandon Existing Groundwater Monitoring %jJf dollars � Ja $ !, 4& Wells and A49 cents $ 3�` �T 25B Foot 600 New Groundwater Monitoring Wells - g dT dollars $ sZ, 96M and `✓d _ cents $ Twd tri J Rtz+ X110 vvp 26 L.S. I Drainage Pipe, Inlet/Outlet Structures, j?7Ws dollars $ Stilling Basin and Manholes and A10 cents $ 2ov, vv© `0 27 L.F. 10,000 Swale Underdrains and Anchor Trench TQC dollars $ 450i &r1;v Drains and d cents $ p,J'a , F R4.�� Tollars dvJ 28 L.S. 1 Water Supply Well and Electrical Service ThD;na✓b $ and N0 cents ♦ 1314\A1027004.DOC(R01) 13-78 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantit Description Both Words and Figures T�.vrz/ F.✓� 29 L.S. 1 Siren and Electrical and Telephone Service dollars and wo cents $ ZS, ooy 30 C.Y. 73,000 Sand Pit Regrading dollars and / cents $ �© ♦ 1314\A 1027004.DOC(R01) B _ 8 R • Total Price Bid in Figures $ 2S,' avo • TOTAL AMOUNT OF BID: • Town of Southold Southold Landfill Closure BUD SHEETS (REVISED) (continued) IN FIGURES $ 8,843, t ( t o IN WORDS i�ici4-r M i L -L, 6,+ e l LIQ( i�j-imc6S �r�-11�►r�e .1 � t4vJ 70LA- & %s'c> Ct>iri ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 20-JOI tov.orhlala fawn Clerk ♦ 1314\A 1027004.DOC(RO1) B_9R 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address ASE (_i01Nu Tei ANO1,auY, :IN,;/ 111103 z4utJD(,E ROAD, Aou7TON, TX "1707 1. Geotextiles 4.1 Evfot2ag-teJ i17156 DQ.Ne , ATLAtJrA uA 2. Geomembrane LtiSe WNINL. (1Ec�.U�tEyr T.NG Igtos utiNDLe RaAD, 140w► rON ; Tx .110 -Ts 4.3 { NATiONAt, SP -At, 3. Geocomosite Layer Drainage P g Y L1Qi#44% MAANO"44`(, IVB _ "iID1 G' r'j.:� a ROOD, 14Luyr`N , TA i7D )zi I GSQ 4.4 C vc�r,tie�nl T�l.41sv estES, CM6 i 51715& uLErJftl{>aE 'az,je, ATLANTA, aA 3c4lb 4. Topsoil Layer 4.6 vveyi 14,90(- SAN,) 9,C,KA�t i ��sT F15�Ii�1Li,; NY 5. Erosion Control Blanket 4.7 g,.jRA aNE(;IGA , 4a1�1 1„�v+S;RY vR+ue 1�1k Q T(AND..,q, rN "7�7�}I� 6. Erosion Control Fabric 4.7 7. Stone Fill 2.11 8. Recycled Concrete Aggregate 2.11 TIL64 J NEW VKK, i6l2 0(,D MILT. KOAP VJfcyt NYACK- N`( 10etl4 9. Rip -Rap 2.11 10. Seed and Plants 2.9 11. Drainage Pipe 3.1 �Ao P,6 0fr- F',AyTtc, ?'Re 3w1 SATE. yrVt6.er, AO ,6R- ,, N Y' 1047 ♦ 1314T0412019.doc(R02) B-10 NO TEXT THIS PAGE 1 . 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is • accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated Albue 91 qQ 20 -Ob &Lco Log ib�Mlgm"i- L Legal Name of Corporation (If Corporation, affix f' Corporation seal) '" // By Na and Title of Signatory 12 y COON p Gi.ui - txFLutiNt-' VOE 6*t "fl ♦ 1314T0412019.doc(R02) B-11 JAS( 3 1.20-;1 Southold Lawn C o& NO TEXT THIS PAGE a 1 t • 1 THE P.O. ADDRESS OF THE BIDDER oa w/Y1;// iY� o_ Street �m K�%�S , w lO �� City and State IF A CORPORATION NameQ / Address 6-i2Z i President c;206,4w N11 ea) obi! D cif r?i Lfi Secretary d fid�oi X0k&x T to /'rlG'ilk Treasurer IF A PARTNERSHIP Names of Partners Address IF A JOINT VENTURE Names of Members Address IF AN INDIVIDUAL Name of Individual Address ♦ 1314\F0412019.doc(R02) B-17 NO TEXT THIS PAGE N • On this day of appeared one of the members of the firm of before me personally came and to me known and known to me to be described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. SEAL ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL I♦ 1314T0412019.doc(R02) B-13 ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION lSTATE OF COUNTY OF Ll,% 5 Bch ES f7L ) SS: On this day of gbL before me personally came and appeared Q to me known, who being by me duly sworn did depose and say that he resides at Tyy-- that he is the IA-z tv-� , ��ce?v-6 Y04A, of the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said co ration; and that he signed his name thereto by like order. .la'197vt SUSAN M CASAZZA SEAL I�IeRary Rublic crar. �1 Nnw Yo No. 01CA5061132 ualified in Westchester County Commission Expires ULP v 7✓ ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: N • On this day of appeared one of the members of the firm of before me personally came and to me known and known to me to be described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. SEAL ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL I♦ 1314T0412019.doc(R02) B-13 NO TEXT THIS PAGE t 1 • NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: • 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. FIRM IkKOf i nt BY C7i Un l� rz i • (CORPORATE SEAL, IF ANY) TITLE t,,Z�CAV6y V1CL L6&"idL-n4' ADDRESS e201 Saw (All Clk;; . (LAI) �c 5, QKI 1b�C�i I♦ 1314T0412019.doc(R02) B-14 NO TEXT THIS PAGE • Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED Bidder: LA1111`kDN41 P 4-P � , dl Kf►c �S. lhC Legal Name of Person, Partnership, Joint VennCorporation By: Name and Title ynDN� �i"Z2r —ick vfr✓� Date: 4, �e v 20_ o2dm • • ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314W024002.doc(R03) Page 5 of 5 • • • GENERAL INFORMATION 1. The telephone number for McMaster -Carr Supply Co., the supplier of the platform stair specified in Addendum No. 1 is (630) 833-0300. 2. If approved by the Engineer, the Contractor shall be permitted to process clean, excavated concrete on-site for use in construction of the maintenance roads at no additional cost to the Owner. The processed concrete shall meet the specified requirements for recycled concrete aggregate. 3. The electrical utility lines which service the existing water supply well and siren are the property of the electric utility company. The Contractor shall be responsible for coordinating removal of the electric service with the utility company and all costs for the work. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. :.rte M1 Date SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 2 RECEIPT ACKNOWLEDGED Legal Name of Person, Partnership, Joint Venture ororp tion / 6-7 4- 07'-Z' C r�,j i Name and Title X'q:'Vfit. P' 1'8 C._ 2 Z I` -- �0h o ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314\a1027003.doc(R04) Page 5 of 5 • 0 • Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 3 RECEIPT ACKNOWLEDGED Bidder: $,e—u Legal Name of Person, Partnership, Tnint VPntiirt-..P xnnratinn - e Name and Title Date: 1.1--161 1 Db ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314\a1114002.doc(RO1) Page 4 of 4 2 040 0, • TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 — GENERAL CONSTRUCTION ADDENDUM NO. 4 NOVEMBER 29, 2000 THIS ADDENDUM CONSISTS OF 1 PAGE AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. ADVERTISEMENT FOR BIDS 1. The bid due date has been extended. Sealed bids will be received by the Town of Southold Town Clerk's office until 3 p.m. (Local Time) on January 31, 2001. The extension is required to provide LIPA with adequate time to finalize its work plan for • relocating the existing electric utility towers at the landfill. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO.4 RECEIPT ACKNOWLEDGED Bidder: 3rd �.L�eeaJJ�14.2 Legal Name of Person, Partnership, Join en a or Corporation. / Name Date: k3j A 160 ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID Page 1 of 1 H:\dsg\Southold\Addendum No. 4.doc • • Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 5 RECEIPT ACKNOWLEDGED Bidder: -�KECU Enl'VtRUA!/qEN7-A1- C6Af7-RAC?7o1es, !NC Lega e of Person, Partnership, Jo' t Ven e or Corporation By. �> / �XECUT/UE Name Title Rqy 6-6 Gizz,' , Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦ 1314TO118101.DOC(R02) Page 3 of 3 • • GENERAL INFORMATION 1. Based on information which has been provided to the Town of Southold by KeySpan Energy, it is anticipated that the high voltage electric utility towers will be removed from the landfill between May and June 2001. The Contractor shall be responsible for coordinating the Work with KeySpan's work. KeySpan has indicated that their work will primarily impact the area within an approximately 25 -foot radius of the towers. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 6 RECEIPT ACKNOWLEDGED Bidder: By: j p-ECc �ZJ�iRI�Sf`1E1�(i Ai,-Cy►�fTr2/}CT�►25 , jt.)C e ame of Person, Partnership, VintVeture or Co or ion XtCc)—nLjE UCt` Pk6-db�:h(T NamAai d Title-?v-)qc-T-K!�'fi6 G�2Z Date: D I13 c, C7 ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦13]4\FO124104.doc(R02) Page 2 of 2 f 1 0 y 1 • • BID BOND NO TEXT THIS PAGE fl 0 1 • PENAL SUM FORM 4 • Km` FR a�R+ end Addret l: — BRECO ENVIRONMENTAL CONTRACTORS, INC. 201 SAW MILL RIVER ROAD YONKERS NY 10701 .7 <t tRFTY (Nattla and Address pf Princioal PlacaRAof Bus;nessl: y FEDERAL INSURANCE COMPANY 15 MOUNTAIN VIEW ROAD WARREN, NJ_-_ 07061 QWNE t'Natnttiand Addre<_sl: TOWN OF SOUTHOLD—SUFFOLK COUNTY, NY I am JANUARY 31, 2001 BID DUE DATE: PROJECT (Brief Description Including Location): CAPPING -OF AN INACTIVE MUNICIPAL LANDFILL, SOUTHOLD LANDFILL LOCATED BETWEEN OREGON ROAD -& NORTH ROAD BOND BOND NUMBER: UNASSIGNED DATE (Not later than Bid due date): JANUARY 31, 2001 PENAL SUM: FIVE PERCENT OF TOTAL BID AMOUNT-- (5% OF BID AMT.) (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause'this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER BRECO ENVIRONMENTAL —CONTFAt7Oli! S . INC. B iddcrr's Namsland S gr aturex SURETY Seal Surety's Name By: GEORGE 0. be u4e PfeS/ el7t BE 1) Signature and Title ATTORNEY—IN—FACT (Attach Power of Attorney) `--� SEE POWER OF ATTORNEY ATTACHED Attest: Attest: Signature Signature and Title �lQiGttA2D Cozzi — ESt1),e�AJT Note: (1) Above addresses are to be used forgiving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. -131AF0412020.DOC EJCDC No. 1910-28-C (1996 Edition) 00414-1 • 4k ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF New York,) COUNTY OFU} ON THE 31st DAY OF January, 2001, BEFORE BE PERSONALLY CAME 6-12igv TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT lcrkl�w�J6Y'k, THAT (S)HE IS TI-1'� n OF B co Environmental Contractors Inc., THE CORPORATION DESCRIBED IN AND WHICH EX UTED THE ABO INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY OR ER OF THE BOA OF DIRECTORS OF SAID CORPORATION. - 1 FERN PPRRY ...� - Notary P ^,Aew York NO Public '011nty D comn .mss ur y ;a, 20 • ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 31st DAY OF January, 2001, BEFORE ME PERSONALLY CAME George O. Brewster TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT Manhasset, NYTHAT (S)HE IS THE ATTORNEY-IN-FACT OF Federal Insurance Company THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENTFID CH SEAL; THAT IT AS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF CORPORATION;,,AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE.:� Notary Public Notary Puh! c. 'f New York No01' Qua' i d � r C +unty • Comm!ssiun E xp, 1.1, 20 Chubb POWER Federal Insurance Company Ann.: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Irxfiana aarporaba , VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint William A. Marino, David W. Rosehill, George 0. Brewster, Nancy Schnee, Vincent A. Walsh, David A. • Goldstein, Fern Perry, Gloria Loyd and Gaye Conklin of Jericho, New York and Joseph J. Mark, Cheryl R. Coleman and Steven G. Raffuel of Cranford, New Jersey----� ------------- • • each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nahre.thereof (other than bad bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 1 s t day of December, 1999 Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY Iss- On County of Somerset 4, 7A ,Lc A . Gerardo G. Mauriz, Vice President this 'IS t day of Dec ember, .1999 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me (mown to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIG0.ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Anomey. and the said Kenneth C. Wendel being by me duly sworn, bid depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by autlrorily of the By Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Co npanies by like authority; and that he is acquainted with Gerardo G. Mauriz, and )mows him to be Vice President of said Companies; and that fie signature of Gerardo G. Mauriz, subscribed to said Power of Attorney is in the genuine handwriting of Gerardo G. Mauriz, and was thereto subscribed by authority of said By -Laws and in deponent's presence. Notarial Seal -• a woT°pC SL:te of New Jersey �' Rst%erY 10.2003 Expires- Notary Public CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice Presiders or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The segnahre of such officers may be engraved, Printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes only of exerting and attesting bonds and undertaldngs and other writings Obligatay in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaldng to which d is attached' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies) do hereby certify that (i) the foregoing extract of the By -Laws of the Companies is true and correct, (ii) the Companies are duty licensed and authorized b transact suety business in all 50 of the United States of America and the District of Columbia and are aWiorized by the U. S. Treasury Deparfrilert further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Istands,,and Federal is licensed in American Samoa, Gharn, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect JAN 3 1 2001 Given under my hand and seals of said Companies at Warren, NJ this day of —;, * a� io �DIAtJf' !yt S+ �fW 1fDA�- Pvtp:17", I F W.— �M� 1 C. Wendel, AssistantSecretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com 151M225B (Ed. 4-99) CONSENT 4 4 Forth 27-10.0071A (Rev. 3-00) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 1999 (in thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash........................................................... $ (103,003) Outstanding Losses and Loss Expenses..... $ 6,137,204 United States Government, State and Unearned Premiums .................................... 1,806,734 Municipal Bonds ...................................... 6,523,264 Provision for Reinsurance ............................ 65,320 Other Bonds ............................................... 1,610,874 Other Liabilities............................................. 452,511 Stocks......................................................... 297,660 Short Term Investments .............................. 269,942 Other Invested Assets ................................ 219,209 TOTAL INVESTMENTS ........................... 8,817,946 TOTAL LIABILITIES ................................... 8,461,769 Investments in Affiliates: Pacific Indemnity Company ...................... 531,326 Capital Stock ................................................ 20,980 Vigilant Insurance Company .................... 329,884 Paid -In Surplus............................................. 371,897 Great Northern Insurance Company........ 144,710 Unassigned Funds ....................................... 2,514,258 Chubb Insurance Company of Europe..... 96,087 Unrealized Appreciation of Investments....... 65,177 CC Canada Holdings Ltd ......................... 96,659 Other Affiliates .......................................... 259,548 SURPLUS TO POLICYHOLDERS ............ 2,972,312 Net Premiums Receivable .......................... 521,121 Other Assets ............................................... 636,800 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS .................... $ 11,434,081 TO POLICYHOLDERS........................... $ 11,434,081 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $37,227 are deposited with government authorities as required by law. State, County & City of New York, — ss: Anna Maria Lovecchio, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 1999 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 1999. Subscribed and sworn to before me JAN 3 1 2001 this day of DI ELBA SANTIAGO istant Secretary Notary Public, State of New York Ndiary Public No. 01SA4846450 Qualified in Bronx County Commission Expires Jan. 31, 2002 Forth 27-10.0071A (Rev. 3-00) • BIDDER (Name and Address): BID BOND SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): BID BID DUE DATE: PROJECT (Brief Description Includine Location): PENAL SUM FORM BOND BOND NUMBER: • DATE (Not later than Bid due date): PENAL SUM: (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature and Title Signature and Title (Attach Power of Attorney) Attest: Attest: Signature and Title Signature and Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. • ♦ 1314\F0412020.DOC EJCDC NO. 1910-28-C (1996 Edition) 00410-1 NO TEXT THIS PAGE 1 0 [7 r 11 • • 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. ♦ 1314\F0412020.DOC PENAL SUM FORM 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. EJCDC NO. 1910-28-C (1996 Edition) 00410-2 NO TEXT THIS PAGE I Q DilquTf.weirl-To Wm NO TEXT THIS PAGE A0 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): IOWNER (Name and Address): CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: SURETY (Name and Address of Principal Place of Business): *Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. EJCDC No. 1910-28-A (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects. • I. 1114\17041201 1. doc 00610-1 CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: EJCDC No. 1910-28-A (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects. • I. 1114\17041201 1. doc 00610-1 NO TEXT THIS PAGE t 1 L The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Contract, which is incorporated herein by reference. is2 If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR have no obligation under this Bond, except to participate in conferences as provided in paragraph 3.1. • 3. If there is no OWNER Default, the Surety's obligation under this Bond shall arise after: 3.1. The OWNER has notified the CONTRACTOR and the Surety at the addresses described in paragraph 10 below, that the OWNER is considering declaring a CONTRACTOR Default and has requested and attempted to arrange a conference with the CONTRACTOR and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Contract. If the OWNER, the CONTRACTOR and the Surety agree, the CONTRACTOR shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive the OWNER's right, if any, subsequently to declare a CONTRACTOR Default; and 3.2. The OWNER has declared a CONTRACTOR Default and formally terminated the CONTRACTOR's right to complete the Contract. Such CONTRACTOR Default shall not be declared earlier than twenty days after the CONTRACTOR and the Surety have received notice as provided in paragraph 3.1; and 3.3. The OWNER has agreed to pay the Balance of the Contract Price to: 3.3.1. The Surety in accordance with the terms of the Contract; 3.3.2. Another contractor selected pursuant to paragraph 4.3 to perform the Contract. 4. When the OWNER has satisfied the conditions of paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1. Arrange for the CONTRACTOR, with consent of the OWNER, to perform and complete the Contract; or 4.2. Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract, and pay to the OWNER the amount of damages as described in paragraph 6 in excess of the Balance of the Contract Price incurred by the OWNER resulting from the CONTRACTOR Default; or 4.4. Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances; 4.4.1. After investigation, determine the amount for which it may be liable to the OWNER and, as soon as practicable after the amount is determined, tender payment therefor to the OWNER; or 4.4.2. Deny liability in whole or in part and notify the OWNER citing reasons therefor. 5. If the Surety does not proceed as provided in paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the OWNER to the Surety demanding that the Surety perform its obligations under this Bond, and the OWNER shall be entitled to enforce any remedy available to the OWNER. If the Surety proceeds as provided in paragraph 4.4, and the OWNER refuses the payment tendered or the Surety has denied pliability, in whole or in part, without further notice the OWNER shall be entitled to enforce any remedy available to the OWNER. ♦ 1314\F0412021.doc 6. After the OWNER has terminated the CONTRACTOR's right to complete the Contract, and if the Surety elects to act under paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the OWNER shall not be greater than those of the CONTRACTOR under the Contract, and the responsibilities of the OWNER to the Surety shall not be greater than those of the OWNER under the Contract. To a limit of the amount of this Bond, but subject to commitment by the OWNER of the Balance of the Contract Price to mitigation of costs and damages on the Contract, the Surety is obligated without duplication for: 6:1. The responsibilities of the CONTRACTOR for correction of defective Work and completion of the Contract; 6.2. Additional legal, design professional and delay costs resulting from the CONTRACTOR's Default, and resulting from the actions or failure to act of the Surety under paragraph 4; and 6.3. Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of the CONTRACTOR. 7. The Surety shall not be liable to the OWNER or others for obligations of the CONTRACTOR that are unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the OWNER or its heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is located and shall be instituted within two years after CONTRACTOR Default or within two years after the CONTRACTOR ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. Definitions. 12.1. Balance of the Contract Price: The total amount payable by the OWNER to the CONTRACTOR under the Contract after all proper adjustments have been made, including allowance to the CONTRACTOR of any amounts received or to be received by the OWNER in settlement of insurance or other Claims for damages to which the CONTRACTOR is entitled, reduced by all valid and proper payments made to or on behalf of the CONTRACTOR under the Contract. 12.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 12.4. OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contract or to perform and complete or comply with the other terms thereof. 00610-2 NO TEXT THIS PAGE (FOR INFORMATION ONLY --Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party): ♦ 1314T0412021.doc 00610-3 NO TEXT THIS PAGE PAYMENT BOND NO TEXT THIS PAGE Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: SURETY (Name and Address of Principal Place of Business): Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Name and Title: (Space is provided below for signatures of additional parties, if required.) Signature: Name and Title: (Attach Power of Attorney) CONTRACTOR AS PRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: _ Name and Title: Name and Title: EJCDC No. 1910-28-B (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors. ♦ 1314\F0412022.DOC 00620-1 NO TEXT THIS PAGE 1. The CONTRACTOR and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the OWNER to pay for labor, materials and equipment furnished for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to the OWNER, this obligation shall be null and void if the CONTRACTOR: 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2. Defends, indemnifies and holds harmless the OWNER from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Contract, provided the OWNER has promptly notified the CONTRACTOR and the Surety (at the addresses described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided there is no OWNER Default. 3. With respect to Claimants, this obligation shall be null and void if the CONTRACTOR promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1. Claimants who are employed by or have a direct contract with the CONTRACTOR have given notice to the Surety (at the addresses described in paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2. Claimants who do not have a direct contract with the CONTRACTOR: 4:2.1. Have furnished written notice to the CONTRACTOR and sent a copy, or notice thereof, to the OWNER, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the parry to whom the materials were furnished or supplied or for whom the labor was done or performed; and 4.2.2. Have either received a rejection in whole or in part from the CONTRACTOR, or not received within 30 days of furnishing the above notice any communication from the CONTRACTOR by which the CONTRACTOR had indicated the claim will be paid directly or indirectly; and 4.2.3. Not having been paid within the above 30 days, have sent a written notice to the Surety and sent a copy, or notice thereof, to the OWNER, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the CONTRACTOR. 5. If a notice required by paragraph 4 is given by the OWNER to the CONTRACTOR or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1. Send an answer to the Claimant, with a copy to the OWNER, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2. Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall be used for the performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the Surety under this Bond, subject to the OWNER's priority to use the funds for the completion of the Work. 9. The Surety shall not be liable to the OWNER, Claimants or others for obligations of the CONTRACTOR that are unrelated to the Contract. The OWNER shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. The Surety hereby waives notice of any change, including changes of time, to the Contract or to related Subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, the OWNER or the CONTRACTOR, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1. Claimant: An individual or entity having a direct contract with the CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of the CONTRACTOR and the CONTRACTOR's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 15.3. OWNER Default: Failure of the OWNER, which has neither been remedied nor waived, to pay the CONTRACTOR as required by the Contract or to perform and complete or comply with the other terms thereof. ♦ 1314\F0412022.DOC 00620-2 NO TEXT THIS PAGE (FOR INFORMATION ONLY --Name, Address and Telephone) AGENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party): ♦ 1314\F0412022.DOC 00620-3 NO TEXT THIS PAGE MAINTENANCE BOND NO TEXT THIS PAGE MAINTENANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: That [CONTRACTOR'S NAME AND ADDRESS GO HERE] as Principal, and a corporation organized under the laws of the State of and authorized to do a surety business in the State of New York, as Surety, are held and firmly bound unto the ("OWNER") in the sum of ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: SEALED with our seals and dated this WHEREAS, on the [DATE GOES HERE the said as CONTRACTOR ("CONTRACTOR"), entered into a contract for for the sum of ($ and WHEREAS, under the terms of the specification for such work, the CONTRACTOR is required to give a bond for ($ ), to protect the OWNER against the result of faulty materials or workmanship for a period of one year from and after the late of the final completion and acceptance of same, namely for a period from uirough NOW, THEREFORE, if the CONTRACTOR shall for a period of one year from and after the date of the final completion and acceptance of same by OWNER replace any and all defects arising in said Work whether resulting from defective materials or defective workmanship, then the above obligation to be void. Otherwise, it shall remain in full force and effect. [CONTRACTOR'S NAME Date: By: [print name and title] [SURETY'S NAME [print name and title] Date: ♦1314\F0412023.doc M-1 NO TEXT THIS PAGE AGREEMENT NO TEXT THIS PAGE AGREEMENT rTHIS AGREEMENT made as of the [ ] day of [ ] in the year [20_] by and between Town of Southold ("OWNER") and ("CONTRACTOR") WITNESSETH THAT OWNER and CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: .Article 1. WORK. The CONTRACTOR shall perform all Work as specified or indicated in the Contract Documents for the completion of the Project generally described as follows: iClosure Construction of the Town of Southold Landfill. Article 2. ENGINEER. The Project has been designed by: DVIRKA AND BARTILUCCI CONSULTING ENGINEERS 330 CROSSWAYS PARK DRIVE WOODBURY, NY 11797-2015 who will act as ENGINEER in connection with completion of the Project in accordance with the Contract Documents. .Article 3. CONTRACT TIME AND FINAL CONTRACT TIME: The Work shall be substantially completed in accordance with Section 14 of the General Conditions within 270 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). .Article 4. CONTRACT PRICE: OWNER shall a CONTRACTOR for performance of PY the Work in accordance with the Contract Documents in current funds the sum of dollars (representing the total amount bid) and that amount as increased or decreased by additions to or deductions from the Work covered by the Contract Documents, is the amount of the Contract Price. As provided in Section 11 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in Section 9 of the General Conditions. Unit prices have been computed as provided in Section 11 of the General Conditions. Article 5. APPLICATIONS FOR PAYMENT. CONTRACTOR shall submit Applications for Payment in accordance with Section 14 of the General Conditions. Applications for Payment will be reviewed by ENGINEER as provided in the General Conditions. I♦ 1314\F0412024.doc(RO1) Page 1 of 7 NO TEXT THIS PAGE 1 Article 6. PROGRESS AND FINAL PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER each month during construction as provided below. A 11 •11 1 .1 1 l• .1 - AN progress payments willbe on the basis or the progress of the Work measured by the schedule of values provided for in Section 14 of the General Conditions. L7 • • 1 6.1 Retained amounts shall be limited, except where greater retention is necessary under specific circumstances, specifically provided for in the Contract Documents, to the following schedule: 6.1.1 Retention of five (5) percent of payments claimed until work has been completed, provided that the CONTRACTOR is making satisfactory progress and there is no specific cause yr greater witi'u olding of any amount necessary to satisfy any claims, liens or judgments against CONTRACTOR. 6.1.2 Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 100 percent of payments claimed less two times the value of any remaining items to be completed and any amount necessary to satisfy any claims, :liens or judgment against CONTRACTOR. 6.1.3 A municipal, state or federal bond may be accepted in lieu of all or part of the cash retainage. 6.2 Upon Final Completion of the Work and settlement of all claims, OWNER shall pay the remainder of the Contract Price as provided in Section 14 of the General Conditions. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the Contract between OWNER and CONTRACTOR are attached hereto and made a part hereof and consist of the following: 7.1 This Agreement (pages 1 to 7, inclusive). 7.2 Exhibits to this Agreement none. 7.3 CONTRACTOR's Bid (and any attachments) and Bonds (pages B-1 to inclusive). 7.4 Notice of Award (pages to , inclusive). 7.5 Instructions to Bidders (pages 1-1 to I-11, inclusive). 7.6 General Conditions (pages GC -1 to GC -65, inclusive). 7.7 Supplementary Conditions (pages SC -1 to SC -18, inclusive). ♦ 1314\F0412024.doc(RO1) Page 2 of 7 NO TEXT THIS PAGE 7.8 Detailed Specifications. 7.9 Drawings as listed in the Specifications. g P 7.10 Addenda numbers to , inclusive). I7.11 Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 7.12 Appendices. Article 8. CONTRACTOR'S REPRESENTATIONS. 8.1 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 8. 1.1 CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 8.1.2 CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 8.1.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. 8.1.4 CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. 8.1.5 CONTRACTOR has obtained and carefully studied (or assumes responsibility) for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and 0 safety precautions and programs incident thereto. I♦1314\F041.2024.doc(R01) Page 3 of 7 NO TEXT THIS PAGE L • 8.1.6 CONTRACTOR does not consider any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Time, and in accordance with the other terms and conditions of the Contract Documents. 8.1.7 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. 8.1.8 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 8.1.9 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof of ENGINEER is acceptable to CONTRACTOR. 8.1.10 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1 8.2 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. • 8.3 CONTRACTOR shall not, without the prior written consent of the OWNER, assign or sublet in whole or part his rights or interests under any of the Contract Documents; and, specifically, but without limitation, CONTRACTOR shall not assign any moneys due or to become due without the prior written consent of the OWNER, and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. ' 8.4 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 8.5 The Contract Documents constitute the entire agreement between OWNER and CONTRACTOR and may only be altered, amended or repealed by a duly executed written instrument. Article 9. OTHER PROVISIONS. 9.1 CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the • times specified in Article 3. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not I.1314\Fo4.12o24.doc(Rol) Page 4 of 7 NO TEXT THIS PAGE r . completed on time. Accordingly instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay, but not as a penalty, CONTRACTOR shall pay OWNER $1,500 for each consecutive calendar day that expires after the Contract Time specified in Article 3 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in Article 3 for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 9.2 Severability: Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. IN WTI'NESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. OWNER Town of Southold CONTRACTOR • BY Jean W. Cochran Supervisor (CORPORATE SEAL) Attest Gregory Yakaboski, Esq. Town Attorney (CORPORATE SEAL) Attest I♦ 1314T0412024.doc(R01) Page 5 of 7 NO TEXT THIS PAGE LI 1 1 ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF _ ) COUNTY OF On this day of 19_ before me personally came and appeared___ _ to me known, who being by me duly sworn, did depose and say that he resides at _ ._ _ that he is the _ of the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation, and that he signed his name thereto by like order. SEAL ACKNOWLEDGMENT OF PRINCIPAL IF A PARTNERSHIP STATE OF ) SS: COUNTY OF ) On this day of 19_ before me personally came and appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm. SEAL ACKNOWLEDGMENT OF PRINCIPAL IF AN INDIVIDUAL STATE OF ) } SS: COUNTY OF ) On this day of 19_ before me personally came and appeared to me known and known to me to be the person in and who executed the foregoing instrument and acknowledged that he executed the same. • SEAL ♦ 1314T0412024.doc(ROt) Page 6 of 7 NO TEXT THIS PAGE . ACKNOWLEDGMENT OF OFFICER OF (OWNER) EXECUTING CONTRACT STATE OF ) SS: COUNTY OF ) On this day of 19_, before me personally appeared , Commissioner. 'The duly elected and qualified of executed the foregoing instrument, to me known and known to me to be such of the and he being by me duly sworn did depose and say; that he is the of the ; that he resides at ; that he knows the corporation seal of said ; that the seal affixed to said ' instrument is such corporate seal; and that he executed the same as such for the purpose herein mentioned. r1 LJ I 1 I♦ 1314\F0412024.doc(R01) Page 7 of 7 NO TEXT THIS PAGE 0 0 0 CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION �t/Contractor Name Consultan - 51 l I C�Yi c, Contractor Number Addressn 6 1 0 U I ;--� i 6 HLA) City i n State Zip Code as Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description 0—o5ur0 � D, CSO _ C� PROJECTED EEO AND MBEIWBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract 5. Total Number Employees/ Work Hours _ 2. MBE Goal Applied to the Contract o 6. Total Goal for Minority Employees 3. WBE Goal Applied to the Contract G 7. Total Goal for Female Employees 4. MBE/ WBE Combined Totals 7 , Coo 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (96 EEO -Minorities (% WBE I EEO -Minorities (%) ♦ 1314\F O412018.doc(R03) 1_7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: lqp - (04r�G 6030 196- l2 i z,z, . -aw4.F P C C ai-e5 aecA- is G wf .Af- p 1 2170 LF -- ! k cwcts 55 e� $ 2127-30 0 Date: address: 1 city: a s state/zip code: r,,u ) 1--6 0 tele hone: name:-��t.a- o &rA7 r 13 BTofe° i I Npo w 1 `�S Carl; a lboovs - X205 • art • o�DOU 16' N'16rotc-e-f ,t�v - L !, 0 Ls _ $ S Date: address: o r15 city: Alfj I iAe IA15 statetzi code: N telephone: i5 U name: $ Date: address: cit state/zip code: telephone: ♦ 1314XF0412018.doc(R03) iJ I-8 0 • 0 0 • • 0 • • • • • 0 • • SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: r a5 LJ 7C� bo 0 W a.4-, f � $ co Date: address: uv cit state/zip code: 1 r �. tel hone: - 1 Q - name: $ Date: address: c statelzi code: telephone: name: $ Date: address: cit statelzi code: telephone: ♦ 1314\M412018.dw(R03) 1-9 • SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories Total Work Hours of Contract All Em ployees MinorityEm to ees Males Females Black Asian Native American Hispanic Officials/ Managers , OO O 4,00o Professionals J Technicians '�) 0 (9 /Soo ' OO 600 Sales Workers -" O Office/Clerical Craftsmen /-50 00 Cj Laborers 10,06c) qj 1060_Q Jr4 , Service/Workers ✓ TOTALS C) G �J o� (20 7 O l O O O ♦ 1314U;0412018.doc(R03) I-10 • • • Estimated Item Unit of Measure Quantity 1 L.S. 1 2 L.S. 1 3 Acre 50 4 C.Y. 74,000 5A C.Y. 2,000 5B C.Y. 2,200 5C C.Y. 3,000 ♦ 1314W 1027004.DOC(RO1) Town of Southold Southold Landfill Closure BID SHEETS (REVISED) Unit Price/Lump Sum Bid in Description Both Words and Figures 1 u� � h•w•d�-tG� Pre -Mobilization (not to exceed four percent oa_auo�.� dollars of Total Amount of Bid) andcents $a70,000. ,00 Mobilization, Maintenance and �44%-+ —d. dollars Demobilization (not to exceed two percent of and cents Total Amount of Bid) $ 135, OOCD , o Clearing and Grubbing dollars a d A.w cents $ I ,0O0 ,c0U Unclassified Excavation and Relandfilling tAx"_ dollars and cents Removal and Relandfilling of Buried Waste - dollars Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ 1t"00 from On -Site Borrow) Excavation of Gas Migration Control �6��-t dollars Trenches and cents $ 4o ,p o Removal and Relandfilling of Buried Waste - :5\r4 e e �x dollars Waste Excavation Area 2 and n o cents $ I<o.c-10 S"Kp MW Total Price Bid in Figures s.) 35; ooh 0 a $ U 00o,0 () $ 259,000,00 s"39,000 00 4�1(-00too � �� � n 41, t M ♦ 1314V11027004.DOC(R01) B -4R Total Price Bid in Figures $ 02 $ _5_w0 0C)0 OC) $ U4 000,w $�P-Co °0 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and dollars Daily Cover from On -Site Sources and cents p v 7 S.Y. 166,000 Geotextile - Type I —$—r7 —r /L d dollars and cents $ 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources jf� dollars and -vw cents $ io. o0 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane U., dollars and cents $ h, u 10 Vent 39 Landfill Gas Vents dollars and h1 o cents $ 4}000,o0 1 I S.Y. 39,000 Geocomposite 'S I X dollars and r7O cents $ 42,00 12 C.Y. 56,000 Barrier Protection Layer from On -Site dollars Sources and rvrn z cents $ 10 1 0C, t M ♦ 1314V11027004.DOC(R01) B -4R Total Price Bid in Figures $ 02 $ _5_w0 0C)0 OC) $ U4 000,w $�P-Co °0 • • • • • • • • • • • Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure ouantity Description Both Words and Fisures Bid in Fieures 7 S.Y. Geotextile - Type I dollars $ 6 C) and cents �6 8 C.Y. Gas Venting Layer from On -Site Sources dollars $ O6 0 and $ cents 9 S.Y. lbb,`00 60 Mil Textured HDPE Geomembrane dollars $ and cents 10 Vent 39 Landfill Gas Vents dollars $ and cents 11 S.Y. 34, Geocomposite Drainage Layer dollars $ 3q (30 U and cents 12 C.Y.00 Barrier Protection Layer from On -Site dollars $ S� 000 Sources a$nd cents l 13A C.Y. '3100 Vegetative Growth Medium Using On -Site dollars $ Compost and On -Site Sand from Borrow and cents UO U Area $ i ♦ 1314W412019.doc(R02) B-. I NO TEXT THIS PAGE Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) ♦ 1314\A 1027004.D0QR01) B -5R Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure uan!! Description Both Words and Figures Bid in Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site T -�- dollars $ Sc 0 000,00 Compost and On -Site Sand from Borrow and rw cents Area $ a5, n 13B C.Y. 18,000 Contingency Topsoil from Approved Off -i u dollars $ 360, 04DD -010 Site Sources and rn.z cents $ 9(0,0- 14 S.Y. 216,000 Erosion Control Blanket On -- dollars $ 3.'W 1)00 '00 and i; cents $ 1.S- 15 S.Y. 10,000 Erosion Control Fabric `ire dollars $ 30 ow,00 and n cents $ �,ov 16 S.Y. 226,000 Hydroseeding 60 dollars $ )13, bpO, 0 0 and -P, -9��j cents $ O, 50 17 L.S. I Landscaping !