Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Asbestos Removal at Highway
� ,r`Q ELIZABETH A. NEVILLE,MMC ®y�FFO[ ® Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 CIO REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER ,f► ��. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �Ol �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD October 5, 2018 Jose Reillo Unitech Services Group Inc 241-4 N Fehr Way Bay Shore,NY 11706 Dear Mr. Reillo: Congratulations. At the regular Town Board meeting held on September 25, 2018, the Town Board accepted the bid of Unitech Services Group, Inc. for the removal of asbestos at the Highway garage. A certified copy of the resolution is enclosed. The bid deposit will be returned to you. Thank you for your bid. Very truly yours Lyn a M Rudder Deputy Town Clerk Ens. ELIZABETH A.NEVILLE,MMC ®� ®G Town Hall,53095 Main Road TOWN CLERK �� �� P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS coo Fax(631)765-6145 MARRIAGE OFFICER A ® ��• Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,( �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD October 5, 2018 Peter Staiavo Microtech Contracting Corp 38 Kean Street West Babylon,NY 11704 Dear Mr. Staiavo: At the regular Town Board meeting held on September 25, 2018, the Town Board accepted the bid of Unitech Services Group, Inc. for the removal of asbestos at the Highway garage. A certified copy of the resolution is enclosed. The bid deposit will be returned to you. Thank you for your bid. Very truly yours, M Lyn a. Rudder Deputy Town Clerk Ens. Southold Town Board -Letter Board Meeting of September 25, 2018 RESOLUTION 2018-863 Item# 5.45 foo^C�� �o °3 =� ADOPTED DOC ID: 14518 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-863 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTEMBER 25,2018: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Unitech Services Group Inc. for the removal of asbestos at the Highway Department garage in the amount of$44,600, all in accordance with the Town Attorney. (ape���� 7 Z Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell i Generated September 26, 2018 Page 68 �gVFFO[�► ELIZABETH A. NEVILLE,MMC y,0 Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER ,!. ��. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �Q( �`1 www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Asbestos Removal-Highway Bid Opening September 20, 2018 2:00 PM Two (2) bids received Microtech Contracting Corp $74,775.00 38 Kean Street West Babylon,NY 11704 Peter Staiavo 631/243-5559 Unitech Services Group Inc $44,600.00 241-4 N Fehr Way Bay Shore, NY 117,06 Jose Reillo 631/242-7215 1 i Unitech Services Group,Inc. Balance Sheet December 31,2017 ASSETS Current Assets Chase Operations Account $ 3,804.04 Capital One Checking 62,308.54 Savings Account 339,972.47 SC National Bank Original Chkg 4,466.98 SCNB Operations Acct 204,545.11 SCNB Payroll Acct 279,240 24 Accounts Receivable 4,592,938.64 Reserve for Bad Debts (131,840.65) Refundable Deposits 12,039.51 Total Current Assets 5.367,474.88 Property and Equipment Equipment 459,275.70 Automobiles 370,429.95 Accum.Depreciation-Equipmen (312,635.41) Accum.Depreciation-Automobi (275,004.92) Total Property and Equipment 242,065.32 Other Assets Total Other Assets 0.00 Total Assets $ 5,609,540.20 LIABILITIES AND CAPITAL Current Liabilities Accounts Payable $ 3,796,188.29 Clearing Account Chase Payroll 265,936.94 Clearing Account SCNB 65,375.23 Line of Credit SCNB 396,134.74 Total Current Liabilities 4,523,635.20 Lon;-Term Liabilities Loan Payable-Auto/Truck 97,160.09 Loan-Equipment 32,003.62 Total Long-Term Liabilities 129,163.71 Total Liabilities 4,652,798.91 Capital Beginning Balance Equity (17,918.41) Paid-in Capital 110,000.00 Retained Earnings 11,150,811.17 Equity-Owners Draw (1,353,052.90) Draw SM (6,139,820.03) Draw 7R (5,647,188.22) Draw LC (685.00) owners draw-MM (2,581.27) Net Income 2,857,175.95 Total Capital 956,741.29 Unaudited-For Management Purposes Only } Unitech Services Group,Inc. Balance Sheet December 31,2017 Total Liabilities&Capital S 5,609,540 20 i Unaudited-For Management Purposes Only Page:1 Unitech Services Group,Inc. Income Statement For the Twelve Months Ending December 31,2017 Current Month Year to Date Revenues Sales-Residential $ 0.00 0.00 $ 0.00 0.00 Sales-Public 20,815,573.04 100.00 20,815,573.04 100.00 Sales-Other 0.00 0.00 0.00 0.00 Commissions Earned 0.00 0.00 0.00 0.00 Interest Income 115.79 0.00 115.79 0.00 Other Income 0.00 0.00 0.00 0.00 Finance Charge Income 0.00 0.00 0.00 0.00 Shipping Charges Reimbursed 0.00 0.00 0.00 0.00 Sales Returns and Allowances 0.00 0.00 0.00 000 Sales Discounts 0.00 0.00 0.00 0.00 Total Revenues 20,815,688.83 100.00 20,815,688.83 100.00 Cost of Sales Labor Costs 134,340.08 0.65 134,340.08 0.65 Materials Costs 878,123.76 4.22 878,123.76 4.22 Equipment Costs 814.68 0.00 814.68 0.00 Equipment Costs-Rental 336,012.61 1.61 336,012.61 1.61 Subcontract Costs 1,541,099.05 7.40 1,541,099.05 7.40 Cost of Sales-Salaries and Wag 6,000.00 0.03 6,000.00 0.03 Cost of Sales-Sales Commissi 0.00 0.00 0.00 0.00 Union Welfare Expense 0.00 0.00 0.00 0.00 COS-Filing/Notification Fees 121,494.55 0.58 121,494.55 0.58 Cost of Sales-Freight 0.00 0.00 0.00 0.00 Cost of Sales-Insurance 0.00 0.00 0.00 0.00 Cost of Sales-Other 39,307.34 0.19 39,307.34 0.19 Cost of Sales-Waste Disposal 1,516,215.82 7.28 1,516,215.82 7.28 Inventory Adjustments 0.00 0.00 0.00 0.00 Purchase Returns and Allowance 0.00 0.00 0.00 0.00 Purchase Discounts 0.00 0.00 0.00 0.00 Total Cost of Sales 41573,407.89 21.97 4,573,407.89 21.97 Gross Profit 16,242,280.94 78.03 16,242,280.94 78.03 Expenses Auto Allowance 7,751.00 0.04 7,751.00 0.04 Default Purchase Expense 0.00 0.00 0.00 0.00 Advertising Expense 7,080.45 0.03 7,080.45 0.03 Amortization Expense 0.00 0.00 0.00 0.00 Asbestos Analysis 315.75 0.00 315.75 0.00 Auto Expenses 128,826.53 0.62 128,826.53 0.62 Auto Insurance 74,314.42 036 74,314.42 0.36 Auto Lease 000 0.00 0.00 0.00 Bad Debt Expense 0.00 0.00 0.00 0.00 Bank Charges 9,364.53 0.04 9,364.53 0.04 Bid Security (14.00) 0.00 (14.00) 0.00 Carpentry Expense 0.00 0.00 0.00 0.00 Cleaning Expense 0.00 0.00 0.00 0.00 Closing Fees 0.00 0.00 0.00 0.00 Collection Fees-CC&Other 11,724.46 0.06 11,724.46 0.06 Commissions Expense 0.00 0.00 0.00 0.00 Contributions Expense 14,384.92 0.07 14,384.92 0.07 Employee Benefit Programs Exp 200.00 0.00 200.00 0.00 Defined Benefit Program Annuit 378,498.00 1.82 378;498.00 1.82 Profit Sharing 112,371.09 0.54 112,371.09 0.54 Dues and Subscriptions Exp 7,721.67 0.04 7,721.67 0.04 For Management Purposes Only • a Page:2 Unitech Services Group,Inc. Income Statement For the Twelve Months Ending December 31,2017 Current Month Year to Date Electrical Expense 0.00 0.00 0.00 0.00 Engineering Expense 0.00 0.00 0.00 0.00 Entertainment Expense 9,939.51 0.05 9,939.51 0.05 Equipment Purchase Expense 117,094.16 0.56 117,094.16 0.56 Fill Dirt&GraveI Expense 0.00 0.00 0.00 0.00 Fines&PenaIties 271.32 0.00 271.32 0.00 Flooring Expense 2,081.49 0.01 2,081.49 0.01 Framing Expense 0.00 0.00 0.00 0.00 Gas&Fuel Expense 123,716.09 0.59 123,716.09 0.59 Health Insurance 111,458.52 0.54 111,458.52 0.54 Heating&Air Conditioning Exp 0.00 0.00 0.00 0.00 Income Tax Expense 20,339.27 0.10 20,33927 0.10 Insurance Expense 909,109.69 4.37 909,109.69 4.37 Insurance -Comp 534,383.10 2.57 534,383.10 2.57 Insurance -Dbl 3,114.30 0.01 3,114.30 0.01 Insurance-Life 12,721.52 0.06 12,721.52 0.06 Interest Expense 41,639.58 0.20 41,639.58 020 Landscaping Expense 16,029.60 0.08 16,029.60 0.08 Legal and Accounting Expense 55,495.00 027 55,495.00 0.27 Payroll Tax Expense 883,887.99 4.25 883,887.99 425 Professional Fees 93,988.68 0.45 93,988.68 0.45 Maintenance&Repairs Exp 18,342.26 0.09 18,34226 0.09 Masonry Expense 0.00 0.00 0.00 0.00 Meals Expense 13,763.33 0.07 13,763.33 0.07 Office Supplies Expense 22,342.08 0.11 22,342.08 0.11 Other Material Expense 122.81 0.00 122.81 0.00 Other Office Expenses 13,495.41 0.06 13,495.41 0.06 Other Subcontrators Exp 0.00 0.00 0.00 0.00 Licenses&Permits Exp 45,383.64 0.22 45,383.64 0.22 Plumbing Expense 0.00 0.00 0.00 0.00 Salaries Expense 1,596,848.55 7.67 1,596,848.55 7.67 Wages Expense 5,258,182.78 25.26 5,258,182.78 2526 Utilities Expense 18,431 23 0.09 18,431.23 0.09 Roads&Curbs Expense 