�`00.► dollars $ J0,oco , and r� o cents $ X50, 000 ,OCC" 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno J �euen�y oe. fr-nur- i U"Jre dolldrs - H,au5o. d $_Y -7 S 0W,O d Mattresses no cents and'' rr $ 1 �UdU,dU LA ♦ 1314\A 1027004.D0QR01) B -5R Town of Southold 1 Southold Landfill Closure ' BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Itent Unit of Measure anh v't Descriv—don Both Words and Figures Bid in Figures 13B C.Y. Contingency Topsoil from Off -Site Sources dollars $ { �g,00v and cents $ 14 S.Y. 1 Erosion Control Blanket dollars $ and cents $ 15 S.Y.X9100 Erosion Control Fabric dollars $ and cents $ 16 S.Y. 21900 Hydroseeding dollars $ and cents $ 17 L.S. 1 Landscaping dollars $ and cents $ 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno dollars $ Mattresses and cents a $ 9 19A LY 6,030 6 -Foot High Fencing dollars $ and cents $ 1 i ♦ 1314\M412019.doc(R02) B-5 j r f I' ' _ NO TEXT THIS PAGE Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price sll f Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 19A L.F 6,030 6 -Foot High Fencing IF ci h}e ez�n dollars $ 6, and r, o cents $ 19B L.F. 800 12 -Foot High Fencingla)u dollars $ 7, (ooaou and Y,,o cents $ ZZ ,00 19C E.A. 2 Gates �i V-e—Thom"d dollars and 71 u cents $ 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA Tour+e-e.v-) dollars $ 3w,L�yo . O 0 f and n o cents I $ C 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA rw-el r)+�j dollars $ WO and n o cents $ 22 S.Y. 6,500 Main Access Road �ul.�,rrf c�-1-+ V� dollars $ boa and n o cents $ Z5,00 23 L.F. 1,200 Guide Rail 1 X+ �rN e, dollars r $ /, g OOOPO and >1 cents too 1 y ♦ 1314\A 1027004.DOC(R01) B -6R 22 S.Y. 23 L.F. 24A Foot 6,500 Main Access Road (Including Asphalt and _ Concrete Aprons and Curbing) and 1,200 Guide Rail and 260 Abandon Existing Landfill Gas Monitoring Wells and ♦ 1314\M412019.doc(R02) B-6 dollars _ cents dollars _ cents Total Price Bid in Figures dollars $ cents Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 19B L.F. 800 12 -Foot High Fencing dollars and cents 19C E.A. 2 Gates dollars and cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars and cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars and cents 22 S.Y. 23 L.F. 24A Foot 6,500 Main Access Road (Including Asphalt and _ Concrete Aprons and Curbing) and 1,200 Guide Rail and 260 Abandon Existing Landfill Gas Monitoring Wells and ♦ 1314\M412019.doc(R02) B-6 dollars _ cents dollars _ cents Total Price Bid in Figures dollars $ cents NO TEXT THIS PAGE ♦ 1314\F0412019.doc(R02) B_7 Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantit-Y Description Both Words and Figures Bid in Figures 24B Foot 570 New Landfill Gas Monitoring Wells dollars $ and cents 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, dollars $ Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars $ and cents 29 L.S. 1 Siren and Electrical and Telephone Service dollars $ and cents ♦ 1314\F0412019.doc(R02) B_7 ♦ 1314\M412019.doc(R02) B_7 Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Figures 24B Foot 570 New Landfill Gas Monitoring Wells dollars $ and cents 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, dollars $ Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars $ and cents 29 L.S. 1 Siren and Electrical and Telephone Service dollars $ and cents ♦ 1314\M412019.doc(R02) B_7 NO TEXT THIS PAGE Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring S dollars $ Wells andcents $ 24B Foot 570 New Landfill Gas Monitoring Wells Or) -f dollars $ 6 a to and cents $ Ilo,vv 25A Foot 980 Abandon Existing Groundwater Monitoring (!I dollars $ 7 I(x) Wells anW 60 cents $ 90.00 25B Foot 600 New Groundwater Monitoring Wells i k l /-2— dollars an',o cents $ gs .O U 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, ��un�rc��h-dollars $ X00 ow, 00 Stilling Basin and Manholes and n cents $CZZ)o oaO , v o 27 L.F. 10,000 Swale Underdrains and Anchor Trench I& tAge f dollars $ Drains and ,n o cents $ l z'o" �" h'^"dned s 28 L.S. 1 Water Supply Well and Electrical Service pp Y \,,6 d �� v� +-ti oc..5 ay.d dollars $7t 5 �r and V o cents $ ♦ 13141A 1027004.DOC(R01) B -7R Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Fieures Bid in Figures 30 i A., -ice Connect Cap System to LIPA Transmission dollars $ Pole and cents �Y. 73kL�0 Sand 't Regrading dollars $ and cents ♦ 1314\FO412019.doc(R02) B_g NO TEXT THIS PAGE • • • • 0 • • • • Item Unit of Measure 29 L.S. 30 C.Y R ♦ 1314\A1027004-DOC(ROI) E Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Quantity Description((�� Both Words and Figures 1 Siren and Electrical and Telephone Service -1 i J10 U9 ox c - dollars and >1 o cents $ TD)000100 73,000 Sand Pit Regrading b /) a dollars and h O cents $ 1.00 B -8R Total Price Bid in Figures s. j5o, Ooo,ov $-73 000,0v Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES IN WORDS ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. 10 The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. ItECEIVED- Jr JAN 3 1 2001 V Southold) Town ♦ 1314W 1027004.DOC(RO1) B -9R 0 s • • • • • • • • • • 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item 1. Geotextiles 2. Geomernbrane 3.Geocomposite Drainage Layer 4. Topsoil Layer 5. Erosion Control Blanket 6. Erosion Control Fabric 7. Stone Fill 8. Recycled Concrete Aggregate 9. Rip -Rap 10. Seed and Plants 11. Drainage Pipe Ref. to Specification EauliDment Vendors' and Material Su tiers' Name and Address 4.1 a)6 neer�l SJ (- GA 4.3A&�,L,'I me✓ C �o v [,,r�rr i 5cm, �eor� r�✓�, S� 4.4 �� nee d Sc�h a<.Tra i . 4.6 4.7 nr he C ►� llS�", -�a ��E (� G. C `Ja e ✓1 � `'� , Sit ,'1 j 4.7 � 2.11 (/Yid', #-� � �n c.1C ✓ v c`�S " W I -C ► 40 0) Y113 2.11cC.(Q D� 1 2.11 fa -t-, NDpEf:j-oc1c oc1 . ' (,JIV-,O",4-cn, nj 2.9 C'o �2e✓ rYi��2c j, 3.1 ��G�1 �v Lom ♦ 1314Va0412019.doc(R02) B-10 NO TEXT THIS PAGE J • A • • • • • • Ll 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: • a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and • b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce • any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to • execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. • 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to • do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. • Dated 0 2000 J.D. POSILLICO, INC. Legal Name of Corporation (If Corporation, affix Corporation seal) By ♦1314\FO412019.doc(R02) B_lI 1AN 3 1 2001 • bovinoba 1oWP Q** NO TEXT THIS PAGE 0 • 7 • 0 • r • J • THE P.O. ADDRESS OF THE BIDDER 1610 NEW HIGHWAY Street • FAHMINGUAM, N.Y. 11735 City and State • • 11 IF A CORPORATION Name Address President f', k2 21 LtkTA I Secretary 13 o Treasurer 4o �J IF A PARTNERSHIP Names of Partners Address IF A JOINT VENTURE Names of Members Address IF AN INDIVIDUAL Name of Individual Address ♦ 1314VI0412019.doc(R02) B-12 • NO TEXT THIS PAGE 0 0 7 • • • 0 • ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION STATE OF -CW �9U ) COUNTY OF SS: On this 3 U bh day before me personally came and appeared -� Q A -c ,c.0 �> to me known, who bei g tzy me duly sworn did depose and that he resides at • he is theyk C. L (F' of aD the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. S-EpHEN T. BONGfORNONOW �r� • NOTARY /C,, J �3 No. v SEAL Qualified in FSxsdwY COLL , " + �,pm�liSi:00 1 • ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: On this • appeared day of before me personally came and to me known and known to me to be one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. • SEAL ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be • the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL • ♦ 1314T0412019.doc(R02) B-13 El rj NO TEXT THIS PAGE 0 9 r] • 7 • • • 0 n NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER • certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter • relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed • individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; is and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. • FIRM J.D. POSILLICO, INC. BY JOSEPH K. POSILLICO, VICE PRES. (CORPORATE SEAL, IF ANY) TITLE • ADDRESS Cp D1'6,1��0�rN�E�W� �HIG�HWiAY FAR�MFtt�CtDALE� NX 1 MS • DATE:��(�7ti_ t�hJ D • ♦ 1314\P0412019.doc(R02) B-14 NO TEXT THIS PAGE 0 • 0 • 0 • 0 1 • PENAL SUM FURIM J.D. POSILLICO, INC. 1610 NEW HIGHWAY FARMIN®ALE, NEW YORK 11735 TRAVFT_FRC rACIIAT.TQ ANn STTRFTV rnMPANY nF ANFRTCA �=�VVNER (Name and Address): TOWN OF SOUTHOLD 53095 MAIN RD. SOUTHOLD. NEW YORK 11971 LID 'BID DUE DATE: NOVEMBER 9TH, 2000 L `PROJECT (Brief Description Including Location): mon rLOSURF OF THE TOWN OF SOUTHOLD LANDFILL BOND NUMBER: N/A DATE (Not later than Bid due date): NOVE8BER, 2000 PENAL SUM: FIVE PERCENT OF PROPOSAL PRICE 51 OF P. P. (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent. or representative. BIDDER J.D. POSILLICO, INC. (Seal) Bidder's Name and Corporate Seal By: �[LUCO, VICE PRES. Attest: SURETY CffDPAPY OF�GA AND SURETY (Seal) Surety's Name and Corporate Seal By: �"�-" Signature and Title ELEAN );�°WATJ'Oe��—FACT Attest: Signature and Title €% ANNE M. SEELEY,, SECY. Note: (1) Above addresses are to be used for giving required notice. (2) Any singplar reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. • 1314\M412020.DQC EJCDC NO. 910-28-C (1996 Edition) 00410-1 Bidder and Surety, jointly and severally, bind aElYcstheir heirs, executors, administrators, .,and assigns to pay to OWNER upon default of the penal sum set forth on the face of this Bond. 'ault of Bidder shall occur upon the failure of j:> deliver within the time required by the Bidding $ ftts (or any extension thereof agreed to in writing WNER) the executed Agreement required by the ffg- Documents and any performance and payment �jequired by the Bidding Documents. obligation shall be null and void if: ;T ,0WNER accepts Bidder's Bid and Bidder .. within the time required by the Bidding milts (or any extension thereof agreed to in writing i%1fiK) the executed Agreement required by the W Documents and any performance and payment #:required by the Bidding Documents, or W.—' -All Bids are rejected by OWNER, or OWNER fails to issue a Notice of Award to ir'' within the time specified in the "Bidding }.. . Ownts (or any extension thereof agreed to in writing Oder and, if applicable, consented to by Surety squired by paragraph S hereof). rjyment under this Bond will be due and payable default by Bidder and within 30 calendar days after pt,by Bidder and Surety of written notice of default OWNER,, which notice will be given with fiable promptness, identifying this Bond and the ct and including a statement of the amount due. arety waives notice of and any and all defenses based arising out of any time extension to issue Notice of M agreed to in writing by OWNER and Bidder, ded that the total time for issuing Notice of Award icing extensions shall not in the aggregate exceed days from, Bid due date without Surety's written suit or action shall be commenced under this Bond to 30 calendar days afar the notice of default r,d in paragraph 4 above is received by Bidder and and in no case later than one year after Bid due Any suit or action under this Bond shall be menced only in a court of competent jurisdiction A in the state in which the Project is located. PENAL SUM FORM 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if sec forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. No. 1910-28-C (1996 Edition) 00410-2 - - T1Y CoyTA y OF AMERICA TRAVELERS CASUALTY AND SURE , DARTFORD, CT• 86183 Y Ui-FACT JUSTIFICATION ATTORNE - g A CORPORATION PRINCIPAL"' S ACICNOWLEDGMENT — _ Stats *(New York Cotu>tY ofMe Paso"lly ; dw Onthis— L� ZlL �Y of nn d ;,ys: Tbat � a�rmwi m u the city f of JVD �ICO IdHC. i ueh co<po*ata scat; thid to ms Icr►o"°-cubo, being by me duly twat L o,,.she seal of said =P�avddct sad wwhich CL.oumaat M sad "he �ab0 s'� bi°tOC a thereW by 1+7c° order• + iOMPOrsfion t war so at dew try order of the Board of Dime's said oorporaL o w York g MIVIDUAL OR FIRM NoW, PRINCIPAL'S ACICNOWLEDGMANr— count)t,_.� pan„i,..,- Expues ) 61L to mF kP014n Suata of New Yet. County of bcf v me PwwrAUy appeaiod ) do= -bed in aid who w,=ud tie within inrrru4nt' and On day of of said first to be (the individual) (— of 166tods ed to me that hdsho coeeuted tfu= ofhe .acne (as the sec aid dee batit' 1heru9w duly .cicnaw gM,TY CobWANTS ACIC14OWLEDGMMT sa State ofNaw York Ceusny of "ASSAU } app---,d � II,EMOR DOUDENA 2000 bdorismePe+10Oa OUNTYt 0 OF die oapots m doai)xd at `p which 9TH day of NOVIIIIR raY Thu ha/slss raids im �G' �; aid tbat holabe sigssed said ego meek � � beim by me &sty s—z. � TIL C hS'UALTY AND sed LM=d a said iisez+ wish oorPat�o o f LAu� of this Stale of vrtth>n t m aha b AIIotneY of ��of Said Cm said Compaa0r.1Q1dsay '�' � did 22 of the 4 the Supe suze of Naw York u the that lsa/shis unit a ('oiaolidasint ii u"ed m become and ase that said Company 9 ic+tn+memt as Att°may bF t the L ��o Stmo OfNow fa 1939. 'ANY OO° g BRIG t� ateby , VA that such =ti5eats tsar °°t boe° New York b+s, Puz tssuad to TRAVELERS CAsvAI'n AND 6oaranetim, and other oblipumu teq a.�a �:nntoc oa all bonds. nndcmk+�' rbeo�st�uu°�. mvo� SUSANof NOW Yosic ` WO N�w7 Esc ;ZZNalety No. 01ftae00082�y3 Quww In Nassau c C WASBion Gxpims 12129/ gL- TRAVELLERS CASUAL -TY AND 6URETY COMPANY OF AMERICA Hartford. Cor WCSlalt 06183 FINANCIAL STATEMENT AS OF DECEMBER 31,0 �� YOflK A5 FILED WITH THE INSURANCE OCK$ 8 000.000 LIABIUTI” ASSETS s eaatlUes carried at i14,?,38,0491n the above daternent are depia►ted With public authorities, as required by Law. s 151,365,135 2S1 X37,044 73,815,856 147,509,717 11,084,820 ---84-5.11 Z572 5W,728,070 S 1��- 32,861.808 Unearned Promtums Cash b Invested Cash 021084,755 = 1, , Losses Lose AdJueff"nt F-xpent:eaand Bonds 96,031,758 17,781,285 other Accrued 6� qa_ Stock Cow Inwested Assets Liabpltles Provision for Reinsurance Utvectment We me Due 15,331,517 and Accrued 23,292,E Total u&Wrks prernium Balances Recoverable 502,832 2,831.655 8,000,000 Reinsurance Reoelvsble for Securities 360.8W Capes Stock 1 138, 02 Paid In Surplus305 426 428.868 _ Other �� e Otter Surplus— -- Surplus to Poagt4lders i 1 1 S4 838 843 Total Total , s eaatlUes carried at i14,?,38,0491n the above daternent are depia►ted With public authorities, as required by Law. s 151,365,135 2S1 X37,044 73,815,856 147,509,717 11,084,820 ---84-5.11 Z572 5W,728,070 S 1��- TRAVELERS CASUALTY .LND SLRETY CO>U1.-%_`Y OF AFRICA TRAVELERS CASUALTY ASD SURETY COMPANY FAR.N11INGTON CASUALTY CCS'.'iP;k.NY Hartford, Connecticut 015183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTOR.`iEY(S)-L`I-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY A,ND SURETY CO.'vIPA:NY OF A,ti1ERICA, TRAVELERS CASUALTY AND SURETY CO1NIPA.NY and FARMLNGTON CASUALTY CON2A,NY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anthony J. Romano, Eleanor Doudera, Fred Nicholson, Gerard S. Nlacholz, Rita Sagistano, Thomas Bean, of Uniondale, New York, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is trade under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPAINY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (5-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 28th day of July, 2000. STATE OF CONNECTICUT ISS. Hartford COUNTY OF HARTFORD ZY A ��rc ' J,.� Np aG � p►.Su,�� i CORD r HARTFORD. < v 1 9 8 2 o M' � CONH ! e 'W � � �c,�' b TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By George W. Thompson Senior Vice President On this 28th day of July, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instnunent are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. G.TET e' My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 9TH day of NOVEMBER 120 00 � f,Y �J'LtY ANpdL ?�}rNSu,4fr HARTFORD. 4 0 1 9 8 2 0 COW CONN. n q,S b +s? $b`'ygyt•Z'(''�'�;D By Kori M. Johanson Assistant Secretary, Bond AON RISK SERVICES, INC. OF NEW YORK 333 EARLE OVINGTON OLVD. R0. Box 93313 I.INIONDALE. NEW YORK 11553 M 0� N E v., F. M,q co O 2 TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK 1 0 SOUTHOLD LANDFILL CLOSURE A No. 05bA¢ CONTRACT NO. 2000 - GENERAL CONSTRUCTION 9� SSG` ADDENDUM NO. I OCTOBER 25, 2000 THIS ADDENDUM CONSISTS OF 5 PAGES AND 6 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 1.5 — Health and Safety Plan, add the following paragraphs to section (H), Health and Safety Plan: "7. As a separate section of the Health and Safety Plan titled, `Hazardous Material Response Plan,' the Contractor shall present procedures to be implemented in the event that • hazardous materials are encountered during the Work. The procedures shall be in compliance with the requirements of 29 CFR 1910.120, Hazardous Waste Operations and Emergency Response. The procedures shall describe the personnel and equipment which shall be used to secure and stage hazardous materials and prevent exposure of on-site personnel and the surrounding community to hazardous materials, if encountered. The separate section of the Health and Safety Plan shall identify the availability of the personnel and equipment. The state of availability and readiness of the equipment and personnel shall be as required to prevent any delays in performing the Work in the event that hazardous materials are encountered. However, management of hazardous materials, if required by the Contractor, would result in a change in Contract Price. "8. In the Health and Safety Plan the Contractor shall identify the methods which will be implemented to minimize impacts to nearby residences during performance of the Work. The Health and Safety Plan shall specifically address the proximity of residences to Waste Excavation Area 1 shown on the Drawings and describe the means and methods to control dust, odor, vapors, waste, etc., from impacting the residences during the Work." 2. Section 1.7 — Temporary Services/Security, add the following: "6. Temporary Truck Stand "a. The Contractor shall furnish a temporary truck stand to facilitate the Engineer's examination for measurement for payment of the contents of vehicles used to ♦ 1314\a 1024002.doc(R03) Page 1 of 5 .b • transport General Fill. The truck stand shall be a platform/ladder combination, McMaster -Carr Model No. 8229T14 or approved equal. The Contractor shall relocate the truck stand as necessary during the Work as directed by the Owner to facilitate the Engineer's examination of the content of vehicles used to transport General Fill. The Contractor shall provide a safe and level surface for the truck stand." 3. Section 1.14 — Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4): a. Delete the last sentence in the first paragraph of Section (a) and replace it with the following: "Payment for Daily Cover placed in the areas of exposed waste shall be paid under Bid Item 6." b. Delete the words "...within the Limits of Waste." from the last sentence in paragraph (b). 4. Section 1.14 — Measurement and Payment, Contour Grading Material, General Fill and Daily Cover from On -Site Sources (Bid Item 6), delete the last two sentences of paragraph (b) and replace with the following: "The bid unit price for Bid Item 6 shall include all costs associated with shaping and grading of Contour Grading Material, General Fill and Daily Cover placed to construct the drainage swales, roadways and berms; backfill, level and grade the access route to Cox Lane; and complete construction of Recharge Basins 1, 2 and 4. (Payment for removal and disposal on-site of temporary erosion control blanket and staples placed by the Owner in Recharge Basins 1 and 2 is included in Bid Item 2.) No payment is shall be made for excess material above specified elevations. If directed by the Owner, excess material placed above specified elevations shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 0 5. Section 1.14 — Measurement and Payment, Gas Venting Layer from On -Site Sources (Bid Item 8), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." 6. Section 1.14 — Measurement and Payment, Barrier Protection Layer from On -Site Sources (Bid Item 12), add the following sentence to paragraph (b): "If directed by the Owner, material placed in excess of the specified thickness shall be removed by the Contractor and placed in the sand pit borrow area as directed by the Owner at no additional cost to the Owner." ♦ 1314W024002.doc(R03) Page 2 of 5 7. Section 1. 14 — Measurement and Payment, Drainage Pipe, Inlet/Outlet Structures, Stilling . Basin and Manholes (Bid Item 26), delete paragraph (a) and replace it with the following: "Measurement and payment for Bid Item 26 shall be the lump sum bid and shall be full payment for furnishing all labor, materials, equipment, services, incidentals, etc., to construct the storm water drainage structures complete and ready for use, including stilling basin, culverts, manholes, headwalls, inlet and outlet structures, corrugated HDPE pipe, flared end sections and appurtenances, as shown on the Drawings, and shall include all costs associated with trenching, excavation, sheeting, shoring and bracing, backfill, moisture control, compaction, relandfilling of unsuitable and excess material, dewatering and management of construction waters, including recharge of the construction waters to the landfill mass, sedimentation and erosion control, maintaining the recharge basins and drainage structures during construction, and cleaning the recharge basins, culverts, manholes, stilling basin, piping and swales of silt, sediment and debris after construction, dust and odor control, and implementation of the approved plans. Placement, compaction and grading of Barrier Protection Laver material in excess of 12 inches thick as necessary to construct culverts under roads as shown on the Drawings is included in this payment item." • 8. Section 4.3 — Geomembrane, (C)(3) Prequalification of the Geomembrane, following the last paragraph add the following: "The conditions for performing the ASTM Standard Test Method D5321-92 Determining the Coefficient of Geosynthetic/Geosynthetic and Soil/Geosynthetic Friction by the Direct Shear Method shall be with a normal force of 125 psf, 250 psf and 500 psf at a shear rate of 0.04 inches per minute under saturated and unsaturated conditions. The results shall be presented for both peak and residual." 9. Section 4.3 — Geomembrane, delete Table 4.3-1, 60 Mil Textured HDPE Geomembrane in its entirety and insert Table 4.3-1, (Revised) 60 Mil Textured HDPE Geomembrane (copy attached). 10. Section 4.3 — Geomembrane, (F)(6)(e)(5) first line, change the words "If loss of pressure exceeds 2 psi,...." to read "If loss of pressure exceeds 3 psi,...." 11. Section 4. 4 — Geocomposite, delete Table 4.4-2, Geocomposite Property Values in its entirety and insert Table 4.4-2, (Revised) Geocomposite Property Values (copy attached). DRAWINGS 1. Drawing No. 27, Borrow and Reclamation Area Grading Plan: The north arrow should be rotated 90° clockwise. GENERAL INFORMATION 1. Attached to this Addendum No. 1 is the Attendance List for the Pre -Bid Meeting held on October 19, 2000. ♦ 1314W024002.doc(R03) Page 3 of 5 • 2. During the Pre -Bid Meeting bidders were informed of the following: a. Waste has been found in the northern and western sidewalls and the floor of Recharge Basin No. 4. As a result, the Owner will not perform preliminary grading of Recharge Basin No. 4 as originally intended. Instead, removal of the waste and backfilling with General Fill and all grading work for Recharge Basin No. 4 will be added to the Work of the Contract. This will be addressed in a second addendum and a new bid item will be added for this work. 0 .7 b. The high voltage electric utility towers and overhead lines shown on Drawing No. 3 will be removed prior to construction. As a result, the Capping at LIPA Pole Detail for connection to the LIPA tower foundation shown on Drawing No. 18 will be deleted from the Work of the Contract. This will be addressed in a second addendum. c. The estimated quantities shown on the bid sheets are estimates. Variations from the estimated quantities are anticipated. Bids for unit price items shall apply regardless of variations in quantities and bidders should take this into consideration in preparing their bids. ♦ 1314\al 024002.doc(R03) Page 4 of 5 • is Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 1 NEWBORN C00%U16MWLEDGED P.O. BOX 624 Bidder: CENTER MORICHES, NY 11934 Legal Name of Person, P ership, Joi e or Cor ' cc�� President By: N and Title Date: b --s ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦ 1314\0024002.doc(R03) Page 5 of 5 PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN -IN SHEET OCTOBER 19, 2000 (please print) Contractor Name of Contractor's Representative Signature Telephone Number Fax Number/e-mail Address ZDl AI 1&0�StPiCS CIA 5 FRACAS% 631 58S -666S 63 51ca - 66 -13 G ui tot 00 iGb Y' (7/ - �G i a i.--- 3 ^ % % 3�" ii ?o Ze -- %%S 3 s•ntrp C� C� V4_(, < 2� 9 3 `iL'6 6 31 2 v C0 -)t:; ���n r1 ��a ca— Ca -3t o� 3� �� 7 D0 i a 2 ' � l rri D 1 63/ sG3V6/�-.. 1wv� vta� Q es: 6 3l-7�q'`7g76 ♦ 1314111018002.doc page 1 ofy2 J'. • PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN -IN SHEET OCTOBER 19, 2000 (please print) Contractor Name of Contractor's Representative Signature Telephone Number Fax Number/e-mail Address WlLLV) /2 X156 i83 -ttgvv 7Ff3-4, .S s (,uwc' h s` �' C 013e_op X31 -2.6 3 26 3- 43�� b 3 f G,i z z 031 - 2 --z v J / G /C lop, /C LlG7 lo3l- 49- l 7 �,�. ZZz �P-149- 8iZ4 ' /� r- ; WN"M V310- C1V-0oe0—, 94 963.36©0 914 963- 3959 s &3 t -7L-7- J 63 ! 71- ♦ 1314U 1018002.doc page 2 of )r 7/ .,oy, • Table 4.3-1 REVISED 60 MIL TEXTURED HDPE GEOM MBRANE Specified Property Test Method Units Value Qualifiers(l) Thickness ASTM D5994 Mils 54 Minimum Density ASTM D1505 g/cc 0.94 Minimum Melt Flow Index ASTM D1238 g/10 1.0 Maximum Condition E minutes (190°C, 2.16 kg.) Carbon Black % ASTM D1603 % 2-3 Carbon Black ASTM D3015 Rating A-1, A-2, Dispersion B-1 Tensile Properties ASTM D638 Type IV, 2 -inch gauge length Dumb-bell @2 ipm . Strength at Yield PPI 130 MARV (2) . Strength at Break PPI 75 MARV (2) Elongation at % 13 MARV • Yield . Elongation at % 120 MARV Break Tear Resistance ASTM D1004 Die C Pounds 45 MARV Puncture Resistance FTMS 101B Method Pounds 80 MARV 2065 Environmental ASTM D1693 10% Hours 1500 Minimum Stress Crack Igepal, 50°C Dimensional ASTM D1204 100°C, % change ±2 Maximum Stability 1 hour Thermal Stability ASTM D3895 200°C, Minutes 100 Minimum OIT 1 ATM 02 Low Temperature ASTM D746 Degree F -107 Maximum Brittleness Procedure B Coefficient of ASTM D696 x10-' 2.0 Typical Linear Thermal cm/cm°C Expansion Volatile Loss ASTM D1203 % 0.3 Maximum • • 1314 \A1024003. doc (RO1) 4.3-10R • Table 4.3-1 (continued) REVISED 60 MIL TEXTURED HDPE GEOMEMBRANE ('�MARV = Minimum Average Roll Values. (z)The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. ♦1314\A1024003.doc (RO1) 4.3-11R Specified Property Test Method Units Value Qualifiers(l) Water Absorption ASTM D570 % 0.1 Maximum Resistance to Soil ASTM D3083 (as Burial modified in NSF 54 Appendix A) . Tensile Strength % change 10 Maximum at Yield and Break . Elongation at % change 10 Maximum Yield and Break y ros a is Seam Strengths ASTM D4437 . Peel Strength (Wedge) PPI 88 & FTB Minimum . Peel Strength (Extrusion) PPI 63 & FTB Minimum . Shear Strength (Wedge) PPI 84 & FTB Minimum . Shear Strength (Extrusion) PPI 84 & FTB Minimum • ('�MARV = Minimum Average Roll Values. (z)The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. ♦1314\A1024003.doc (RO1) 4.3-11R • Table 4.4-2 REVISED GEOCOMPOSITE PROPERTY VALUES 7 • Fabric Property Teat Method Unit Specified Value Qualifier Geonet Component: Polymer % 95 Minimum Composition polyethylene by weight Polymer ASTM D1505 9/cm3 0.94 MARV Specific Gravity Polymer Melt ASTM D1238 g/10 min 0.1-1.0 MARV Index Carbon Black ASTM D4218 % 2-3 Range Content ASTM D1603 Foaming Agents N/A % 0.0 Maximum Nominal ASTM D5199 Inches 0.20 MARV Thickness Compressibility ASTM 1621 % 50 Maximum 20,000 psf Tensile ASTM lbs/in 45 MARV Strength D5034/5035 (machine direction) (MD) Transmissivity ASTM D4716 M2 /sec 1 x 10-3 Minimum (2)15,000 psf 1.0 HYD. GR. Geotextile Component: See Table 4.4-1 Geocompoaite: (3) Transmissivity ASTM D4716 m2/s 3.0 x 10-5 Mi um (2) 10,000 psf 1.0 HYD. �A�Y GR. Ply adhesion (4) ASTM F904 lb/in 0.5 Average or ASTM D413 Tensile ASTM D4632 Lbs ?,""4-00 Minimum Strength (MD) ♦1314\A1024003.doc(RO1) 1 Rev►s�� 4 .4-9R 'dTJ1J 3 • Table 4.4-2 (continued) REVISED GEOCOMPOSITE PROPERTY VALUES • 9 Notes: 1. All values except transmissivity represent minimum average roll values (i.e., any roll in a lot should meet or exceed the values in this table). 2. The geocomposite shall be sandwiched between two steel plates. The minimum test duration shall be 1 hour and the report for the test results shall include measurements at intervals over the entire test duration. 3. Component properties are tested prior to lamination and are not tested on final product. 4. In lieu of testing manufacturer may substitute documentation that geocomposite system properties has friction angle performance suitable to application proposed. ♦1314\A1024003. doc (RO1) 4 .4-10R TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 - GENERAL CONSTRU ADDENDUM NO. 2 NOVEMBER 1, 2000 A O PS F L:.1 L'1 A.0 05�4F THIS ADDENDUM CONSISTS OF 5 PAGES AND 7 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. ADVERTISEMENT FOR BIDS 1. The bid due date has been extended. Sealed bids will be received by the Town of Southold Town Clerk's office until 3 p.m. (Local Time) on November 30, 2000. BID/ • / 1. Delete Bid Sheets and replace with the attached Revised Bid Sheets. v TECHNICAL SPECIFICATIONS 1. Global change — Delete all references to connection of the landfill capping system to LIPA transmission towers. 2. Section 1.1- Location of Work, paragraph (D), Access to Project Site, add the following: "Installation of the perimeter fencing and gate for the access route to Cox Lane shall be scheduled as early in the performance of the Work as possible, immediately after clearing and grading is complete and prior to initiating routine use of the access route." 3. Section 1.8 — Temporary Facilities, delete the following items: (13)(1)(h), toilet facilities; and (13)(1)(i), lavatory with hot and cold water. 4. Section 1.8 — Temporary Facilities, revise item (13)(1)(1) to read as follows: "Temporary electric service." 5. Section 1.14 - Measurement and Payment, Unclassified Excavation and Relandfilling (Bid Item 4), add the following to paragraph (b): "This bid item includes the excavation, relandfilling and related work required to achieve the final grades shown on the Drawings for the recharge basins. This includes excavation, beyond the limits of Waste Excavation Area 2 in Recharge Basin 4, of buried concrete, brick, rubble, ♦ 13141a1027003.doc(R04) Pagel of 5 Q • etc. as required to construct Recharge Basin 4, relandfilling within the Limits of Waste and related work. The cost for excavation of waste from Waste Excavation Area 2 shall be included in Bid Item 5C." 6. Section 1.14 - Measurement and Payment, add the following new bid item: "Removal and Relandfilling of Buried Waste — Waste Excavation Area 2 (Bid Item 5C) "a. Measurement for Bid Item 5C shall be the actual quantity of buried waste in cubic yards measured as the actual quantity of material excavated and removed from Waste Excavation Area 2 and transported, placed, graded and compacted to the depths, lines and grades as shown on the Drawings, as specified and as directed by the Owner. The Contractor's New York State licensed land surveyor shall survey the area to be excavated prior to and after excavation using a grid pattern no greater than 25 feet to establish the quantity of excavation. The volumes shall be shown on the sealed surveys submitted to the Engineer for payment purposes. The volume of excavation shall exclude Daily Cover placed over exposed waste at the end of each workday. Survey tolerance shall be X0.1 foot. "b. Payment for Bid Item 5C shall be the bid unit price per cubic yard and shall be full payment for furnishing all labor, materials, equipment, services, incidentals, etc., to excavate, process, remove, load, transport, haul, unload, relandfill within • the Limits of Waste, etc. waste materials from Excavation Area 2 as specified, as shown on the Drawings and as directed by the Owner. The bid unit price for Bid Item 5C shall also include, but not be limited to, sedimentation and erosion control, odor and dust control, dewatering and management of construction waters, including recharge of construction water to the landfill mass, sheeting, shoring and bracing, implementation of the approved plans, etc., as specified and as required to satisfactorily complete the Work. The cost for backfilling the excavation with General Fill from approved on-site sources including compaction and grading to the contours shown on the Drawings shall be included in Bid Item 6." • 7. Section 1.14 — Measurement and Payment, Water Supply Well and Electrical Service (Bid Item 28), add the following to paragraph (a): "This bid item includes removal and proper disposal in accordance with applicable laws and regulations of existing electrical service, telephone service, overhead lines, transformers, panels, enclosures, lighting fixtures, conduits, poles, etc., as shown on the Drawings, as specified and as necessary to complete the Work." 8. Section 1.14 — Measurement and Payment, Connect Cap System to LIPA Transmission Pole (Bid Item 30): Delete this bid item in its entirety. 9. Section 1.14 — Measurement and Payment, Sand Pit Regrading (Bid Item 31): Due to elimination of Bid Item 30, Sand Pit Regrading becomes Bid Item 30. ♦ 1314\a1027003.doc(R04) Page 2 of 5 10. Section 2.1 — Clearing and Grubbing, Paragraph (A)(3), add the following sentence: "Prior to clearing and grubbing the access route to Cox Lane, the Contractor shall inspect the property in the presence of the Owner in order to identify any trees which will not interfere with the Work and which shall be protected by the Contractor during performance of the Work." 11. Section 2.10 — Fencing, Section C, Materials: a. Revise (4)(a), Gate Posts, to read as follows: "8 -5/8 -inch O.D., Schedule 40." b. Revise (6)(a), Top Rail, fifth sentence to read as follows: "Fabric shall be attached to the top rail by means of a double wrap of No. 9 gauge galvanized tire wires spaced at intervals of approximately 2 feet." c. Revise (7)(a), Truss Braces, first sentence to read as follows: "A truss brace shall consist of a 1.66 -inch O.D. galvanized tubing (weighing 2.27 lbs per linear foot) along with 3/8 -inch galvanized truss rod and turnbuckle attachment." d. Revise (9)(a), Tension Wire, first sentence to read as follows: "A No. 7 gauge galvanized tension wire shall be provided along bottom of fence." 12. Section 2.10 — Fencing, Section C, Materials, add the following new paragraph: "12. Privacy Slats • "a. Privacy slats shall be furnished and installed in the fencing and gate to be installed to enclose the perimeter of the Cox Lane access route. The privacy slats shall be 6 feet in height and 11/8 -inch wide plastic vertical tubing (PVT) as manufactured by Patrician Products of Hicksville, New York or approved equal. The color shall be dark green. The cost for furnishing and installing the privacy slats shall be included in Bid Item 2." • 13. Section 4.2 — Gas Venting Layer, paragraph (E)(1), add the following: "Following completion of placement of the Gas Venting Layer, the Contractor shall provide a certification to the Engineer stating that the soil used in constructing the Gas Venting Layer is soil which based on the results of testing provided in Appendix B of the specifications complies with the specified minimum coefficient of permeability and maximum fines percentage. The certification shall be supported by a drawing attached to the certification which has been signed and sealed by a land surveyor licensed to practice in New York State showing the vertical and horizontal extent of the limits of the excavations of the material which was used to construct the Gas Venting Layer." 14. Section 4.3 — Geomembrane, Table 4.3-1, 60 Mil Textured HDPE Geomembrane: The Tecified value for the coefficient of linear thermal expansion is 2 x 10 cm/cm/°C. This represents a maximum value. ♦1314W027003.doc(R04) Page 3 of 5 w 10. Section 2.1 — Clearing and Grubbing, Paragraph (A)(3), add the following sentence: "Prior to clearing and grubbing the access route to Cox Lane, the Contractor shall inspect the property in the presence of the Owner in order to identify any trees which will not interfere with the Work and which shall be protected by the Contractor during performance of the Work." 11. Section 2.10 — Fencing, Section C, Materials: a. Revise (4)(a), Gate Posts, to read as follows: "8 -5/8 -inch O.D., Schedule 40." b. Revise (6)(a), Top Rail, fifth sentence to read as follows: "Fabric shall be attached to the top rail by means of a double wrap of No. 9 gauge galvanized tire wires spaced at intervals of approximately 2 feet." c. Revise (7)(a), Truss Braces, first sentence to read as follows: "A truss brace shall consist of a 1.66 -inch O.D. galvanized tubing (weighing 2.27 lbs per linear foot) along with 3/8 -inch galvanized truss rod and turnbuckle attachment." d. Revise (9)(a), Tension Wire, first sentence to read as follows: "A No. 7 gauge galvanized tension wire shall be provided along bottom of fence." 12. Section 2.10 — Fencing, Section C, Materials, add the following new paragraph: "12. Privacy Slats • "a. Privacy slats shall be furnished and installed in the fencing and gate to be installed to enclose the perimeter of the Cox Lane access route. The privacy slats shall be 6 feet in height and 11/8 -inch wide plastic vertical tubing (PVT) as manufactured by Patrician Products of Hicksville, New York or approved equal. The color shall be dark green. The cost for furnishing and installing the privacy slats shall be included in Bid Item 2." • 13. Section 4.2 — Gas Venting Layer, paragraph (E)(1), add the following: "Following completion of placement of the Gas Venting Layer, the Contractor shall provide a certification to the Engineer stating that the soil used in constructing the Gas Venting Layer is soil which based on the results of testing provided in Appendix B of the specifications complies with the specified minimum coefficient of permeability and maximum fines percentage. The certification shall be supported by a drawing attached to the certification which has been signed and sealed by a land surveyor licensed to practice in New York State showing the vertical and horizontal extent of the limits of the excavations of the material which was used to construct the Gas Venting Layer." 14. Section 4.3 — Geomembrane, Table 4.3-1, 60 Mil Textured HDPE Geomembrane: The Tecified value for the coefficient of linear thermal expansion is 2 x 10 cm/cm/°C. This represents a maximum value. ♦1314W027003.doc(R04) Page 3 of 5 w • 15. Section 4.5 - Barrier Protection Layer, paragraph (E)(1), add the following: "Following completion of placement of the Barrier Protection Layer, the Contractor shall provide a certification to the Engineer stating that the soil used in constructing the Barrier Protection Layer is soil which based on the results of testing provided in Appendix B of the specifications complies with the specified minimum coefficient of permeability and maximum fines percentage. The certification shall be supported by a drawing attached to the certification which has been signed and sealed by a land surveyor licensed to practice in New York State showing the vertical and horizontal extent of the limits of the excavations of the material which was used to construct the Barrier Protection Layer." nu e 1Xxmrr;1Z 1. Drawing No. 3, Existing Topography, Limits of Waste and Contract Limits: Delete Drawing No. 3 in its entirety and replace it with Drawing No. 3R (copy attached). 2. Drawing No. 17, Miscellaneous Drainage Details, Culvert Under Road Detail: The broken line between the Gas Venting Layer and Contour Grading Material represents Type I Geotextile. 3. Drawing No. 18, Miscellaneous Capping Details and Road Sections, Sections E -E, F- F, G -G and H -H: For required swale linings see Drawing No. 14, Drainage Plan, and Drawing No. 16, Recharge Basins No. 3 and No. 4 and Typical Swale Details. 4. Drawing No. 18, Miscellaneous Capping Details and Road Sections: Delete the Capping at LIPA Pole Detail in its entirety. 5. Drawing No. 21, Profiles I, Drawing No. 22, Profiles Il, Drawing No. 23, Profiles III: These drawings have been provided for informational purposes only and should not be relied upon by bidders for preparing the bids. 6. Drawing No. 28, Level Spreader: Add new Drawing No. 28, Level Spreader, showing details for construction of the level spreader in the sand pit borrow area (copy attached). All costs for construction of the level spreader shall be included in Bid Item 18, Riprap, Stone Fill, Gravel Fill and Reno Mattresses. 7. Drawing No. 24, revise as follows: The limits of placement of six inches of vegetative growth material and hydroseeding shown in the southeastern corner of the property are revised to coincide with the revised Contract Limit line shown on Drawing No. 3R. 8. Drawing No. 25, revise as follows: The limits of erosion control blanket shown in the southeastern corner of the property are revised to coincide with the revised Contract Limit line shown on Drawing No. 3R. ♦ 1314\a1027003.doc(R04) Page 4 of 5 • • GENERAL INFORMATION 1. The telephone number for McMaster -Carr Supply Co., the supplier of the platform stair specified in Addendum No. 1 is (630) 833-0300. 2. If approved by the Engineer, the Contractor shall be permitted to process clean, excavated concrete on-site for use in construction of the maintenance roads at no additional cost to the Owner. The processed concrete shall meet the specified requirements for recycled concrete aggregate. 3. The electrical utility lines which service the existing water supply well and siren are the property of the electric utility company. The Contractor shall be responsible for coordinating removal of the electric service with the utility company and all costs for the work. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. Bidder: Date: SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 2 NEWBORN COAffi6TI&I�I� EDGED P.O. BOX 624 Legal Name of Person, Partnership, Joint Venture or Corporation James F. Leffert9l President Title MMIS ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦ 1314\a1027003.doc(R04) Page 5 of 5 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 - GENERAL CONSTRUCTION ADDENDUM NO.3 NOVEMBER 20, 2000 THIS ADDENDUM CONSISTS OF 4 PAGES AND 2 PAGES OF .ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 1.14 - Measurement and Payment, Mobilization, Maintenance and Demobilization (Bid Item 2), add the following to paragraph (a): "Payment for furnishing, installing and relocating the truck stand as necessary during the Work as directed by the Owner shall be 4p/ included in this bid item. Payment for construction of the construction site tracking pad shall be included in this bid item." 2. Section 2.4 — Abandonment of Existing Groundwater Monitoring Wells and Installation of New Groundwater Monitoring Wells, add the following paragraph to section (A), Scope: "5. J The Contractor shall file reports as required by state and local laws and regulations for each new well and each -abandoned well. Copies of all reports shall be submitted to the Engineer at the time of submittal to the proper regulatory authority." 3. Section 2.5 — Abandonment of Existing and Installation of New Nonpotable Water Supply Well, delete the second sentence of paragraph (B)(1) and replace it with the following: "At / least one driller per drill rig crew shall possess a minimum of 5 years of experience installing i/ water supply wells. The driller shall possess all training, certifications, licenses, approvals, etc., required by codes, laws and regulations for installing water supply wells in Suffolk County, New York." 4. Section 4.1 - Geotextiles, delete paragraph (C)(1)(f) and replace it with the following: "The / Type I Geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Geotex J 861 as manufactured by Synthetic Industries, Inc. or approved equal." 5. Section 4.1 - Geotextiles, Table 4.1-1, Type I Geotextile, revise the specified value for Japparent opening size (AOS) to 80 sieve size, 0.180 mm. ♦ 1314\a1114002.doc(RO1) Page 1 of 4 6. Section 4.1 - Geotextiles, delete paragraph (C)(2)(f) and replace it with the following: "The is Type II Geotextile shall be TG800 as manufactured by Evergreen Technologies, Inc., Geotex 1291 as manufactured by Synthetic Industries, Inc. or approved equal." 7. Section 4.1 - Geotextiles, delete Table 4.1-2, Type II Geotextile in its entirety and insert Table 4.1-2, Revised Type II Geotextile (copy attached). ✓ 8. Section 4.3 - Geomembrane, (D)(1)(c), revise the melt index requirement to less than or equal to 1.0 g/10 min. l 9. Section 4.3 - Geomembrane, Table 4.3-1, Revised 60 -Mil Textured HDPE Geomembrane, J delete requirement for hydrostatic resistance. 10. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (C)(1)(f) and replace it with the following: "The geotextile shall be TG700 as manufactured by Evergreen Technologies, Inc., Geotex 861 as manufactured by Synthetic Industries, Inc. or approved equal." 11. Section 4.4 - Geocomposite, Table 4.4-1, Geotextile, revise the specified value for apparent opening size (AOS) to 80 sieve size, 0.180 mm. 12. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (C)(3)(e) and replace it with the following: "The Geocomposite Drainage Layer shall be DC4200/TG700 as manufactured by Evergreen Technologies, Inc., Tex -Net DS Geocomposite 861 as manufactured by Serrot • International, Inc. or approved equal." 13. Section 4.4 - Geocomposite, Table 4.4-2, Revised Geocomposite Property Values, revise the qualifier for the geonet component transmissivity to minimum average roll value (MARV). / 14. Section 4.4 - Geocomposite, Table 4.4-2, Revised Geocomposite Property Values, revise c/ specified value for the geocomposite tensile strength (MD) to 400 pounds. 15. Section 4.4 — Geocomposite, delete the first sentence of paragraph (F)(2)0) and replace it with the following: "All terminal ends and edges of the geocomposite (top of slope, toe of V, slope or lateral limits of the geocomposite) shall be finished by wrapping the ends and edges of the geocomposite with geotextile and heat bonding the geotextile wrap to the bottom and top geotextiles of the geocomposite." 16. Section 4.7, Erosion Control Materials, delete the second sentence of paragraph (13)(2)(e) and replace it with the following: "The metal staples shall be U-shaped, of the lengths shown on the Drawings, 1 inch wide and shall be fabricated from 11 -gauge or greater diameter metal wire." DRAWINGS 1. Drawing No. 26, Typical Landscape Planting and Erosion Control Details, detail for Typical • Staples, note the following: staples for erosion control fabric shall be 1 1/2 inches wide and ♦ 13141al 114002.doc(RO1) Page 2 of 4 • staples for erosion control blanket shall be 1 inch wide. Staples for erosion control fabric shall be fabricated from 9 -gauge or greater diameter metal wire. Staples for erosion control blanket shall be fabricated from 11 -gauge or greater diameter metal wire. GENERAL INFORMATION • 1. Available information on the existing fire water supply well to be abandoned is attached. 2. The contact person at KeySpan Energy Corporation for information on removal of the existing electrical service for the existing water supply well is Mr. Fred Vaupel, Regional Manager T&D Projects (631-548-7060). ♦ 1314\a1114002.doc(RO1) Page 3 of 4 • Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 3 RECEIPT ACKNOWLEDGED NEWBORN CONSTRUCTION, INC 55 CLINTON STREET P.O. BOX 624 Bidder: CENTER MORICHES, NY 11934 Legal Name of Person, Partnership, Joint Venture or Corporation Jernes F. Lefferts President Name and Title Date: ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID • C� .1314\a1114002.aoc(Rol) . Page 4 of 4 • • • Table 4.1-2 REVISED TYPE II GEOTEXTILE Fabric Property Test Method Unit Specified Value Qualifier') Fabric Weight ASTM D5261 oz/sq yd 11.8 MARV Thickness, t ASTM D5199 mils 120 MARV Grab Strength (2) ASTM D4632 lbs 320 MARV Grab Elongation(Z) ASTM D4632 % 50 MARV Trapezoid Tear Strength(Z) ASTM D4533 lbs 120 MARV Puncture Resistance ASTM D4833 lbs 145 MARV Mullen Burst Strength ASTM D3786 psi 575 MARV Water Flow Rate ASTM D4491 gpm/sq ft 60 MARV Permittivity ASTM D4491 sec'' 0.80 MARV Permeability ASTM D4491 cm/sec 0.29 MARV Apparent Opening Size (AOS) ASTM D4751 sieve size mm 100 0.150 MARV UV Resistance ASTM D4355 % strength retained 70 MARV pH Resistance 2-13 Range Notes: (1) MARV - Minimum Average Roll Value. (2) Values in the weakest principal direction. ♦ 1314U 1113003.doc 4.1-8R 01/1999 15:02 7347976 ' _r�+ur 1LL 07,61 Iovla 14:4, =,n rR119ER WELL t PURP CORP, TO 7347li6 ♦,q, KREIGER WELL & PUMP CORP 7055 MAIN xn • l.O. Box It17 MATt1TuM NEW YORK 11"2 t51612!!-4141 FAX: (316) x!"26 — FAX TRANSMI'T'TAL SHEET TVNP�Wll , . TO: Company Nww: sovrwo+ a _sLAUD_ nLL Attention- JIN tuacRimm: IWA[Naosbar. 736-2916- - Total 0 of p" including cover sfieat: 2 FROM: NEW ALLISOM 9TA� If these is my proNem regOdift the trmwnittal of this maerid, plain can - at (s 16) 291-4141 COMMENTS: _ld&4. lost. IT WAS A t0" V= DfJLV It IV . A` UM „QX 94 ' I ' =ZC WATU kM (FIRST WATU) 6 t' i", t'ACrEt DZM 73'5". _.._. •r� acs is A I. a" x is' WITH A SLOT sizs OF .20. TO FO LQV HILL 6E THE mit2TTlot ixvoycz .Ot TeL Pum u!'LACx=T xxsTALum oN MAIL 2,- -- , __ .. n. 'v O"PF"m r ("NILD FTAD ON THT$ WELL. IF YOU }SAYE ANY FUR'TRLR r f",PPer (-TVR US A CALL. III= YOU. MC)�7 29 00 1- 59 FROM = ILD=5163649045 PAGr- PRIVILEGED AND CONFIDENTIALITY NOTICE The information in this fax is intended for the named recipients only. It may contain privileged and confidential Dvirka matter. If you have received this fax in error, please notify us immediately by a collect telephone call to (516> nd 364-9830 and return the original to the sender by mail p We will reimburse you for postage- Do not disclose the Sli artilucci contents to anvone. Thank-vou. CONSULTING ENGINEERS 330 Crossways Park Drive, Woodbury; New York; 11797-2015 a16-364-9890 . Fax 516-364-9045 D&B FAX NO: (516) 364 -- 9045 DATE: November 29, 2000 COMPANY NAME: NEWBORN CONSTRUCTION INC ATTENTION: KFN ANGFRMAN FAX NO. 631- 878-6997 FROM: SUBJECT;. Southold Landfill Closure J013#: NO, OF PAGES: TWO (including cover sheet) • MESSAGE: Enclosed please find Addendum No. 4 A DMSION OF WIWAM F. COSULICH ASSOCIATES, P.C. 0 • • TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 — GENERAL CONSTRUCTION ADDENDUM NO.4 NOVEMBER 29, 2000 THIS ADDENDUM CONSISTS OF 1 PAGE AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. ADVERTISEMENT FOR BIDS 1. The bid due date has been extended. Sealed bids will be received by the Town of Southold Town Clerk's office until 3 p.m. (Local Time) on January 31, 2001 The extension is required to provide LIPA with adequate time to finalize its work plan for relocating the existing electric utility towers at the landfill. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO.4 RECEIPT ACKNOWLEDGED NEWBORN CONSTRUCTION, INC 55 CLINTON STREET PA BOX 624 Bidder: CENTER MORICHES, NY 11934 Legal Name of Person, Partnership, Joint Venture or Corporation By4dames F. Lefferts President Ne an itle t>O Date: 1214 I cc) ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID H:\dsg\Southold\Addendum No. 4.doc Page 1 of 1 • TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK ,1m SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 - GENERAL CONSTRUCTI1 ADDENDUM NO. 5 JANUARY 19, 2001 THIS ADDENDUM CONSISTS OF 3 PAGES AND 6 PAGES OF ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. TECHNICAL SPECIFICATIONS 1. Section 2.4 — Abandonment of Existing Groundwater Monitoring Wells and Installation of New Groundwater Monitoring Wells, delete paragraph (C)(8) and replace it with the following: "The Contractor shall seal the borehole by pressure injection of cement/bentonite grout using a tremie pipe. The Contractor shall place the grout seal to coincide with the rate • of removal of the drilling equipment to ensure a continuous, properly sealed borehole. The borehole shall be sealed with grout up to 5 feet below finished subgrade. The remaining top 5 feet of the borehole shall be backfilled and compacted with General Fill, however, the maximum particle size of the fill material shall not exceed 2 inches." 2. Section 2.5 — Abandonment of Existing and Installation of New Nonpotable Water Supply Well, delete the first sentence of paragraph (H)(12)(h) and replace it with the following: "The Contractor shall seal the borehole by pressure injection of cement/bentonite grout using a tremie pipe." 3. Section 2.6 — Abandonment of Existing Landfill Gas Monitoring Wells and Installation of New Landfill Gas Monitoring Wells, delete paragraph (F)(1) and replace it with the following: "The Contractor shall abandon the existing landfill gas monitoring wells as shown on the Drawings and as directed by the Owner." 4. Section 2.6 - Abandonment of Existing Landfill Gas Monitoring Wells and Installation of New Landfill Gas Monitoring Wells, delete paragraph (F)(8) and replace it with the following: "The Contractor shall seal the borehole by pressure injection of cement/bentonite grout using a tremie pipe. The Contractor shall place the grout seal to coincide with the rate of removal of the drilling equipment to ensure a continuous, properly sealed borehole. The borehole shall be sealed with grout up to 5 feet below finished subgrade. The remaining top • 5 feet of the borehole shall be backfilled and compacted with General Fill, however, the maximum particle size of the fill material shall not exceed 2 inches." ♦ 1314\F011810I.DOC(R02) Page 1 of 3 • 5. Section 4.3 — Geomembrane, delete paragraph (A)(4) and replace it with the following: "The factors of safety for landfill cap veneer slope stabilities, as determined by the Engineer, shall be a minimum of 1.50 for the actual field conditions and landfill cap materials supplied and installed by the Contractor. With respect to the Geomembrane, this shall apply to the interfaces between the Geomembrane and the Gas Venting Layer, the Geomembrane and the Barrier Protection Layer, and the Geomembrane and the Geocomposite Drainage Layer." 6. Section 4.4 — Geocomposite Drainage Layer, delete paragraph (A)(4) and replace it with the following: "The factors of safety for landfill cap veneer slope stabilities, as determined by the Engineer, shall be a minimum of 1.50 for the actual field conditions and landfill cap materials supplied and installed by the Contractor. With respect to the Geocomposite Drainage Layer, this shall apply to the interfaces between the Geomembrane and the Geocomposite Drainage Layer, and the Geocomposite Drainage Layer and the Barrier Protection Layer." 7. Appendix A — Quality Assurance/Quality Control Summary, delete page A-4, Construction Testing Geomembrane in its entirety and replace it with page A -4R, Construction Testing Geomembrane (Revised) (copy attached). GENERAL INFORMATION 1. Attached is a copy of the decision on the application for the existing nonpotable water supply • to be abandoned and replaced. • ♦ 1314TO118101.DOC(R02) Page 2 of 3 . Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. • n U SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 5 RECEIPT ACKNOWLEDGED Newborn Construction, In Bidder: � Legal Name of Person, Partnership, Joint Venture or Corporation President tle Date: l I Z-4\" ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦ 1314T0118101.D0C(R02) Page 3 of 3 TOWN OF SOUTHOLD SOUTHOLD LANDFILL CLOSURE QA/QC SUMMARY CONSTRUCTION TESTING GEOMEMBRANE (REVISED) Test ASTM Frequency Sampler Laboratory Results to: Non -Destructive All Seams Contractor's Approved N/A Contractor's and Seam Test Geomembrane Installer Engineer's Designated Representatives Destructive (Peel) D4437 Minimum 1/500 l.f. Contractor's Approved Contractor's Approved Contractor's and Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive D4437 Minimum 1/5001.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive (Peel) D4437 Minimum 1/500 l.f. Contractor's Approved Contractor's Approved Contractor's and Seam Test five pieces/sample Geomembrane Installer Geosynthetic Laboratory Engineer's Designated Representatives Destructive D4437 Minimum 1/500 l.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test five pieces/sample Geomembrane Installer Geosynthetic Laboratory Engineer's Designated Representatives Notes: 1. Destructive seam samples shall be taken at a minimum frequency of 1/500 1.£ The sample shall be distributed for testing as specified. 2. Conformance testing of any and all geomembrane properties may be performed by the Owner at the discretion of the Engineer. ♦ 100109101.D0QR02) AS is • State of New Y -A Department of Conservation WATER RESOURCES COMMISSION Long Island Well Application_ No. W-_2620 In the Matter of the Application - o f the - TOWN OF SOUTHOLD • for Approval of the sinking of a new well at its property on the north side of Middle Road (County Route 27), at Cutchogue, Town of Southold, Suffolk County, New York. D E C I S I O N Application filed April 8, 1968 Hearing held in Greenport, April 17, 1968 Decision May 20 1968 0 • DECISION ON LONG ISLAND WELL APPLICATION NO. W-2620 PROCEEDINGS This is an application made under the provisions of Section 476 of the Conservation Law for approval of a well project in Suffolk County. Petition verified by Raymond C. Dean, Superintendent of Highways and head of the Department of Public Works of the Town of Southold in Suffolk County on April 5, 1968 and filed in thc office of the Water Resources Commission on April 3, 1968. Due notice of the hearing was given by publication in the Suffolk Sun of Deer Park and the hearing was held before Walter G. Waterman, Associate Engineer of the Commission in the Southold Town Supervisor's office in Greenport on April 17, 1968 at 10 o'clock in the forenoon. The petitioner was represented at the hearing by its atto?niey, Robert W. Trasker, Esq. No objections were filed and ao one appeared at the hearing in Opposition to approval of the project. PROJECT The Town of Southold proposes to sink a well with -inch diameter casing to a depth of 100 feet and to equip the well with a pump having a capacity of 400 gallons a minute. The well is to be located at its municipal refuse disposalacea on the north side of Middle Road (Route 27) at Cutchogue. tater pumped from this well is to be used on this property only for fire protection. FINDINGS OF FACT 1. The Town of Southold is a municipal corporation of the Stp to of New York charged with various duties including the maintbnance and operation of a municipal refuse disposal area. 40 - 2 - 2. Well water iv desired at this area to extinguish any fire that may be started by spontaneous combustion or other means. 3. For fire protection purpcies the applicant pro- poses to sink an 8 -inch diameter well -o a depth of 100 feet and to equip the well with an electrically operated submersible type pump having a capacity of 400 gallons a minute. This well is to be located about 700 feet north of Middle Road and about 1,200 feet east of Depot Lane. 4. It is estimated that the annual uce of water from the well will not exceed 200,000 gallons. 5. Applicant desires to use well water for this pur- pose as no other supply of water is available onthe property or in the immediate area. 6. Sinking the proposed well will not adversely affect any wells of a public water supply system. The nearest such well • is about five miles to the east and belongs to the Village of Greenport. CONDITIONS The Commission finds it to be necessary to protect the interests of the applicant and of the people of the Stare, to impose the following conditions: A. Applicant must maintain and operate a satisfactory meter or other device to measure and record the amount of water pumped from this well on this property and shall preserve such records. Such measuring device and the apparatus connected therewith shall be open at all reasonable hours to inspection or test by duly accred- ited representatives of this Commission cr of the local water authorities. Records of the pumrage shall be made available for inspection or transcrip- tion. Applicant shall report the amount of pumpage yearly to this Commission. • ,.ON - 3 - B. This decision and apt;;-3val shall not be held to grant to the r,i N i ticant any exemption from general rr I .ri.ctions on the use of water for thiFjw.'eticular purpose which may at any . i:ae be imposed by other competent authority. C. The Commission reserves the right to reconsider this approval at any time in the future and, after due notice and hearing, at that time to continue, rescind or modify this decision in such a manner as may be found to be just and equitable. D. Unless this proposed well shall have Leen completely constructed prior to • June 1, 1971, or within such extended time as may have been applied for and granted by the Commission, then and on that date this approval shall be deemed to have lapsed. STATUTORY DETERMINATION In view of the above, the Water Resources Commission, under the provisions of Section 476 of the Conservation Law, determines and decides that approval of this application as above modified will protect the public health and public welfare in conserving the supply of water of Long Island for domestic consumption. • - 4 - DECISION WHEREFORE, the Water Resources Commission does hereby approve the said application, maps and plans of the Town of Southold, as thus modified. IN WITNESS WHEREOF, the Water Resources Commission has caused this determination and approval to be signed and has caused its official seal to be affixed hereto and has filed the same with all maps, plans, reports and other papers relating thereto in its Westbury office this 2nd day of May, 1968. WATER RESOURCES COMMISSION MW Secretary �puty Commissioner, Conservation Department, Alternate - Acting Chairman ri • TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE CONTRACT NO. 2000 — GENERAL CONSTRUCTI ADDENDUM NO. 6 JANUARY 24, 2001 THIS ADDENDUM CONSISTS OF 2 PAGES AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. GENERAL CONDITIONS 1. Section 5.3 — Certificates of Insurance, delete the existing section in its entirety and replace it with the following: "Section 5.3 — Proof of Insurance • "CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions and in paragraphs 5.4.2.1 and 5.5.1.1 of these General Conditions, proof of insurance which CONTRACTOR is required to purchase and maintain. Such proof of insurance shall consist of certificates of insurance and signed endorsements naming the additional insureds and other evidence of insurance requested by OWNER or any other additional insured." 2. Section 5.6 — Waiver of Rights, delete the existing section in its entirety and replace it with the following: "5.6 — Waiver of Rights "OWNER and CONTRACTOR intend that all insurance policies purchased in accordance with this Section 5 will protect OWNER, CONTRACTOR, Subcontractors, 1NGINEER, ENGINEER's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies. Such insurance shall be primary with respect to any similar insurance purchased or maintained by an additional insured notwithstanding the provisions of such insurance. Any other insurance maintained by an additional insured for injury or damage that is covered by the insurance required under this Section 5 shall be excess and noncontributing with the insurance maintained by CONTRACTOR." ♦ 1314\170124104.doc(R02) Page 1 of 2 • GENERAL INFORMATION 1. Based on information which has been provided to the Town of Southold by KeySpan Energy, it is anticipated that the high voltage electric utility towers will be removed from the landfill between May and June 2001. The Contractor shall be responsible for coordinating the Work with KeySpan's work. KeySpan has indicated that their work will primarily impact the area within an approximately 25 -foot radius of the towers. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 6 RECEIPT ACKNOWLEDGED Bidder: t4F WQyJ2N �Otjs--rzu(2 i o/nJ Legal Name of Person, Partnership, Joint Venture or Corporation By: President ame d Title Date: 'j 4-" 0,4k=Lp '29 , 20 b , ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦1314\F0124104.doc(R02) Page 2 of 2 C] CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name Contractor Number Address City State Zip Code 3<4 Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative J A M L`' --., t���)z s Title wiz r� 5� Authorized Signature -�p (;4�— Contract Description PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract 6,,9�Qi�6c�% 5. Total Number Employees/ Work Hours 2. MBE Goal Applied to the Contract ©— 6. Total Goal for Minority Employees Dd Flwvt ]7gDc* Qwh7Lp 3. WBE Goal Applied to the Contract o 15 ` % �' �S. 7. Total Goal for Female Employees 4. MBE/ WBE Combined Totals 1 S o / �6J ' 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) WBE (%) EEO -Minorities (%) ♦ 1314\M412018.doc(R03) I-7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: $ Date: address: cit state/zip code: telephone: name: $ address: cit state/zip code: Date: telephone: name: $ Date: address: cit state/zip code: telephone: 0AF0412018.doc(R03) of • 0 0 0 0 0 0 • 0 0 0 0 0 0 ,7 SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: F z*w;,& rZC6Q r &)\J 4;' Gt�� rzi�ft•3�` 73,> U,4 n ps $ Z561aq�> Date: address: / 1E�l� wA ►Z7 AVE- city: /J ICX'5'vL44'A- "J , state/zi code: N-/ 11 $ cam. telephone: 46w� -- 1716 - 4.3 3.9 name: 'G 401t,oeq\� � � � Date: J1.1- address: P30X 5Zl city: r3 �AlL= h 1 state/zip code: KjY in 16 tele hon . 6-3 V S g9 - 5649 name:J7�G� rCi LvC-l.L Ll R✓� r'�^' M 8�� $ i �3 Date: LW CSL address: �� r3�u city: P z> N K� is 14>,r-� A state/zip code: N y //?? tele hon . 6-3 17 9 $ ? - ZZ5 S ♦ 131AM412018.doc(R03) I-9 Item Unit of Measure 1 L.S. 2 L.S. 3 Acre 4 C.Y. 5A C.Y 5B C.Y 5C C.Y Town of Southold ♦ 1314\A 1027004.DOC(RO 1) B-3 R Southold Landfill Closure BID SHEETS (REVISED) Estimated Unit Price/Lump Sum Bid in Total Price Quantity Description Both Words and Figures Bid in Figures two v,vDf2+�tJ J�zlsr�f — D 2 -7Vc0b 1 Pre -Mobilization (not to exceed four percent E14 M-r�o>�sA>JU dollars $ t of Total Amount of Bid) and h1O cents ' $ 2I � CINE + 1 Mobilization, Maintenance and /UINe TNovSp,"h dollars $ � Demobilization (not to exceed two percent of and Nc� cents Total Amount of Bid) _ 50 Clearing and Grubbing �wa1..1 o v5A j r) dollars$ 1�C) and No cents $ 74,000 Unclassified Excavation and Relandfilling dollars and N p cents $ Co - 2,000 Removal and Relandfilling of Buried Waste - ,&H --r dollars Waste Excavation Area 1 (including and Qo cents Backfilling of Excavation with Clean Soil $�g— from On -Site Borrow) 2,200 Excavation of Gas Migration Control Fa2vA dollars $ 9?_"4 Trenches and cents $ �4Z_ 3,000 Removal and Relandfilling of Buried Waste - 14t err dollars $—Z --t X0 Waste Excavation Area 2 and cents ♦ 1314\A 1027004.DOC(RO 1) B-3 R ♦1314\A1027004.DOC(RO1) 134R Total Price Bid in Figures $__I,q4 c,00 $_418 COO $ 9 13,0-00 $31,qqO " Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and T'='0M dollars Daily Cover from On-Site Sources and 1Jo cents $ 7 S.Y. 166,000 Geotextile - Type I µ dollars and N o cents 8 C.Y. 56,000 Gas Venting Layer from On-Site Sources dollars and iyo cents 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane dollars and cents $ NtNs �Vw,jf2t~•) 10 Vent 39 Landfill Gas Vents_ dollars and Q o cents $ qC0 11 S.Y. 39,000 Geocomposite E 1L tj"r dollars and •moo cents $ 8� 12 C.Y. 56,000 Barrier Protection Layer from On-Site 511 dollars Sources and Q o cents ♦1314\A1027004.DOC(RO1) 134R Total Price Bid in Figures $__I,q4 c,00 $_418 COO $ 9 13,0-00 $31,qqO " ♦ 1314\A 1027004.DOC(R01) B-5 R Total Price Bid in Figures $ 2Tca�) Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site— — dollars Compost and On -Site Sand from Borrow and cents Area $ 10 ' 13B C.Y. 18,000 Contingency Topsoil from Approved Off- "-T�i-� Q -r{ dollars Site Sources and 1yO cents $ ?IJ 14 S.Y. 216,000 Erosion Control Blanket —T�l P_ dollars and IVO cents 15 S.Y. 10,000 Erosion Control Fabric 5>cy dollars and IVO cents $ -1- 16 S.Y. 226,000 Hydroseeding do dollars and F0tZ7r­( cents $ w� 17 L.S. 1 Landscaping H vs � dollars and Ivo cents $ 2y.aa0- ��u+z uvNDi2f_pSrv@..,7Y- 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno EF ow'_7_14OvS,&Nn dollars Mattresses and /\.b cents $ E57 ♦ 1314\A 1027004.DOC(R01) B-5 R Total Price Bid in Figures $ 2Tca�) Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) ♦ 1314\A1027004.DOC(RO1) B -6R Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 19A L.F 6,030 6 -Foot High Fencing LwS w, ---T 'A dollars $_ ZOO and cents $ ?O — 19B L.F. 800 12 -Foot High Fencing —k Q -r-1 dollars $ and cents $ -SO' tirrY_�v�� 19C E.A. 2 Gates '—�"ip2el dollars $te r and f -,JO cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCAt= 1 us dollars $ x'3� and cents $ 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars $ moo, qQ� and N-) 6 cents 22 S.Y. 6,500 Main Access Road —JAA m-rY —Six dollars $ 23 d03 and ►Jkz> cents 23 L.F. 1,200 Guide Rail dollars $ LOO 000' and cents ♦ 1314\A1027004.DOC(RO1) B -6R Item Unit of Me 24A Foot 24B Foot 25A Foot 25B Foot 26 L.S. 27 L.F. 28 L.S. ♦ 1314\A 1027004. DOC(R01) Town of Southold Southold Landfill Closure B-7R BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Quantity Description Both Words and Figures Bid in Figures 260 Abandon Existing Landfill Gas Monitoring E V,>a-r�t dollars $ 20 Wells and K.Xo cents 570 New Landfill Gas Monitoring Wells t\J i AJ r=-r�j - S I dollars and I'1 o cents $ Cb - 980 Abandon Existing Groundwater Monitoring E14 k-r`t- SrvZr- dollars $ Wells and rJo cents $ 57 600 New Groundwater Monitoring Wells dollars and ►. o cents $ -I Co 1 Drainage Pipe, Inlet/Outlet Structures, NI AJ F_-rX " 7140 USA, tin dollars $ 9 ('Po 0 Stilling Basin and Manholes and N d cents $8C7- - 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents ' $ 2— oNE f,/,,,,oa�o SrxT`t-dNE Net(N4� 1 Water Supply Welland Electrical Service $����P— and L(b cents $ t4P . CDley— B-7R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantit Description Both Words and Figures Bid in Figures trol�r`t - F uE 29 L.S. 1 Siren and Electrical and Telephone Service 'Cvovs�-j!--> dollars $ -,�41WCC) and No cents $ 1415 F:�C) 30 C.Y. 73,000 Sand Pit Regrading Tiw o dollars $ and i y:! `j cents ♦ 1314\A 1027004.DOC(R01) 13-8R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: // d0 IN FIGURES $ INWORDS Six ��Ilf-jj.rE He t -jot? � '�)l Kz`i— %V/,QF /4tOLlSQxJL� Six WUA-3arzE-' Lt-Ae,s + 1,1(3 AT TFRNATF Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAj4 3 1 210141 b4ovI nwo 44;wn Qerfc ♦ 1314\A 1027004.DOC(ROl) 13_9R L� s 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 -7WS bt�1/�"'C&� 'TOCK • Cavv` n� 1ZcC� 1 6�4 , 670G,336��a�', 2. Geomembrane 4.3 G S C- L)v) )U�. 7�G lJ. v��s� �� , 7 y ( zT'. I % Z 3,:7 - S S) 3. Geocomposite Drainage Layer 4.4 e� r_A p5 ) >v U V T7z) PS , G )ZE&)Z) 7. C"5 97j 4. Topsoil Layer 4.6 (54s T Cc>,6 5"11, ,n) 5. Erosion Control Blanket 4.7 6. Erosion Control Fabric 4.7 r� I U t?j U S`TZ)E s f C U A 7.0 IU Z>-Or�O 7. Stone Fill 2.11 ,M7- x�c >P( )Z.>CIC 8. Recycled Concrete Aggregate 2.11 G;,0'5'7 Go d C> 7 nom) " S 9. Rip -Rap 2.11 W Z�> TQC /ZOG kp l� b D CTS i ✓ .7 1Jo per' ruJ� 10. Seed and Plants 2.9 lJ r=FM ))Q GA n 6 C� )Z �� o 1 (pz,67 S> 11. Drainage Pipe 3.1 ,u�L, �z n )a& C y r�.,As 7' G g�P 1 pC , az)6a1ZavL , Ay ♦ 1314\F0412019.doc(R02) B-10 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER . certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: 0 a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and w c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce r any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 5 o`p o �� b 8. The undersigned submits herewith Bid Security in the amount of V"O . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date • of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. C, • • 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated 1 —4"V A&%1 3' 20jLL (If Corporation, affix Corporation seal) ♦ 1314\F0412019.doc(R02) Newborn Construction, Inc. Legal Name of Corporation CV, By Ja d tv tr'�aP"�A Name and Title of Signatory e E C E 1 V E D B-11 JAir 3 1 2001 0 :�oojrnosd Town Clerk • THE P.O. ADDRESS OF THE BIDDER G1 Clinton Street PC., Box 6P4 Street 1 ��� City and State IF A CORPORATION Name Address JaMeS F Lefferts LaneWei' 11795 President 12Buoy James Ko Haney Secretary Cedar Lane er nsonbur ,ABY 11960 Treasurer IF A PARTNERSHIP Names of Partners Address i • IF A JOINT VENTURE Names of Members Address • • IF AN INDIVIDUAL Name of Individual Address • • • ♦ 1314TO412019,doc(R02) B -I2 • • ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION • • STATE OF tC COUNTY OF u1 C SS: On this �JV' < dayof J AV�U v 0 before me personally came and appeared James F Lettert5 to me known, who being by me duly sworn did depose and say that he resides at u®Y Lane West Islip, NY 1 I M5 that he is the H eSident of Newborn Construction, Ino. the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name • thereto by like order. SEAL ,tennis E. Steward Notary Public, State of Now VA No.01ST5070606 Qualified in Suffolk CouWJ 0 Comrtdssion f *es December ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: • On this day of before me personally came and appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. • SEAL • ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL STATE OF ) COUNTY OF ) SS: On this day of before me personally came and • appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL • • ♦ 1314\F0412019.doc(R02) B-13 0 NON -COLLUSION CERTIFICATION • By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed 40 individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. FIRM Newborn Construction, Inco BY � J (CORPORATE SEAL, IF ANY) TITLE (4'rodsl LeffertsPresident ADDRESS 61 Clinton Street P.O. Box 624 Gante; NY 11934 DATE: ('Laos P��.► u (� 2�( • • 0 ♦ 1314\F0412019.doc(R02) B-14 PENAL SUM FORIM BIDDER (Name and Address): Newborn-Constr_Uction Inc. 55 Clinton Street CCater Moriche-s.Y 11934 SURZTY (Namc and Address of Principal Place of Business): 5AFECO Insurance CqmDany of America 1200 MacArthur Boulevard Mahwah, NJ 07430 MER (,Name and Address): Town of Southold 53095 Main Road Southold, NY BID BID DUE DATE: 1/31/01 PROJECT (Brief Description Including Location). Southold Landfill Closure — Contract #2000 BONA { BOND NUMBER: N/A DATE (Not later than Bid due date): 1122101 101 PENAL SUM: Five Percent of Amount Bid-------- 5% of Amount Bid (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the tarns printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, orrepreacntative. Newborn. Construction, Inc. (Seal) Bidder's Namc and Corporate Se4l A SURETY SAFECO Insurance Company of America (Seal) Surety's Noma po Corporate SeA /J t Above addresses are to be used for giving required notice. Any singular reference to Bidder. Surety, OWNER or other party shall be considered plural where applicable. • 1314U:0412030.00C ^' c -78-C (1996 Edition) 00410-1 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligarion shall be null and void if. 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents -and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be duo and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. • 1314NF0412020.DOC PENAL SUM FORM S. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. if any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term `Bid" as used herein includes a Bid, offer or proposal as applicable. EJCDC NO. 1910-26-C (1996 Edition) 00410-2 0 CORPORATE ACKNOWLEDGMENT STATE OF N&W Votzt< County of S u 4 (K Iss On this 3l`�r day ofJ Auu�.2y in the year 2,00 1 before me Je�h�c E sicwa,� Notary Public personally appeared -I A&A e-5 F Ce t us 2 I3uuvf laKt� Wesr i7�11,� personally known to me ( e) to be the person who executed the within instrument as president (er-seerataFy or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written. M Commission expires Jennie E. Steward Y p Notary Public. State of New ftig No. 1 ST5070606 Notary Pu , residing at 3 pe r' u) i n (c({ Qualified in Suffolk County Commission Expires December 23, 20QZ-1111 4a V�ApTur i3u s i 1�-V (Seal) S-0803/GEEF 8/97 0 � SAFECU STATE OF New York County of Nassau ACKNOWLEDGMENT BY SURETY I ss. SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA On this 22nd day of January 2001 , before me personally appeared William F. Maroney , known to, me to be the Attorney -in -Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. (Seal) Notary Public in the State of County of FRED•NASH ROE NOTARY PUBLIC, State of New York No. 30-4315494 Qualified in Nassau County Commission Expires July 1, 2001 ° Registered trademark of SAFECO Corporation. POWER SAFECO INSURANCE COMPANY OF AMERICA S A F ECO" GENERAL INSURANCE COMPANY OF AMERICA ► OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 9849 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***************WILLIAM F. MARONEY; PATRICIA VON POSCH; JOHN E. ROE, SR.; JOHN E. ROE, JR_; CATHERINE McCABE; Lake Success, New York************** its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 24th day of August , 1999 k)i �"&444R_-A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By4Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13_ - FIDELITY AND SUREW BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this CORP�TE SEAL -as w SEAL 0a 1953 fid! 1 23 F& WASN� �OfWaSa 0 S-0974/SAEF 7/98 22nd day of , January 2001 ,sem R.A. PIERSON, SECRETARY ® Registered trademark of SAFECC Corperation. nw/,amgpQ PnF r133 SAFECO' SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT — DECEMBER 31, 1999 Assets Cash and Bank Deposits ....................................... $ (22,345,422) *Bonds — U.S. Government ................................. 143,120,961 *Other Bonds......................................................... 1,706,631,049 *Stocks................................................................... 674,809,630 Real Estate............................................................ 38,368,257 Agents' Balances or Uncollected Premiums ........ 322,635,030 Accrued Interest and Rents .................................. 35,961,740 Other Admitted Assets ......................................... 346,951,287 Total Admitted Assets .................................. $ 3,246,132,532 comp.�� �S `pRPORgT� Off, o �f SEAL H � �f9lF Of WASH\V�o� Liabilities Unearned Premiums ............................................... $ 590,630,668 Reserve for Claims and Claims Expense ................ 1,342,809,934 Funds Held Under Reinsurance Treaties ................ 410,511 Reserve for Dividends to Policyholders ................. 8,495,575 Additional Statutory Reserve ................................. — Reserve for Commissions, Taxes and Other Liabilities ................................................ 498,468,908 Total............................................................... $2,440,815,596 Capital Stock ............................. $ 5,000,000 Paid in Surplus ........................... 11,139,940 Unassigned Surplus ................... 789,176,996 Surplus to Policyholders .............................. 