0.00 0.00 0.00 0.00 Depreciation Expense 0.00 0.00 0.00 0.00 Sheet Metal Expense 0.00 0.00 0.00 0.00 Subdivision Costs Expense 0.00 0.00 0.00 0.00 Survey Expense 0.00 0.00 0.00 0.00 Telephone Expense J-7,005.27 0.18 37,005 27 0.18 Tiling Expense 0.00 0.00 0.00 0.00 Training&Education Exp 6,598.93 0.03 6,598.93 0.03 Travel Expense 20,358.02 0.10 20,358.02 0.10 Trim Work Expense 0.00 0.00 0.00 0.00 Uniform Expense 4,120.90 0.02 4,120.90 0.02 Union Dues Paid Expense 0.00 0.00 0.00 0.00 Union Welfare Expense 2,428,168.63 11.67 2,428,168.63 11.67 Rent-Office 152,399.02 0.73 152,399.02 0.73 Rent-Equipment 45,492.75 0.22 45,492.75 0.22 Waste Disposal 0.00 0.00 0.00 0.00 Water Mains Expense 0.00 0.00 0.00 0.00 Postage&Freight Exp 14,875.74 0.07 14,875.74 0.07 Other Expense 1,365.00 0.01 1,365.00 0.01 Purchase Disc-Expense Items 0.00 0.00 0.00 0.00 Gain/Loss on Sale of Assets 0.00 0.00 0.00 0.00 Total Expenses 13,385,104.99 64.30 13,385,104.99 64.30 Net Income S 2,857,175.95 13.73 S 2,857,175.95 13.73 For Management Purposes Only PROJECT REFERENCES NEW YORK COMMUNITY BANK MICHAEL RACANELLI-ADVENTUS CONTRACTING CORPORATION-7 18-740-0547 ASBESTOS ABATEMENT AND DEMOLITION AT 102 DUFFY PROJECT TO PERFORM THE FULL GUT, ACM FIRE PROOFING REMOVAL AND RE-SPRAY FOR THE RENOVATION OF THE NEW CORPORATE HEADQUARTERS FOR THE BANK $4,450,000.00 COUNTY OF NASSAU DPW-CLEAN AND SEED PROGRAM MICHAEL MARTINO PRESS SECRETARY 516-571-6884 - - ----- PROJECT WAS THE POST-SANDY EXCAVATION-AND REMOVAL-OF-THE TOP -- - - THREE INCHES OF RESIDENCES LAWNS, POWER WASHING WITH BLEACH SOLUTION OF HARDSCAPES, REPLENISHMENT OF TOPSOIL AND SEEDING $ 9,000,000 PERFORMED TO DATE SOUTH NASSAU COMMUNITY HOSPITAL JEREMY ROSEN-AXIS CONSTRUCTION- (63 1) 243-5790 ASBESTOS ABATEMENT AND DEMOLITION AT F 1 /F2 RENOVATION $650,000.00 STONY BROOK UNIVERSITY KEVIN TUMULTY-SBU EH&S 631-632-3167 SERVICE CONTRACT ON CALL PERFORMANCE OF ASBESTOS, LEAD AND OTHER ENVIRONMENTALLY SENSITIVE PROJECTS AT THE FACILITIES UNDER THE MANAGEMENT OF STONY BROOK UNIVERSITY, INCLUSIVE OF HOSPITAL, LABORATORIES, AND OTHER CAMPUS BUILDINGS $1 ,600.000.00 ANNUAL PO FOR 5 YEAR CONTRACT SUNY FARMINGDALE- MARK ORLICH- (631) 420-2215 SERVICE CONTRACT ON CALL PERFORMANCE OF ASBESTOS, LEAD AND OTHER ENVIRONMENTALLY SENSITIVE PROJECTS AT THE FACILITIES UNDER THE MANAGEMENT OF FARMINGDALE COLLEGE SKANSKA KOCH/NYC DEPARTMENT OF TRANSPORTATION PAT TAMBURRI - (718) 361-9217 ROOSEVELT ISLAND BRIDGE REMOVAL AND DISPOSAL OF ASBESTOS TRANSITS PANELS, WINDOW CAULKING, DOORS, AND ELECTRICAL WIRING FROM THE CONTROL TOWERS OF THE BRIDGE. $ 400,000 NORTH SHORE LIJ, INC. KENNETH SINGSON -NSLIJ HEALTH SYSTEM PHYSICAL ASSETS 516-734-3023 REMOVAL OF ASBESTOS AND DEMOLITION AT THE MULTIPLE HOSPITAL AND OTHER-FACILITIES-MANAGED-BY-NSLIJ --- MULTIPLE PROJECTS HAVE BEEN PERFORMED RANGING FROM $ 2,000 TO $ 250,000 EMPIRE STATE REALTY TRUST, LLC. ANTHONY BORELLO- (5 1 6) 852-5337 EMPIRE STATE BUILDING LINCOLN BUILDING, 1 400 BROADWAY, ETC. REMOVAL OF ASBESTOS CONTAINING MATERIALS ASSOCIATED WITH THE RENOVATION OF THE WAR ERA BUILDING MAKING UP THE PORTFOLIO OF PROPERTIES MANAGED, SINCE 2009 APPROX. $ 4,000,00 IN REVENUE -- - -- -- - E:W.-HOWELU CO; INC: - - - -- ----- - - ------ - - - - -- - -- -- - - - HARRY HANSON-(516) 921-7100 SUNY FARMINGDALE NATHAN SINCLAIR, WHITMAN HALL FARMINGDALE, NY REMOVAL OF THE ASBESTOS CONTAINING MATERIALS ASSOCIATED WITH THE REHABILITATION OF THE BUILDINGS. AT SUNY FARMINGDALE, NOLD HALL WAS THE SCIENCE BUILDING WITH LABORATORIES THAT REQUIRED SPECIAL DECONTAMINATION OF THE MERCURY $1 ,465,000.00. SHOREHAM ARMY RESERVE CENTER _ - INSTALLATION OF THREE ABOVE GROUND FUEL OIL TANKS- $ 250,000 SUNY STONY BROOK WEST POWER PLANT REMOVAL OF THE ASBESTOS CONTAINING MATERIALS ASSOCIATED WITH THE REHABILITATION OF THE POWER PLANT, AND DEMOLITION,OF THE MECHANICAL SYSTEMS $ 2,750,000. ENVIRONMENTAL TECHNOLOGY GROUP. AND GANNETT FLEMING PROJECT DEVELOPMENT. BILL SEEVERS- (631) 232-1987 SITE REMEDIATION OF CONTAMINATED SOILS BOTH HAZARDOUS AND NON-HAZARDOUS $740,000 (TO DATE) CIVIL WORK FOR JTR $ 125,000 PERINI CORPORATION CIVIL CONSTRUCTION DAVID ANNUCCI- (914) 739-1908 ROUTE 9, DOT