805,316,936 Total Liabilities and Surplus ............................... $3,246,132,532 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $121,297,719 are deposited as required by law. 1, MICHAEL C. PETERS, senior vice president of SAFECO Insurance Company of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 1999, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2000. S-12623/00 Senior Vice President ® A registered trademark of SAFECO Corporation. • • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantit Description Both Words and Figures Bid in Figures I L.S. 1 Pre -Mobilization (not to exceed four percent Oma' s,;►-+�y r�� rtio''sG"moi / y�✓t dollars $ 16 0S5. oo of Total Amount of Bid) and Z e r e cents $5 dU Seve,7fj. POAr 2 L. S. I Mobilization, Maintenance and dollars $% 90 Demobilization (not to exceed two percent of and A/, -/if cents Total Amount of Bid) $ :5'-6]f. q0 0, 3 Acre 50 Clearing and Grubbing dollars $%cJ. OCA and ir✓en t �_ cents $ 1,811 a o 4 C.Y. 74,000 Unclassified Excavation and Relandfilling F o"(- dollars $ 3 % Q% C,,,',) and %v✓2/1 y cents $ 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - —/.'10' G"X dollars $/d.0600'00 Waste Excavation Area 1 (including and '71, L&$e cents Backfilling of Excavation with Clean Soil $ 6. �O from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control % I.✓e,.,+i d dollars $ iO.60 Trenches and Se ✓zn y cents ? $ '21 . To 5C C.Y. 3,000 Removal and Relandfilling of Buried Waste - F OLX dollars $ /aZ DO. Da Waste Excavation Area 2 and Te- i cents $ y- /o ♦ 1314\A 1027004.DOC(RO1) B -3R ♦ 1314\A 1027004.DOC(RO 1) B -4R • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and TAre2 dollars $i'�_9 Qj."_e Co Daily Cover from On -Site Sources and S Z je f cents $ 3.6 7 S.Y. 166,000 Geotextile - Type I Orr e dollars $ 011 enno_ '-o d ,f}cents /F $ BSc 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources T h f P e dollars $ Ii ao ®- and Th ir+ x cents $ 3_30 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane f iy t dollars $ �6a� �. DU and cents Tkfet- Theuse;n SewQ'I 10 Vent 39 Landfill Gas Vents M,,, ced N i„ e_ dollars $A? S! ' (o and cents $ 3709 (o 11 S.Y. 39,000 Geocomposite F ►" V 0. dollars $ d, O 00. 00 and /Y; n P -+-y cents $ S • °I O 12 C.Y. 56,000 Barrier Protection Layer from On -Site TA re dollars $ l�. C.�V Sources and T h • r f _Y cents $ 3.30 ♦ 1314\A 1027004.DOC(RO 1) B -4R • � i Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) ♦ 1314\A1027004.D0QR01) B -5R Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site F�o a dollars $ % C:c ocx7. C)v —� Compost and On -Site Sand from Borrow and 2 e.ro cents Area $ 5.00 13B C.Y. 18,000 Contingency Topsoil from Approved Off- %/&./en}r i hre-e dollars OO Site Sources d ancents 14 S.Y. 216,000 Erosion Control Blanket 7 c, dollars $q 7.f <L0o. oo and i w cents 15 S.Y. 10,000 Erosion Control Fabric 5 t X dollars $ 4,c—;?-- > 0- c cs and Te- n cents $ 6.f© 16 S.Y. 226,000 Hydroseeding Z e r o dollars $ I 6's d.4>0. 0'� and 5e.ven+y cents $ .70 _ F ,,dl %%reg- (l,pwsu� 17 L.S. 1 Landscaping F%ve- 14.461%lft - N, `ie dollars $ U41_36, 30 and 'M ; rt y cents $ 113:6-343, 30 f i't"t µi'A &tA P*4 I-v.,r 18 L.S. I Rip Rap, Stone Fill, Gravel Fill and Reno T. -+r> #,.ncircd se'V ollars $ 5sf-`i ,Ao ..3U Mattresses and `r k, r f y cents $� _3n ♦ 1314\A1027004.D0QR01) B -5R • 0 • ♦ 1314\A 1027004.DOC(Ro 1) B -6R Total Price Bid in Figures $ Y7, 9aa. w $Y7_16o. oo- Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 19A L.F 6,030 6 -Foot High Fencing "Twfel}y Twd dollars and n v cents $ So 19B L.F. 800 12 -Foot High Fencing i dollars and i/l a j' y cents $ S rkree rkO,.x4,,A s e 19C E.A. 2 Gates Hu,AreA 7,.we,4ySe eidollars and 7-k 1'P I`x cents $ 6.1 '2 jo 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCAsi �� dollars -and _Lll; e } cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA Tw e 1 we- dollars and f ♦ 4 cents $ 1 22 S.Y. 6,500 Main Access Road Th; r+-./ seen dollars and 5c.ents $ 37."70 23 L.F. 1,200 Guide Rail ThiH- N. rt dollars and A. f F y cents $ 39. 30 ♦ 1314\A 1027004.DOC(Ro 1) B -6R Total Price Bid in Figures $ Y7, 9aa. w $Y7_16o. oo- • 1314V11027004.DOC(ROI) B_7R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring 0,9e %iwfcirej dollars $-4) 84 o, 0 Wells and t-44- cents $ /09 '3 o 24B Foot 570 New Landfill Gas Monitoring Wells Osie Y.nAreJ dollars $ S 8. 0c;' and Fo��-• cents $ /©O • Y6 25A Foot 980 Abandon Existing Groundwater Monitoring Ong- / kn Ared dollars Wells and Z e (I o cents $ co . DD 25B Foot 600 New Groundwater Monitoring Wells M-019- V Pi Le dollars $ S Yo, oc and Nr e,e,+ cents $ 9s" • 90 F,"ffy Three rHeus4„d 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, FAve IAdre�l Th-riv Al,"nc, dollars $. 53, 539.3 Stilling Basin and Manholes and 7-6„ W— cents $ s3. o 27 L.F. 10,000 Swale Underdrains and Anchor Trench " tdt/u e, dollars $ c7c� Drains and Sey en i'y cents $ ia.7Q Onee N•.id�ed E/ev�n hoNsanc� 28 L.S. 1 Water Supply Well and Electrical Service 7%WC, /{�,,,a�e� St yen" dollars $ // o`Z �D.yO and ):c>,..r fy cents s— 127o Vo • 1314V11027004.DOC(ROI) B_7R 0 • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures _Bid in Figures One. /fur► P T.•rtnf, 0", T t, e,"6" 29 L.S. 1 Siren and Electrical and Telephone Service rwv /fu ¢d FL d $gXdollars $ l oil 6, oa0 and Twe,,+Vf cents 30 C.Y. 73,000 Sand Pit Regrading F 0,.Lr dollars $ A 8 C�� t3c7 and A-ir cents $ q.So ♦ 13I4\A1027004.DOC(RO1) B -8R • • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES IN WORDS l n U e HtfAcIrrv,, I+o u n isle r c e,7 ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. 915CEIVED JAN 3 1 2001 50%ornala town G@rk ♦ 13 WA 1027004. D0QR01) B -9R Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, • Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. • SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED Bidder: L cisie /1 S e -6' y )-c 4 - c . Legal Name of Person, Partnership, Joint Venture or Corporation'' II By: 5A2v'e Co44c3n �j��CeCjiv-e i%- P Name and Title Date: 1113-106 ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦ 1314W024002.doe(R03) Page 5 of 5 0 • • PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN -IN SHEET OCTOBER 19, 2000 (please print) Contractor Name of Contractor's Representative Signature Telephone Number Fax Number/e-mail Address ZORIV -r&,U 61RI65 ctlN 5 Fr?ACAS 5A 6 3i 5'95-666S 6'3l 585 - 66 7 3 �{ �� ��►Sz. J AM�s F ����� �s///J7 s��Ui c�� 8 -7 a - . a-� a Gug too 10,11, SL L,.•,r��ac�c Sc �aa N Q J . 3 -115' 010 I-� CojsfczJ�-n 1 (u4 La_ C0 X03% �{' - 3t OL Cry 3r ia tiol 3 �- (� 3/ MIN O �m'44ito Q1�1e,i 61Aj, c `G�c c K i "`'.�-`tom' �`�i� -' 7��%`7� � C� �7l - 7 M ♦ 1314V 1018002.doc page 1 ot;� 2 G+ • • • PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN -IN SHEET OCTOBER 19, 2000 (please print) Contractor Name of Contractor's Representative Signature Telephone Number Fax Number/e-mail Address w i�c � � v►2� �M :�oK,� CJ.�i�7 S'56--793 LL 90,E sok-,-793•-6571 - y" - 8877 631 - o? oc) ' s LUtoC' 9-600, s` � C 013Cv�(r�, C� 31 -2s �� q3 v631 -26F 43�� N �' ----� iD 3 ' `T �'L - z 03/— `%4D 2_- Z J 10 W033/- 4 - l 7 )d. ZZZ o G3)zy��� 10��,�� c P ��, na�E�x- C �� 1, 9i4� 963.160D 9144 963 3489 5 &7 1 6:S / -77-77 4 */ / ♦13I4V1018002.doc page 2 ofx?j =4 4w • • Table 4.3-1 REVISED 60 MIL TEXTURED HDPE GEOMEMBRANE ♦1314\A1024003.doc(RO1) 4.3-10R Specified Property Test Method Units Value Qualifiers(l) Thickness ASTM D5994 Mils 54 Minimum Density ASTM D1505 g/cc 0.94 Minimum Melt Flow Index ASTM D1238 g/10 1.0 Maximum Condition E minutes (190°C, 2.16 kg.) Carbon Black % ASTM D1603 % 2-3 Carbon Black ASTM D3015 Rating A-1, A-2, Dispersion B-1 Tensile Properties ASTM D638 Type IV, 2 -inch gauge length Dumb-bell @2 ipm . Strength at Yield PPI 130 MARV (2) . Strength at Break PPI 75 MARV(Z) . Elongation at % 13 MARV Yield • Elongation at % 120 MARV Break Tear Resistance ASTM D1004 Die C Pounds 45 MARV Puncture Resistance FTMS 101B Method Pounds 80 MARV 2065 Environmental ASTM D1693 10% Hours 1500 Minimum Stress Crack Igepal, 50°C Dimensional ASTM D1204 100°C, % change ±2 Maximum Stability 1 hour Thermal Stability ASTM D3895 200°C, Minutes 100 Minimum OIT 1 ATM 02 Low Temperature ASTM D746 Degree F -107 Maximum Brittleness Procedure B Coefficient of ASTM D696 x10-' 2.0 Typical Linear Thermal cm/cm°C Expansion Volatile Loss ASTM D1203 % 0.3 Maximum ♦1314\A1024003.doc(RO1) 4.3-10R • (')MARV = Minimum Average Roll Values. (2)The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. 11 ♦1314\A1024003. doc (RO1) 4.3-11R Table 4.3-1 (continued) REVISED • 60 MIL TEXTURED HDPE GEOMEMBRANE Specified Property Test Method Units Value Qualifiers�l� Water Absorption ASTM D570 % 0.1 Maximum Resistance to Soil ASTM D3083 (as Burial modified in NSF 54 Appendix A) . Tensile Strength % change 10 Maximum at Yield and Break . Elongation at % change 10 Maximum Yield and Break Hydrostatic ASTM D751 PSI 350 MARV Resistance Seam Strengths ASTM D4437 • Peel Strength (Wedge) PPI 88 & FTB Minimum . Peel Strength (Extrusion) PPI 63 & FTB Minimum . Shear Strength (Wedge) PPI 84 & FTB Minimum • Shear Strength (Extrusion) PPI 84 & FTB Minimum • • (')MARV = Minimum Average Roll Values. (2)The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. 11 ♦1314\A1024003. doc (RO1) 4.3-11R Table 4.4-2 REVISED • GEOCOMPOSITE PROPERTY VALUES • i• Fabric Property Test Method Unit Specified Value Qualifier Geonet Component: Polymer % 95 Minimum Composition polyethylene by weight Polymer ASTM D1505 9/cm3 0.94 MARV Specific Gravity Polymer Melt ASTM D1238 g/10 min 0.1-1.0 MARV Index Carbon Black ASTM D4218 % 2-3 Range Content ASTM D1603 Foaming Agents N/A % 0.0 Maximum Nominal ASTM D5199 Inches 0.20 MARV Thickness Compressibility ASTM 1621 % 50 Maximum @ 20,000 psf Tensile ASTM lbs/in 45 MARV Strength D5034/5035 (machine direction) (MD) Transmissivity ASTM D4716 m2/sec 1 x 10-3 Minimum (2)15,000 psf 1.0 HYD. GR. Geotextile Component: See Table 4.4-1 Geocomposite: (3) Transmissivity ASTM D4716 m2/s 3.0 x 10-5 Minimum (2) 10, 000 psf 1.0 HYD. GR. Ply adhesion (4) ASTM F904 lb/in 0.5 Average or ASTM D413 Tensile ASTM D4632 Lbs 500 Minimum Strength (MD) ♦ 1314 \A1024003. d0c (R01) 4 .4-9R • • • Table 4.4-2 (continued) REVISED GEOCOMPOSITE PROPERTY VALUES Notes: 1. All values except transmissivity represent minimum average roll values (i.e., any roll in a lot should meet or exceed the values in this table). 2. The geocomposite shall be sandwiched between two steel plates. The minimum test duration shall be 1 hour and the report for the test results shall include measurements at intervals over the entire test duration. 3. Component properties are tested prior to lamination and are not tested on final product. 4. In lieu of testing manufacturer may substitute documentation that geocomposite system properties has friction angle performance suitable to application proposed. ♦ 1314\A1024003. doc (RO1) 4 .4-10R • Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. • • SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 3 RECEIPT ACKNOWLEDGED Bidder: Eastern Resource Service, Inc. Legal Name of Person, Partnership, Joint Venture or Corporation By: Steve Cotton, Executive VP �. Name and Title Date: 11/27/00 ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B-1 OF BID .131a\aI l 14002.aoc(Ro1) Page 4 of 4 • • • Table 4.1-2 REVISED TYPE II GEOTEXTILE Fabric Property Test Method Unit Specified Value Qualifier(') Fabric Weight ASTM D5261 oz/sq yd 11.8 MARV Thickness, t ASTM D5199 mils 120 MARV Grab Strength (2) ASTM D4632 lbs 320 MARV Grab Elongation (2) ASTM D4632 % 50 MARV Trapezoid Tear Strength(2) ASTM D4533 lbs 120 MARV Puncture Resistance ASTM D4833 lbs 145 MARV Mullen Burst Strength ASTM D3786 psi 575 MARV Water Flow Rate ASTM D4491 gpm/sq ft 60 MARV Permittivity ASTM D4491 sec' 0.80 MARV Permeability ASTM D4491 cm/sec 0.29 MARV Apparent Opening Size (AOS) ASTM D4751 sieve size mm 100 0.150 MARV UV Resistance ASTM D4355 % strength retained 70 MARV pH Resistance 2-13 Range Notes: (1) MARV - Minimum Average Roll Value. (2) Values in the weakest principal direction. ♦ 1314U1113003.doc 4.1-8R Please acknowledge the receipt of this addendum by signing below and returning immediately to • the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. • • SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 5 RECEIPT ACKNOWLEDGED Bidder: Eastern Resource Service, Inc. Legal Name of Person, Partnership, Joint Venture or Corporation By: Steve Cotton, Executive Vice President Name and Title Date: January 24, 2001 ACKNOWLEDGMENT IS ALSO REQUIRED ON PAGE B -I OF BID ♦ 1314\F0118101.DOC(R02) Page 3 of 3 0. s 0 TOWN OF SOUTHOLD SOUTHOLD LANDFILL CLOSURE QA/QC SUMMARY CONSTRUCTION TESTING GEOMEMBRANE (REVISED) Test ASTM Frequency Sampler Laboratory Results to: Non -Destructive All Seams Contractor's Approved N/A Contractor's and Seam Test Geomembrane Installer Engineer's Designated Representatives Destructive (Peel) D4437 Minimum 115001.f. Contractor's Approved Contractor's Approved Contractor's and Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive D4437 Minimum 1/500 l.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive (Peel) D4437 Minimum 115001.f. Contractor's Approved Contractor's Approved Contractor's and Seam Test five pieces/sample Geomembrane Installer Geosynthetic Laboratory Engineer's Designated Representatives Destructive D4437 Minimum 115001.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test five pieces/sample Geomembrane Installer Geosynthetic Laboratory Engineer's Designated Representatives Notes: 1. Destructive seam samples shall be taken at a minimum frequency of 1/500 l.f. The sample shall be distributed for testing as specified. 2. Conformance testing of any and all geomembrane properties may be performed by the Owner at the discretion of the Engineer. ♦ 1314\A0109101.D0QR02) A -4R • State of New Y-,rk Department of Conservation WATER RESOURCES COMISSION Long Island Well Application No. W-2620 In the Matte:- of the Application - o f the - TOWN OF SOUTHOLD • for Approval of the sinking of a new well at its property on the north side of Middle Road (County Route 27), at Cutchogue, Town of Southold, Suffolk County, New York. D E C I S I ON Application filed April 8, 1968 Hearing held in Greenport, April 17, 1968 Decision May 23, 1968 0 0 • TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD LANDFILL CLOSURE L4 CONTRACT NO. 2000 — GENERAL CONSTRUCTION ADDENDUM NO. 6 JANUARY 24, 2001 THIS ADDENDUM CONSISTS OF 2 PAGES AND NO ATTACHMENTS TO ALL BIDDERS: This addendum is hereby made part of the Specifications and Contract Documents. GENERAL CONDITIONS 1. Section 5.3 — Certificates of Insurance, delete the existing section in its entirety and replace it with the following: "Section 5.3 — Proof of Insurance "CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions and in paragraphs 5.4.2.1 and 5.5.1.1 of these General Conditions, proof of insurance which CONTRACTOR is required to purchase and maintain. Such proof of insurance shall consist of certificates of insurance and signed endorsements naming the additional insureds and other evidence of insurance requested by OWNER or any other additional insured." 2. Section 5.6 — Waiver of Rights, delete the existing section in its entirety and replace it with the following: "5.6 — Waiver of Rights "OWNER and CONTRACTOR intend that all insurance policies purchased in accordance with this Section 5 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies. Such insurance shall be primary with respect to any similar insurance purchased or maintained by an additional insured notwithstanding the provisions of such insurance. Any other insurance maintained by an additional insured for injury or damage that is covered by the insurance required under this Section 5 shall be excess and noncontributing with the insurance maintained by CONTRACTOR." ♦ 1314\F0124104.doc(R02) Page 1 of 2 • GENERAL INFORMATION 1. Based on information which has been provided to the Town of Southold by KeySpan Energy, it is anticipated that the high voltage electric utility towers will be removed from the landfill between May and June 2001. The Contractor shall be responsible for coordinating the Work with KeySpan's work. KeySpan has indicated that their work will primarily impact the area within an approximately 25 -foot radius of the towers. Please acknowledge the receipt of this addendum by signing below and returning immediately to the offices of Dvirka and Bartilucci Consulting Engineers, 330 Crossways Park Drive, Woodbury, New York 11797-2015 Attention: David S. Glass or by telecopier (516) 364-3448. SOUTHOLD LANDFILL CLOSURE ADDENDUM NO. 6 RECEIPT ACKNOWLEDGED Bidder: Eastern Resource Service, Inc. Legal Name of Person, Partnership, Joint Venture or Corporation By: Steve Cotton, Executive Vice President • Name and Title Date: January 29, 2001 0 ACKNOWLEDGEMENT IS ALSO REQUIRED ON PAGE B-1 OF BID ♦ 1314T0124104.doc(R02) Page 2 of 2 • CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION • Consultant/Contractor Name Contractor Number Address ity So &3V State Newer Zip Code 9 Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description PROJECTED EEO AND MBEIWBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract / UQ 0 5. Total Number Employees/ Work Hours `j" 2. MBE Goal Applied to the Contract 1 e7c J 3 & 6. Total Goal for Minority Employees /G 3. WBE Goal Applied to the Contract 7 Y4 O O.Cx> 7. Total Goal for Female Employees /C) 170 4. MBE/ WBE Combined Totals 3 11.7 970.&J 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) WBE (%) EEO -Minorities (%) ♦ 1314T0412018.doc(R03) I-7 0 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: Che i-` f Laid %!1 cckp ;n�c C c5��v�1 end' $ 00 Date: T QS%1 3-G0e 2 -OC -4 2n acc�rci�,ce w; i -k C04 payr+en� +esr>7s QS+ Sz�f 2t>a1 address: a ju city: state/zip code: NY IMO v telephone: 107 - ?.;Lei- oc� name: $ Date: address: cit state/zip code: telephone: name: $ address: cit state/zip code: Date: telephone: ♦ 1314\F0412018.doc(R03) • • • • • 0 • SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: ufrl W I/ -me re $ . Date: T a ��}^`�""`� �Gy ao�i �G,yye�f t etr�s Oct o2 Cc)) address:✓e city: k Orl state/zipcode: N f telephone: 63 J - J - 22 name: G z^� cG ` L�,,� S�qP� n c••�o� Date: .�� �Tw►� 2,0��1 `tom r�cco`c��+i �� .r►,er� S a.-{. a av I address: J ve city: state/zipcode: Al telephone: 6 - 8 name: $ address: cit state/zip code: Date: telephone: 0 1314*W12018.doc(R03) at 0 SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories Total Work Hours of Contract All Employees Minority Em loyees Males Females Black Asian Native American Hispanic Officials/ Managers Professionals Technicians Sales Workers Office/Clerical Craftsmen Laborers Service/Workers TOTALS Our firm shall seek employee categories the EEO goals of the ♦1314\F0412018.doc(R03) • commitment that they project. from the unions from which we shall provide us with employees The same shall be required of • • employ the above listed in attempt to satisfy our subcontractors. • • • • Eastern Resource Service, Inc. NAME OF BIDDER • • BID Town of Southold (OWNER) 2000 (CONTRACT NO.) • Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the • remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. • 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. • • rI • 40 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. ♦1314\F0412019.doc(R02) # 1 # 2 # 3 # 4 # 5 # 6 In Addendum Date October 25, 2000 November 1, 2000 November 20, 2000 November 29, 2000 January 19, 2001 January 24, 2001 b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local 0 • and Site conditions that may affect cost, progress, and performance of the Work. c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work • 0 at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all • terms and conditions for the performance of the Work for which this Bid is submitted. • i 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314\M412019.doc(R02) B_2 ♦ 1314T0412019.doc(R02) IM • Total Price Bid in Figures 0 • Town of Southold See Revised Bid Sheets Southold Landfill Closure BID SHEETS Estimated Unit Price/Lump Sum Bid in Ite Unit of Measure Ouantity DescrlPtlon Both Words and Figures 1 S. 1 Pre -Mobilization (not to exceed four percent dollars of Total Amount of Bid) and cents 2 L.S. Mobilize, Maintain and Demobilize (not to dollars exceed two percent of Total Amount of Bid) and cents 3 Acre 50 Clearing Grubbing dollars and cents 4 C.Y. 74,000 Unclassified Excavation and L 111ing dollars and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars Trenches and cents 6 C.Y. 36,100 Contour Grading Material, General Fill and dollars Daily Cover from On -Site Sources and cents ♦ 1314T0412019.doc(R02) IM • Total Price Bid in Figures 0 ♦ 1314\F0412019.doc(R02) B-4 • • Total Price Bid in Fieures Town of Southold Southold Landfill Closure See Revised Bid Sheets BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in em Unit of Measure Ouantity Description Both Words and Fieures 7 S.Y. 173,000 Geotextile - Type I dollars and cents 8 C.Y. ,400 Gas Venting Layer from On -Site Sources dollars and cents 9 S.Y. 166,100 60 Mil ured HDPE Geomembrane dollars and cents 10 Vent 39 Landfill Gas Vents dollars and cents 11 S.Y. 38,400 Geocomposite Drainage Layer dollars and cents 12 C.Y. 57,500 Barrier Protection Layer from On -Site dollars Sources and cents 13A C.Y. 34,100 Vegetative Growth Medium Using On -Site dollars Compost and On -Site Sand from Borrow and cents Area $ ♦ 1314\F0412019.doc(R02) B-4 • • Total Price Bid in Fieures ♦ 1314\F0412019.doc(R02) B_5 • • • Town of Southold Southold Landfill Closure See Revised Bid Sheets BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price I nit of Measure Ouantity Description Both Words and Figures Bid in Figures 3,800 Contingency Topsoil from Off -Site Sources dollars $ and cents S.Y. 217, Erosion Control Blanket dollars $ and cents S.Y. 9,700 Erosion Co of Fabric dollars $ and cents S.Y. 227,600 Hydroseeding dollars $ and cents L.S. 1 Landscaping dollars $ and cents L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno dolla $ Mattresses and cents L.F 6,030 6 -Foot High Fencing dollars $__ ♦ 1314\F0412019.doc(R02) B_5 ♦ 1314\F0412019.doc(R02) B-6 r Town of Southold See Revised Bid Sheets Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Unit of Measure Ouantity Description Both Words and Figures Bid in Figures 19B L.F. 800 12 -Foot High Fencing dollars $ and cents 19C E.A. 2 Gates dollars $ and cents 20 S.Y. 2,600 Mai ance Roads - 6" Deep RCA dollars $ and cents 21 S.Y. 4,100 Maintenance Roads - 12" RCA dollars $ and cents 22 S.Y. 6,500 Main Access Road (Including Asphalt and dollars $ Concrete Aprons and Curbing) and cents 23 L.F. 1,200 Guide Rail lars $ and cen , 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars Wells and cents ♦ 1314\F0412019.doc(R02) B-6 r 0 24B 25A 25B 26 27 28 29 ♦ 1314T0412019.doe(R02) RIM • Total Price Bid in Fieures 0 Town of Southold Southold Landfill Closure See Revised Bid Sheets BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in I Unit of Measure Ouantity Description Both Words and Fieures Foot 570 New Landfill Gas Monitoring Wells dollars and cents Foot 980 Abandon Existing Groundwater Monitoring dollars Wells and cents Foot 600 New undwater Monitoring Wells dollars and cents L.S. 1 Drainage Pipe, Inlet/Outlet St ures, dollars Stilling Basin and Manholes and cents L.F. 10,000 Swale Underdrains and Anchor Trench dollars Drains and cents L.S. 1 Water Supply Well and Electrical Service dollars and cents L.S. 1 Siren and Electrical and Telephone Service dollars and cents ♦ 1314T0412019.doe(R02) RIM • Total Price Bid in Fieures 0 0 ♦ 1314\M412019.doe(R02) IM. L 9 0 0 • Town of Southold Southold Landfill Closure See Revised Bid Sheets BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Um asure uantit Description Both Words and Figures Bid in Figures 30 E.A. Connect Cap System to LIPA Transmission dollars $ e and cents 31 C.Y. 73,100 Sand Pit Regrading dollars $ and cents ♦ 1314\M412019.doe(R02) IM. L . • • Town of Southold See Revised Bid Sheets Southold Landfill Closure BID SHEETS (continued) TOTAL AMO OF BID: IN FIGU $ IN WORDS ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT O Where the price in figures differs from the price in words, the price in words ' be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating roposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of t ork heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such o ' sions or additions. ♦ 1314T0412019.doc(R02) B_9 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4. Chenango Contracting, Inc. 29 Arbutus Road 2. Geomembrane 4. Johnson City, NY 13790 3. Geocomposite Drainage Layer 4. 4. Topsoil Layer 4.6 5. Erosion Control Blanket 4.7 Gatz Landscaping Inc. _/ 1800 Sound Ave Mattituck, NY 11952 6. Erosion Control Fabric 4. 7. Stone Fill 2.11 Barker Materials, Ltd. 8. Recycled Concrete Aggregate 2.11 1 1 4 Rocky Point Rd. Middle Island, NY 11953 9. Rip -Rap 2.1 10. Seed and Plants 2.9-4 Gatz Landscaping, Inc. ( See Above) 11. Drainage Pipe Lee Supply Co. Inc. PO Box 35 Charleroi, PA 15022 ♦ 1314TO412019.doc(R02) MH • 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: • • a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and • b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and • c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. $350,000.00 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to • • execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. • 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to • do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. • Dated November 29 20 00 Eastern Resource Service, Inc. Legal Name of Corporation (If Corporation, affix Corporation sea]) / �yv nthony Quarant,President Name and Title of§gnatory RECEIVED ♦1314T0412019.doc(R02) B_11 JAN 3 1 2001 • Saurnow down Cl*rk • THE P.O. ADDRESS OF THE BIDDER • • Eastern Resource Service, Inc. 110 Main Street Street South Amboy, New Jersey 08879 City and State IF A CORPORATION • Name Address Anthony Quarant President 96 Gary P1. Staten Island, NY 10314 Same Secretary • Same Treasurer IF A PARTNERSHIP • Names of Partners Address IF A JOINT VENTURE Names of Members Address • IF AN INDIVIDUAL Name of Individual Address • • • ♦ 1314\M412019.doc(R02) B-12 • ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION 00 STATE OF New Jersey ) COUNTY OF Middlesex SS: On this 29 day of November before me personally came and appeared Anthony Quarant to me known, who being by me duly sworn did depose and say that he resides at 96 Gary P1. Staten Island, NY that he is the President of Eastern Resource Service, Inc. the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. SEALWHAELPETPJLLO NOTARY PUBLIC OF NEW JERSEY MyCOmmission Expires July 30, 2004 • ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: • On this day of before me personally came and appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. • SEAL ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL • STATE OF ) COUNTY OF ) SS: On this day of before me personally came and • appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL • • ♦ 1314T0412019.doc(R02) B-13 0 • NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER • • certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter • relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the • BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • • or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. FIRM E er Resource ervice, Inc. BY �yQ uaran�t/ • (CORPORATE SEAL, IF ANY) TITLE President ADDRESS 110 Main Street South Amboy, NJ 08879 • DATE: January 30, 2001 • ♦ 1314T0412019.doc(R02) 0 • • t. PENAL SUM FORM i :•f BIDDER (Name and Address): Eastern Resource Service, Inc. 110 Main Street South Amboy, NJ 08879 SURETY (Name and Address of Principal Place of Business): Washington International Insurance oglpan�E 63 Wall Street, Suite 3400 New York, NY 10005 OWNER (Name and Address): Town of Southold Town Hall, 53095 Main Road Southold, NY 11971 BID BID DUE DATE: Janaury 31, 2001 PROJECT (Brief Description Including Location): Closure of the Town of Southold Landfill, Cuthcogue, Long Island. NY Contract 42000 BOND BOND NUMBER: N/A DATE (Not later than Bid due date): January 30, 2001 PENAL SUM: THREE HUNDRED FIFTY _THOUSAND AND NO/.100-- $350,000.00 (Words)(Figures) (5Z OF BID NOT TO EXCEED $350,000.00) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER EASTERN RESOURCE SERVICE, INC. (Seal) Bidder' d Corporate Seal Signature and itle Attest: Si'pBru—re and Title SURETY WASHINGTON INTERNATIONAL INSURANCE COMPANY I', (Seal) Surety'sillame and By: Signature and the Mimi Rubenoft�hPAttoofAtt_iri ' Attest: Signature and Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. • ♦ 13140912020.DOC EJCDC NO. 1910-28-C (1996 Edition) 00410-1 Y • 01 . . 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. ♦ 1314\F0412020.DOC PENAL SLUM FORM 8. Notices required hereunder shall be in writ ing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by united States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to 6e effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term `Bid" as used herein includes a Bid, offer or proposal as applicable. EJCDC NO. 1910-28-C (1996 Edition) 00410-2 Individual Acknowledgment State of County of • On this day of before me personally came and known to me to be the individual described in and who executed the foregoing instrument, and acknowledge to me that he executed the same. My commission expires: Notary Public ---------------------------------------------------------------------------------------------------------------------------- Firm Acknowledgment State of County of On this day of before me personally came me known and known to me to be a member of the firm of described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. My commission expires: Notary Public Corporation Acknowledgment State of New Jersey County of Middlesex On this 31 day of January 2001 . before me personally came Anthony Quarant to me known who being by me duly sworn, did depose and say that he is the President of Eastern Resource Service, Inc. the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by ordgL_..of Board of Directors of said corporation, and that he signed his name thereto by like order. My commission expires: W*Mfto r. July 30,W Notary Public ---------------------------------------------------------------------------------------------------------------------------- Surety Acknowledgment State of New York County of New York On January 30, 2001, before me personally came Mimi Rubenoff to me known, who, being by me duly sworn, did depose and say that he/she is an Attorney- in - Fact of WASHINGTON INTERNATIONAL INSURANCE CO. the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she signed the said instrument and affixed the said seal as Attorney - in - Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. _ • MARIA DEPALMA NOTARY PUBLIC, STATE OF NEW YORK My commission expires: No. 4787611 1ZL1 QUALIFIED IN WESTCHESTER COUNTY Notary Public COMMISSION EXPIRES OCTOBER 7, 2001 % ;300 Park Boulevard, Suite 500, Itasca, Illinois 60143-2625 630/227-4700, Fax: 630/227-4705, 800/338-0753 WASHINGTON INTERNATIONAL INSURANCE COMPANY An Arizona Corporation BALANCE SHEET AS OF DECEMBER 31 1999 (Statutory Basis) Valuation of securities on National Association of Insurance Commissioner Basis ASSETS LIABILITIES & POLICYHOLDERS' SURPLUS CASH AND INVESTED ASSETS LIABILITIES Cash 2,392,294 Outstanding Losses and Loss Expense 24,985,914 Bonds 56,359,043 Unearned Premiums 10,941,408 Preferred Stocks 4,816,807 Commissions, Taxes and Other Liabilities 4,474,146 Common Stocks 0 Payable to Parent, Subsidiaries & Affiliates 3,275,839 Short -Term Investments 203,272 Receivable for Securities Invested Income Due and Accrued 772,648 64,544,064 43,677,307 OTHER ASSETS POLICYHOLDERS' SURPLUS Premium in Course of Collection 2,692,657 Reinsurance Recoverable 2,154,825 Miscellaneous Assets 383,581 ;231,063 Capital Stock Paid -In Surplus Unassigned Funds TOTAL LIABILITIES & TOTAL ADMITTED ASSETS 69,775,127 POLICYHOLDERS' SURPLUS 4,200,000 3,825,000 18,072,820 26,097,820 69, 775,127 The undersigned, being duly sworn, says: That he is Vice President -Finance of Washington International Insurance Company, Itasca, Illinois that said company is a corporation duly organized, existing by virtue of the Laws of the State of Arizona and that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved; July 1947 6 U.S.C. sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true and correct statement of the financial condition of the said Company on the 31 st day of December, 1999. „ n � s /1 , , WASHINGTON INTERNATIONAL INSURANCE COMPANY LASFht�a 'c64fFfz*RF'& �'F<�'ef:+n.'1 Subscribed and sworn before me, OFFICIAL ��� A this 19th day of April, 2000 t4CITARY PMJC, STAt': MY CoMwaslom k", 11/01 Nota Puhlic GAL0TUS%W0RKIBALSHT99.WK4 WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY 1 ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing under the laws ie State of Arizona, and having its principal office in the Village of Itasca, Illinois does hereby constitute and appoint JOHN D. FILICE, RALPH INFANTE, JULIEANNE JANSEN AND MIMI RUSENOFF . EACH IN THEIR SEPARATE CAPACITY !rue and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, -ignizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by , statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding �n the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed acknowledged by its President and / or its principal officers. Power of Attorney shall be limited in amount to $7,500,000.00 for any single obligation. s Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, ✓ 3, 1980 and October 21, 1986 which read, in part, as follows: The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys -in -Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke the authority given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the Company. TESTIMONY WHEREOF, the Washington International Insurance Company has caused this instrument to be signed and its corporate seal `affixed by its authorized officer, this 9th day of November, 1999. WASHI INTE ONAL INSURANCE COMPANY SEAStev P. � erson, Senior Vice -President �� 4T of r"MS)'c', ' �. �,00) ,,�, ��x this 9th ciay of November, 1999, before me came the individual who executed the preceding instrument, to me personally known, and, being me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal ixed to said instrument is the Corporate Seal of said Company; TESTIMONY WHEREOF, I have hereunto set my handl and affixed my Official Seal, the day and year first above written. 0FRICIAL. SEAL YASMIN A PEAL NOTARY PUBLIC, STATE OF ILLINOIS WCt141 WSSION EXPMCS-08/18/02 Ya ' A. Patel, Notary Public My Commission Expires August 1.8, 2002 _RTIFICATE ATE OF ILLINOIS) IIINTY OF DUPAGE) _ undersigned, Vice -President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY RTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. +ned and sealed in the County of Dupage. Dated the _ day of,� CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name Cl AI.Skq(�.� 3 C(luc i10� LL L Contractor Number Address z Access (L N) City 4 <xr StateZip Ny Code Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description S, -, 4-D LD LA jDP LL C..L,5dLE PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract f 5. Total Number Employees/ Work Hours 2. MBE Goal Applied to the Contract g'gSZ �0. 6. Total Goal for Minority Employees 2' 3. WBE Goal Applied to the Contract Q .0 8 • LZ (� 7. Total Goal for Female Em to ees 0' c 4. MBE/ WBE Combined Totals .� �o '305 8. EEO Combined Totals Z.0 • iJ For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) WBE (%) EEO -Minorities (%) `' p1D1uSi'E3J !''t1./�wA�u�-►1i�C ♦ 1314T0412018.doc(R03) 1-7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: e&4'.4CQL"'JLT J(l.Y�y f $ IOO,OO�'IudmaM Vw address: Cit state/zi code: (Joto Date: tele hone: -7 name: $ address: cit state/zip code: Date: telephone: name: $ Date: address: C ity: state/zip code: telephone: ♦ 1314\F0412018.doc(R03) 0 I-8 0 • • • • • SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: brt1'("A_ W.a. , F Riin . b.J tilyl ; NCr tJ1�t i�� ,- $ address: Ti V uv� ta cit ,} .0 - state/zipcode: \/I I I) 14 telephone,L-3j - 2V'i Date: 31/0 ! name: aoxa,L irj(- �ipt YiP'` �f + $ Date: ala► �('1d'� f Ila address: City: ciC state/zi code: telephone: �,� ?, LE name:Dr- & $ ZSa, oo� address: 110 City: state/zi code: Toi Date: tele hone: ♦ 1314\F0412018.doc(R03) 1_9 0 SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories Total Work Hours of Contract All Employees Minority Em loyees Males Females Black Asian Native American Hispanic Officials/ Managers 2 2J O U'® V u Professionals l S -b b 1 Jb U Technicians ?.70 0 Sales Workers 0 Office/Clerical 2'(-)00 <)U I /.< <' 1, Craftsmen Lwo O i (} U Laborers ( % Qc) So 4T7�>00 U Service/Workers TOTALS U S� 0 t boOo 2000 ♦ 1314\F0412018.doc(R03) I-10 ODER (Name and Address): PENAL SUM FORM HAWKEYE CONSTRUCTION, LLC TWO.ACCESS ROAD T PATCHOGUE, NY 11772 SURETY (Name and Address of Principal Place of By iness): TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ONE WHITEHALL STREET NEW YORK, NY 10005 OWN -ER (Name and Address): TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD, NY PM $YID DLM DATE: NOVEMBER 9, 2000 PROJECT (Brief Description Including Location): CONTRACT NO. 2000 — CLOSURE CONSTRUCTION OF THE SOUTHOLD LANDFILL BQn BOND NUMBER: N/A DATE (Not later than Bid due date): NOVEMBER 7, 2000 pFNpL SUM: 5% OF PERCENT 5% OF BID AMOUNT (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER HAWKEYE CONSTRUCTION, LLC Bidder' By: 1 ,kttest: Signature and Title SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Seal) Surety's Name and Corporate�ea Sig a and Title TRACEY D. WATSON (At chef Attcrne:+) Attest: ignature and Title ROBYN ALSH, ATTORNEY—IN—FACT Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. • 1314\F0412020 -DOC EJCDC NO, 1910-28-C (1996 Editioa) 00410-1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Theresa Giraldo, Terry Ann Gonzales -Selman, James P. Holland, Vincent Moy, Ana W. Oliveras, Tracey D. Watson, Robyn Walsh, Kimberly A. Bruno, Paula Yip-Ying, Migdalia Otero, Christopher J. McCarty, Debra L. Teplitzky, Beverly Woolford, Sheilah McGuckin, Shirley Dewely, of New York, New York, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behall' of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (5-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 18th day of July, 2000. STATE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD T Y AN S *t!0 SWiFI�, rJr NAR rFORa G a HARTFORD, < <7 1952 O .�. COM. CONN. o° Z �� • ; � � y �b JD �`a� ��b1 �a+ar �y • �,e� TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By P1r4 r-� WA NIVA George W. Thompson Senior Vice President On this 18th day of July, 2000 before me personally came 43EORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. G TET My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 7th day of November 120 00 �.TY AN GASUqS `rL g,¢ 0N Slfg Jr O ,{�n $ a'�•�� 4 G � OSS �lv Cl 5 HA FN. 19 8 2 O ONNDI m CONN. o Z c � � F 11 By Kori M. Johanson Assistant Secretary, Bond ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF NEW YORK COUNTY OF NEW YORK On this 7th day of November, 20 00 before me personally came Tracey D. Watson to me known who being by me duly sworn, did depose and say that he/she is an Attorney -in -Fact of the TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA and knows the corporate seal thereof, that the seal affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he/she signed said Instrument as an Attorney -in -Fact of said Company by like authority. AIGTlam W, y W C'141 -,r,, et air Yt rnr+srt7, (25'2'�� �- - 6 L�� Notary • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD. CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 1999 AS FILED IN THE STATE OF NEW JERSEY CAPITAL STOCK $ 6,000,000 CASH & INVESTED CASH 3 32,861,608 UNEARNED PREMIUMS BONDS 1,021,084,755 LOSSES I STOCK 36,031,758 LOSS ADJUSTMENT EXPENSES OTHER INVESTED ASSETS 17,761,265 ACCRUED EXPENSES AND OTHER INVESTMENT INCOME DUE LIABILITIES AND ACCRUED 15,331,517 PROVISION FOR REINSURANCE PREMIUM BALANCES 23,292.453 REINSURANCE RECOVERABLE 5,282,832 FEDERAL INC. TAX RECOVERABLE — TOTAL LIABILITIES RECEIVABLE FOR SECURITIES 2,831,655 OTHER ASSETS 360,800 CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS SURPLUS TO POLICYHOLDERS TOTAL S 1,154,838,643 1 TOTAL STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) S 6,000,000 196,297,402 305.428,668 DOREEN SPADORCIA, BEING DULY SWORN, SAYS THAT SHE IS A SENIOR VICE PRESIDENT, BOND, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HER KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER, 1999. N 4f r ss NOTARY z PUBLIC EC -T.. SUBSCRIBED AND SWORN TO BEFORE ME THIS 11 TH DAY OF MAY, 2000 $ 151,365,135 261 ,237,044 73,915,856 147,509,717 11,064,820 645,1 12,572 509,726.070 S 1,154,838,643 SENIOR -- SENIOR VICE PRESIDENT, 89ND CONTROLLER, BOND U a� ra ' NOTARY PUBLIC My COMMON EXMPXS JUNE 30, 2001 ** TOTH[_ PAGE. N.' 'f f A HAWKEYE January 31, 2001 Town of Southold 53095 Main Road Southold, NY 11971 Attn: Town Clerk Ref: Southold Landfill Closure Gentlemen; Hawkeye Construction 2 Access Road Patchogue, NY 11722 Tel (631) 447-3100 Fax (631) 447-3830 Hawkeye Construction, LLC submits this bid with the attached M/WBE-EEO Work Plan. We will continue to solicit M/WBE firms for utilization as subcontractors on this project throughout its duration. Our work plan is based on an adjusted contract value of $5,144,100.00 which represents the actual bid price minus the specialty items (liner items). Very tr y your , Michael Conklin Hawkeye Construction, LLC • • • • • 0 • • U • 0 • Test Pit Waste Delineation Report, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, November 1998. • Final Closure Plan, Southold Landfill, Dvirka and Bartilucci Consulting Engineers, December 1998. • Design Investigation Test Pits and Test Trenches (Memorandum), Southold Landfill, Dvirka and Bartilucci Consulting Engineers, August 11, 1999. ♦ 1314\F0412018.doc(R03) 0 C7 • U, Ui NAME 00 BIDDER Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. Z 3 4 ♦ 1314T0412019.doc(R02) FM Addendum Date I 0/-I a;; (11 JQ'�' • b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. • c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface • conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. • e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. • h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. • • i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314\R412019.doc(R02) B_2 Item 1 2 3 4 5A 5B 5C y Town of Southold ♦ 1314\A 1027004.D0QR01) mm Total Price Bid in Figures $2 2-+ V99D $S�1OQ $ �d. 000 —r $ 3S40 Boo $ 187, 000 T $19,600-- It q500-- t r Southold Landfill Closure BID SHEETS (REVISED) Estimated Unit Price/Lump Sum Bid in Unit of Measure Quantity Description Both Words and Fi ures ' ,., i wc uvaac�' WEWTY ;"d-.1+Icusgab L.S. I Pre -Mobilization (not to exceed four percent FtlgEb AkNdollars of Total Amount of Bid) and_Q0 cents $ _L2A Sqd L.S. 1 Mobilization, Maintenance and T-4oWAUt >dollars Demobilization (not to exceed two percent of and Q0 cents Total Amount of Bid) $ ' st g 00 — Acre 50 Clearing and Grubbing s l iiowt AiJ D dollars Ewa, and 40 cents $oti0 , C.Y. 74,000 Unclassified Excavation and Relandfilling 'I r. dollars and Twttj r y cents C.Y. 2,000 Removal and Relandfilling of Buried Waste -I u dollars Waste Excavation Area 1 (including and r cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) C.Y. 2,200 Excavation of Gas Migration Control i G It r ( dollars Trenches and �3 Ic cents $ C.Y. 3,000 Removal and Relandfilling of Buried Waste - .7 i X _ dollars Waste Excavation Area 2 and cents $ so ♦ 1314\A 1027004.D0QR01) mm Total Price Bid in Figures $2 2-+ V99D $S�1OQ $ �d. 000 —r $ 3S40 Boo $ 187, 000 T $19,600-- It q500-- t r A '� ♦ 1314TO412019.doc(Ro2) IM Town of Southold Southold Landfill Closure BID SHEETS E im st atedni U t Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Fieures 1 L.S. 1 Pre -Mobilization (not to exceed four percent dollars $ of Total Amount of Bid) and cents 2 L.S. 1 Mobilize, Maintain and Demobilize (not to dollars $ exceed two percent of Total Amount of Bid) and cents 3 Acre 50 Clearing and Grubbing dollars $ and cents $ 4 C.Y. 74,000 Unclassified Excavation and Landfilling dollars $ and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars $ Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 513 C.Y. 2,200 Excavation of Gas Migration Control dollars $ Trenches and cents 6 C.Y. 36,100 Contour Grading Material, General Fill and dollars $ Daily Cover from On -Site Sources and cents A '� ♦ 1314TO412019.doc(Ro2) IM ♦ 1314\A 1022004.D0QRO1) B -4R Total Price Bid in Figures $ I go, 000 f $ 249,400 " $ 2 6 Soo $ g_1 goo 100 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and t- i dc dollars Daily Cover from On -Site Sources and k o cents $ 5.- 7 S.Y. 166,000 Geotextile - Type I 01Jir dollars and F,giy cents 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources l- :yF dollars and l H i QT y cents $ $n. 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane FD w a- dollars and' j is iT cents $ 14 i0c �,Nf 10 Vent 39 Landfill Gas Vents U$ ollars and 0 cents 11 S.Y. 39,000 Geocomposite i ✓C dollars and cents $ j t- 12 C.Y. 56,000 Barrier Protection Layer from On -Site —i 1%c dollars Sources and iF f cents ♦ 1314\A 1022004.D0QRO1) B -4R Total Price Bid in Figures $ I go, 000 f $ 249,400 " $ 2 6 Soo $ g_1 goo 100 ♦ 1314T0412019.doc(R02) E 0 0 Total Price Bid in Figures Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure ouantity Description Both Words and Figures 7 S.Y. 173,000 Geotextile - Type I dollars and cents 8 C.Y. 55,400 Gas Venting Layer from On -Site Sources dollars and cents 9 S.Y. 166,100 60 Mil Textured HDPE Geomembrane dollars and cents 10 Vent 39 Landfill Gas Vents dollars and cents 11 S.Y. 38,400 Geocomposite Drainage Layer dollars and cents 12 C.Y. 57,500 Barrier Protection Layer from On -Site dollars Sources and cents 13A C.Y. 34,100 Vegetative Growth Medium Using On -Site dollars Compost and On -Site Sand from Borrow and cents Area $ ♦ 1314T0412019.doc(R02) E 0 0 Total Price Bid in Figures ♦ 1314\A 1027004. D0QR01) B -S R Total Price Bid in Figures $ 200, 440 $ l o4 $ 378,000 $ 6"3, 000 -, $ 35ooQ $ 000 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site I a1 1 dollars Compost and On -Site Sand from Borrow and 0 cents Area $ 13B C.Y. 18,000 Contingency Topsoil from Approved Off- TtVfW i > dollars Site Sources and fjo cents $ 713 14 S.Y. 216,000 Erosion Control Blanket 61j E dollars and 15L# a J i cents $ 15 S.Y. 10,000 Erosion Control Fabric r, ✓C dollars and ar-i cents 16 S.Y. 226,000 Hydroseeding 0 dollars and a 2T cents $ 6 (WCf 17 L.S. 1 Landscaping tl Wb dollars and cents ti �E 1A 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno -1„4" ollars _��Ivc Mattresses and 40 cents $ ' 2.5 Dob ' ♦ 1314\A 1027004. D0QR01) B -S R Total Price Bid in Figures $ 200, 440 $ l o4 $ 378,000 $ 6"3, 000 -, $ 35ooQ $ 000 ♦ 1314T0412019.doc(R02) Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Fieures 13B C.Y. 3,800 Contingency Topsoil from Off -Site Sources dollars $ and cents $ 14 S.Y. 217,900 Erosion Control Blanket dollars $ and cents 15 S.Y. 9,700 Erosion Control Fabric dollars $ and cents 16 S.Y. 227,600 Hydroseeding dollars $ and cents 17 L.S. 1 Landscaping dollars $ and cents 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno dollars $ Mattresses and cents 19A L.F 6,030 6 -Foot High Fencing dollars $ ♦ 1314T0412019.doc(R02) 1027004.DOC(R01) Total Price Bid in Figures $_600 ., $ aa0 $ 31, 2A Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantit Description Both Words and Figures 19A L.F 6,030 6 -Foot High Fencing tI Lam+' I dollars and MJ cents $ 1-0 19B L.F. 800 12 -Foot High Fencing Ip WO dollars and 7 cents $ I HR� �H-auSA+� 19C E.A. 2 Gates �fl,uN�y dollars and O o cents $ •3 0 ,mop -- 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars and cents $ I'2 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA _ I(, i}i1r" dollars and ��� cents $.. 22 S.Y. 6,500 Main Access Road '0 (L dollars and O cents $ 40- 0r23 23 L.F. 1,200 Guide Rail 11.1' dollars and cents 1027004.DOC(R01) Total Price Bid in Figures $_600 ., $ aa0 $ 31, 2A ♦ 1314\F0412019.doc(R02) B-6 Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouqntity Description Both Words and Fieures Bid in Fieures 19B L.F. 800 12 -Foot High Fencing dollars $ and cents 19C E.A. 2 Gates dollars $ and cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars $ and cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars $ and cents 22 S.Y. 6,500 Main Access Road (Including Asphalt and dollars $ Concrete Aprons and Curbing) and cents 23 L.F. 1,200 Guide Rail dollars $ and cents 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars $ Wells and cents $ i ♦ 1314\F0412019.doc(R02) B-6 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring G i r! VC dollars $ z �, 100 Wells and Q0 cents $ S" 24B Foot 570 New Landfill Gas Monitoring Wells Cl('Arv. dollars $ �LIU and 0 cents $ 00— �t �i Q 9 3 25A Foot 980 Abandon Existing Groundwater Monitoring �/� dollars $ Wells and 0 cents $ Qss- 25B Foot 600 New Groundwater Monitoring Wells E (C% I.JTY dollars $ '— and Ob cents $. ��vtw'T hk64,Nollars 000 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, hd'r $ — Stilling Basin and Manholes and o cents ' $(�0 •�- 27 L.F. 10,000 Swale Underdrains and Anchor Trench YOU dollars $� Drains and cents $ 4— DNG A(ZGto 9 28 L.S. 1 Water Supply Well and Electrical Service F tVsApJb dollars $ and KC cents $ c solo 60 ♦ 1314V11027004.DOC(RO1) B -7R �� ♦ 1314\F0412019.doc(R02) IM Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Figures 24B Foot 570 New Landfill Gas Monitoring Wells dollars $ and cents $ 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. I Drainage Pipe, Inlet/Outlet Structures, dollars $ Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars $ and cents 29 L.S. I Siren and Electrical and Telephone Service dollars $ and cents ♦ 1314\F0412019.doc(R02) IM Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 29 L.S. 1 Siren and Electrical and Telephone Service f,- 1 40 i)dollars and KI 0 cents $ jS, 00© 30 C.Y. 73,000 Sand Pit Regrading P (A 1Z..-. dollars and ,( cents $ 4 Sr0 ♦ 1314\A 1027004.DOC(RO1) 10: O Total Price Bid in Figures $ ) �. —15 f., I Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Figures 30 E.A. 1 Connect Cap System to LIPA Transmission dollars $ Pole and cents 31 C.Y. 73,100 Sand Pit Regrading dollars $ and cents 1314\F0412019. doc(R02) Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES $ 6 0 9 3.. 3 Ia ; Q � IN WORDS Sok 'f I4Rrc7u+.d7i"�C-c pjiu L)cLA.ArtS :AN4 No CCn►7 ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2,001 sowmojd lawn Clerk 04 ♦ 1314\A 1027004.DC)C(R01) B -9R Town of Southold Southold Landfill Closure BID SHEETS (continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS I ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. • 1314T0412019.doc(R02) 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 Sy il,'�'n C. I tJW51414 ES / L t N q 2. Geomembrane 4.3 G`IC 3.Geocomposite Drainage Layer 4.4 G'. -,L/ ( L-. J_5 jG+uLa1 LO SVUi)k 1(. Root ,1S 4.Topsoil Layer 4.6 Lhi- Cots( UwO 5. Erosion Control Blanket 4.7 �J 2�_d Amal "Ar G2 � ' r iv;i c ►�.Q,�S�y2ltJ 6. Erosion Control Fabric 4.7 /J,a.ty AMeAl"^I.) G(uZJ/3i AJi1MIC INr.t/Al0 7. Stone Fill 2.11 LLRSi Cool .%l ioci 8. Recycled Concrete Aggregate 2.11 LPtS; C.Ass M►N,--j 9. Rip -Rap 2.11 Lp&- C.ORSf M ; wa 10. Seed and Plants 2.9ISS-iT 11. Drainage Pipe 3.1 ADS/ %��Sa(( t�e pLAL5-1) ,-- PIPE ♦ 1314\M412019.doc(R02) B-10 J 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and • c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce • any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $_. In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date • of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. • 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to • do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. • Dated 20_ E JC. 1 tJ �-L�. L al Name of Corporation (If Corporation, affix Corporation seal) • B ES �IJ[_tvz e a Title of/Signatory ✓ RECEIVED ♦ 1314\M412019.doc(R02) B-11 • JAN 3 1 2001 5ournDld Sawn Clerk 0 r • • L� w L� 7 0 THE P.O. ADDRESS OF THE BIDDER 2 ACCESS 2C)AD Street YN i <—, lA CTS s N Y City and State IF A CORPORATION Name Address President Secretary Treasurer IF A R'A Names of Partners Address WiLr_L�M J wA�� ILaU c c-L-ic Cl-, j� ►� l IF A JOINT VENTURE Names of Members Address IF AN INDIVIDUAL Name of Individual Address ♦ 1314T0412019.doc(R02) B-12 L • STATE OF _ COUNTY OF ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION SS: On this day of before me personally came and appeared to me known, who being by me duly sworn did depose and say that he resides at that • he is the of the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. • SEAL • ACKNOWLEDGMENT OF BIDDER, IFA PARTNERSHIP 21A STATE OF Yam ) COUNTY OF SOF=ol.:� ) SS: • On this 1 day of J before me personally came and appeared Wu -t --Am a► to me known and known to me to be one of the members of the firm ofAW1CF Cdu&Tfh+ ► . LL described in and who executed the foregoing gid and he acknowledged to me that he executed the same as for they IPWde Fed f said firm. • NOTARY PUBLIC, STATE OF NEW YORK SEAL NO.OINE6052057 QUALIFIED IN SUFFOLK COUNTY COMMISSION EXPIRES DECEMBER 11, 200¢ ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL • STATE OF ) COUNTY OF _) SS: On this day of before me personally came and • appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL • ♦ 1314\1F0412019.doc(R02) B-13 0 • NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER • certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed V individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the • BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • or sham Bid, for the purpose of restricting competition. • The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. M • (CORPORATE SEAL, IF ANY) TITLE • C 0 DATE: i 3/c, i ADDRESS Z Acc_ESs Q," ♦ 1314T0412019.doc(R02) B-14 1Jy t mt ��C a Lt'�' 16 NAME OF BIDDER Mc Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. Addendum Date Oct 2!, ZODO 2 Nov o i , �Z ooa Nov 2D,2DDC3 No 6 To>1J. / 9, ♦ 1314T0412019.doc(R02) B-1 Tim . ) ?-a -o b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: 1314\F0412019.doc(R02) B-2 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 S e r r o Y- -Z'7tC.rnCJ- " 4"1 e,/, T tj 2. Geomembrane 4.3 Ne�alrr:3o�1, �V 439'Q`� 3. Geocomposite Drainage Layer 4.4 4. Topsoil Layer 4.6 -- r V �2c�c�,�0�� �jc<�ei C, -c tee_/ F 12c c,q i' 6,,74 jJ 5. Erosion Control Blanket 4.7 G.. f z L. -,d s C a P�� j r. �a,� , `t ci e 1C, 1J 6. Erosion Control Fabric 4.7 7. Stone Fill 2.11 — 1Zae ©kms c�� Grc ve )� P�vc 1'"") ►J ;' 8. Recycled Concrete Aggregate 2.11 — I�c���oke �jcnd RCIC c+5 PI t)7 t, l3 9. Rip -Rap 2.11 10. Seed and Plants 2.9 C 0- -Z_ Lar 1A, -S t � � i%i,44r fvC 11. Drainage Pipe 3.1 %lc� L6 r�o%' I�l�sfC P; Pc' 4 13I4\M412019.doc(R02) B-10 • 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER • certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: • a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and • b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and • c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce • any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $S°c . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date • • of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. L • • • • • 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated -3L' 20.4-0 (If Corporation, affix Corporation seal) ♦ 1314T0412019.doc(R02) B-11 �&Ac(4A-rc--- - A 16 , Legal Name of Corporation By Name an ` itle of Sigltojw_ -Piee: 1b-e'tJJ E C E 1 V E D JAN 3 1 2001 Sournow Town Clerk THE P.O. ADDRESS OF THE BIDDER .0 Street City and State IF A CORPORATION Name // Address �.c President b kew iA- P, /7/I S� �` ✓� Secretary S�is�� /3r✓� Treasurer IF A PARTNERSHIP Names of Partners Address IF A JOINT VENTURE Names of Members Address IF AN INDIVIDUAL Name of Individual Address ♦ 1314\M412019.doc(R02) B-12 0 • • 6 ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION • STATE OF av Yeet COUNTY OF SS: On this .,fie d y of before me personally came and appeared 70j zk"L L7 ,u -,a- to me known, who being by me duly sworn did depose and say that he resides at that he is the �of the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said c r ion; at h signed his name thereto by like order. SEAL ie yon'<. STATE OF _ COUNTY OF ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP SS: • • On this day of before me personally came and appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. SEAL i STATE OF _ COUNTY OF ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL • • ♦ 1314T0412019.doc(R02) B-13 0 0 NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are rue under the penalties of perjury. FIRM �., '_'Ll' - IL b ,:r... ; Z,-/, - (CORPORATE SEAL, IF ANY) TITLE --71ee.5 ibe,y7" ADDRESS ��{v So uT7f S�ec�v S7" KL)&J ko& k / 0l /1-7-77 • DATE: / l3� / V • ♦ 1314T0412019.doc(R02) B-14 OMDER ( Aand "As S , INC. 840 SOUTH SECOND STREET PENAL SUM FORM , SURETY (Name and Address of PrincioaL lace of Business): TRAVFTFRR CASTATTY AND SURETY COMPANY OF AMERICA MF:CR0J!ARK TTT • 399 THnRNALL STREET EDISON, NJ 08837-2238 • :L1 (Nam and &ddmss): TOWN OF • • 1 19 u: ► :•cl • .• 1 N\ 11971 A BID DUE DAIS: NOVEMBER 9, 2000 PROJECT (Brief Description Including Location SOUTHOLD LANDFILL CLOSURE —GENERAL CONSTRUCTION, CONTRACT 2000, TOWN OF SOUTHOLD LANDFILL, CUTCHOGE, NY Mm BOND NUMBER N/A DATE (Not later than Bid due date): NnVFMRFR 9. 2000 PENAISUM: FIVE PERCENT OF PROPOSAL PRICE ($57 of P.P.) (words) (Figures) IN WnNESS WINMEOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent. or repremi tive. BIDDER SY LODUCA ASSOCIATES, INC. TRAVELERS CASUALTY AND SURETY COMPANY (Sm) OF AMERICA (Seal) Bidder's Name and Co orate e��,e Surety's Name and Corporate Seal By:S/ er,� By T Signattue and Title ELEANOR DOUDERA (Attach Pourer of Auamey)kTTORNEY—IN—FACT Attest: Attest: Si ature Signature Now: (1) Above addresses are to be used for giving inquired notice. (2) Any singular reference to Bidder, Surety, OWNER or other parry shall be considered plural where applicable. • 131AM612020MOC EJCDC No. 1910-28-C (1996 Edition) 00410-1 TRAVELERS CASUALTY A1ND,SURETY COMP:�_NY OF AMERICA TRAVELERS CASUALTY ANDSURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anthony J. Romano, Eleanor Doudera, Fred Nicholson, Gerard S. Macholz, Rita Sagistano, Thomas Bean, of Uniondale, New York, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (5-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals. to be hereto axed this 28th day of July, 2000. STATE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD 'QTY AND 41, a��p1057W(rY rJ aGa 0+?. A. • s HARTFORD, A O 1 9 8 2 o HARrFOONMFA W CONN. 0 Z Q� • a; �� X61 'ass �y • H,e� • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By George W. Thompson Senior Vice President On this 28th day of July, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof r�o.n�.�. c �s7�►.f.� My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 9 th day of NOVEMBER , 20 00. RNID SWP(rr tJ'`TY ANpa`9 O?, pASU44, {T'}�P L t ^ 6 % a HARTFORD, Z 19$2 O HAIIycoNN. '�6 �yac b`y • �a, � 1 By Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMPA.*iY OF AMERICA HARTFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT— IF A CORPORATION State ofNew York County of � �L } u. On this J 7 d4y of✓-Uy►,r�.c�,�,_ _,; , before me personally sppaarvd A tI -t 15 ,C , � tk.�+ to me known, who, being by me y sworn, deposes and says: That ho she resides in the City of .CSS j e4uc &' that helsha is thhe P1?e s t t P,1jr of LODUCA ASSOCIATES corporation described in aed which cxwuud the within instrument; that Waite knows the seal of said corporstice, that the seal a8ized zo w it was no affixed by of said ootporation, and that he/abe signed hWbar name thereto by hire order, // k G� J fuR `y, `"' •-rtYi PRI cIP4AI.'S ACKNOWLEDGMENT— IF INDIVIDUAL OR U01 / State of New York, County of ) aa. iota upxp to wrl: tthe hat On this day of before me personally appeared to me known to be (the individual) (one of the f m of ) dawribed in and who executed the within instrument, and helshe thereupon duly aeknowlodged to me that halsho wwaned the name (as the set and deed of said firm). SURITY CObWANYrS ACKNOWLEDGMENT State of New York County cf NASSAU ) As. On this 9th day of NOVEMBER , 2000 . Wbra r= PC� LPP-aLvd ELEANOR DOUDERA to me known, wbo, being by me duty sacra, did depose and say: Tbat Wshs rcaidea in tbo MM COUNTY OF SUFFOLK NEW YORr, ; that bdsha is Attorney -in -Fact of TRAVELERS CASUALTY AND SURFTY COMPANY OF AMERI& the ootpomors desoribed in snd whleb exuuvtcd the within insnrwaaet; that he/she krsows the owporsta seal of sand Compaay, that rho seal -ffi=d to said instnumeot is such cotporato seal; and that Wshe signed said iostrvmets as Attorney -is -Fad by authacity of the Board of Diroam of said Company, and -m;- t did fivther depose and say tad the Superintendent of Insurance of the State of New York hu, pursuant to Chaptor 8112 of the Laws of the State of New York for the year 1939. constitming chapter 211 of the Cooeolidalin6 Laws of the Stara of Na- Ymk u the Iruursacc Law u amcode4 issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA hisvber certificate that said Company is qualified to become and be accepted an surety or guarsator on all bonds, undertakings, rccogaizances, guaranties, and other obliptions required or permitted by Ism and that such ocrtifcate has aot beers revoked. Cash 8 Invested Cash Bonds Stock Other Invested Assets Urestment lrtcome Due and Accrued Premlum Balances Reinsurance Recoverable Receivable for Securities Other Asxete Total �l 1 1(-J 9_ (-)L,_r jz� Notary Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA CLAUDtAGR UM Hartford, Connecticut 06183 Nom' Pubk SWO of Now York No.010111e009M Gwaaed In Nassau C.oIn FINANCIAL STATEMENT AS OF DECEMBER 31,1999 ConsnleamI:Xoke.July AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCKS 8,000,000 ASSETS LIABILITIES 32,861,808 Unearned Premiums 1,021,064,755 Losses 36,031,758 Lose Adjustment Expenses 17,761,265 Aocrued Expenses and other uabtlltle,s 15,331,S17 Provision for Reinsurance 23,282,453 5,2.82,632 Total Llabllkles 2,831,655 360,800 Capital Stock Paid In Surplus Other Surplus Surplus to Pokyholders $ 1, I S4,838,643 Total Securities carried at $14,238,049 In the above ctatement are deposited with pubilo authorities, as required by law. $ 151,385,135 261,237,044 73,915, 856 147,SM,717 11,064,820 645,112,572 6,000,000 168,297,402 305,428,SU 509,728.070 $ 1,154,838,843 13 AON RISK SERVICES, INC. Of NEW YORK 333 EARLE OVINGTON BLVD. P.O. BOX 9338 UNIONDALE. NEW YORK 11553 33 CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name -1 �V) D &b. � a)� - Contractor Number A dress )4 Cit rp A ),,A State Zip Code Grantee Name Project/Gr t Number Address City State Zip Code Authorized Representate Title LL 1AAu i Sif pt�)�k gn r 0 ,44 Contract Description y� PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract 5. Total Number Employees/ Work Hours 2. MBE Goal Applied to the Contract 6. Total Goal for Minority Employees g• Q 3. WBE Goal Applied to the Contract 7. Total Goal for Female Employees p p 4. MBE/ WBE Combined Totals 1 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials EEO -Minorities (%) WBE (%) EEO -Minorities (%) ♦ 13140912018.doc(R03) I_'] SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: �-t9 - `„L G !CJ `-' r)6r6 $ Date: a' address: city: / state/zip code: 1 telephone: name: ) $�0 Date: addres cit state/zip code: telephone: - a name: $ Date: address: cit state/zip code: telephone: ♦ 1314VFG412018.doc(R03) I-8 • • 0 0 0 0 0 9 0 0 • SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name:u) it $ Date: address: cit state/zip code: ) telephone: 1, q33 --9421 name: - o�� $ c1 address: 36 cit state/zip code: Date: telephone: name: $ Date: d 2D address: cit state/zip code: 3 79 telephone: b b St ♦ 13140912018.doc(R03) 1-9 0 SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories -Total Work Hours of Contract All Employees MinorityEm loyees Males Females Black Asian Native American Hispanic Officials/ Managers Professionals Technicians Sales Workers OfficelClerical Craftsmen Laborers Service/Workers z TOTALS ♦ 1314\FO412018.doc(R03) 0 0 • I-10 • • • • NAME OF BIDDER I: I7 Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the • Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the • remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. • 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. • 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. NX 11du I * I o�- ♦ 1314\F0412019.doc(R02) • Addendum Date /bl",S J©a B-1 1] • b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface • conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. . i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. • 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: • ♦ 1314T0412019.doc(R02) B-2 0 ♦ 1314\,41027004.DOC(ROI) B_3R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Fi ores BiA in Figures 1 L.S. 1 Pre -Mobilization (not to exceed four percenttIAAQro ar $ I3 of Total Amount of Bid) and cents " $ 2 L.S. 1 Mobilization, Maintenance and oars $ Demobilization (not to exceed two percent of and cents Total Amount of Bid) $ 1 3 Acre 50 Clearing and Grubbing d cents $ 4 C.Y. 74,000 Unclassified Excavation and Relandfilling dollars $ cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars $� Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars $� TrenchesVacents 5C C.Y. 3,000 Removal and Relandfilling of Buried Waste -dollars $ Waste Excavation Area 2 cents ♦ 1314\,41027004.DOC(ROI) B_3R ♦ 1314TF0412019.doc(R02) B_3 Total Price Bid in Figures Town of Southold Southold Landfill Closure BID SHEETS Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 1 L.S. 1 Pre -Mobilization (not to exceed four percent dollars of Total Amount of Bid) and cents 2 L.S. 1 Mobilize, Maintain and Demobilize (not to dollars exceed two percent of Total Amount of Bid) and cents 3 Acre 50 Clearing and Grubbing dollars and cents 4 C.Y. 74,000 Unclassified Excavation and Landfilling dollars and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars Trenches and cents 6 C.Y. 36,100 Contour Grading Material, General Fill and dollars Daily Cover from On -Site Sources and cents ♦ 1314TF0412019.doc(R02) B_3 Total Price Bid in Figures ♦ 1314\A 1027004.1)OC(RO 1) B -4R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in 6 C.Y. 36,000 Contour Grading Material, General Fill and dollars )Figures $ }` Daily Cover from On -Site Sources ------ cents 7 S.Y. 166,000 Geotextile - Type I dollars $ and cents $ J 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources dollars _cents 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane dollars iL $ cents 10 Vent 39 Landfill Gas Vents lars $ cents $ D [OU. 11 S.Y. 39,000 Geocomposite Jdollars $ d cents ` 12 C.Y. 56,000 Barrier Protection Layer from On -Site dollars $ Sources and cents $ h ♦ 1314\A 1027004.1)OC(RO 1) B -4R ♦ 1314\H912019.doc(R02) B-4 0 0 0 Total Price Bid in Figures i $ Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 7 S.Y. 173,000 Geotextile - Type I dollars and cents 8 C.Y. 55,400 Gas Venting Layer from On -Site Sources dollars and cents $ 9 S.Y. 166,100 60 Mil Textured HDPE Geomembrane dollars and cents t 10 Vent 39 Landfill Gas Vents dollars and cents $ 11 S.Y. 38,400 Geocomposite Drainage Layer dollars and cents $ 12 C.Y. 57,500 Barrier Protection Layer from On -Site dollars Sources and cents 13A C.Y. 34,100 Vegetative Growth Medium Using On -Site dollars Compost and On -Site Sand from Borrow and cents Area ♦ 1314\H912019.doc(R02) B-4 0 0 0 Total Price Bid in Figures i $ Item 13A 13B 14 15 16 17 18 • i • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) ♦1314\A1027004.DOC(R01) B_5R Estimated Unit Price/Lump Sum Bid in Total Price Unit of Measure Quantity Description Both Words and Figures Bid in Figures C.Y. 20,000 Vegetative Growth Medium Using On -Site dollars $ oZ� Compost and On -Site Sand from Borrow and cents Area $ C.Y. 18,000 Contingency Topsoil from Approved Off- ��("�'Q dollars $ Site Sources and cents $ 1 S.Y. 216,000 Erosion Control Blanket — dollars $ ^ cents $ r4_ S.Y. 10,000 Erosion Control Fabric dollars $ cents S.Y. 226,000 Hydroseeding dollars $ J and opts L.S. 1 Landscaping $ and cents L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno4 dollars $ Mattresses an cents $3" ♦1314\A1027004.DOC(R01) B_5R ♦ 1314TO412019.doc(R02) B-5 0 0 0 Total Price Bid in Fieures e Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Fieures 13B C.Y. 3,800 Contingency Topsoil from Off -Site Sources dollars and cents 14 S.Y. 217,900 Erosion Control Blanket dollars and cents 15 S.Y. 9,700 Erosion Control Fabric dollars and cents t 16 S.Y. 227,600 Hydroseeding dollars and cents t $ 17 L.S. 1 Landscaping dollars and cents 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno dollars Mattresses and cents 19A L.F 6,030 6 -Foot High Fencing dollars and cents ♦ 1314TO412019.doc(R02) B-5 0 0 0 Total Price Bid in Fieures e ♦ 1314\11027004.DOC(RO 1) 13-61Z Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 19A L.F 6,030 6-Foot High Fencing dollars $ b J cents 19B L.F. 800 12-Foot High Fencing lars $ and cents $ 19C E.A. 2 Gates $� d cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA ` dollars and cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars and -- cents / $4 22 S.Y. 6,500 Main Access Road 4dollars $ and cents $ 23 L.F. 1,200 Guide Rail A/L-(—� dollars $� cents ♦ 1314\11027004.DOC(RO 1) 13-61Z ♦ 1314TO412019.doc(R02) B-6 Total Price Bid in Fieures Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Fieures 19B L.F. 800 12 -Foot High Fencing dollars and cents 19C E.A. 2 Gates dollars and cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars and cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars and cents 22 S.Y. 6,500 Main Access Road (Including Asphalt and dollars Concrete Aprons and Curbing) and cents 23 L.F. 1,200 Guide Rail dollars and cents 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars Wells and cents ♦ 1314TO412019.doc(R02) B-6 Total Price Bid in Fieures ♦ 1314\A 1027004. DOC(RO 1) 13-7R i • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring �4�dollars $ Wells and3Etzcents $ 24B Foot 570 New Landfill Gas Monitoring Wells _ dollars $ b and cents 25A Foot 980 Abandon Existing Groundwater Monitoringdollars *ancents $ / ' Wells 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. I Drainage Pipe, Inlet/Outlet Structures, ollars $ Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents $ 28 L.S. 1 Water Supply Well and Electrical Servic d cents $ ♦ 1314\A 1027004. DOC(RO 1) 13-7R ♦ 131AF0412019.doc(R02) B_7 Total Price Bid in Figures Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 24B Foot 570 New Landfill Gas Monitoring Wells dollars and cents 25A Foot 980 Abandon Existing Groundwater Monitoring dollars Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars and cents 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, dollars Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars and cents 29 L.S. 1 Siren and Electrical and Telephone Service dollars and cents ♦ 131AF0412019.doc(R02) B_7 Total Price Bid in Figures • 0 0 Town of Southold Southold Landfill Closure a ♦ 13 WA 1027004.DOQRO1) B_SR w •_ 5 BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Wor nd Fi s Bid in Figures 29 L.S. 1 Siren and Electrical and Telephone Service $� nd �' cents _ $ 1� 30 C.Y. 73,000 Sand Pit Regrading dollars $ J� and cents $ 1 1 a ♦ 13 WA 1027004.DOQRO1) B_SR w •_ 5 Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Figures 30 E.A. 1 Connect Cap System to LIPA Transmission dollars $ Pole and cents 31 C.Y. 73,100 Sand Pit Regrading dollars $ and cents O 4 1314\M412019.doc(R02) B_8 s. 10 _ BID BOND BIDDER (Name and Address): Galvin Bros., Inc. 149 Steamboat Rd. Great Neck, NY 1102 SURETY (Name and Address of Principal Place of Business): Travelers Casualty & Surety Company of America PO Box 2090 Edison, NJ 08818-2090 OWNER (Name and Address): Town of Southold. Town Hall 53095 Main Road Southold, NY 11971 BIDDUE DATE: 1/30/01 PROJECT (Brief Description Including Location): Closure Construction of the Town of Southold Landfill Cutchogue, LI, NY - Contract #2000 BOND BOND NUMBER: DATE (Not later than Bid due date): 1/30/01 PENAL SLIM: Five Percent of Amount Bid 5% of amt bid (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER Galvin Bros., Inc. (Seal) Bidder' ame d rat Seal By: e# � i �e Attest: J Si ature and Title SURETY Travelers Casualty & Surety Company of America (Seal) Surety's 16kMe and Corporate Seal 9 By: Signature and Title (Attach Power of Attorne�r) Rober �� W. 0'Ka , ttorhey-In-Fact Attest: Signa and Title 1. Bidder and Surety, jointly and sevedly, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth m the face of this Bond_ 2. Default of Bidder shall occur upon So failure of Bidder to deliver within the time mquiredby the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and my performance and payment Bonds requiredby the Bidding Documents. 3. This obligation shall be null and void if: 3.1 OWNER accepts Bidder's Bidand Bidder delivers within the time required by the Bidding Documents (or any extension thereof agmed to in writing by OWNER) the executed Agreeamt required by the Bidding Documents and any performance and payment Bonds required by the Bidding Document, or 3.2 All Bids are rejected by OWNM or 3.3 OWNER fails to issue a Noticeof Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, commted to by Surety when required by paragraph 5 hmoi). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Band and the project and including a statement of the amount due. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid duedate without Surety's written consent. em-. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown an the face of this Bond Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached in this Bond a current and effective Power of Attemey evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term `Bid" as used herein includes a Bid, offer or proposal as applicable. ..r TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Joseph Sforzo, Thomas Keating, Robert W. O'Kane, Robert M. Kempner, of Massapequa, New York, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (5-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 16th day of September 2000. STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD J'` y At,, C,/6SU4 f` HARFFOgU a NARTFON, O ' ] 9 $ 2� 0 COWL CONN. c = 4 ♦ S � b TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 16th day of September, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. CERTIFICATE My commission expires June 30, 2001 Notary Public Marie C. Tetreault I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 31st day of January 120 01 •,��F�S�fry u' J''ZY ANOe`9.� � GASGq��L O ♦♦ c HARTFORD, < O 19 8 2� 0 COWW CONN. Z • � � By 1, - XV - � Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMP kNY OF AMERICA HARTFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIRCATION PRINCIPAL'S ACICNOWLEDGMENT—IF A CORPORATION State of New York, County of j ) a �f On chis before me personally appeared J to me known( who Ing by a and says he/she resides is the City of th dshe is the ) � T , ;h: co ration ted the within iaattttnrent: that he/she knows the seal of said o =tn=ent is such corporate seal; t-' a: 1jit+fq:RcRgrrT ¢,qtr g� )�r �ir��fs A corpoeauonandthathe/shesignedbivhamm.thereto by like order. No. 01MA6019216 Qualified in Suffolk County Commission Expires on February 2, PRINCIPAL'S ACKNOWLEDGMENT—IF INDIVIDUAL OR FIRM State of New York. County of )a On this day of , before me personally appeared to me known to be (the individual) (one ofthe firm of ) described in and who executed the within instrument, and he/she thereupon duly acknowledged to me that he/she executed the same (as the act and deed of said firm). SURETY COMPANY'S ACKNOWLEDGMENT State of New York, County of Nassau ) a. Onthis 31st dayof January 2001 befommepu=allyappeared Robert W. O'Kane tome known, who, being by me duly sworn, did depose and say: That bdshe resides in the City of Garden City, NY ; that he/she is Attomey-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and whizz executed the within instrument; that he/she knows the corporate seal of said Company, that the seal affixed to said instrument is such corporate seal; and that he/she signed said instrument as Attorney -in -Fact by authority of the Board of Directors of said Company, and affiant did further depose and say that the Superintendent of Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chapter 28 of the Consolidating Laws of the State of New York as the Insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA his/her certificate that said Company is qualified to become ana be accepted as surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations requited or permitird by law; and that such certificate has not been revoked ELIZABETH A. KURZ L NOTARY PUBLIC State of New York v°Lary No. 304968590 Z Qualified In Nassau County TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA �+ Commission Expires July 2, Hartford, Connecticut 406183 FINANCIAL STATEMENT AS OF JUNE 30, 2000 AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK S 6,000,000 ASSETS LIABILITIES Cash & Invested Cash S 184,496,904 Unearned Premiums Bonds 1,230,612.163 losses Stock 39,352.549 Loss Adjustment Expenses Other Invested Assets 17,763,524 Accrued Expenses and other Investment Income Due Liabilities and Accrued 19,165,580 Provision for Reinsurance Premium Balances 77,759,056 Payable for Securities Reinsurance Recoverable 11,389,368 Total Liabilities Receivable for Securities 4,544,047 Capital Stolt Other Assets 72,822,493 Paid in Surplus Other Surplus Surplus to Policyholders Total $ 1.657.906.684 Total 6,000,000 303,297,402 318.827.439 279,922,916 2E0,35z169 82.541, 533 335,975,897 11,084,820 59.904.508 1,029,781,843 628,124,841 S 1,657.906.684 Edward Galvin 99 Bourndale Road South Manhasset NY 11030 Education Great Neck North High School - 1969 Nassau Community College - AAS Business - 1973 Experience: November 1984 - Present Galvin Bros., Inc. - President and Owner Sole proprietorship company engaged in residential and commercial general construction. It employs 50 employees and in 1998 the sales were $20 million. July 1997 - October 1984 Galvin Brothers Contracting Company - Partner General construction business doing asphalt paving, stone block work, masonry, retaining walls and drainage work. July 1969 - June 1977 Patrick Foley General Contractor - Foreman Supervised laborers doing various construction work such as masonry, site construction and landscaping. Association Member: North Hempstead Contractor's Association Nassau Suffolk Contractor's Association Gregory S. Hayes 28 Lindberg Street Locust Valley, NY 11560 Education Bachelor of Arts, University of Notre Dame, 1981 Experience March, 1989 - Present Galvin Bros., Inc. Great Neck, NY Estimator/Project Manager Estimator Function Reviews all bid packages. Selects jobs on which to prepare estimates. Negotiates prices with suppliers and subcontractors. Determines all costs. Decides on final price to be offered. Prepares bid proposal. Project Manager Function Determines cost effective schedule. Determines which work can be best done by subcontractors. Select subcontractors. Negotiates contracts with suppliers and subcontractors. Coordinate activities of all work groups and resources. Tracks progress of jobs to completion . February 1987 -March 1989 Carpentry Contractor Jobs included residential home building, renovations and construction of custom furnishings. June 1984 -January 1987 Local 1 IATSE New York City Stagehands Union Technicaltheatre and setconsm=on and installationforthe Me=pohtanOpera, New YcdcCityOpera, Television, Broadway, Off Broadway, TV commercials and displays for trade shows. September 1981- May 1984 Skylight Comic Opera LTD., Milwaukee, Wisconsin Technical theatre and set c onfor the Opem Corrpmy. Amies also uidudedh ilding renovation and maintenance. Mary K. Ochsenreiter, PE Education Bachelor of Science in Civil Engineering, Manhattan College, 1994 Computer Experience Word Perfect, Quattro Pro, AutoCadd, SurvCadd, Internet Research, Microsoft Project, Microsoft Excel, Microsoft Word Experience 1996 - Present Galvin Brothers, Inc. Great Neck, New York 11024 Project Manager of various public works site and building construction projects. Work includes: surveying and layout negotiation with suppliers and subcontractors coordination of trades project scheduling preparation of required drawings prepare topographies for monthly payment of earthwork prepare requisitions overall project management 1994- 1996 Gibbons, Esposito & Boyce, Engineers, PC Uniondale, New York 11553 Inspector and office engineer for various county and state projects. Work included: review of contractor's shop drawings inspection of contractor's work surveying review contractor's requisitions review of contractor's payroll reports Professional Credentials New York State Professional Engineer Brian Giordano Education Queensborough Community College, A.A.S., December 1993 Major: Mechanical Engineering Technology Certifications • American Concrete Institute, Concrete field testing Grade 1 • National Institute for certification in Engineering Technologies level 1 certification in CONCRETE, SOILS, ASPHALT • OSHA 40 hour safety training for hazardous waste operation and emergency response • Q/C Resource, U.S. Nuclear Regulatory Commission, safety and Gauge operation for use of moisture/density equipment • NYC, DOT, Quality Management Services, certified for soil compaction Experience 1993-1995 Materials Testing Laboratory • Soil compaction and field inspection. Use of various nuclear density gauges, sand cone procedures • Core Boring -various applications of drilling core samples • Non-destructive Testing of Concrete, Windsor Probe, Swiss Hammer • Asphalt Inspection - NYC, NYS procedures • Concrete field inspection - on site sampling and testing. • Calibration of various Mobile Mixer concrete trucks 1995 -Present Galvin Bros., Inc. • Project manager of million and a half dollar Nassau County Handicap job. Project manager of various contracts Manage and Co -Manage of testing and engineering work at the Harbor Links Golf Complex. Project Manager of the Thomaston Road and Drainage project. William F. Grimm Jr., PE 96 Wheeler Avenue Mineola, NY 11501 Education: University of Detroit, 1965 - Bachelor of Civil Engineering Employment 1990 - Present, Galvin Bros., Inc. History: 1983 -1990 Schmergel Construction Company 1976- 1983 Castagna and Son 1970-1976 Renel Construction Corporation 1965-1970 Turner Construction Company Work Hands on manager of complex site and building construction projects. Work Experience: included surveying, layout, coordination of trades, preparation of required drawings and overall project management. Projects worked on include: Seaview Industrial Site - Port Washington, NY Extensive excavation (200,000 CY) and sheeting required. Deep footings required because of large fill areas. Designed sheeting procedures and methods. 