PROJECT REMOVAL OF TANKS, SOILS AND OTHER HAZMAT MATERIAL$50,000.00. MTA EAST SIDE ACCESS- HAROLD STRUCTURES ABATEMENT OF BUIDLINGS SCHEDULE FOR DEMOLITION AS PART OF OVERALL ESA PROJECT $ 400,000 DIOCESE OF ROCKVILLE CENTER TOM DEFRANCISCI- (51 6) 678-5800 MULTIPLE ASBESTOS REMOVAL PROJECTS AT PARISHES UNDER THE DIRECTION-OF-THE-DIOCESE,-SUCH AS: ST. HEDWIG PARISH- REMOVAL OF 4,000 SF. FLOOR TILE., VERIZON DAVID LUCAS- (5 16) 313-6944 EMERGENCY SERVICE CONTRACT FOR UNDERGROUND TRANSITS PIPE INSULATION. SOUTH NASSAU COMMUNITIES HOSPITAL RICHARD FLYNN - (516) 632-3100 REMOVAL OF 20,000 SF OF ASBESTOS CONTAINING FLOOR TILE, 4,000 LF-OF PIPE-INSULATION-1-AND-1 ,000 SF-OF-PLASTER-CEILINGS-FROM THE -------- H-1 AND E-1 WINGS OF THE HOSPITAL FIRST FLOOR. 2006 FOR 300,000 AS WELL AS OUR ONGOING SERVICE CONTRACT WORK THAT CONTINUES UNTIL TODAY BARUTI CONSTRUCTION CORP. STEPHANIE CARAVOLOS- (63 1) 654-3416 PLANTING FIELDS ARBORETUM NYS DEPARTMENT OF PARKS + T _ REMOVAL OF 4,000 SF OF ASBESTOS FLOOR TILE, 4,000 SF OF ASBESTOS ROOFING, 400 LF OF ASBESTOS PIPE INSULATION, AND THE REMOVAL CHEMICAL STRIPPING AND REINSTALLATION OF 44 HISTORIC WINDOWS WITH LEAD CONTAINING PAINT. IRWIN CONTRACTING, INC. JOHN IRWIN -- (631) 434-8400 MATTITUCK-CUTCHOGUE JUNIOR SENIOR HIGH SCHOOL REMOVAL OF 6,000 SF OF ASBESTOS PLASTER CEILING IN THE AUDITORIUM, ABATEMENT OF WINDOW CAULK AT EXTERIOR OF BAND WING, AND FLOOR TILE REMOVALS THROUGHOUT. SOUTH HAMPTON ELEMENTARY SCHOOL:- ASBESTOS REMOVAL AND DEMOLITION $350,000.00. AND MULTIPLE PROJECTS FROM 2006 TO PRESENT BID BOND Aegis Security Insurance Company Bid Date 09/20/2018 Aegis #111 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Unitech Services Group,Inc. Aegis Security Insurance Company 241-4 N Fehr Way 4507 North Front St Bay Shore,NY 11706 Harrisburg,PA 17110 OWNER: (Name, legal status and address) Town of Southold 53095 Main RD Southold,NY 11971 BOND AMOUNT: Five Percent of Bid Amount(5%of Bid Amount) PROJECT: (Name, location or address, and Project number, if any) "Old Highway Department Maintenance and Storage Building Asbestos Removal" The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, 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.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310,2010 edition j Signed and sealed this 20 day of September 2018 Unitech Services Gro Inc. (Pri ipal) (Seal) A W,�iVW\u ness) (Title) Aegis Security Insurance Company — (I A== (Si ety) John C.Wagner (Seal) � ._ Attorney-in-fact (Witness) (Title) The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310,2010 edition 2 Surety Acknowledgement State of: Connecticut County of: Hartford City of: Farmington On this 20th day of September , in the year 2018 , before me personally came John C. Wagner to me known, who, being by me duly sworn, did depose and say that he/she resides in Avon, CT he/she is the Attorney-in-Fact of Aegis Security Insurance Company the corporation described in and which executed the attached instrument; that he/she knows the corporate seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; and that it was so affixed by order of the Board of Directors of the said corporation, and that he/s a sign his/her name thereto by like order. Stephen Wagner (Notary Public) Stephen Wagner Notary Public Connecticut My Commission Expires October 31, 2021 Bond # Agc4 /l ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF COUNT.' #76 ) 011 the ly day of �r- L L in the year ®l� before me personally carne a to isle known, who, b eing by nie duly sworn, di2 depose and say tha (s)Ile resides at Of P that (s)he is the IV% the corporation described in and which executed the above instr ment; and that (s)he signed her/his name thereto by order of the Board of Directors of said corporation. STEVEN F MATTHEWS P2 Notary Public,State of N WYork Qualifie rb$A 20,l Commission Expires o e ACKNOWLEDGEMENT OF PRINCIPAL, IF A.PA.RTNERSHrr STATE OF )ss; COUNTY OF _ On the day of in the year before me personally came to me known and known to me to be a.member of the firm described in and who exe-outed the fozegoing instrument, and (s)he duly acknowledged to me that (s)he executed the same for and in behalf of said firm for tlhe uses and Purpose mentioned therein. Notary Public ACKNOWLEDGEMENT OF PRINCIPAL,IF AN )NDIVIDUAL STATE OF _ )ss: COUNTYOF �} On the day of in the year before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument and (s)he duly acknowledged that (s)he executed the same, Notary Public THIS POWER NULL AND VOID IF NUMBER IS NOT IN RED POWER CERTIFICATE NO. CT 210 AEGIS SECURITY INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT AEGIS SECURITY INSURANCE COMPANY does hereby make,constitute and appoint:JOHN C.WAGNER,STEPHEN C.WAGNER,VIRGINIA R.MARTIN,LINDA J.HAYWARD its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf surety bonds, undertaking and other instruments of similar nature as follows: $5 MILLION This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 4's day of February, 1993. "Resolved, That the President,any Vice President,the Secretary and any Assistant Secretary appointed for that purpose by the officer in charge of surety operations shall each have authority to appoint individuals as Attorney-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 an 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 facsimile thereof may by imposed or fixed or in any other manner reproduced;provided, however,that the seal shall not be necessary to the validity of any such instrument or undertaking." "Resolved, That the signature of each of the following officers; President, Vice President, any Assistant Vice President, any Secretary or 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 the purpose only of executing and attesting bonds and undertaking and other writings upon the Company and any such power required and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or undertaking to which it is attached." IN-WITNESS WHEREOF,AEGIS SECURITY INSURANCE COMPANY has caused its official seal to be hereunto affixed,and these presents to be signed by its President this 18"day of June,2018. AEGIS SECURITY INSURANCE COMPANY %NSt)q,�y By: a �o�uTr W o� . 1977 0 � II � aa W.J.WOLLYUNG,I President Commonwealth of Pennsylvania } }s.s.:Harrisburg County of Dauphin } On this 181 day of June,2018, before me personally came William J.Wollyung,III to me known,who being by me duly sworn,did depose and say that he is President of AEGIS SECURITY INSURANCE COMPANY, the corporation described herein and which executed the above instrument; that he knows the seal of the said corporation,that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. eNMVwt Ord)��fi �P�ae LP commonwealth o' JEANNE LP TENNISOf Pennsylvania Notary Public y -10 My Commission Expires June 16,2021 oTARY PvO� I,the undersigned,Secretary of AEGIS SECURITY INSURANCE COMPANY,a Pennsylvania corporation,DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked:and furthermore that the Resolution of the Board of Directors,set forth in the said Power of Attorney,is now in force. Signed and sealed at the City of Harrisburg,in the Commonwealth of Pennsylvania,dated this j960 day of Ap"ew z i • ��y�NSUgt�� w 1977 0 REBECCA J.LIDDICK 0�� rn *,a Secretary Aegis Security Insurance Company Statements of Admitted Assets, Liabilities and Capital and Surplus - Statutory Basis As of December 31, 2017 2016 Admitted Assets Bonds $ 59,413,126 $ 50,929,359 Preferred stocks 559,219 446,212 Common stocks- unaffiliated 10,130,928 8,406,062 Common stocks- affiliate 17,834,418 16,949,467 Cash, cash equivalents and short-term investments 16,847,253 12,732,874 Other invested assets 3,750,000 3,750,000 Total cash, cash equivalents and invested assets 108,534,944 93,213,974 Accrued investment income 537,640 482,598 Premium receivable and agent balances due 27,517,072 26,115,723 Reinsurance recoverable on paid losses 4,649,361 3,450,058 Federal income tax receivable 1,184,982 467,965 Net admitted deferred tax asset 2,831,492 3,665,301 - Other assets - 35,311 Receivable from parent, subsidiaries and affiliates 3,423,309 6,700 Total assets $ 148,678,800 $ 127,437,630 Liabilities,Capital and Surplus Liabilities: Losses and LAE $ 25,724,886 $ 23,278,093 Reinsurance payable on paid loss and LAE 88,380 345,036 Unearned premiums 