1010 Northern Boulevard - Great Neck, NY Five story building, three hundred thousand square feet, with four stories underground required excavation of 180,000 CY with cuts fifty feet below street level. Sheeting required along Northern Boulevard and next to adjacent building. Omni 110 - Nikon - Huntington, NY Large excavation job with drainage wells, site grading and construction of parking lots. University Hospital - Stony Brook, NY One million square feet and seven stories below grade with 12 stories above grade in twin towers. Half million cubic yards excavated, site grading, drainage, sanitary system and parking lots. Wheately Plaza, Greenvale, NY Large shopping center on Northern Boulevard and Glen Cove Road involved buildings, excavation, drainage, sanitary systems, grading and parking lots. Brooklyn Meat Market on East River, New York City Large excavation job adjacent to river which created difficult conditions which required a unique solution to dewater the site. Piles, drainage, sanitary systems, a pump house, site grading and parking lots were all part of this job. Professional New York State Professional Engineer Credentials: Matthew O'Neill 4620 Arcadia Lane Great Neck NY 11024 516 487-0431 June 1987 - May 1988 Arben Construction Inc., Dublin Ireland Engineer Supervised the construction of buildings, designed site layout for buildings and tracked the performance of the work crews. June 1988 - Present Galvin Bros., Inc. Great Neck NY Project Manager Project Manager of all ongoing construction work. Coordinate with the project supervisors to keep projects on the current schedule and within budget. Finalizing all punch list items. Education Selection of Subcontractors. Negotiating of contracts with suppliers and subcontractors. Determination of cost effectiveness on project. Bachelor of Civil Engineering University College Cork, Ireland 1987 Owner Description Contact Price Date Village of Great Neck Steamboat Road Retaining Wall Don Sioss $84,090 00 631756-8000 j Village of Hempstead Parking Garage Fields 5 & 6 Jim O'Callahn $763,000 00 Reconstruction 516 827-4900 Great Neck Plaza Great Neck Plaza Parking Harry Perlman $783,639 00 Garage Repairs 516 482-4500 Village of Kings Point Reconstruction of Broadlawn Road Richard Weber $471,000 00 516 746-2350 Village of Great Neck Hickory Drive Rehabilitation Jo Choo $826,715 00 Estates 516 938-5666 Diocese of Rockville Centre St. Patrick's Church Carmine Grasso $3,293,892 00 516 364.8150 Fox Navigation Ferry Terminal Building & Dock Joe Wilson $350,000 00 860 437-6930 Great Neck Park District Wyngate Park Rehabilitation Sol Wester $417,077 00 516 789-8818 City of Glen Cove Glen Cove Ferry Parking Lot Tom Cancillere $239,247 99 516 676-2000 City of Glen Cove Glen Cove Wetlands Restoration Greg Scott $248,490 99 631232-2600 Diocese of Rockville Centre St. Rosalie Rehabilitation Lou Sagastano $803,500 99 516 364-8150 Long Island Water Water Tank Dome Hans Tuneblom $260,000 99 856 346-8279 Great Neck Park District Cutter Mitt Park Rehabilitation George Desmaris $58,000 99 631694-3040 Great Neck Park District Steppingstone Park Retaining Wall George Fehrman $144,274 99 631434-7900 Merchant Marine Academy Merchant Marine Museum Linda Fasbac $47,500 99 Rehabilitation 516 773-5515 Great Neck Park District Peninsula Park George Desmaris $35,000 99 631694-3040 Diocese of Rockville Centre St. Aloysius Rehabilitation Doug Gubner $624,998 99 516 692-9675 Owner Description Contact Price Date Nassau County Welwyn Preserve William Vlasak $1,492,170 99 516 571-4031 Valley Stream Valley Stream Roads Sean Lindvall $273,008 99 516 827-4900 Village of Saddle Rock Saddle Rock Tennis Court Leonard Samansky $35,513 99 516 482-9400 Great Neck Park District Steppingstone Porch Roof George Ferman $74,079 99 Replacement 631434-7900 Town of North Hempstead Harbor Links Mini Golf Course Paul Roth $574,434"00 99 631451-6222 Village of Seacliff Bulkhead & Park Renovations William Vlascik $379,949.00 99 516 571-4183 Village of Williston Park 1999 Road Improvements Ken Pritchard $473,610 99 516 364-9892 Village of Kings Point Road Work Various Roads Richard Weber $471,016 99 516 746-2350 Town of Babylon Babylon Landfill Final Cover William Huff $3,959,035 99 System- 631422-7955 Great Neck Road Reconstruction Joe Choo $256,590 99 Estates Various Roads 516 938-5666 Nassau County Inwood Park Rehabilitation John Longo $1,891,080 98 516 563-4800 Town of North Hempstead Harbor Links Golf Course Commissioner Paul Roth $11,000,000 98 Various Contracts 631-451-6222 State Construction Fund Construction Sand/Salt Building - Michael Clemente $171,200.00 98 Technology College Farmingdale 518 443-5700 Nassau County Inwood Park Rehabilitation John Longo $198,000 98 Park Support Building 516 563-4800 Town of North Hempstead Construct a Sewer Pump Station Paul Roth $829,953 98 at Harbor Links 631-451-6222 Town of Road Reconstruction - Various Rich Hueglin $1,298,190 98 Hempstead Roads Baldwin 516 489-5000 Village of Thomaston Road Rehabilitation Pat Knowles $2,322,065 98 516 482-3110 Town of North Hempstead Parking Lot at Harbor Links Paul Roth $1,840,000 98 Golf Course 631-451-6222 Owner Description Contact Price Date Nassau County Installation of Handicap Ramps Gerry Leonetti $1,500,000 98 Phase IV 571-4385 Nassau County Wantagh Park Pool Larry Feeley $7,000,000 98 Modernization 516 563-4804 Great Neck Road Work for the Village of Joe Choo $500,000 98 Estates Great Neck Estates 516 938-5666 Village of Reconstruction of Village Pool Louis DiDomenico $1,462,000 97 Mineola 516-746-0750 Piping Rock Club Reconstruction of Beach Club Heidi DeBethman $840,000 97 Bulter, Rogers, Baskett 212-686-9677 Town of North Hempstead Bluff Stabilization at Harbor Paul Roth $3,223,139 97 Links Golf Course 631-451-6222 Village of Thomaston Road Reconstruction Pat Knowles $1,730,000 97 516 482-3110 Village of Lake Success Drainage Improvements at Richard Petraca $196,000 97 Lake Success 516 827-6900 Long Island Backwash Facility Vincent Boccia $109,000 97 Water 516 593-1000 Great Neck Road Reconstruction Joseph Choo $75,000 97 Estates 516 938-5666 St John's Marillac Hall site & Grant Kassap $440,000 97 University landscaping work Scorcia & Diana 285-5365 Nassau County Installation of Handicap Ramps Gerry Leonetti $1,500,000 97 Phase II 571-4385 Town of North Hempstead 18 Hole Final Shaping at Paul Roth $4,244,502 97 Harbor Links Golf Course 631-451-6222 Town of North Hempstead Construct a Par 3 Golf Course Paul Roth $481,349 97 & Rec. Facility 631-451-6222 Town of North Hempstead Harbor Links Golf Course Rough Paul Roth $1,700,000 97 Gradin 631-451-6222 St. Frances de Chantal Renovation and Addition to Claude Cuvie $750,000 96 Church Convent 243-5005 .Town of Hempstead Reconstruction of roads in John Flataco $1,850,000 96 Elmont 938-0600 Owner Description Contact Price Date Village of Kings Point Roads, curbs and drainage Jim Davis $532,000 96 482-7872 Village of Atlantic Beach Concrete Emily Siniscalchi $76,280 96 Atlantic Beach Roadway Construction 516 371-4600 r EQUIPMENT LIST Galvin Bros., Inc. 149 Steamboat Road Great Neck, NY 11024 Tel 516-466-3785 Fax 516-466-3607 YEAR MAKE 2000 Ingersoll Rand Asphalt Comp 1999 Plate Compactor 1999 Spec Tec Trailer 1999 Core Cut Water Saw 1999 Caterpillar D6 Dozer 1999 Pucket Brothers Paver 1999 Ford Van 1999 Cat D6M Dozer 1999 Caterpillar 330 Excavator 1999 Komatsu Wheel Loader 1999 Cat 330 Excavator 1998 Komatsu 3 20 Loader 1998 Puckett Bros Asphalt Paver 1998 Econoline Trailer 1998 Cat 446B Power Shovel 1998 Caterpillar 416 Backhoe 1998 Caterpillar 416 Backhoe 1998 Mack 1998 Bobcat ztor EQUIPMENT LIST 1998 Wazker 7060 Plate Tamper 1997 UD 1800 1997 GMC Sierra 1997 Pride Forklift 1996 Wacker 6065 Plate Tamper 1995 Dynapac Roller CC122 1995 Case Extendahoe 1994 Kenworth Tractor 1994 GMC Pickup 1994 Caterpillar 966 1993 Komatsu Excavator PC150 1993 Rammer Hammer 1993 Komatsu 36" Bucket 1990 Ford Van 1989 John Deere Dozer 1988 Mitsubishi Dump 1988 Mitsubishi Dump 1988 Mack Dump Truck 1988 Rodger Trailer 1988 Air Compressor 185Q 1988 Pucket Bros Grader 1987 Condor Lift 1987 Homemade Trailer 1986 Isuzu Box Truck 1986 Stow Half -Bab Cement Mixer 1986 Ford Pickup EQUIPMENT LIST 1986 Hudson Trailer 1985 Peterbilt Tractor 1984 Hudson Trailer 1984 Eager Beaver Trailer 1984 International 1983 Fruehauf Dump Trailer 1983 Pucker Brothers Spreader 1982 International 1980 Dynahoe Breaker 1978 Mack Truck 1978 Mercedes Truck 1975 Muller Frill -Bag Cement Mixe 1969 Highway Semi -Trailer 1969 Mack Dump Truck Hyster Roller C34A FLSSRE Safety Spreader Pressure Steam Loader TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS ALTERNATE #( Bids will be compared on the basis of the 0 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) �J r AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. Th% OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2001 Soatnow Town Clerk ♦ 1314\A 1027004.DOC(R01) B -9R Town of Southold Southold Landfill Closure BID SHEETS (continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. , The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. i ♦ 1314T0412019.doc(R02) B_% Galvin Bros., Inc. 149 Steamboat Road Great Neck NY 11024 Supplier for the Southold Landfill Fence: Residential Fences Corp. Amendola's Ponderosa Fence Textile & Liners: Chenango Contracting Inc Atlantic Lining Co., Inc. Samleen, LLC Serrot International, Inc. Geotech Services, Inc. Ragen Associates FSI Engineered Synthetic Products, Inc. Evergreen Technologies Epic Sales Landscaping: JC Quinn Gatz Landscaping Gayle Bard Landscapes, Inc. It Scenic Designs, Inc. Stone, Gabions Tilcon Maccaferri Gabions Inc. Drainage: Holbrook Plastic Pipe Supply Inc. American Shoring Inc. Coastal Pipe Water Supply Well Delta Well & Pipe Co., Inc. Environmental Drilling, Inc. Microtrench Utilities Eldor Contracting Corp. Bensin Welsbach Hinck 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 2. Geomembrane 4.3 3. Geocomposite Drainage Layer 4.4 4. Topsoil Layer 4.6 5. Erosion Control Blanket 4.7 6. Erosion Control Fabric 4.7 7. Stone Fill 2.11 8. Recycled Concrete Aggregate 2.11 9. Rip -Rap 2.11 10. Seed and Plants 2.9 11. Drainage Pipe 3.1 ♦ 1314TO412019.doc(R02) B-10 0 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: 40 a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and is b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and • c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce is any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ D . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated V C' o6f,- 3j 20 061 ( A LV 11J0 6"s,> Legal Name of Corporation (If Corporation, affix Corporation seal) � By , Name anj Title of Signato�j 'J ♦ 1314T0412019.doc(R02) B-11 JAN 3 1 2001 bouinold town Clerk • THE P.O. ADI—DRESS OF THE BIDDER I` q /� lq 8 0 g-) 1 Cn � D 1D Street tai coo l Y�o) e t\iNl w;4 City and State IF A CORPORATION • Name p (� / Address / 01.19 7 • /r� h Llri fJ President q� fou,(od a)e f c� f'�p,��JRSS Secretary • Treasurer IF A PARTNERSHIP • Names of Partners Address • IF A JOINT VENTURE • Names of Members • IF AN INDIVIDUAL Name of Individual • • ♦ 1314\M412019.doc(R02) B-12 • Address Address • ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION STATE OF &t&� • COUNTY OF S U f FyL 1L ) SS: On this 3 �` dm' v pc O© before me personally came and appeared ? v e to me known, who being by me duly sworn did depoM and say that he resides at N4 • that • he is the ae 5;Ae-;�f of 6ujvla spmS- the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. • MAS T. CONFOFMN SEAL Moh wiFPublic. State of New Yak o r No.OIC04850066 Quslified in Suffolk County,, J�iD�"joR \f �L%t3L1 G (IC UI -J7 O� Sl/1�{off /� Owannow Expires January 20�1Ns a ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP • STATE OF COUNTY OF ) SS: C • On this day of appeared one of the members of the firm of described in and who executed the foregoing the same as for the act and deed of said firm. SEAL before me personally came and to me known and known to me to be he acknowledged to me that he executed ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL • STATE OF COUNTY OF ) SS: On this day of appeared • the person described in and who executed t; the same. SEAL • ♦ 1314\F0412019.doc(R02) 0 B-13 before me personally came and to me known and known to me to be Bid and acknowledged that he executed • NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER • certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter • relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed • individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the • BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. • FIRM BY F► (CORPORATE SEAL, IF ANY) TITLE I!'Q.,e S d e n • ADDRESS i ' eu rnk oa-� kd d1V DATE:C';l J ♦ 1314T0412019.doc(R02) I] M �� BARBELLA ENVIRONMENTAL TECHNOLOGY, INC. NAME OF BIDDER • BID Town of Southold (OWNER) 2000 (CONTRACT NO.) 0 Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the • Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the 0 • remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: • a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. Addendum Date 1 OCTOBER 25, 2000 2 NOVEMBER 1, 2000 3 NOVEMBER 20, 2000 4 NOVEMBER 29, 2000 5 JANUARY 19, 2001 6 JANUARY 24, 2001 • ♦ 131 AM412019.doc(R02) B-1 0 i b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. • c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating • to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, • sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work • at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or • discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: • ♦ 1314\F0412019.doc(R02) B_2 0 Item Unit of Measure 1 L.S. 2 L.S. 3 Acre 4 C.Y. 5A C.Y. 5B C.Y. 5C C.Y Estimated Quantity 1 1 50 74,000 2,000 2,200 3,000 • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) Unit Price/Lump Sum Bid in Total Price Description Both Words and Figures Bid in Figures Pre -Mobilization (not to exceed four percent -r4 o &S4.n,k dollars $ oo �- of Total Amount of Bid) and e7 r O cents $ 2 13 eon^ © e.,.:( aLd FeTIt��� Mobilization, Maintenance and �� m �cuti d dollars nv $ 14-'3, O OO �. Demobilization (not to exceed two percent of and 2V_/`& cents Total Amount of Bid) $ j , o p 0`'--'' z Clearing and Grubbing i Nfff 74j""O Ory, AU "J"k dollars $ /5--�rOLIOQ and 'L]Zd cents $ 3i 100 $- Unclassified Excavation and Relandfilling dollars �n $ 4si 1000 to —51 and f t cents $ E16 91 -P -C 7 Removal and Relandfilling of Buried Waste - dollars 40 $ ,�G 4t.� Waste Excavation Area 1 (including Backfilling of Excavation with Clean Soil from On -Site Borrow) Excavation of Gas Migration Control Trenches Removal and Relandfilling of Buried Waste - Waste Excavation Area 2 ♦ 1314\A1027004.DOC(ROI) B -3R and Ze" cents $ /& 51K dollars and L&q cents $ b' We- e- dollars and ZO-" cents $ 9 $—e� $ 21,x^000 - T ♦ 13 WA 1027004.D0QR01) B -4R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and r 16 �4T dollars D $ ZS�, 000 Daily Cover from On-Site Sources and 2e-K v cents �— $ a 7 S.Y. 166,000 Geotextile - Type I ✓1 e-dollars $ 31�, 40? and F1 1 gG !j cents $ I! 8 C.Y. 56,000 Gas Venting Layer from On-Site Sources F1 UG t dollars and 5W -+(U-<,, cents em $ 3ZZ, 000 $ 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane dollars / $ R7fD0,t�0 and 41cents �— $ s 10 Vent 39 Landfill Gas Vents laa Aet-14AMP dollars $ and U0 cents $ OO — 11 S.Y. 39,000 Geocomposite U-c- dollars $2�0� _ and 51; cents aD 12 C.Y. 56,000 Barrier Protection Layer from On-Site ri J/C,- dollars $ 3153 &0010 . Sources and 5*1 �tIbcents ♦ 13 WA 1027004.D0QR01) B -4R ♦ 1314\A 1027004. DOC(RO l) 13-5R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site n ► Y7 5- dollars $ /80" aw �b Compost and On -Site Sand from Borrow and Z C r�ca cents Area $ 13B C.Y. 18,000 Contingency Topsoil from Approved Off- T"Cdollars $ Q e0 Site Sources and 'Uro T— cents $ Z' 04a 14 S.Y. 216,000 Erosion Control Blanket dollars $ 4 20 ,o and i� 1 ✓IG t�f� cents —�— $ /9 15 S.Y. 10,000 Erosion Control Fabricao 5f u e ✓1 dollars $ %, OOQ and Ura cents $ %a 16 S.Y. 226,000 Hydroseeding ZP ro dollars $ and S4eU_f, 11 cents �— ro 44w9"4ollars Q 5,QC1 d 17 L.S. 1 Landscaping 2 IY6 $ and 1eito cents $ 45 v00 i~Iu£ HUU0R1s0 FiF eo 18 L.S. I Rip Rap, Stone Fill, Gravel Fill and Reno THoj1.(.4JIJ dollars $ 5 ,000 " Mattresses and 'U" cents 5 v; A-1 $ ♦ 1314\A 1027004. DOC(RO l) 13-5R ♦ 1314\A1027004.DOC(RO1) 13-6R • • • I Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 19A L.F 6,030 6 -Foot High Fencing (vd- 6e -e dollars $ 1.38, oo d D and 2tt1-0 cents $ 23 19B L.F. 800 12 -Foot High Fencing I Y*-, dollars ` TtV —�T- and 0 cents $ &00 19C E.A. 2 Gates tour ,) V s KL)D dollars OD $ Qp and ZC.a.O 17 cents $U00- 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars $ '23.,40,0'0 and 'LUD cents $ >j �-v 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA TA 1 {-TIE is 0 dollars $ :53 300 and I&" cents �- $ 22 S.Y. 6,500 Main Access Road �v 21 - �( Ip-l� dollars $ and " cents 3 L.F. 1,200 Guide Rall �1 i(`I I;ollar`EC -2 '" t'1'c $ and cents —� p $ -41(.'—&0 (-�IC� ♦ 1314\A1027004.DOC(RO1) 13-6R ♦ 13141A1027004.DOC(RO1) B -7R • • . • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantit Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring 5 044 -S4 dollars Or $ 0 - Wells and zeDW cents $ (nU e 24B Foot 570 % New Landfill Gas Monitoring Wells o�� y� u/t�9 �t✓r`Gdollars //�0 00 $ �� and ZGr v cents $ 25A Foot 980 Abandon Existing Groundwater Monitoring F'16 Rry dollars $ 78.406 Wells and u" cents $ gv� 25B Foot 600 New Groundwater Monitoring Wells a6eA1414 kO dollars d� $ and V/0 cents $ IIU 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, 0�0 i� ���'✓lin dollars $ elle Stilling Basin and Manholes and Ila 0 „o cents �— $ fop, Gam" 27 L.F. 10,000 / Swale Underdrains and Anchor Trench f4GCV1 dollars OD $ Drains d1 7 cents -0j3 �,,�. ru.ndreda.n.,b Fob vo 28 L.S. 1 Water Supply Well and Electrical Service --rh 'C>uS�c�— dollars $1+0,000 and '2.2t- 0 cents $ Ono ♦ 13141A1027004.DOC(RO1) B -7R Item 29 30 • • • Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Unit of Measure Quantity Description Both Words and Figures Bid in Figures 0 L.S. 1 Siren and Electrical and Telephone Service FI _ F 1' ,,,x -i illars $ p o O 4 add Z,e-/`o cents $S�oao� D C.Y. 73,000 Sand Pit Regrading dollars ` d cents ♦ 13141A 1027004.DOC(RO l) B _8R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES $���, �Z D © . 0 0 IN WORDS o ccSa A f:rA- e F-�• c �-C � Qo l��c �s c Z QNo C2 ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. V'Au 3 l �1 3mo.+snuiu lawrl Clerk ♦ 13 WA 1027004. D0QR01) B -9R • • 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 E Urtlbf->~9W 1fcNOL06if5 l u :57756 << (%tox to&c / I-A4tt;44 2. Geomembrane 4.3 &e rl_ Q A r'►`'l ua �Ja 3. Geocomposite Drainage Layer 4.4 � 5ICAPS 14) .0 %fia�a� ��n0Q . 4. Topsoil Layer 4.6 GAc,r (A,P,S7 141►�s cr0 C.t!c.uts pp. quo �uci I) 5. Erosion Control Blanket 4.7 bos' �rrD— Amt iL(LA 6. Erosion Control Fabric 4.7 ` LAtiG► i 3 '� 7. Stone Fill 2.11 15 f U 611 44 10%. 8. Recycled Concrete Aggregate 2.11 5_A5 T CiA51' M i s L-1 9- Lt U, 9. Rip -Rap 2.11 is fk.5f t-- AST M t N l;S UT b LL W o 10. Seed and Plants 2.9 (�jf 1jC, ti t�+ /JaL �TZ C t4►u�S CAP� �!� j 3�0G:tis� �yt 11. Drainage Pipe 3.1 �� J,'iq uGo.2) J�t!(�_ tl 0") 1t %,�� 00� ��%T�e l'l� SGs `' it g.l� ioa�.`v/ //7�'7 ♦ 1314\F0412019.doc(R02) B-10 • 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under • penalty or perjury, that to the best of knowledge and belief: • a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and • b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. Bid Price. 8. The undersigned submits herewith Bid Security in the amount of :Z 5 of. In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date • . of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to • do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. • Dated ,Ta�r� 31 20_01 Rarhal 1 a F.nvi rn m ntal T nol o;;Y. Inc. Legal Name of Corporation (If Corporation, affix 1 a,&�a Corporation seal) • By me and Title oCSignatory. • F ank Barbella, President ♦131AM412019.doc(R02) B-11 J ,d , J 3 Z 8 2!;I • :cowrnoio sown Clerk • • ♦ 1314T0412019.doc(R02) B-12 • THE P.O. ADDRESS OF THE BIDDER 24 TANNERY ROAD Street • SOMERVILLE, NJ 08876 City and State IF A CORPORATION • Name Address FRANK BARBELLA President 24 TANNERY ROAD, SOMERVILLE, NJ BRUCE ROSETTO Secretary 24 TANNERY ROAD, SOMERVILLE, NJ • MICHAEL SCHMIDT 24 TANNERY ROAD, SOMERVILLE, NJ Treasurer IF A PARTNERSHIP ♦ Names of Partners Address IF A JOINT VENTURE • Names of Members Address • IF AN INDIVIDUAL Name of Individual Address • • • ♦ 1314T0412019.doc(R02) B-12 • • ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION 10 STATE OF New Jersey ) • COUNTY OF Hunterdon ) SS: On this 31st day of January before me personally came and appeared Frank Rarhal 1 a to me known, who being by me duly sworn did depose and say that he resides at 1 Red Robin Way, Flemington, NJ that • he is the President of Barbella Environmental Technology, Inc. the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. • SEAL MaUME GA. D Mi�33 A l i F I-Ic CJS- WM ERM 4:WNPES WW XMW ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP • STATE OF ) COUNTY OF ) SS: On this day of before me personally came and • • appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. to SEAL ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL • STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be • the person described in and who executed the foregoing Bid and acknowledged that he executed the same. • is SEAL ♦ 1314T0412019.doc(R02) B-13 • NON -COLLUSION CERTIFICATION 40By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER • certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed • individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false • • or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. • FIRM Barbella Environmental Technology, Inc. IM • (CORPORATE SEAL, IF ANY) TITLE • • • 0 DATE: January 31, 2001 ♦ 1314T0412019.doc(R02) Barbella ADDRESS 24 Tannery Road Somerville, NJ 08876 PENAL SUM FORM • BID BOND BIDDER (Name and AddnmQ BARBELLA ENVIRONMENTAL TECHNOLOGY, INC. 24 Tannery Road Somerville, N108876 SURETY (Name and Address of Pdng'oal Place of Business): NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA 70 Pine Street New York, NY 10270 OWNER (Name and AddMW TOWN OF SOUTHOLD Town Hall, 53095 Main Road Southold, NY 11971 BID BID DUE DATE. January 31, 2001 PROJECT (Brief Description Including Location): Contract No. 2000; Southhold Landfill Closure - General Construction BOND BOND NUMBER: 0001 • DATE (Not later than Bid due date): January 31, 2001 PENAL SUM: Five Percent of its Ma)amum Bid Price (-----5°k-----) (Words) (Figures) Tostf k • IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the temps printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER BARBELLA ENVIRONMENTAL TECHNOLOGY, Mal) Bidder's Na a Seal By: lSrr Signature and Title st u. Pns rYi��' tn-0 � r:4� Signature and Title 24 T Road, Somerville, NJ 08876 Incorporated in the State of New Jersey SURETY NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, Pte) Corporate Seal Harry c Rosenberg—Signm Attorney -in -Fad (Attach ftammiza- lip"sXT1dVi04 Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. EJCDC NO. 1910-28-C (1996 Edition) 00410-1 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the f4ure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if. 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date with= Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year ager Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. PENAL SUM FORM 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their eve addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return mcc* regnested, postage prepaid. and shall be deemed to be effective upon receipt by the party concerned. 9. Surety. shall cause to be attached -to 'this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. EJCDC NO. 1910-28-C (1996 Edition) 00410-2 0 U American Home Assurance Company PONVER OF ATTORNEY National Union Fire Insurance Company of Pittsburgh, Pa. Principal Bond Office: 70 Pine Street, New York, NY 10270 No. 01-13-10773 KNOW ALL MEN BY THESE PRESENTS: •That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsbur,h. Pa., a Pennsylvania corporation, does each hereby appoint ---Harry C. Rosenberg, John R. Mannering, Sally A. Shaw, Kathleen M. Berkelback, David C. Rosenberg, Matthew J. Rosenberg, Jane, L. Cole, Robin S, Schaffer, Sherri L. Gilpin: of Bala Cynwyd, Pennsylvania--- its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. have each executed these presents STATE OF NEW YORK ) COUNTY OF NEW YORK }ss. On this 14th day of January, 2000, before me came the above-named officer of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa., to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and •affixed the seals of said corporations thereto by authority of his office. JC :cPH 3. NOZ'_ Nctar/ %utiic, Sate of ,,yew York No, C7. N04652754 Qualified in Westchester County, Term Expires Jan, 31, >Z' this ,t4+" day of J Vi CERTIFICATE Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa. on May 18, 1976: "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact." I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh. Pa. do hereby certity that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation this 31st day of January 2001 • w Elizabeth M. Tuck Secretary 651660/90) PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN -IN SHEET OCTOBER 19, 2000 (please print) Contractor Name of Contractor's Representative Signature Telephone Number Fax Number/e-mail Address Z0RA/ 1M,-7,5 65 0* 5 FRACASSA 6 3) 595-666S G-3/ 585 - 6673 LeKt2,4, � � G_3 8-7b a ��97 G ui ?ie -sig o �► �3�- a�a�- ���� ��t aa�r- �,�� 65C LOW& �� � . �o �a J .-� �3 - 71!r- 0-70 2• --�75 � S.�,r4 e w sf-P, _n — Co?,� i o�, 3 ? � , 63/ 56393 (3i S63W;,. I 01a N O vlN'Na 4Qw weIQu�T c `tom r .,�-�;� - �``' '� -- 7 3 l - 7 � 4 - 7176 M ♦ 1314U 1018002.doc page 1 oIA f0 ,..-q .C-14- M � S= M M MME> M swan M' A& M =00 M. � nw�= PRE-BID MEETING TOWN OF SOUTHOLD CONTRACT NO. 2000 SOUTHOLD LANDFILL CLOSURE SIGN -IN SHEET OCTOBER 19, 2000 (please print) Contractor Name of Contractor's Representative Signature Telephone Number Fax Number/e-mail Address WW10M W 1av'1iu "r0{jn/ LJAKt't ,-- 7z L0/-7 L) Vie 9-&i f I J C 0)0e_o � 3 -2� � = q3 � 3 261" g366 xL chi �7�` ADX 4� �i�� �T Li /� ls% 10 EW-ZZ7_ ' k i0. � UV�s����c ' r✓T�= �� G z�r��pry 3;2y ��x - Fw 0 9 4 9 6-3, 36 0 0 9 i4 9 63 3 9S 9 5 i b3 t -74-7,0 i -763/ -7-2-7 0 '//Z/) ♦ 1314V 1018002.doc page 2 0 /\ 2 V Table 4.3-1 REVISED 60 MIL TEXTURED HDPE GEONDORANE ♦ 1314 \A1024003. doc (RO1) 4. 3-10R Specified Property Test Method Units Value Qualifiers"' Thickness ASTM D5994 Mils 54 Minimum Density ASTM D1505 g/cc 0.94 Minimum Melt Flow Index ASTM D1238 g/10 1.0 Maximum Condition E minutes (190°C, 2.16 kg.) Carbon Black % ASTM D1603 % 2-3 Carbon Black ASTM D3015 Rating A-1, A-2, Dispersion R-1 Tensile Properties ASTM D638 Type IV, 2 -inch gauge length Dumb-bell @2 ipm • Strength at Yield PPI 130 MARV (2) • Strength at Break PPI 75 MARV (2) • Elongation at % 13 MARV Yield • Elongation at % 120 MARV Break Tear Resistance ASTM D1004 Die C Pounds 45 MARV Puncture Resistance FTMS 101B Method Pounds 80 MARV 2065 Environmental ASTM D1693 10% Hours 1500 Minimum Stress Crack Igepal, 50°C Dimensional ASTM D1204 100°C, % change t2 Maximum Stability 1 hour Thermal Stability ASTM D3895 200°C, Minutes 100 Minimum OIT 1 ATM 02 Low Temperature ASTM D746 Degree F -107 Maximum Brittleness Procedure B Coefficient of ASTM D696 x10'' 2.0 Typical Linear Thermal cm/cm°C Expansion Volatile Loss ASTM D1203 % 0.3 Maximum ♦ 1314 \A1024003. doc (RO1) 4. 3-10R 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 Table 4.3-1 (continued) REVISED 60 MIL TEXTURED HDPE GEOMEMBRANE Specified Property Test Method Units Value Qualifiers�l� Water Absorption ASTM D570 % 0.1 Maximum Resistance to Soil ASTM D3083 (as Burial modified in NSF & 54 Appendix A) . Tensile Strength PPI at Yield and & Break Minimum . Elongation at 84 Yield and Break FTB Hydrostatic ASTM D-1ti1 Resistance & Seam Strengths ASTM D4437 . Peel Strength (Wedge) . Peel Strength (Extrusion) . Shear Strength (Wedge) . Shear Strength (Extrusion) % change 10 Maximum % change 10 Maximum 111�i 350 MARV PPI 88 & FTB Minimum PPI 63 & FTB Minimum PPI 84 & FTB Minimum PPI 84 & FTB Minimum (')MARV = Minimum Average Roll Values. (2 )The values given correspond to a yield stress of 2300 psi and a break stress of 1250 psi for textured HDPE geomembrane. FTB = Film Tearing Bond. ♦1314\A1024003.doc(RO1) 4.3-11R 1 1 1 1 Table 4.4-2 REVISED GEOCOMPOSITE PROPERTY VALUES Fabric Property Test Unit Specified Qualifier Method Value Geonet Component: Polymer % 95 Minimum Composition polyethylene by weight Polymer ASTM D1505 9/cm3 0.94 MARV Specific Gravity Polymer Melt ASTM D1238 g/10 min 0.1-1.0 MARV Index ASTM D4218 Carbon Black % 2-3 Range Content ASTM D1603 Foaming Agents N/A % 0.0 Maximum Nominal ASTM D5199 Inches 0.20 MARV Thickness Compressibility ASTM 1621 % 50 Maximum @ 20,000 psf Tensile ASTM lbs/in 45 MARV Strength D5034/5035 (machine direction) (MD) Transmissivity ASTM D4716 M2/ sec 1 x 10-3 Minimum (2)15,000 psf 1.0 HYD. GR. Geotextile Component: See Table 4.4-1 Geocomposite: (3) Transmissivity ASTM D4716 m2/s 3.0 x 10-5 Minimum (2) 10,000 psf - 1.0 HYD. GR. Ply adhesion (4) ASTM F904 lb/in 0.5 Average or ASTM D413 Tensile ASTM D4632 Lbs 500 Minimum Strength (MD) ♦1314\A1024003.d0c(R01) 4.4-9R Table 4.4-2 (continued) REVISED GEOCOMPOSITE PROPERTY VALUES Notes: 1. All values except transmissivity represent minimum average roll values (i.e., any roll in a lot should meet or exceed the values in this table). 2. The geocomposite shall be sandwiched between two steel plates. The minimum test duration shall be 1 hour and the report for the test results shall include measurements at intervals over the entire test duration. 3. Component properties are tested prior to lamination and are not tested on final product. 4. In lieu of testing manufacturer may substitute documentation that geocomposite system properties has friction angle performance suitable to application proposed. • 1314 \A1024003. d0c (R01) 4.4-10R �= M= M M= M M M= i M M M� M� i ♦ 1314\A 1027004. DOC(R01) B-3 R Total Price Bid in Figures Town of Southold Southold Landfill Closure BID SHEETS (REVISED) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures I L.S. I Pre -Mobilization (not to exceed four percent dollars of Total Amount of Bid) and cents 2 L.S. I Mobilization, Maintenance and dollars Demobilization (not to exceed two percent of and cents Total Amount of Bid) $ 3 Acre 50 Clearing and Grubbing dollars and cents 4 C.Y. 74,000 Unclassified Excavation and Relandfilling dollars and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars Waste Excavation Area I (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars Trenches and _ cents 5C C.Y. 3,000 Removal and Relandfilling of Buried Waste - dollars Waste Excavation Area 2 and cents ♦ 1314\A 1027004. DOC(R01) B-3 R Total Price Bid in Figures M= M r r M i M M M= M r== M M M M 12 C.Y. 56,000 Barrier Protection Layer from On -Site _ Sources and ♦ 1314\A 1027004.D0QR01) B -4R dollars cents Town of Southold I Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and dollars $ Daily Cover from On -Site Sources and cents 7 S.Y. 166,000 Geotextile - Type I dollars $ and cents 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources dollars $ and cents 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane dollars $ and cents 10 Vent 39 Landfill Gas Vents dollars $ and cents I I S.Y. 39,000 Geocomposite _ _ dollars $ and cents 12 C.Y. 56,000 Barrier Protection Layer from On -Site _ Sources and ♦ 1314\A 1027004.D0QR01) B -4R dollars cents M r M r M M M� M= r M= M r M M 17 L.S. 18 . L.S. I Landscaping and Rip Rap, Stone Fill, Gravel Fill and Reno _ Mattresses and ♦ 1314\A 1027004.DOC(R01) B -5R _ cents dollars _ cents Total Price Bid in Figures dollars $ cents Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site _ dollars Compost and On -Site Sand from Borrow and cents Area $ 13B C.Y. 18,000 Contingency Topsoil from Approved Off- _ dollars Site Sources and cents 14 S.Y. 216,000 Erosion Control Blanket dollars and cents 15 S.Y. 10,000 Erosion Control Fabric dollars and cents 16 S.Y. 226,000 Hydroseeding dollars Ana 17 L.S. 18 . L.S. I Landscaping and Rip Rap, Stone Fill, Gravel Fill and Reno _ Mattresses and ♦ 1314\A 1027004.DOC(R01) B -5R _ cents dollars _ cents Total Price Bid in Figures dollars $ cents M M M r r M M r M r r M M M w i r M M ♦ 1314\A 1027004.DOC(R01) 13-6R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Fipures 19A L.F 6,030 6 -Foot High Fencing dollars $ and _ cents 19B L.F. 800 12 -Foot High Fencing dollars and cents 19C E.A. 2 Gates dollars $ and cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars $ and cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars $ and cents 22 S.Y. 6,500 Main Access Road dollars $ — and cents 23, L.F. 1,200 Guide Rail dollars $ and cents ♦ 1314\A 1027004.DOC(R01) 13-6R r= M= r== M= M s= M M a r M M a ♦ 1314\A 1027004.DOC(R01) B -7R Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars $ Wells and cents 24B Foot 570 New Landfill Gas Monitoring Wells dollars $ and cents $ 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ Wells and _ cents 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. I Drainage Pipe, Inlet/Outlet Structures, dollars $ Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars $ and cents ♦ 1314\A 1027004.DOC(R01) B -7R M M M M M M M M M M M M M M M M i M i Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantit Description Both Wards and Figures 29 L.S. I Siren and Electrical and Telephone Service dollars and cents $ 30 C.Y. 73,000 Sand Pit Regrading drillars and cents $ 0 1314\A 1027004.DOC(R0I) B -8R Total Price Bid in Figures M M r M M M= M i i= M M M r M Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. ♦ 13141A 1027004.DOC(R01) B -9R U 3 0 co 04 04U U r2 V) z 0 U I z 1., U / M U 3 CL O 0 z 3 ­­­ I-- -w- - PROVIDE GENERAL FILL AS NEEDED SECTION "A -A" LEVEL SPREADER N.T.S. OF -NE�y ' G Y o r tI111lIINONQED K1UM110N OR AOp{ION 7 10 T16 7200 Or0�li K A NOlA1fOM 0F SEC710M T20! 11[ ti11 t'O11K AAl[ EDWAMN LAW - 054A$$ �Or�SS�r us.¢ �� VVWKA AM SM(MUCCI •, ®� O6�RUVD.iG eix A 0115 M Or ASSODAIM PC - 6' DEEP RIP -RAP LINING ON FLOOR AND SIDEWALLS (SEE SECTION) --I 0 0 a GUIDE RAIL J CONCRETE CURB NOTES: 1. SEE DRAWING NO. 27 FOR LEVEL SPREADER LOCATION. 2. FINAL CONTOUR GRADING IN THE VICINITY OF THE LEVEL SPREADER SHALL CONFORM TO THE ABOVE DETAIL. PSA! LEVEL SPREADER 1 "=10' TOWN OF SOUTHOLD SUFFOLK COUNTY. NEW YORK SOUTHOLD LANDFILL CLOSURE GENERAL CONSTRUCTION LEVEL SPREADER MAIN ACCESS ROAD 131• 2000 � AS nOtED t 1 A A i r 1 i i t 1 L Table 4.1-2 REVISED TYPE II GEOTEXTILE Fabric Property Test Method Unit Specified Value Qualiflero'� Wabric Weight ASTM D5261 oz/sq yd 11.8 MARV ,Thickness, t ASTM D5199 mils 120 MARV vGrab Strength(�) ASTM D4632 lbs 320 MARV Grab Elongation (2) ASTM D4632 % 50 MARV ;';Trapezoid Tear Strength(') ASTM D4533 lbs 120 V MARV ,puncture Resistance ASTM D4833 lbs 145 MARV Nullen Burst Strength ASTM D3786 psi 575 MARV Water Flow Rate ASTM D4491 gpm/sq ft 60 �/ MARV Permittivity ASTM D4491 sec'' 0.80 MARV Permeability ASTM D4491 cm/sec 029 MARV Apparent Opening Size (AOS) ASTM D4751 sieve size mm 100 0.150 MARV VCJV Resistance ASTM D4355 % strength retained 70 v MARV pH Resistance 2-13 Range Notes: ' (1) MARV - Minimum Average Roll Value. (2) Values in the weakest principal direction. ♦ 1314\J1113003.doc 4.1-8R No Ml M M M an no Ml M 4m, OW go as mt ,m � on 4ft Ml TOWN OF SOUTHOLD SOUTHOLD LANDFILL CLOSURE QA/QC SUMMARY CONSTRUCTION TESTING GEOMEMBRANE (REVISED) Test ASTM Frequency Sampler Laboratory Results to: Non -Destructive All Seams Contractor's Approved N/A ' Contractor's and Seam Test Geomembrane Installer Engineer's Designated Representatives Destructive (Peel) D4437 Minimum 115001.f. Contractor's Approved Cont actor's Approved Contractor's and Seam Test one pieceisample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive D4437 Minimum 115001.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test one piece/sample Geomembrane Installer Geomembrane Installer Engineer's Designated (Field) Representatives Destructive (Peel) D4437 Minimum 1/5001.f. Contractor's Approved Contrxctor's Approved Contractor's and Seam Test five pieces/sample Geomembrane Installer Geos; athetic Laboratory Engineer's Designated Representatives Destructive D4437 Minimum 1/5001.f. Contractor's Approved Contractor's Approved Contractor's and (Shear) Seam Test five pieces/sample Geomembrane Installer Geoslrnthetic Laboratory `� Engineer's Designated I Representatives Notes: 1. Destructive seam samples shall be taken at a minimum frequency of 1/500 l.f. The sample shall be distributed for testing as specified. 2. Conformance testing of any and all geomembrane properties may be performed by the Owner at the discretion of the Engineer. ♦ 1314W0109101.D0QR02) A -4R 1 1 1 1 1 1 1 A 1 1 1 1 1 1 IF -1 J State of New Y,-rk Department of Conservation WATER RESOURCES COMMISSION Long Island Well Application No. W-2620 In .:he Matte:—' h s -t i ,;�4itication - o f the - TOWN OF SOUTHOLD for Approval of the sinking of a new well at its property on the north side of Middle Road (County Route 27), at Cutchogue, Town of Southold, Suffolk County, New York. D E C I S I O N Application filed April 8, 1968 Hearing held in Greenport, April 17, 1968 Decision May 2, 1968 1 NAME OF BIDDER BID Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). ' 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, ' BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final -Completion and readiness for final payment until the Work is completed and ready for final payment. ' 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as ' specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda; receipt of all which is ' hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. ' Addendum No. Addendum Date Iola ♦ 1314T0412019.doc(R02) B_ I 1 b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface ' conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in ' Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, ' sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. ' j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. ' S. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: I• 1314\110412019.doc(Ro2) B-2 f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions ' of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. ' h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. ' j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. ' S. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: I• 1314\110412019.doc(Ro2) B-2 M s M ■■c ■s � r = � .. _ MIM � � --an oft MIM Town of Southold Southold Landfill Closure BID SHEETS (REVISED P 13141A 1027004. DOC(R01) B -3 R Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 1 L.S. 1 ✓Pre -Mobilization (not to exceed four percent Two II OtJoacD t' 16NT'7'MO 0 sC! V1 d dollars b $ 24 0 , 0(00. of Total Amount of Bid) and h o cents 2 L.S. 1 VMobilization, Maintenance and 0N6 fiQM0 ' 0 TW0 Tkousnuodollars $ )0 2, d G6 1 crd Demobilization (not to exceed two percent of and No cents Total Amount of Bid) $ L v w, P S v `v, 3 Acre 50 ''/Clearing and Grubbing TwC L.V t N v NOR Eodollars and h a cents 4 C.Y. 74,000 v'Unclassified Excavation and Relandfilling /I:r/V15 dollars $ 370 Tam . e'j and h C) cents $ 6- 5A C.Y. 2,000 ::Removal and Relandfilling of Buried Waste - S / X dollars $ / 3� .�� O . e1 Waste Excavation Area 1 (including and S' vEUTV- E 6(kInts Backfilling of Excavation with Clean Soil $ 7 from On -Site Borrow) 5B C.Y. 2,200 \/Excavation of Gas Migration Control / W D dollars $ (o, 672, it Trenches andSEdEVr-Y- S/, C� cents $ 5C C.Y. 3,000 v Removal and Relandfilling of Buried Waste - // Rdollars $ 9 Waste Excavation Area 2 and 016 cents P 13141A 1027004. DOC(R01) B -3 R LAW sm Vw �. Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) 1314\A 1027004. D0QR01) 134R Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures 6 C.Y. 36,000 / /Contour Grading Material, General Fill and 7—P RE %- dollars $ d -r,/ Daily Cover from On -Site Sources and cents $ 3 • as 7 S.Y. 166,000 titGeotextile - Type I —7—vie) dollars $ 3 3d !J d arm and Mb cents $ -Z . a -J 8 C.Y. 56,000 vGas Venting Layer from On -Site Sources %%I Rz� g dollars and Y1a cents $ . dz 9 S.Y. 166,000 ¢0 Mil Textured HDPE Geomembrane p VC dollars $ d ��� 5�0 and Se X7�ECA) cents 10 Vent 39 t ,andfill Gas Vents Qac/£ Th0uwyw o lje p Ij'� 0 6-'Y,8 71' $ 416 Odtr and 4,1 cents $ ew-& // a 1 I S.Y. 39,000 �eocomposite I CI (iie- dollars $ � 0. 0z and rwCAI1-Y cents $_ 1G L0 12 C.Y. 56,000 V arrier Protection Layer from On -Site Lf E. dollars $ _orv, , QZ1 Sources and /VU cents $ 's' 04 1314\A 1027004. D0QR01) 134R Estimated Item Unit of Measure Quantity 13A C.Y. 20,000 13B C.Y. 18,000 14 S.Y. 216,000 15 S.Y. 10,000 16 S.Y. 226,000 17 L.S. I 18 L.S. Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Unit Price/Lump Sum Bid in Description Both Words and Figures V,AVegetative Growth Medium Using On -Site 5F VE:&l dollar Compost and On -Site Sand from Borrow and .Vv cents Area Contingency Topsoil from Approved Off- dollars Site Sources and 9.i64/cents $ /340' �E�osion Control Blanket % G✓ v dollars and 77c.,i/ _ cents $ ?./0 erosion Control Fabric %x dollars and /✓U cents $ 6.00 tHydroseeding AVO dollars and X42rx cents $ 5�Q Landscaping A—A oIIarsh' and cents .Rip Rap, Stone Fill, Gravel Fill and Reno rwa ✓u��?�'` S' X �I� r d$ Mattresses 7'h'v% �A/C2 cents xr�tn4cc[ $ z'6,9,,1Ce3.00 • 1314 W 1027004. DOC(R01) B-5 R Total Price Bid in Figures 00 $ SIV, 4�(ea.09 $..j,5 ,120.00 013 WA 1027004. DOC(RO O B -6 1Z Total Price Bid in Figures $ 113 nc-a : s -e $ 9 p0. ern $ 6 ao6. e -v $ 1-5z-0,0, r -r $ $d2 7/.:,:o -v Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 19A L.F 6,030 �--Foot High Fencing 11 �e e _ dollars and ." c. - cents 19B L.F. 800 / !}!Z -Foot High Fencing 7 -,�P_ dollars and t cents $ o 3 s 19C E.A. 2 Oates dollars and /-,W cents $oua0. Cv 20 S.Y. 2,600 1aintenance Roads - 6" Deep RCA 5 x dollars ancents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA _�� '� �' dollars and vim,. f tut cents $ &.75 22 S.Y. 6,500 �f (Main Access Road a , ?r�t9v dollars and r" cents $ Vaso 23 L.F. 1,200 �,uide Rail S' Y§ )C, dollars and cents $ GSA 013 WA 1027004. DOC(RO O B -6 1Z Total Price Bid in Figures $ 113 nc-a : s -e $ 9 p0. ern $ 6 ao6. e -v $ 1-5z-0,0, r -r $ $d2 7/.:,:o -v Town of Southold 013141A 1027004.DOC(R01) B _7 R Total Price Bid in Figures $)-�,6, e D $ '�o po6, ere Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quanti Description Both Words and Figures 24A Foot 260 / lgtbandon Existing Landfill Gas Monitoring 5 f t- dollars Wells and N o cents $ (oo , o0 24B Foot 570 Vew Landfill Gas Monitoring Wells SCv e., 6e dollars and Ne cents 76 25A Foot 980 ibandon Existing Groundwater Monitoring �j txr dollars Wells and do cents $ o.Ov 25B Foot 600 llew Groundwater Monitoring Wells dollars and cents $ r -o 26 L.S. I r�inage Pipe, Inlet/Outlet Structures, 74,4—d /Tw dollars Stilling Basin and Manholes and cents $ 6s" 27 L.F. 10,000 igwale Underdrains and Anchor Trench J�x dollars Drains and A-10 cents $ cry 28 G.S. 1 dater Supply Well and Electrical Service 1"'erfY'-7;—e 74w -s --dollars and cents 013141A 1027004.DOC(R01) B _7 R Total Price Bid in Figures $)-�,6, e D $ '�o po6, ere ■■r r rr r ! r r► 4w 6.00 ,rs r M Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and FiiurrJes 29 L.S. 1 /Siren and Electrical and Telephone Service L.;-,°`"3citollars and "J cents // $oc� 30 C.Y. 73,000 1Sand Pit Regrading dollars and Aly cents $ 3,y_n 1314\A 1027004. DOC(R01) B -$ R Total Price Bid in Fisures $�z Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS /iyf. AYIL(1t9N r�/o Nva �� A,✓� :r1X'r9jF,ry > iYf. u5 �.y r•me g E �t� 51K7 SAX ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2001 boutnotd Town Clerk • 13 141A 1027004.DOC(R01) 13-9R 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Sua_oliers' Name and Address 1. Geotextiles 4.1 No-B�Sk p/ -Rs rlc G/ Pj 00,04 y 36 / rf715 sT e 2. Geomembrane 4.3 S� R4a 7` 3. Geocomposite Drainage Layer 4.4 S6- 4. Topsoil Layer P Y 4.6 %-f toy nwre�crl6v � M�r�/KGs xdVG �f0 W. / /S7- � �l ✓E•2. h' irk' O �/`� 5. Erosion Control Blanket 4.7 N6z.6P40 k P/PIC 6. Erosion Control Fabric 4.7 / L/- P/p6 7. Stone Fill 2.11 7-6 V -(-y C.6A.7 �,IA16 V -fili7F' /09GS�SNC. 8. Recycled Concrete Aggregate 2.11 7-6 cd kyle✓ (7-1 t%G V 14 X rE "&XjSx1c se 14 9. Rip -Rap 2.11 i 10. Seed and Plants 2.9 11. Drainage Pipe 3.1 I�IOG ,diC.00% /, i tOy ♦ 1314TO412019.doc(R02) B-10 J 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made b the BIDDER, directly or indirectly, to induce P Y Y Y any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $�Q�_ In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated A0twt. 3 20' t o V! � � A& . ✓' r t� /11 �rv�c Legal Name of Corporation (If Corporation, affix Corporation seal) By fR ECE IV E -D Name an o Signatory JAN 3 1 21001 ♦ 131AF-W12019.doc(R02) B-1 1-ourhold Town Clerk 1 1 1 1 1 1 1 THE P.O. ADDRESS OF THE BIDDER IF A CORPORATION Street City and State Name / Address �biG . e - rl r . President �5 a 4,4 4 `le v �r A Secretary 8 a >,,4 �C;42-treasurer 5�llt •f /1 ►z /t/ IF A PARTNERSHIP Names of Partners Address IF A JOINT VENTURE Names of Members Address IF AN INDIVIDUAL Name of Individual Address ♦ 1314\M412019_doc(R02) B_ 12 1 1 i 1 1 1 1 STATE OF COUNTY C On this da ofLi... before me personally came and appeared o t. r f to ane known o being by me duly sworn did depo a and y t , t he resi es at t 9 Gl %'�� that he is the r5 I'c n.� of 3LV-- the corporation described in and which executed the f egoing Bid; the knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. SEAL cTJAiJ �o � /A7� s ACKNOWLEDGMENT OF BIDDER IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. I SEAL ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. ISEAL t I♦ 1314T0412019.doc(R02) B_ 13 1 A i Ci Ll 1 t 1 u NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law.of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. I(CORPORATE SEAL, IF ANY) 17 n FIRM e. BY Z4 TITLE ADDRESS g ell kj'V,ty_it.4J)i DATE:A' �� 1 I♦ 1314\M412019.doc(R02) B-14 AGREEMENT THIS AGREEMENT made as of the [ day of [ I in the year 2001 by and between Town of Southold ("OWNER") and Terry Contracting & Materials, Inc, ("CONTRACTOR"). ' WITNESSETH THAT OWNER and CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. The CONTRACTOR shall perform all Work as specified or indicated in the Contract Documents for the completion of the Project generally described as follows: Closure Construction of the Town of Southold Landfill. Article 2. ENGINEER. The Project has been designed by: D VIRKA AND BAR TIL UCCI CONSULTING ENGINEERS 330 CR OSS WA YS PA RK DRI VE WOODBURY, NY 1179 7-2 015 who will act as ENGINEER in connection with completion of the Project in accordance with the Contract Documents. Article 3. CONTRACT TIME AND FINAL CONTRACT TIME: The Work shall be substantially completed in accordance with Section 14 of the General Conditions within 270 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). ' Article 4. CONTRACT PRICE: OWNER shall a CONTRACTOR for performance of PY the Work in accordance with the Contract Documents in current funds the sum of five million itwo hundred sixteen thousand three hundred sixty six dollars and fifty cents ($5,216,366.50) (representing the total amount bid) and that amount as increased or decreased by additions to or deductions from the Work covered by the Contract Documents, is the amount of the Contract Price. As provided in Section 11 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in Section 9 of the General Conditions. Unit prices have been computed as provided in Section 11 of the General Conditions. Article 5. APPLICATIONS FOR PAYMENT. CONTRACTOR shall submit Applications for Payment in accordance with Section 14 of the General Conditions. Applications for Payment will be reviewed by ENGINEER as provided in the General Conditions. 1 ♦ 1314\Go226103.DOC Page 1 of 7 Article 6. PROGRESS AND FINAL PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values provided for in Section 14 of the General Conditions. 6.1 Retained amounts shall be limited, except where greater retention is necessary under specific circumstances, specifically provided for in the Contract Documents, to the following schedule: 6.1.1 Retention of five (5) percent of payments claimed until work has been completed, provided that the CONTRACTOR is making satisfactory progress and there is no specific cause for greater withholding of any amount necessary to satisfy any claims, liens or judgments against CONTRACTOR. 6.1.2 Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 100 percent of payments claimed less two times the value of any remaining items to be completed and any amount necessary to satisfy any ' claims, liens or judgment against CONTRACTOR. 6.1.3 A municipal, state or federal bond may be accepted in lieu of all or part of Ithe cash retainage. 6.2 Upon Final Completion of the Work and settlement of all claims, OWNER shall pay the remainder of the Contract Price as provided in Section 14 of the General Conditions. Article 7. CONTRACT DOCUMENTS. The Contract Documents which comprise the Contract between OWNER and CONTRACTOR are attached hereto and made a part hereof and consist of the following: 7.1 This Agreement (pages 1 to 7, inclusive). 7.2 CONTRACTOR's Bid and Bonds. 7.3 Notice of Award. 7.4 Instructions to Bidders (pages I-1 to I-11, inclusive). 1 7.5 General Conditions ages GC -1 to GC -65, inclusive). ' 7.6 Supplementary Conditions (pages SC -1 to SC49, inclusive). 7.7 Detailed Specifications. ♦ 1314\G0226103.DOC Page 2 of 7 7.8 Drawings as listed in the Specifications. 7.9 Addenda numbers 1 to 6, inclusive. 7.10 Any Modifications, including Change Orders, duly delivered after execution of this Agreement. 7.11 Appendices. ' Article 8. CONTRACTOR'S REPRESENTATIONS. 8.1 In order to induce OWNER to enter into this Agreement CONTRACTOR ' makes the following representations: 8. 1.1 CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 8.1.2 CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 8.1.3 CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. i8.1.4 CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions ' in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which has been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. 8.1.5 CONTRACTOR has obtained and carefully studied (or assumes responsibility) for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and ' Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. 8.1.6 CONTRACTOR does not consider any further examinations ' investigations, explorations, tests, studies, or data are necessary for the performance of the Work .1314\G0226103DOC Page 3 of 7 1 L� 1 at the Contract Price, within the Contract Time, and in accordance with the other terms and conditions of the Contract Documents. 8.1.7 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. 8.1.8 CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 8.1.9 CONTRACTOR has given ENGINEER written notice of all conflicts, ' errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof of ENGINEER is acceptable to CONTRACTOR. 8.1.10 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 8.2 Terms used in this Agreement which are defined in the General Conditions shall have the meanings indicated in the General Conditions. 8.3 CONTRACTOR shall not, without the prior written consent of the OWNER, assign or sublet in whole or part his rights or interests under any of the Contract Documents; and, specifically, but without limitation, CONTRACTOR shall not assign any ' moneys due or to become due without the prior written consent of the OWNER, and unless specifically stated to the contrary in any written consent to an assignment, no assignment will ' release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.4 OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. ' 8.5 The Contract Documents constitute the entire agreement between OWNER and CONTRACTOR and may only be altered, amended or repealed by a duly executed 1 written instrument. Article 9. OTHER PROVISIONS. ' 9.1 CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Article 3. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly instead of requiring any such proof, OWNER and ♦ 1314\Go226103.DOC Page 4 of 7 1 1 i 1 1 1 11 1 1 1 i 1 1 1 1 r 1 1 CONTRACTOR agree that as liquidated damages for delay, but not as a penalty, CONTRACTOR shall pay OWNER $1,500 for each consecutive calendar day that expires after the Contract Time specified in Article 3 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in Article 3 for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 9.2 Severability: Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. OWNER Town of Southold BY �G rn.. Jean W. Cochran Supervisor (CORPORATE SEAL) CONTRACTOR Terry Contracting & Materials, Inc. BY (CORPORATE SEAL) Attest Attest Gregory oski, Esq. ,TWn Attorney 6( .13MGQ226101DOC Page 5 of 7 1 1 1 1 ACKNOWLEDGMENT OF PRINCIPAL, IF A CORPORATION STATE OF &�% ypeV� ) SS: COUNTY OF SUIk. ) On this 30�— day of �P�rt, 200 before me personally came and appeared o1o�ric c►., -(Err J� to me known, who being by me duly sworn, did depose and say that he r sides at So n that he is the '�Vbesidcr4 of "['er� CpY�-� and 1�IQ ICLL-) I rr-- the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation, and that he signed his name thereto by like order. SEAL MARY C. WILSON Notary Public, Stats of New Yorl I No. 09WN 043236 Qualified In Sufbik County CO"'�&ft OF PRINCIPAL, IF A PARTNERSHIP STATE OF _ COUNTY OF ) SS: On this day of 20_ before me personally came and appeared to me known and known to me to be one of the members of the firm of described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of said firm. SEAL ' STATE OF COUNTY OF 1 ACKNOWLEDGMENT OF PRINCIPAL IF AN INDIVIDUAL ) SS: On this day of 20_ before me personally came and appeared to me known and known to me to be the person in and who executed the foregoing instrument and acknowledged that he executed the same. SEAL ♦ 1314\G0226103.DOC Page 6 of 7 L ' ACKNOWLEDGMENT OF OFFICER OF - rowA. C( SO(.lgitt-.b (OWNER) EXECUTING CONTRACT ' STATE OF P,1 J y0 RK } t ) SS: COUNTY OF S LkK—a LK ) On this �' day of May 20 6 1 before me personally appeared �"eax� C�tYGGYt , Go iseioner. -T0tzn S1Pe'nn50Y The duly elected and qualified S of executed the foregoing ' instrument, to me known and known to me to be such TO vnA u=vi.hpr of the -town D(9u.-�AMIA andl1e being by me duly sworn did depose and say; that5he is the -(burn SuZeX%AsaY of the -r Iyn 9Spr n Id ; thatlle resides at 21 p that,+e knows the corporation seal of said iboj� s6U hold ; that the seal affixed to said instrument is such corporate seal; and thaOie executed the same as such -15uny_ 1 for the purpose herein mentioned. MARY C. WILSON i Notary Public, State of New York No. 02Wf6043236 Qualified in Suffolk County Commission Expires June 12, a00R 'J 1 1 1 ♦ 1314\Go226103.DOC Page 7 of 7 Ed i %M • m • = • = • = %w =10 me = i CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name Contractor Number Address ICC S vir,6 City State Zip Code Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours I. Total Dollar Value of the Prime Contract �' � `1 �' 7� ' �.5 5. Total Number Employees/ Work Hours c= C'L ,0 2. MBE Goal Applied to6. the Contract %' %u� 7 est' Total Goal for Minority Employees 1t 7c) 3 l �fG. 3. WBE Goal Applied toI the Contract C< �(%� jS'� 7. Total Goal for Female Employees �� 3 1,l 3Ito 4. MBE/ WBE Combined Totals i3,4 74"�7iL3 JH6 i 8. EEO Combined Totals'• oy For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) WBE I EEO -Minorities (%) ♦ 1314\M412018.doc(R03) 1-7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name:fiKS €NGi�✓EF1� �' s ✓2v�Ey/n/(a $ �0 7 u 50. 00 address: /-,;WE city: NE w YG2K state/zi code: /V)1 / v 0 3Y Date: telephone: l a- 7� 7 -199 7 name: $ address: cit state/zip code: Date: telephone: name: $ Date: address: cit state/zip code: telephone: ♦ 1314\F0412018.doc(R03) I-8 go po •M 0 M 0 M 0 M *= Mo 6% = or 4W •4M •• = •• = •• = •• mweftm r* dit = me SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: DAe.-m W vno cc w.z� ►2�[NN .¢rM' DaN.. v' rq -i- 57c4-: �c45 w a -f Ecc �.= .,+64-0a- .(60 L� a45 9,9C r20V 401-4a2 W44 3 '7130, 6r,cit $ � address: Y 7 UA//o--/ ILL iZpNKl7n/KG�►9f� state/zi code: /,i y1 77 Date: q-1-01 telephone: Co i - 9$/ -, SS name:L� 2t90K L i� MISCC/,1NEs,L'S Date: 4 - f - o t address:.3rl cit oLi32v0K state/zip code: /V I / 7A -7 telephone: & 3i - 5g - 6 t eo name: 13oH6,414 6,01W£v E✓ 1 9,2c5Ec-0/-iG �� �� ®Cc S y $ i✓r!% 76C. GU Date: ,.t _I _ol address: A. 0, 13C,>,( 5,41 city: state/zip code: A., y // 7016 telephone: 631--5619-365F] ♦ 1314\M412018.doe(R03) I-9 r 4M 04M •• = •• = •• = •• N=911�=l 61" SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: lyC zc: c -K pt77c- PIA 1660, C oc 5Y rYPL.£ G 6,�2 725 x774, lo 000r sY TYPEY `EaT-% x 77 k $ 00 Date: 4-1-01 address: 361 7,9-� 7?2Fi- city: helz34wj< state/zi code: ti Y r/ 7Af7 telephone: name: ,�J�r�9kA�I�� •' � 030 Z -f csG� L F (;+r�-5 ' a &-W 1M11-: , ,;LOU 4A $ / 9S, 757, c)o Date: if - !-of address: 9-5 sl/ki Y �D city: 'C"" 4C'V'KC' n'4 state/zip code: ,i� y //779 telephone: 631- 1-67-C-6,77 name: $ Date: address: cit statelzi code: telephone: ♦ 1314\F0412018.doc(R03) IM M •r. 04M so= •• M •• = •• lP%= M& ad M 1i SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories Total Work Hours of Contract All Employees MinorityEm loyees Males Females Black Asian Native American Hispanic Officials/ Managers Professionals '�i G � 'ii C) 0 Technicians Sales Workers Office/Clerical Craftsmen Laborers fog GC' �i GC C%&c Service/Workers TOTALS 3.. �� 1G" �(_.% ,'I� 3'f(7 �� % U ♦ 1314\M412018.doc(R03) 1-10 V' Ik[ /'5)1115 > /wL NAME OF BIDDER I6 Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. /Vu . / A/0- -1 'Vo- 3 /V U. /Vo. 5 N� • E ♦ 1314T0412019.doc(R02) B-1 Addendum Date oG--1�1/3i;2 A'5 -46C-1c tiwvE�gE? �9� ��cw •;/1�'v'�-7 �q/ �o'G/ b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. ' e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to • be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. ' f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the ' Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. S. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314\M412019.doc(R02) B_2 Estimated Item Unit of Measure Quantity I L.S. I 2 L.S. 1 3 Acre 50 4 C.Y. 74,000 5A C.Y. 2,000 5B C.Y. 2,200 5C C.Y. 3,000 •m • r • M • M11�= 0=9 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) Unit Price/Lump Sum Bid in Description Both Words and Figures TWC Hv ,2 Twr -;-Y - Pre -Mobilization (not to exceed four percent �' THovS ¢ dollars of Total Amount of Bid) and Z E%LO cents $ .4,;- 1f coo, vU C.Vf- titrwakn 7`wi"VE Mobilization, Maintenance and N04A 9 OAQ &V*00 dollars Demobilization (not to exceed two percent of and 2640 cents Total Amount of Bid) $ //A /00' 00 f/ vc HVA10I, Q Clearing and Grubbing r-I'Z % - O v dollars and Z E20 cents $ -5540c' Unclassified Excavation and Relandfilling 7*266 dollars and Si JCT `1 cents $ 3, 66 Removal and Relandfilling of Buried Waste - 15i X dollars Waste Excavation Area I (including and Z te?-o cents Backfilling of Excavation with Clean Soil $ 6.00 from On -Site Borrow) Excavation of Gas Migration Control 71CV dollars Trenches and .SEvE.N7-Y cents $ /0,70 Removal and Relandfilling of Buried Waste - e9:�/VE dollars Waste Excavation Area 2 and 56V6vTY- or-/yE cents $ S,75 ♦1314\A1027, DOC(R01) B -3R .i M i Total Price Bid in Figures $ ,ivy 000. CIO $ $'qL_�55Fi. UG $ / oo, 00 $i � x.5420 ou ♦ 1314\A 1027004.D0QR0I) 134R No Total Price Bid in Figures `J --UO. c ---7-- $'J') 9- /oc% �U $1`%GG: G'L� cc $ `t if 756: &c, T $ /73. 550.c;t: Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and dollars Daily Cover from On -Site Sources and 5Ev€N7,Y cents $ 4, '7Q 7 S.Y. 166,000 Geotextile - Type I CgNE dollars and 7Hi2iY-r/V6 cents $ 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources dollars and cents 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane F1 V dollars and Tlvf_*, 7- TwO cents $ S. '�_ 1�1 p.vE 7-NQvy4^0 TwC� 10 Vent 39 Landfill Gas Vents Hv✓91SW FIA7"Y dollars and 7-6ZO cents 11 S.Y. 39,000 Geocomposite FCiit.2 dollars and cents $ 12 C.Y. 56,000 Barrier Protection Layer from On -Site F/ ✓E dollars Sources and 7'w,6AJ7-/ cents ♦ 1314\A 1027004.D0QR0I) 134R No Total Price Bid in Figures `J --UO. c ---7-- $'J') 9- /oc% �U $1`%GG: G'L� cc $ `t if 756: &c, T $ /73. 550.c;t: Ni i •M • = • M • =4�= on* ♦ 1314\A 1027004.D0QR01) B -5R .i = i Total Price Bid in Figures $// `%4 0000. 00 $ $ % BOG: GO $ `t 9 7I G, vU Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site /VI A/ OE dollars Compost and On -Site Sand from Borrow and 5i xry cents Area $ 9. GC 13B C.Y. 18,000 Contingency Topsoil from Approved Off- TW4 iv 71Y dollars Site Sources and Zf2GU cents $. 0V 14 S.Y. 216,000 Erosion Control Blanket 01V6_ dollars and 7'Wffdi-Y- f/1iC cents $ 15 S.Y. 10,000 Erosion Control Fabric dollars and Z4_ZV cents $ 4 -cc 16 S.Y. 226,000 Hydroseeding Z C/z-C• dollars and cents $ 17 L.S. 1 Landscaping fO/11Y-M461 1-;10v$4,J12 dollars and Z9,2U cents $ L�7 CUf1. tX.� fUVQ NVNO?W E%foN?y — 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno 7NO1159"P dollars Mattresses and ZE2y cents $ 'f 97 0004 oU ♦ 1314\A 1027004.D0QR01) B -5R .i = i Total Price Bid in Figures $// `%4 0000. 00 $ $ % BOG: GO $ `t 9 7I G, vU r an %N •M • r • = • =11�= am* Estimated Item Unit of Measure Quantity 19A L.F 6,030 19B L.F. 800 19C E.A. 2 20 S.Y. 2,600 21 S.Y. 4,100 22 S.Y. 6,500 23 L.F. 1,200 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Unit Price/Lump Sum Bid in Description Both Words and Figures 6 -Foot High Fencing iWgA,,7y—Oy dollars and cents $ ,ill, 'h0 12 -Foot High Fencing dollars and cents $ 14-9. 50 7wr7 7'hOV34-0 Gates FivE Hy -'91 9 dollars and Z FeW cents $ 5f?Cr C>G Maintenance Roads - 6" Deep RCA 7-r'- A.' dollars and Z C U cents $ /d. CC Maintenance Roads - 12" Deep RCA EN dollars and 51>0-Y cents $ /,S. &G Main Access Road F/FTy - SEVEN dollars and ZC2o cents $ .57, CG Guide Rail E/01 -T dollars and ZE2G cents ♦ 1314W 1027004.DOC(R01) B -61Z mi w 61 Total Price Bid in Figures 21 $ cc C, cc $? (G, cc $ Ed do IAM OM • r • M • rIDIM ME0 ♦ 1314\A 1027004.DOC(RO1) B_7R ■e = i Total Price Bid in Figures $ $ S 9, I -Ra, op $ 96 a6cic $ 5o uo0, co $ /'f �lif% CY& Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring j5l& ; Y- el&W- dollars Wells and Z ee- , cents $ &S" v0 24B Foot 570 New Landfill Gas Monitoring Wells EIN>Ty-EI(cffr dollars and Z Ev cents $�. c.c 25A Foot 980 Abandon Existing Groundwater Monitoring IWIVErY `OAC dollars Wells and Z€20 cents $ ?/, 00 25B Foot 600 New Groundwater Monitoring Wells Vl,,467"Y - O?vE dollars and Z Env cents $ 91, 00 ,v11vET Y - 5/K 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, VOV5 610 Si art Y dollars Stilling Basin and Manholes and Z52& cents $ 96 060. oo 27 L.F. 10,000 Swale Underdrains and Anchor Trench 'or-/y'E dollars Drains and 2'&W cents $ 5'. cc) a�vE Hvvaw Fo21^j - 28 L.S. 1 Water Supply Well and Electrical Service TWO YW(iyfgNo9 dollars and 2F1Z0 cents $ ♦ 1314\A 1027004.DOC(RO1) B_7R ■e = i Total Price Bid in Figures $ $ S 9, I -Ra, op $ 96 a6cic $ 5o uo0, co $ /'f �lif% CY& Md r. Item Unit of Measure 29 L.S. 30 C.Y Estimated Quantity 1 73,000 •„ • M • M • � •= Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Unit Price/Lump Sum Bid in Description Both Words and Figures Fa2rY- Five Sven and Electrical and Telephone Service 77NV59N0 dollars and 70,20 cents 000, UO Sand Pit Regrading TwC1 dollars and cents $ ♦ 13 WA 1027004.DOC(RO1) B -SR we s i Total Price Bid in Figures $`7�_ x'00. uG $ % 78 91,5z% CC -- z so i !■o • M • r • = 6 = %= mmle Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES $ , G X5.4`7A.GG' IN WORDS FIVE /►l/L-G/civ S'�X HyNI�?�� TWrNi y - F/Vc rH®Vs IIJo ZVO HVM,01612 N14 e -r7- rwa we r i ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. eECEIVED JAN 3 1 2;", 0 1 Sournola 'own Clerk ♦ 1314\A1027004.D0QR01) 13-9R EN i %M •M • m e = • M%M MMO wd = i 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item 1. Geotextiles 2. Geomembrane 3. Geocomposite Drainage Layer 4. Topsoil Layer 5. Erosion Control Blanket 6. Erosion Control Fabric 7. Stone Fill 8. Recycled Concrete Aggregate 9. Rip -Rap 10. Seed and Plants 11. Drainage Pipe Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 4.1 / &11J31WCK .>'(i/ T.47, -r ��.� Hc,4131241ocy A/Y 11' 7*7 4.3 5 ^1LEEr✓ ��G/ 3�2 �?6ScrN%r 1p6i /zP; "le-c-OZa C, 26v (f}6 V/ 21 ;FFG El N 4.4 .3A C%?�f�E�T/>>lDbE20� /'it%v.NTUw N7'07005(7N5 £✓loj�/Er?f SYN- /'2cDocjx 4.6 W'�/NSC:Orr SANg `t-&eg it L1 M/O,9Aj4'Nt NWy y�rn/tLSiz^"� 20, B2/DbEHRMI� /►� i/43„Z 4.7 le6& l f,�55(;c i9-»5 AO 44456'v /LP. 1 SFS/N N.i 08k'k' 4.7 IP)47f2/44-511/rv(f 613 GL �Lrh'f2GCit r}�F/ i2/CHIC >i,� 2.11 w. /NScC;r 54evo 4629vit Mi0dli4rt 4"Y 4A))tL.57V•4 2.11 W'i/,vSCc.-rr 5 6,,e vf.L (5ee /71M 7) 2.11 S/gND't 6IL'#v1F1_ (SFS /T 7) 2.9 3 6"Emly 6A2l)1<-j"epi f/t/ P. cu. 136'k 5.-4 136W E _/4� /V 'y 3.1 %-i61-69WvK 01-rf377C A/ /1 SvA11c. 3(c/ 7"i�TF S:� ba,34xK N Y //7y7 .�J ISLAN,� Nv>`SE2lES /NG/ iL �J%tGviECE PDGF �IXi�IGGs� A�'r ♦ 1314\F0412019.doc(R02) B-10 4 ' 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and ' b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not ' been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and . d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. ' 8. The undersigned submits herewith Bid Security in the amount of $ 57- . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the ' OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, ' simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. January 23 01 Williams Environmental Services, Inc. Dated 20 Legal Name of Corporation (If Corporation, affix Corporation seal) By a eand i le of Signatory Z. L ell Taylor WC' Presi ent nECEIVED ♦ 1314T0412019.doc(R02) B-11 ' JAN 3 1 2001 bOulnum sown Qe& 4 t THE P.O. ADDRESS OF THE BIDDER 2075 West Park Place Stone Mountain, GA 30087 IF A CORPORATION Name Address Z. Lowell Taylor President 2075 West Park Place Ronald P. Vendetti Secretary 2075 West Park Place Ronald P. Vendetti Treasurer 2075 West Park Place IF A PARTNERSHIP Names of Partners Address IF A JOINT VENTURE Names of Members Address IF AN INDIVIDUAL Name of Individual Address ♦ 1314T0412019.doc(R02) B-12 Street City and State ri ' ACKNOWLEDGMENT OF BIDDER. IF A CORPORATION STATE OF Georgia ) COUNTY OF Gwinnett ) SS: 23rd � January, 2001 On this day of before me personally came and appeared Z. Lowell Taylor to me known, who being by me duly sworn did depose and say that he resides at 2701 Riverfront Dr. , Lithonia, G'� that • he is the President of Williams Environmental Services, Inc. ' the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. SEAL-- • ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP ' STATE OF ) COUNTY OF ) SS: • On this day of before me personally came and appeared to me known and known to me to be one of the members of the firm of ' described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. • SEAL ACKNOWLEDGMENT OF BIDDER. IF AN INDIVIDUAL • STATE OF ) COUNTY OF SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL ♦ 1314T0412019.doc(R02) B-13 I NON-COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has ' not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any In group, association, organization or corporation; and ' 3. Unless otherwise required b law, the rices which have been quoted in this Bid have not q Y P been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and ' 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate ' required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. FIRM Williams Environmental Services, Inc. BY �Y lTaylor � (CORPORATE SEAL, IF ANY) TITLE Praai dant ADDRESS 2075 West Park Place Stone Mountain, GA 30087 DATE: January 23, 2001 4 ♦ 1314T0412019.doc(R02) t , C . 3 PENAL SUM FORM BID BOND BIDDER (Name and Addressl: Williams Environmental Services Inc. 2075 West Park Place Blvd. Stone Mountain GA 30087 SURETY (Name and Address of Principal Place of Business): • Liberty Mutual Insurance Company ' 600 W. Germantown Pike Plymouth Meeting, PA 19462 OWNER (Name and Addressl: Town of Southold Town Hall 53095 Main Road Southold, NY ' BID BID DUE DATE: January 31, 2001 PROJECT (Brief Description Including Location): Excavation, fill, contour and construct drainage system and Southold Landfill Southold, NY ' BOND BOND NUMBER: Not applicable DATE (Not later than Bid due date): January 31, 2001 PENAL SUM: Five percent of amount bid 5% (Words) (Figures) ' IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY Williams Environmental Services, Inc. (Seal) Liberty Mutual Insurance Company(Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By. By: � -- ignature and Title Johnq. Genet Signature and Title Attorney—in—fact Z. Loi 1 0 (Attach Power of Attorney) Presid ��0le Attest: ✓!% Attest:_ Signature d T' Kristin ieferSignature and itle Nancy Moss Sales Coo rdina or Note: (1) Above addresses are to be used for cp giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. s 1314\F0412020.DOC EJCDC NO. 1910-28-C 0996 Edition) 00410-1 i " % t i 0 1 P 1 a t 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Biddin; Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. ♦ 1314T0412020.DOC PENAL SUM FORM 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. EJCDC NO. 1910-28-C (1996 Edition) 00410-2 CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Csultant/Conntractor Name -g�v� �� �s c_� �-� Contractor Number 2 caob Address City State Zip Code Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title A orized�Signature Contract Description — • l� G-e� 2.a-ca.�� psi ll. S� c.� ��✓v✓ � �,��%►�.�.o-�iCN �9�,nC] PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY Percent Amount Percent No. of Employees Work/Hours I. Total Dollar Value of the Prime Contract 5. Total Number Employees/ Work Hours 2. MBE Goal Applied to the Contract 6. Total Goal for Minority Employees 3. WBE Goal Applied to the Contract 7. Total Goal for Female Employees 4. MBE/ WBE Combined Totals 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) WBE (%) EEO -Minorities (%) ♦ 1314T0412018.doc(R03) 1-7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name:! C,r � � ^� �in address: City: �ti� C,,.12, state/zip code: 3 7 g d Date: telephone: - name: $ address: city: state/zip code: Date: telephone: name: $ Date: address: city: state/zip code: telephone: ♦ 1314T0412018.doc(R03) I_g M M M 1M = M M M = M r M = r r SECTION II - WBE INFORMATION: In order to Achieve the WBU Goals, WOMEN Firms are Expected to Participate in the Following Manner: WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: Le n.c . -rT(fwA «r1 1 `iB f C 2-3 $ 2 F S-0 d VMq e 5 * address: Tau, Cit�lC , state/zip code: f (80 Date: telephone: 516 4 3 - r4 name: $ address: city: state/zip code: Date: telephone: name: $ address: city: state/zip code: Date: telephone: ♦ 1314T0412018.doc(R03) 1_9 SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: Job Categories Total Work Hours of Contract All Em ployees Minority Em loyees Males Females Black Asian Native American Hispanic Officials/ Managers Professionals Technicians 3 Sales Workers Office/Clerical Craftsmen Laborers -- Service/Workers TOTALS ♦ 1314TO412018.doc(R03) 1-10 NAME OF BIDDER :0 Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. Addendum Date 0.,-r-�'5 -0C) 2 3vot� ► Gd 3,o> V 2- y od J L) IG' of t0 J�tU �2 off ♦ 1314T0412019.doc(R02) B-1 I u 1 b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: I♦ 1314T0412019.doc(R02) B-2 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) ♦ 1314\A1027004.D0QR01) B -3R r Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures lwe4c,tre.d IV, 'TWO 1 L. S. 1 Pre -Mobilization (not to exceed four percent 17LC �j %cxa.%. dollars $�4 o �o o of Total Amount of Bid) and ly o cents $.,� ;Z -A, 0 0 (3 Z- ,OOG C3'%C- ee�_�lGtce_r\ Stt 2 L.S. I Mobilization, Maintenance and dollars $ I 5. Ch o ox Demobilization (not to exceed two percent of and J`,C cents Total Amount of Bid) $HS, O Oo 3 Acre 50 Clearing and Grubbing F, ._ -rN dollars $ and k►vu cents $ 50 a6 0 4 C.Y. 74,000 Unclassified Excavation and Relandfilling t—o dollars $fox' , C a and N n cents $ 4 ,00 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - I" t=TeeA dollars $j BOG , O d Waste Excavation Area 1 (including and Nd cents Backfilling of Excavation with Clean Soil $ 15,00 from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars $/;Z /"000 ,, 0 0 Trenches and cents $ , DO 5C C.Y. 3,000 Removal and Relandfilling of Buried Waste - Sem ✓j dollars $ / , GGG , 0o Waste Excavation Area 2 and IVa cents $ 7. 00 ♦ 1314\A1027004.D0QR01) B -3R r M M M = = = r = = M ♦ I I14T0412019.doc(R02) B-3 Total Price Bid in Figures t A4 Town of Southold Southold Landfill Closure BID SHEETS Estimated Unit Price/Lump Sum Bid in Item Unit of Measure ouantity Description Both Words and Figures 1 L.S. 1 Pre -Mobilization (not to exceed four percent dollars of Total Amount of Bid) and cents 2 L.S. 1 Mobilize, Maintain and Demobilize (not to dollars exceed two percent of Total Amount of Bid) and cents 3 Acre 50 Clearing and Grubbing dollars and cents e 4 C.Y. 74,000 Unclassified Excavation and Landfilling dollars and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars Trenches and cents 6 C.Y. 36,100 Contour Grading Material, General Fill and dollars Daily Cover from On -Site Sources and cents ♦ I I14T0412019.doc(R02) B-3 Total Price Bid in Figures t A4 ♦ 1314\A 1027004.DOC(R01) 134R Total Price Bid in Figures $ Z J . C3G $yoo ;ors $_ Ss;C�006 , 00 $ 66q, co©; UC) $ �7q, 95"a o v 40 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and Fcs u sZ dollars Daily Cover from On -Site Sources and iC cents $ 7 S.Y. 166,000 Geotextile - Type I CD r) e— dollars and Po LL cents $ � O 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources 1"00 2 dollars and cents $, SQ 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane ;; tL. dollars and NO cents $ q.Oo �t 10 Vent 39 Landfill Gas Vents Tu aAc..ScLAd r dollars and cents $ .csv 11 S.Y. 39,000 Geocomposite 74 C, dollars and.',f,-c•� -cents $ 3"75, 12 C.Y. 56,000 Barrier Protection Layer from On -Site F-0 vV;' dollars Sources and cents $ Oc- ♦ 1314\A 1027004.DOC(R01) 134R Total Price Bid in Figures $ Z J . C3G $yoo ;ors $_ Ss;C�006 , 00 $ 66q, co©; UC) $ �7q, 95"a o v 40 s = = r = M = ♦ 1314T0412019.doc(R02) B-4 Total Price Bid in Figures Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 7 S.Y. 173,000 Geotextile - Type I dollars and cents 8 C.Y. 55,400 Gas Venting Layer from On -Site Sources dollars and cents 9 S.Y. 166,100 60 Mil Textured HDPE Geomembrane dollars 1 and cents 10 Vent 39 Landfill Gas Vents dollars and cents 11 S.Y. 38,400 Geocomposite Drainage Layer dollars and cents 12 C.Y. 57,500 Barrier Protection Layer from On -Site dollars Sources and cents 13A C.Y. 34,100 Vegetative Growth Medium Using On -Site dollars Compost and On -Site Sand from Borrow and cents Area $ ♦ 1314T0412019.doc(R02) B-4 Total Price Bid in Figures ♦ 1314\A 1027004JX)QR01) B-5 R Total Price Bid in Figures $3;�c r60(3.00 $,_Z60�;GOC , U G $ 3.1 oo3 .0 a $ �S $_1 3 `� ;6001 06 $ 4 C) o 00 . d C) $_ C) o c) , `�l.- At Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 13A C.Y. 20,000 Vegetative Growth Medium Using On -Site 3(X +-ee-vi dollars Compost and On -Site Sand from Borrow and /,JO cents Area $ t6ioo 13B C.Y. 18,000 Contingency Topsoil from Approved Off- (W Cri 4,4 dollars Site Sources and /uQ cents $ 26,0(3 14 S.Y. 216,090 Erosion Control Blanket \ .x <Z, dollars and pJc) cents $ 15 S.Y. 10,000 Erosion Control Fabric t"" I dollars and t = cents $ S'O 16 S.Y. 226,000 Hydroseeding dollars and cents $ p 17 L.S. 1 Landscaping tTD &Tt j lPi&;sad dollars and C) cents $ � 00 c7 F_( Zt+a61`ti A SCten� F1� 18 L.S. l Rip Rap, Stone Fill, Gravel Fill and Reno 0 5Uvt dollars Mattresses and 6 i_ cents $ - F; � C) O ♦ 1314\A 1027004JX)QR01) B-5 R Total Price Bid in Figures $3;�c r60(3.00 $,_Z60�;GOC , U G $ 3.1 oo3 .0 a $ �S $_1 3 `� ;6001 06 $ 4 C) o 00 . d C) $_ C) o c) , `�l.- At ♦ 1314T0412019.doc(R02) B-5 Total Price Bid in Fieures Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Fieures 13B C.Y. 3,800 Contingency Topsoil from Off -Site Sources dollars and cents 14 S.Y. 217,900 Erosion Control Blanket dollars and cents t 15 S.Y. 9,700 Erosion Control Fabric dollars and cents 16 S.Y. 227,600 Hydroseeding dollars and cents $ 17 L.S. 1 Landscaping dollars and cents 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno dollars Mattresses and cents 19A L.F 6,030 6 -Foot High Fencing dollars and cents ♦ 1314T0412019.doc(R02) B-5 Total Price Bid in Fieures Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantit Description Both Words and Figures 19A L.F 6,030 6 -Foot High Fencing �) tt„+-cP,.1 dollars and No cents $ t�,o� 19B L.F. 800 12 -Foot High Fencing y� dollars and /Uo cents $ 36.0(0 9C E.A. 2 Gates wc'n 4,a 11ars and &0 cents $ 2 5k) u 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars and Ncd cents $ ( (SOC) 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA Aeh /e J� ` dollars and r—/� cents 22 S.Y. 6,500 Main Access Road "� t��lJ t k c;., dollars and /Va cents $ 3q tae 23 L.F. 1,200 Guide Rail i' (-rj dollars and N v cents $_ ♦ 1314\A 1027004.DOC(R01) B -6R Total Price Bid in Figures $O,CJC $ S,060,oro $ (00. 0C $ 'S_ 35�, act $60 ,000,O0 ♦ 1314TO412019.doc(R02) B-6 Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Fieures Bid in Fieures 19B L.F. 800 12 -Foot High Fencing dollars $ and cents 19C E.A. 2 Gates dollars $ and cents r� 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars $ and cents $ 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars $ and cents 22 S.Y. 6,500 Main Access Road (Including Asphalt and dollars $ Concrete Aprons and Curbing) and cents 23 L.F. 1,200 Guide Rail dollars $ and cents 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars $ Wells and cents ♦ 1314TO412019.doc(R02) B-6 ♦ 1314\A 1027004.DOC(RO 1) 13-71Z A Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantit Description Both Words and Figures Bid in Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring r-- tct►-1,q dollars $ 2C). e0o 'Od Wells and "IS cents $ ca.0a 24B Foot 570 New Landfill Gas Monitoring Wells l'-octollars $ C7 + d and cents $ o a 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ 83 300,00 Wells and %d cents $ &5,od • 25B Foot 600 New Groundwater Monitoring Wells t h dollars $ 8.,zoo od and N cents $ C1 dC� 26 L.S. I -4 Drainage Pipe, Inlet/Outlet Structures, t h'eJ SRS t dollars � $ (7-5, !. Q C) Stilling Basin and Manholes and tic) cents $ 27 L.F. 10,000 Swale Underdrains and Anchor Trench �= 19A r dollars 2/3b:1 '0 Drains andLvu ,7 cents $ 28 L.S. I the/�u�-l�.Ccl Water Supply Well and Electrical Service IIJ ( ollars $ 5O/ OHO and cents $—ISo,c�a-O— ♦ 1314\A 1027004.DOC(RO 1) 13-71Z A ♦ 1314T0412019.doc(R02) B_7 Total Price Bid in Fieures M Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 24B Foot 570 New Landfill Gas Monitoring Wells dollars and cents 25A Foot 980 Abandon Existing Groundwater Monitoring dollars Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars and cents i $ 26 L.S. 1 Drainage Pipe, Inlet/Outlet Structures, dollars Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars and cents 29 L.S. 1 Siren and Electrical and Telephone Service dollars and cents ♦ 1314T0412019.doc(R02) B_7 Total Price Bid in Fieures M Item Unit of Measure 29 L.S. 30 C.Y s 4 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Total Price Quantity Description Both Words and Figures Bid in Figures C j y yet utc t`"t►P vN�C{ f I Siren and Electrical and Telephone Service I dollars $ 40, : o 0 and /u 6 cents $ -4611�c� 73,000 Sand Pit Regrading Cy w Cho � Q a, dollars $_ {_r] '> U , O 0 and cents ♦ 13141A 1027004.DOC(RO1) B -8R Town of Southold Southold Landfill Closure BID SHEETS (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Ouantity Description Both Words and Figures 30 E.A. 1 Connect Cap System to LIPA Transmission dollars Pole and cents 31 C.Y. 73,100 Sand Pit Regrading dollars and cents ♦ 1314\F0412019.doc(R02) B_8 Total Price Bid in Figures •.. 93 SILLS ROAD ---------------- YAPHANK. NY 11980 n an A..� �- TRA=RRS Caj5Q&Ty AND SURETY COMPANY OF AMERICA .tWri•Cf CT 061Q3 L•,.1► • • U • t • We OMMUN2120 ISTD BID DUE DATE: NOVEMBER 30, 2000 PROJECT (Brief Description Including --Location)?: #2000 — MNERAL CONSTRUCTION — SOUTHOLD LANDFILL CLOSURE BO BOND NUMBER: N/A DATE (Not later than Bid due date); NOVEMBER 30, PENAL SUNT: FIVE PERCENT (5%) OF AMOUNT B19 (Words) PENAL SUM FORM 5° 0 (Figures) IN WI'1NESS YMEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Band to be duly executed on its behalf by its authorized officer. agent, or representative. BIDDER T CASUALTY AND SURETY ASPLUNDH CONSTRUCTION CORP. (seal) &MPANYjF AME CA Bidder's a and Corporate Seal Surety's and o ate Seal P By: y, Signature and Title Signature an RICHARD A. JACOBUS T7 (Attach Pow of Attorney) Attorney—in—Fac- \N Signature Or&titic Signature and Title Note: ( I ) Above addresses are to be used for giving required notice. (2) Any singular reference tq Bidder. Surety, OWNER or, other party shalt be considered plural where applicable, W 13111F0412020MOC EICDC ,qo. 1910-28-C (1996 Edition) 00410-1 I Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, s,ccessors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OAR) the executed Agreement required by the Bidding Doctl=nts and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void it 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OAR) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph S hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of rhe amount due. S. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in wriring by OWNER and Bidder. provided that the total rime for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days Frem Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond Prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 1- Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the stare in which the Project is located. L Ills\FrA12020.DOC PENAL SUM FORM E 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested., postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length, if any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect 11. The term `Bid" as used herein includes a Bid, offer or proposal as applicable. TRAVELERS CASUALTY A14D SUKETY UUMYAty x Ur AivMULA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Darella White, Richard G. Dicciani, Richard A. Jacobus or Neil C. Donovan, of Philadelphia/Conshohocken, Pennsylvania, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instr iment(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature. of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (5-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 3rd day of June, 2000. STATE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD 'LTf ANO G►.Su,4 �,�0 Sun(,,c � J aG� O1 • � ri. u w�arFORD. a 1952 o CONN, c z� • S a� r b � TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY �/ IWO -0� George W. Thompson Senior Vice President On this 3rd day of June, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that, he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. �,.TIZ S My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 30TH dpv of NOVEMBER , 2000. 'qtr ANO GAs�l�l NARTFON, "< 0 1982 o CONN. 0 �`� ray ��+1 `y � fit► By v Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 1999 CASH & INVESTED CASH BONDS STOCK OTHER INVESTED ASSETS INVESTMENT INCOME DUE AND ACCRUED PREMIUM BALANCES REINSURANCE RECOVERABLE FEDERAL INC. TAX RECOVERABLE RECEIVABLE FOR SECURITIES OTHER ASSETS TOTAL STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) CAPITAL STOCK $ 6,000,000 $ 32,861,608 1,021,084,755 36,031,758 17,761,265 15,331,517 23,292,453 5,282,832 2,831,655 360,800 UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES ACCRUED EXPENSES AND OTHER LIABILITIES PROVISION FOR REINSURANCE TOTAL LIABILITIES CAPITAL STOCK S 6,000,000 PAID IN SURPLUS 198,297,402 OTHER SURPLUS 305,428,668 SURPLUS TO POLICYHOLDERS 509,726,070 $ 1,154,838,643 $ 151,365,135 261,237,044 73,915,856 147,509,717 11,084,820 645,112,572 TOTAL DOREEN SPADORCIA, BEING DULY SWORN, SAYS THAT SHE IS A SENIOR VICE•PRESIDENT, BOND, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HER KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRW AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31 ST DAY OF DECEMBER, 1999. NOTARY PUBLIC 00 SUBSCRIBED AND SWORN TO BEFORE ME THIS 11 TH DAY OF MAY, 2000 r ` SENIOR VICE PRESIDENT, B N CONTROLLER, BOND NOTARY PUBLIC MY Comom Expas JuNE 30, 2001 IL Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) TOTAL AMOUNT OF BID: IN FIGURES IN WORli;�, �i S Z- ✓ � J ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED bowhoici I own Clerk ♦ 13141A1027004.D0QR01) B_9R ■r ri rr rr r rr �r a� r� r Town of Southold Southold Landfill Closure BID SHEETS (continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. E The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. ♦ 1314\F0412019.doc(R02) B_9 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 POC-1pc e„k ytf nj 2. Geomembrane 4.3 l \� ' t ` `` 3. Geocomposite Drainage Layer 4.4 k L i ` ` c k 4. Topsoil Layer 4.6 ' 13t-C� t�;r ,nom ,ter, 5. Erosion Control Blanket 4.7 G•2kz. �s . J_e j ei4' 6. Erosion Control Fabric 4.7 Cn 7. Stone Fill 2.11 -tAtLc_c 8. Recycled Concrete Aggregate 2.11 (=�;t-CeA,j-PK It'd, 9. Rip -Rap 2.11 T U e O;- 10. Seed and Plants 2.9 CrntZ LZxa'eAlle'J 11. Drainage Pipe 3.1 r4Lh"'`'C/9(�O'" . iii 4\Ho412u 19.doc(Ro2) B-10 1 1 1 1 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ . In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated �o u z 200O :S &'..^- C w. ,� Legal Name of Corporation (If Corporation, affix Corporation seal) By Name and Title of Signat" C E I V E Dl i^rU��C GAO rel �i V l C epi JAN 3 2LCl ♦ 1314TO412019.doc(R02) B-11 Sournow town Clerk 1 THE P.O. ADDRESS OF THE BIDDER 1 Street City and State IF A CORPORATION Name Address S�,,,"`, President�c>�c lu Treas rer :��Q� \- IF A PARTNERSHIP Names of Partners Address Names of Members Name of Individual 1 IF A JOINT VENTURE Address 1: ► -1003 ilbly:lI ' ♦ 1314\F0412019.doc(R02) B-12 Address 1 ACKNOWLEDGMENT OF BIDDER, IF A CORPORATION ' STATE OF r -\- COUNTY OF SS: On this 2-k, day of �� ��� �b 4) before me personally came and appeared C� y ,, to me known, who being by me duly sworn did depose qqd say that he resides at that he is the \1 k _Lk of CA s the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. PATRICIA CONWAY XMy Not'"y AC ' New Yodc SEAL . 3 n,,.. , QuaC:;�r' �immission Expuos August 10, 20 4 D�sk'Z:Ao U�L ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be ' one of the members of the firm of described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. 1 SEAL ACKNOWLEDGMENT OF BIDDER, IF AN INDIVIDUAL STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. ISEAL ♦ 1314\F0412019.doc(R02) B-13 L� NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, ' communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed ' individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and DATE: I♦ 1314T0412019.doc(R02) B-14 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; ' and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. FIRM BY (CORPORATE SEAL, IF ANY) TITLE ADDRESS �'ID \�'/' ��' 4 '� \ ` DATE: I♦ 1314T0412019.doc(R02) B-14 No i %w •= • r 0 = • ='Dim am* Mi = i CONTRACTOR DETAILED EEO AND MBE/WBE WORK PLAN NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Consultant/Contractor Name -DTVI V ZkA:)(J ' I RLC5 Contractor Number '03 Address fS6PON)o t2r> City Q0tvK, A1KOA State Ny Zip Code 11-7-79 Grantee Name Project/Grant Number Address City State Zip Code Authorized Representative Title Authorized Signature Contract Description LMADFI L C_L05cr,C PROJECTED EEO AND MBE/WBE CONTRACT SUMMARY 7. Total Goal for Female Employees Percent Amount Percent No. of Employees Work/Hours 1. Total Dollar Value of the Prime Contract 5. Total Number Employees/ Work Hours 2. MBE Goal Applied to the Contract q'7. °�IC�y 6. Total Goal for Minority Employees 3. WBE Goal Applied to the Contract ; 0•-7 q 6 t + 7. Total Goal for Female Employees 4. MBE/ WBE Totals J000l7l� 00s c5 ac 1 iem, 8. EEO Combined Totals For the Office of Affirmative Action Use Only Work Plan Proposed Goals Date Approved Date Disapproved Initials MBE (%) EEO -Minorities (%) di WBE I EEO -Minorities (%) ♦ 1314\M412018.doc(R03) 1_7 SECTION I - MBE INFORMATION: In order to Achieve the MBE Goals, MINORITY Firms are Expected to Participate in the Following Manner: �v (fir_ am -rr, AiTzV 1Ar h <,,,►rr i MBE Firm Description of Work Quantities Involved By MBE Projected MBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: $ Date: address: cit state/zip code: telephone: name: $ address: cit state/zip code: Date: telephone: name: $ address: cit state/zip code: Date: telephone: * QCFCR ,0 PiTAC-A QD SNS • 1314\F0412018.doc(R03) I_g J� 0M • m 0 M1 • in = IF r • r *I= do* on = An SECTION II - WBE INFORMATION: In order to Achieve the WBE Goals, WOMEN Firms are Expected to Participate in the Following Manner: 12C_�"�'12 ick �iiiY i jCs� CI WBE Firm Description of Work Quantities Involved By WBE Projected WBE Contract Amount and Award Date Contract Schedule Start Date Contract Payment Schedule Project Completion Date name: $ address: cit state/zip code: Date: telephone: name: $ address: cit state/zip code: Date: telephone: name: $ address: cit state/zip code: Date: telephone: X Z- FCS 10 AT ►Ar AICD 54 T ♦ 1314T0412018.doc(R03) 1.9 SECTION III - EEO INFORMATION: In order to Achieve the EEO Goals, Minorities and Females are Expected to Be Employed in the Following Job Categories for the Specified Amount of Work Hours: .l LJSPjXr- RS o, (*1:UT1r5MEn/ Ail! Wi 1?E➢) C'" (jkA A 14nLL Job Categories Total Work Hours of Contract All Em ployees Minority Em loyees Males Females Black Asian Native American Hispanic Officials/ Managers _ Professionals Technicians Sales Workers Office/Clerical Craftsmen Laborers Service/Workers TOTALS Lj4&qCQ5 91 NAM1 / ♦ 1314T0412018.doc(R03) I-10 we qP sib 0 = 0 = 0 M 0 = son a% as = qN ' NAME OF BIDDER BID Town of Southold (OWNER) 2000 (CONTRACT NO.) Southold Landfill Closure (DESCRIPTION OF WORK) 1. The undersigned BIDDER warrants and represents, if awarded the Contract, that the work proposed herein will be substantially completed in accordance with Section 14 of the General Conditions within 270 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). 2. The undersigned and OWNER recognize that time is of the essence of the Agreement to be executed by the undersigned (if awarded the Contract) and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 1 above. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and BIDDER agree that as liquidated damages for delay, but not as a penalty, BIDDER shall pay OWNER $1,500 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Substantial Completion. If BIDDER shall neglect, refuse, or fail to complete the • remaining Work within the Final Contract Time or any proper extension thereof granted by OWNER, BIDDER shall pay OWNER $1,000 for each consecutive calendar day that expires after the time specified in paragraph 1 above for Final Completion and readiness for final payment until the Work is completed and ready for final payment. 3. The undersigned BIDDER proposes and agrees, if awarded the Contract, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4. In submitting this Bid, BIDDER represents, as set forth in the Agreement, that: • a. BIDDER has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged, but he agrees that he is bound by all addenda whether or not listed herein. Addendum No. It I 4a #4 5 6 ♦ 1314T0412019.doc(R02) Addendum Date OGT 615, 3000 Ilan/ I , a0co Nov 30, ac t90 W ✓ 0 "Z1000 TAM 0 d� � 4 b. BIDDER has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. 1 c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. d. BIDDER has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which as been identified in the Supplementary Conditions as provided in Section 4 of the General Conditions. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the ' Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314T0412019.doc(R02) t IM e. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or of construction to be employed by the BIDDER, including applying the specific means, methods, techniques, • sequences, and procedures of construction expressly required by the Bidding Documents to be employed by BIDDER, and safety precautions and programs incident thereto. f. BIDDER does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. g. BIDDER is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the ' Bidding Documents. i. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that BIDDER has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. j. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 5. The undersigned further understands and agrees that he is to do, perform and complete all the work in accordance with the Contract Documents and to accept in full compensation therefor the following prices to wit: ♦ 1314T0412019.doc(R02) t IM i AN • M • r • M• M *r wo ai M i Town of Southold Southold Landfill Closure BID SHEETS *( EF -C- t2 TO Zvi 1 1 �) St-{G<-Z7tSV4CHG- t) ♦ 1314kM412019.doc(R02) B-3 Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Fieures Bid in Fieures I L.S. 1 Pre -Mobilization (not to exceed four percent dollars $ of Total Amount of Bid) and cents 2 L.S. 1 Mobilize, Maintain and Demobilize (not to dollars $ exceed two percent of Total Amount of Bid) and cents 3 Acre 50 Clearing and Grubbing dollars $ and cents 4 C.Y. 74,000 Unclassified Excavation and Landfilling dollars $ and cents 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - dollars $ Waste Excavation Area 1 (including and cents Backfilling of Excavation with Clean Soil $ from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control dollars $ Trenches and cents 6 C.Y. 36,100 Contour Grading Material, General Fill and dollars $ Daily Cover from On -Site Sources and cents ♦ 1314kM412019.doc(R02) B-3 Ni no • • = • = • i•m MIP i M an Town of Southold Southold Landfill Closure ♦ 1314T0412019.doc(R02) B-4 BID SHEETS (continued) � ITJ ' ` 10r�C t/1` 1� 30 54SLj j ATT/KP Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Fieures 7 S.Y. 173,000 Geotextile - Type I dollars $ and cents 8 C.Y. 55,400 Gas Venting Layer from On -Site Sources dollars $ and cents 9 S.Y. 166,100 60 Mil Textured HDPE Geomembrane dollars $ and cents 10 Vent 39 Landfill Gas Vents dollars $ and cents 11 S.Y. 38,400 Geocomposite Drainage Layer dollars $ and cents 12 C.Y. 57,500 Barrier Protection Layer from On -Site dollars $ Sources and cents 13A C.Y. 34,100 Vegetative Growth Medium Using On -Site dollars $ Compost and On -Site Sand from Borrow and cents Area $ --- - ♦ 1314T0412019.doc(R02) B-4 a& Am %= •= • = • • =•m NEP li = An ♦ 1314T0412019.doc(R02) B-5 Town of Southold Southold Landfill Closure BID SHEETS (continued) k RC -Z- r� 'j) Z- v15C,,b 51b jl Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Fieures Bid in Figures 13B C.Y. 3,800 Contingency Topsoil from Off -Site Sources dollars $ and cents 14 S.Y. 217,900 Erosion Control Blanket dollars $ and cents 15 S.Y. 9,700 Erosion Control Fabric dollars $ and cents 16 S.Y. 227,600 Hydroseeding dollars $ and cents 17 L.S. I Landscaping dollars $ and cents 18 L.S. 1 Rip Rap, Stone Fill, Gravel Fill and Reno dollars $ Mattresses and cents 19A L.F 6,030 6 -Foot High Fencing dollars $ and cents ♦ 1314T0412019.doc(R02) B-5 No i %0 •i • = • ' • = %= Emp A r i. Town of Southold Southold Landfill Closure 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars Wells and cents ♦ I314\FWI2019.doc(Ro2) B-6 BID SHEETS (continued) 4' ZRo� TO 1311-) <4t- Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouqntity Description Both Words and Figures Bid in Figures 19B L.F. 800 12 -Foot High Fencing dollars $ and cents 19C E.A. 2 Gates dollars $ and cents 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA dollars $ and cents 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA dollars $ and cents 22 S.Y. 6,500 Main Access Road (Including Asphalt and dollars $ Concrete Aprons and Curbing) and cents 23 L.F. 1,200 Guide Rail dollars $ 24A Foot 260 Abandon Existing Landfill Gas Monitoring dollars Wells and cents ♦ I314\FWI2019.doc(Ro2) B-6 ■ e do %W •m s m • m• =*m 1 .i m i 29 L.S. I Siren and Electrical and Telephone Service _ and ♦ 1314\F0412019.doc(R02) B_7 dollars $ cents Town of Southold Southold Landfill Closure BID SHEETS (continued) '(p At- A Cb T3iD 94a I> AT k(HC- c) Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Fieures Bid in Fieures 24B Foot 570 New Landfill Gas Monitoring Wells dollars $ and cents 25A Foot 980 Abandon Existing Groundwater Monitoring dollars $ Wells and cents 25B Foot 600 New Groundwater Monitoring Wells dollars $ and cents 26 L.S. I Drainage Pipe, Inlet/Outlet Structures, dollars $ Stilling Basin and Manholes and cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars $ Drains and cents 28 L.S. 1 Water Supply Well and Electrical Service dollars $ and cents 29 L.S. I Siren and Electrical and Telephone Service _ and ♦ 1314\F0412019.doc(R02) B_7 dollars $ cents No do %MOM *memo M%MMO Town of Southold Southold Landfill Closure BID SHEETS (continued) t jVI`;CTJ til t 5 �5 47%CCrI Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Ouantity Description Both Words and Figures Bid in Figures 30 E.A. 1 Connect Cap System to LIPA Transmission dollars $ Pole and cents 31 C.Y. 73,100 Sand Pit Regrading dollars $ and cents ♦ 1314\M412019.doc(R02) B-8 .i i. 1.. • �. • IMrr • � • Town of Southold . Southold Landfill Closure BID SHEETS (continued) TOTAL AMOUNT OF BID: IN FIGURES $ IN WORDS RCFC-R To ZVISCD &U SNCCTS ATTR ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. 4 1314TD412019.doc(R02) B_9 Ed do %M * M 0 M M W • M4�= NEI* me r an 6. The BIDDER proposes to use the following equipment vendors and material suppliers for the following principal items of equipment and materials to be used in the Work, to wit: Item Ref. to Specification Equipment Vendors' and Material Suppliers' Name and Address 1. Geotextiles 4.1 `w> CoW@C1 _. 6A 30Ga9 2. Geomembrane 4.3 65E i j"& TGCN&0x r Y �"1pN, 1)< 3. Geocomposite Drainage Layer 4.4 �P5 /rv121EJ 4. Topsoil Layer 4.6 N0TZTHCA51 Q CYCLItk YAP4JWi / A1Y I I qVO 5. Erosion Control Blanket 4.7 ALL PRO A0R7j C.cLt(A;F_ rArzMPvG; NY 6. Erosion Control Fabric 4.7 7. Stone Fill 2.11 TILC01v N&'l Y©w, ttiC, 1NC5T L)YACK , NY (0994- 8. Recycled Concrete Aggregate 2.11 I ORTPCAST RE_CYCU k6 %4, ABO< 9. Rip -Rap 2.11 -rix ov V--v\f YORK ix— soc 40064� 10. Seed and Plants 2.9 ALL PRO Edo cl icatc PE ) LO&oG 1W6Z A0RT<ULT`CVr_— 11. Drainage Pipe 3.1 ( FARAA ,NG ICA LC , NY) (tea? mor ti wc- 5 i,/y) M--FROFA13 �1 ; ,tic Pt41'VVKW0 k/Y ij165 ♦ 1314T0412019.doc(R02) B-10 7. By submission of this Bid, the BIDDER and each person signing on behalf of any BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty or perjury, that to the best of knowledge and belief: a. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor, and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; and b. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and c. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or to any competitor; and d. No attempt has been made or will be made by the BIDDER, directly or indirectly, to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham bid, for the purpose of restricting competition. 8. The undersigned submits herewith Bid Security in the amount of $ In case this Bid is accepted by the OWNER, and the undersigned shall refuse or neglect, within fifteen (15) days after date of receipt of Notice of Award, to execute and deliver the Agreement in the form provided herein, or to execute and deliver a performance bond and a labor and material payment bond in the amounts required and in the form prescribed, the amount of Bid Security shall be forfeited and will be retained by the OWNER as liquidated damages, otherwise the total amount of the Bid Security will be returned to the depositor in accordance with provisions set forth in the Instructions to BIDDERS. 9. The undersigned acknowledges that a performance bond and a labor and material payment bond will be required of the BIDDER to whom the OWNER proposes to award the Contract. The undersigned agrees that if he is designated the apparent successful BIDDER and is issued a Notice of Award, simultaneously with delivery of the executed counterparts of the Agreement, he shall furnish to the OWNER such bonds equal to one hundred percent of the amount of the contract, conditioned for the faithful performance of all terms, covenants and conditions of same, with a surety company authorized to do business in the State of New York, as surety and named in the current list of "Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Dated 200L Legal Name of Corporation (If Corporation, affix Corporation seal) By Name and Title of SignatgrE C E I V E D ♦ 1314\F0412019.doc(R02) B-11 JAN 3 1 2001 boutnola Jown Clerk J D THE P.O. ADDRESS OF THE BIDDER IF A CORPORATION Name Address a Av/�1, President Secreta 5--Z �c I" Treasurer �7 IF A PARTNERSHIP Names of Partners Names of Members Name of Individual ♦ 1314\F0412019.doc(R02) IF A JOINT VENTURE IF AN INDIVIDUAL B-12 Address Address Ad Street City and State ' ACKNOWLEDGMENT OF BIDDER IF A CORPORATION STATE OF COUNTY OF i% SS: iz On this---�-(.— day of �_ Z before me personally came and appeared �_�zs� tom— e known, who eing by me duly sworn did depose and say that he resides at ' that he is the r- of the corporation described in and which executed the foregoing Bid; that he knows the seal of said corporation, that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. SEALP. D'F:IA J.�l�y.J NOTARY P ' :"'. Sic:ie of New York &�q 1 ti — Suffolk County Commission Expires N�idaiir!)l:s 1'� 1 �y • ACKNOWLEDGMENT OF BIDDER, IF A PARTNERSHIP STATE OF ) COUNTY OF ) SS: G • On this day of appeared one of the members of the firm of before me personally came and to me known and known to me to be described in and who executed the foregoing Bid and he acknowledged to me that he executed the same as for the act and deed of said firm. SEAL ACKNOWLEDGMENT OF BIDDER IF AN INDIVIDUAL • STATE OF ) COUNTY OF ) SS: On this day of before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing Bid and acknowledged that he executed the same. SEAL 4 1314\F0412019.doc(R02) B-13 Cl 40 J 1-1 4 ' NON -COLLUSION CERTIFICATION By submission of this Bid, the BIDDER and each person signing on behalf of the BIDDER certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other BIDDER or with any competitor and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER; 2. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; and 3. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the BIDDER and will not knowingly be disclosed by the BIDDER prior to opening, directly or indirectly, to any other BIDDER or any competitor; and 4. No attempt has been made or will be made by the BIDDER, directly or indirectly to induce any other individual or entity to submit or not to submit a Bid, or to submit a false or sham Bid, for the purpose of restricting competition. The signature of the BIDDER to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the BIDDER confirms that the statements herein contained are true under the penalties of perjury. FIRM _ `il'r'�il� BY (CORPORATE SEAL, IF ANy) TITLE ADDRESS DATE:��J ♦ 1314\F0412019.doc(R02) ZORN INDUS TR WBE GATZ LANDSCAPING HYDRO SEEDING 1800 SOUND AVE. PLANTING MATTITUCK, NY 11952 EROSION FABRIC EROSION BLANKET ALT.WBE. BOHEMIA GARDEN CENTER, INC. HYDRO SEEDING 856 LINCOLN AVE. PLANTING BOHEMIA, NY 11716 EROSION FABRIC EROSION BLANKET MBE: KOSURI ENGINEERING 31 KNOLLS DR. NEW HYDE PARK, NY 11040 METROFAB PIPE, INC 15 FAIRCHILD CT. PLAINVIEW, NY 11803 ZORN INDUSRTIES, INC. 1863 POND RD. RONKONKOMA, NY 11779 ENGINEERING SERVICES MATERIAL PIPE EARTHWORK DRAINAGE MISC. AMOUNT $ 613,000.00 $ 613,000.00 $ 158,320.00 $ 44,508.00 $ 2,500,000.00 1863 POND ROAD RONKONKOMA, NEW YORK 11779 0 PHONE (516) 585-6665 FAX (516) 585-6673 Town of Southold Southold Landfill Closure BID SHEETS (REVISED ♦ 1314\A 1027004.DOC(R01) B-3 R Estimated Unit Price/Lump Sum Bid in Total Price Item Unit of Measure Quantity Description Both Words and Figures Bid in Figures I L.S. 1 Pre -Mobilization (not to exceed four percent ?MP H.ol`mc) FWrZTa:A/ ' wae_A&0 dollars of Total Amount of Bid) and ZERO cents $ - I+. .00 2 L.S. 1 Mobilization, Maintenance andN T argn,p dollars Demobilization (not to exceed two percent of and =go cents Total Amount of Bid) $ 107, 0002c' 3 Acre 50 Clearing and Grubbing t?s£ j4ulubl2Cp dollars $ � Q 4o and Zr Qo cents $ iCXR.` 0 4 C.Y. 74,000 Unclassified Excavation and Relandfilling 'fNf dollars 00 $ a s wo* and F064 TY cents $ '3. 4-v 5A C.Y. 2,000 Removal and Relandfilling of Buried Waste - EIGHT dollars $ a Waste Excavation Area I (including and 'fF W cents Backfilling of Excavation with Clean Soil $ $, 10 from On -Site Borrow) 5B C.Y. 2,200 Excavation of Gas Migration Control 'i`U.F jTY six dollars 9J Trenches and Ft�FY cents /� $ R 50 5C C.Y. 3,000 Removal and Relandfilling of Buried Waste - E6A T dollars Waste Excavation Area 2 and 7_F_R j cents $ $.00 ♦ 1314\A 1027004.DOC(R01) B-3 R ' Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 6 C.Y. 36,000 Contour Grading Material, General Fill and FIVE dollars Daily Cover from On -Site Sources and linlVi'Y cents $ S. ao 7 S.Y. 166,000 Geotextile - Type I OAJS dollars and SEVGNf'/ cents $ L. -7U 8 C.Y. 56,000 Gas Venting Layer from On -Site Sources FI VE dollars and ,i X'(y cents $ .,rr' .60 9 S.Y. 166,000 60 Mil Textured HDPE Geomembrane K"OWR dollars and-I`Mjf2Ty FIVE cents 10 Vent 39 Landfill Gas Vents Iwo wuuAinge dollars and ZF_F O cents $ 'Aj ca(''C7.00 11 S.Y. 39,000 Geocomposite F1Vy dollars and 51 sly cents $ 5.60 12 C.Y. 56,000 Barrier Protection Layer from On -Site r<XJR dollars Sources and Sixty FiyE cents $ 4-.65 ♦ 1314\A 1027004.DOC(RO I) 134R Total Price Bid in Figures $ I ,«O $)W.00 $ 7 2 a., ta0 �o $6-1601 a :'D Estimated Item Unit of Measure Quantity 13A C.Y. 20,000 13B C.Y. 18,000 14 S.Y. 216,000 15 S.Y. 10,000 16 S.Y. 226,000 17 L. S. 1 18 L.S. 1 Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Unit Price/Lump Sum Bid in Description Both Words and Figures Vegetative Growth Medium Using On -Site THiR i'IYEM dollars Compost and On -Site Sand from Borrow and Foo RTy cents Area $ 13.4.0 Contingency Topsoil from Approved Off- FI F7 -F_7 CN dollars Site Sources and 2620 cents $ 15,W Erosion Control Blanket 0XIC dollars and Fft614t Ft X_ cents $ i .8,5 Erosion Control Fabric '-i VE dollars and 'ZE R® cents $ 5.0o Hydroseeding 7..E>20 dollars and F1FT[ Ft1/!r cents $ 0.5s Landscaping FIF" dollars and Zf-RO cents Ft V9_ p FiF rY EtGAT Rip Rap, Stone Fill, Gravel Fill and Reno ^[HwS&AjpN,E0Vftdpldollars Mattresses and ZERO cents ♦ 1314\A1027004.D0QR01) B -5R Total Price Bid in Figures $ a6 ,. = oc $ ` 707 O( 30, $359,[ `v $ to 3Cb,00 ♦ 1314\A 1027004.DOC(R01) 13-6R Total Price Bid in Figures $11-� 06-a ;® $ 3.00 $ 31 `0 $ aauwo, O 7-3,316.`x' Wiz? Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 19A L.F 6,030 6 -Foot High Fencing CIC#4tTCCN dollars and :5(-yCvN r4- cents 19B L.F. 800 12 -Foot High Fencing FwrZry I mk-' dollars and F pry cents $ 49.50 19C E.A. 2 Gates -f)#EC: -fhk2U # dollars and 7C10 cents $ �C27trJ.a� 20 S.Y. 2,600 Maintenance Roads - 6" Deep RCA SCuEn/ dollars and Fj M cents $ 7- 50 21 S.Y. 4,100 Maintenance Roads - 12" Deep RCA AAAIF, dollars and ^fhC-& C cents $ 4.ao 22 S.Y. 6,500 Main Access Road �ulkry rOOR dollars and 'z.Ef-Zo cents $ 3¢.'-" 23 L.F. 1,200 Guide Rail 11,K'A4A4-KiuEdoifars and S .r y gay ents $ 65.3-3 ♦ 1314\A 1027004.DOC(R01) 13-6R Total Price Bid in Figures $11-� 06-a ;® $ 3.00 $ 31 `0 $ aauwo, O 7-3,316.`x' Wiz? ♦ 13141A 1027004.DOC(ROI) B -7R Total Price Bid in Figures $ oa $a -a,-7-50 c3 $ $S,0. .00 $1 d9i scan Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantity Description Both Words and Figures 24A Foot 260 Abandon Existing Landfill Gas Monitoring 5+`y&02 y 6I T' dollars Wells and 7JCF2p cents $ `p'a. 00 24B Foot 570 New Landfill Gas Monitoring Wells :;ELEn+1Y FiLC- dollars and ZMQ cents $ 'x.00 25A Foot 980 Abandon Existing Groundwater Monitoring 9:61421 dollars Wells and ZERO cents $ 80, aJ 25B Foot 600 New Groundwater Monitoring Wells `.;C_LCA.7y F1 1,4 dollars and TERy cents $ °75. CX:) 26 L.S. I Drainage Pipe, Inlet/Outlet Structures, Ci6kry Up dollars Stilling Basin and Manholes and 7ERO cents 27 L.F. 10,000 Swale Underdrains and Anchor Trench dollars Drains and 5: Xry l 1LC cents $ D. 6r-, OwC kuva2ED 28 L.S. 1 Water Supply Well and Electrical Service fACvUnE TNQl5e!4) dollars and zE/0 cents ♦ 13141A 1027004.DOC(ROI) B -7R Total Price Bid in Figures $ oa $a -a,-7-50 c3 $ $S,0. .00 $1 d9i scan Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) Estimated Unit Price/Lump Sum Bid in Item Unit of Measure Quantit Description Both Words and Figures 29 L.S. I Siren and Electrical and Telephone Service TNiR Y THc%6 &,Q dollars and 7 Q cents $ 30, Com. Cao 30 C.Y. 73,000 Sand Pit Regrading F&�R dollars and 7.CR0 cents $ 4.00 ♦ 13141A 1027004.DOC(R01) B _8 R Total Price Bid in Figures 00 TOTAL AMOUNT OF BID: Town of Southold Southold Landfill Closure BID SHEETS (REVISED) (continued) IN FIGURES $ S,*7JS 39'8,50 IN WORDS Ir,649- 0411-1-101V 5&W kA6Z-D -TAIIZI LN Sfla.d yn Q6H t biy VZr-b Nt&9�te ClGkT (a.LAR5 AN» Ft FYy CENT'S ALTERNATE Bids will be compared on the basis of the TOTAL AMOUNT OF BID. Where the price in figures differs from the price in words, the price in words will be accepted as the amount bid and amounts computed and adjusted accordingly. Estimated quantities, where given, are approximate and are for the purpose of evaluating the proposals only. The OWNER reserves the right to omit or add to the construction or any portion of portions of the work heretofore enumerated or shown on the plans without forfeiture of Contract or claims for loss of anticipated profits or any other claims by the BIDDER on account of such omissions or additions. RECEIVED JAN 3 1 2001 �... tnow 'town Geek ♦ 1314\A 1027004.DOC(R01) B -9R CATLANTIC COVERAGE CORP. PENAL. SLIM PORNI BID BOND OWNER (Name and Addressi: Town of Southold m--- 77�1 l Gnr Am BID DUE DATE: November 30, 2000 PROJECT (Brief Description Including Location): Southold Landfill Closure, Town of Southold, New York Contract No. 2000 BON. BOND NUMBER: nja DATE (Not later than Bid due date): November 10,2000 PENAL SUM: Five Percent of the Amount Bi --- % of Amt Bid) (Words) (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duty executed on its behalf by its authorizesl officer, agent, or representative. BIDDER Zorn Industries, Inc. (Seat) Bidder's Name and Corporate Seal By. Signature and Tit[ Attest: Signature and Title SURETY American Manufacturers Mutual Insurance Company (.Seal) Surety'&&me aandd Corporalpr5eal BY: 11ir1r— - Signature and Title Attacwrr of Litt ne Nicole Gruter, Worney—In vast Attest: Signature and 'Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, OWNER or other party shall be considers + pkimi whets applicable. .1314W N12o2n.DOC E]CDC No. 1910-28-C (1996 Edition) 00410.1 Individual Acknowledgment State of County of On this day of 119 , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public Corporation Acknowledgment State of jJ?—I LVVA04- County of On the- day of - 1�N of the year _before me personalty came to me known; whoVeing by me duly sworn, did depose and say �at he/she/tl�eyy-reside's) in A ' I ( ( that he/sf is (ems) the �Y`e_ of the o ,the corporation described in and which executed the above instrument; that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority. LIA JA. My commission expires 31 00"1✓ NC'TA" PC ::l3^_. v,c*e of New Yoh Notary ublic Suffolk County�/— Surety Acknowledgment State of New York County of Suffolk On the 10 day of November of the year 2000 before me personally came Nicole Gruter to me known, who, being by me duly sworn, did depose and say that he/she/they is an attorney in fact of American Manufacturers Mutual Insurance Company , the corporation described in and which executed the within instrument; that he/she/they know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this offic standing resolution thereof. LOUIS J. SPINA NOTARY PUBLIC, State of New York My commission expires No. 496629' ua ! !e unty ©� Commission Expires May 7, 20-- NOt UbI1C MEMPIER. Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois, (hereinafter collectively referred to as the "Company") do hereby appoint Theresa Burke, Donna Davis, Nicole Gruter, Daryl Hamilton, Anthony J. Panno, Louis J. Spina, Anthony M. Spina, Barbara Walker and Denese Thompson of Syosset, New York (EACH)**** their true and lawful agent(s) and attorney(s)-in-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in Long Grove, Illinois. This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this June 30, 1999. Attested and Certified: Lumbermens Mutual Casualty Company American Motorists Insurance Company American Manufacturers Mutual Insurance Company `�pcus! ry ` � Kst /y a (ats Inas a1! AII.1WI10O 0 1�.. COMMON �(1GlZ E 1 14p �T p SILL Robert P. Hames, Secretary by J. S. Kemper, III, Exec.Vice President STATE OF ILLINOIS SS COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and Robert P. Hames personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein set forth. My commission expires 1-28-02 CERTIFICATION AAAAA►Ilii►►► a( 1`01`1`I0IAL SEAL" -0 Irene K19wsr +� Notary Public. Stats of illlnole jll� Mj 6amm rsion Expires Jan 28. SOOT •TTTTTTTVVTTT Irene Klewer, Notary Public I, J.K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the attached Power of Attorney dated June 30, 1999 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and Robert P. Hames, who executed the Power of Attorney as Executive Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Executive Vice President and Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company. IN TESTIMONY" WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens Mutual Casualty Company, the American Motorists insurance Company, and the American Manufacturers Mutual Insurance Company on this November 10 _ 2000 ��tual has A Mat /y a �(.sts In+ E ] 1t T C DTZ `/ At,1WROtS s trt���l e t ne p >< a = SIAL cortroaATroK e 1 s� 4a � e F2 Fa °mY ���O°t GNB ae J. K. Conway, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. FK 0362 6-96 Power of Attorney - Term Printed in U.S.A AMERICAN MANUFACTURERS MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT DECEMBER 31, 1999 Assets Cash in banks $ 4,250,398 Bonds owned 483,159,407 Stocks 91,059,245 Premiums in course of collection 141,586,407 Accrued interest and other assets 93,174,567 Total Liabilities Reserve for losses and adjusting expenses Reserve for unearned premiums Reserve for taxes, expenses and other liabilities Total Surplus as regards policyholders Total By �� &W& - Vice President of Accounting Services State of Illinois) ) SS County of Lake) W3,230,024 $355,346,495 92, 942,043 88,341,453 $536,629,991 276,600,033 $813,230,024 Attest S. cre61 ta B. A. Conklin and J. K. Conway, being duly sworn, say that they are Vice President of Accounting Services and Secretary, respectively, of AMERICAN MANUFACTURERS MUTUAL INSURANCE COMPANY, Illinois; that the foregoing is a true and correct statement of the financial condition of said company, as of December 31, 1999. Subscribed and sworn to before me On this 28`' day of Fe}a nary, 2000 M/ Public m "OFFI ® KATHLEEN J. WURTH o Notary Public, State of Illinois o My Commission Expires 7/11/02 � oe000000000eeesooee00000s♦®@