50,735,681 32,215,782 Commissions payable 1,458,140 868,762 Accounts payable and accrued expenses 658,479 520,097 Taxes, licenses and fees payable 1,073,568 806,060 Ceded reinsurance premiums payable 10,838,092 9,283,899 Funds held under reinsurance treaties - 2,346 Amounts withheld for account of others 3,493,569 4,570,068 Payable for securities 869,437 7,422 Total liabilities Capital and surplus: Common stock, par value$1 40 per share, 5,000,000 shares authorized; 3,000,000 issued and outstanding 4,200,000 4,200,000 Paid-in surplus 5,266,827 5,266,827 Unassigned surplus 44,271,741 46,073,238 Total capital and surplus 53,738 55,540,= Total liabilities, capital and surplus $ 148,678,800 $ 127,437,630 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond BOND#MCC9-20-18 KNOW ALL MEN BY THESE PRESENTS,that we MICROTECH CONTRACTING CORP. 38 Kean Street West Babylon,NY 11704 (Here insert full name,and address or legal title of Contractor) as Principal,hereinafter called the Principal,and U.S. Specialty Insurance Company 13403 Northwest Freeway Houston,TX 77040-6094 a corporation duly organized under the laws of the State of TX as Surety,hereinafter called the Surety,are held and firmly bound unto Town of Southold 53095 Main Rd Southold,NY 11971 (Here insert full name,and address or legal title of Owner) as Obligee,hereinafter called the Obligee,in the sum of Five Percent of Amount Bid----------------Dollars 5.00%),for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Old High Department Maintenance&Storage Building Asbestos Removal;Peconic,NY (Here insert full name,address and description of project) NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 20th day of September,2018. MICROT H C RAC NG CORP. (Princip - (Seal) ( ess) (Title) 51-t U.S. S ecialt Insurance Com an 1. 1 1 (Sue ) XS (Witness)Marci Little Char es R.McQuigg n,Attor y-in-F AIA DOCUMENT A310 BID BOND AIA 0 FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS,1735 MY AVE,N W.WASHINGTON,D.0 20006 1 WARNING Unlicensed photocopying violates U.S.copyright laws and is subject to legal prosecution State of Illinois County of Madison On this 201h day of September, 2018, before me, Holly V. Johnson, a Notary Public within and for the above mentioned county, personally appeared Charles R. McQuiggan, to me personally known, who being by me duly sworn he is an Attorney-In-Fact of: Allegheny Casualty Company AMCO Insurance Company Accredited Surety and Casualty Company,Inc. American Contractors Indemnity Company Berkley Insurance Company Contractors Bonding and Insurance Company Developers Surety and Indemnity Company Fidelity and Deposit Company of Maryland First National Insurance Company ofAmerica Granite Re,Inc. Lexon Insurance Company Merchants Bonding Company (Mutual) Nationwide Mutual Insurance Company Old Republic Surety Company Pekin Insurance Company Star Insurance Company Selective Insurance Company ofAmerica State Auto Insurance Company The Ohio Casualty Insurance Company Travelers Casualty and Surety Company ofAmerica US Specialty Insurance Company Western Surety Company Western National Mutual Insurance Company the corporation named in the foregoing instrument, and that the seal affixed to the said instrument is the corporate seal of the said corporation, and that the said instrument was signed and sealed on behalf of the said corporation by authority of its Board of Directors, and the said Charles R. McQuiggan, acknowledged the said instrument to be the free act and deed of the said corporation. Official Seal By: WIrV011y lohnson Holly V.Johnson Notary Pu6Cic Notary Public, State of Illinois My Commission Expires January 30,2021 LEGAL NOTICE Request for Bid Proposals NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids will be received by the Town Clerk of the Town of Southold, Suffolk County, New York, at the Southold Town Clerk's Office, Town Hall, 53095 Main Road, Southold,New York 11971, until 2:00 P.M. Thursday, September 20,2018, at which time they will be publicly opened and read aloud, for the Asbestos Removal at certain Highway Department Buildings. Definite specifications may be obtained at the Office of the Southold Town Clerk during normal business hours beginning July 26, 2018. Request for additional information or inquires should be addressed to the Michael Collins, P.E., Southold Town Hall, PO Box 1179, Southold,NY 11971. Telephone: (631) 765-1560. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any defect or informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be accompanied by a Non-Collusive Bid Certificate, and 5% bid security. All bids must be marked "Bid on Asbestos Removal", and must be signed and sealed in envelopes plainly addressed to the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold,New York 11971. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: July 17, 2018 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON September 13, 2018, AND FORWARD ONE (1 ) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE,TOWN CLERK, PO BOX 1179, SOUTHOLD,NEW YORK 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Dodge Reports Brown's Letters Burrelle's Info Services Town Clerk's Bulletin Board Rudder, Lynda From: legals <legals@timesreview.com> Sent: Tuesday, September 04, 2018 12:44 PM To: Rudder, Lynda; Lisa Finn (lisaahfinn@gmail.com); Michaelis,Jessica; Reisenberg, Lloyd; Southold Local (denise@southoldlocal.com); Dinizio,James; Doherty,Jill; Doroski, Bonnie; Ghosio, Bob; Louisa Evans; Neville, Elizabeth; Noncarrow, Denis; Norklun, Stacey; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle;William Ruland; Duffy, Bill; Hagan, Damon; Silleck, Mary Cc: Tomaszewski,Zachary Subject: Re: asbestos for publication Attachments: Ad_Order_Form.pdf,Ad_Image_Preview.pdf Hello, This notice has been scheduled,the attached documents serve as your confirmation, invoice and proof. Please review for accuracy. Payment is due upon receipt. Affidavits are processed and mailed out a week after the final publication date of the notice. Thank you. legals@timesreview.com Tres a REVIEW MEDIA.GROUP Kimberly Gersic Sales Production Assistant 631.354.8013(direct) kqersic@timesreview.com www.timesreview.com PLEASE NOTE CANCELLATION POLICY:All ads are billed for entire run upon first publication date. Cancellations for publication dates can be made but there will be no adjustment to cost and refunds will not be given. There are no exceptions to this policy. rTIMEs REVIEW re� MEDOA GROUP 1 Kimberly Gersic Sales Production Assistant 531.354.8013(direct) kqersic@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us> Date:Tuesday, September 4, 2018 at 11:56 AM To: Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisaahfinn@gmail.com)" <lisaahfinn@gmail.com>, "Michaelis, Jessica" <jessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southoId.ny.us>, "Southold Local (denise@southoldlocal.com)"<denise@southoldlocal.com>, "Dinizio,James" dames.dinizio@town.southold.nv.us>, "Doherty,Jill" <fill.doherty@town.southold.nv.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio@town.southold.nv.us>, Louisa Evans <Ipevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville@town.southold.nv.us>, "Noncarrow, Denis" <denisn@southoldtownny.gov>, "Norklun, Stacey" <Stacey.Norklun@town.southold.nv.us>, "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us>, "Russell,Scott" <scottr@southoldtownny.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.ny.us>,William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd@southoldtownny.gov>, "Hagan, Damon" <damonh@southoldtownny.gov>, "Silleck, Mary" <marvs@town.southold.nv.us> Cc: "Tomaszewski, Zachary" <zact@southoldtownny.gov> Subject: asbestos for publication Please publish in the 9/13 edition of the Suffolk Times and the town website,thank you 2 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 4th day of September 2018, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. Bid on Asbestos Removal r,�a E ' abeth A. Neville Southold Town Clerk Sworn before me thi 4th ay o Se m 2018 N tary Public LYNDA M. RUDDER Notary Public, State of New York No.01 R U6020932 Qualified in Suffolk County Commission Expires March 8,20 f Town of Southold "Old Highway Department Maintenance and Storage Building Asbestos Removal" PROPOSAL PACKAGE BID OPENS: September 20, 2018 REMINDER NOTE! ! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 f 1 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications,the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. 1' Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 r I nL VENDOR NAME: �l�t/h TM CSS a(W )_ VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. ✓ PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: V IF APPLICABLE: DATE FILED: STATE FILED: ��IC If a non-publicly owned Corporation: CORPORATION NAME: yYl►ff-ch Styryi, c,5 G- m-PIV-c LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) duff V-I 110 'n ( 0A) fl9 'ju LIST OFFICERS AND DIRECTORS: NAME TITLE so,<�-e. -e 1 I ID (-P�ICI��t NA fflh6_6 V. PrP Cif nt If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 r ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: � h 6cns rap, =wc a ADDRESS: l I- fir- CO \ y" u. Shut N�' 11:6(o CONTACT: "�' ',�� I"1 CA ` ft)f,VQS TELEPHONE:a - -I a ►E FAX: a`-I E-MAIL: ui'eyen ca uy11 'C�" -OCyIUSIMP• COM ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: 6 - (Y) 3CI MI GLaJ2 ZhC, ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached ❑ I certify that I can supply insurance as specified if awarded the bid 0 Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DIS ALIFY BIDDER. AU ORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The pe o signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ignatur &Company Position Q 11c� 7 S ant G DAY OF 20 16' Type Name&Company Position tI)i,f(h :)P'(UiCompany Na Name gSTEVEN P M State of NewYork Date Signed N0.01 MA5051352 Qualified in Suffolk County 7 rj—3110(Q'j ] Commission Expires November 06,20® Federal I.D.Number Proposal Package 6 of 9 e THE PROPOSAL FORM Old Highway Department Maintenance and Storage Building Asbestos Removal VENDOR NAME: (lI itti) Cf� & ' VENDORADDRESS: goo S w TELEPHONE NUMBEA�� FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 Old Highway Department Maintenance and Storage Building Asbestos Removal Itemized Proposal for: Town of Southold ITEM NO ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Remove and Dispose of Asbestos Transite Panels 4 for /LS Dollars Cents TOTAL BASE BID Items(Add All Items) Dollars Cents (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Proposal Package 8 of 9 AUTHORIZED SIGNATURE PRINT NAME lJS r'L I TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the day of in the year 2018 before me, the undersigned, personally appeared, G L © , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 7 NOTAR PUBLIC STEVEN F MATTHEWS NotaryNob0i1MA5051352 ate Of York Qualified in Suffolk County Commission Expires November 06,20,-1,' Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY:di I I C) -"A Corporation A Partnership or Entity FIRM NAME: lfth u1(CS GW ITty- An Individual PRINCIPAL OFFICE: all-9 N) �Mr ' o a LA 9UQ sit 1001 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 4-esen� jve►I�c�, ial-t o"''nvt CORT Py 1135(0 WC 4-OCb)t 8tt�tn �AUIIhCtkb aye f 1arel ove ectul)0V 11ID-A 1. How many years has your organization been in business under its present business name? 19 of ckr3 2. You normally perform what percent of the work with your own forces? GUS % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? . If so,note where and why. tt {v 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. l� QS-1 i 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. Mo 6. List the major construction projects your organization has underway at this date: Name o£ Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you.organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work 5e CA� tcie �etrti���S QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? Its 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF )J ®1 L ) COUNTY OF ) O being duly sworn deposes and says that he is the 1, of «v , X*,u contractor and that answers to the foregoing questions and all statements therein cont ined are true and correct. (Signature of erson who signed bid) Sworn to before me this __ day of ,2018 Notary Public Commission Expiration Date: STEVEN F MATTHEWS Notary Pubiic,State of NewYork No.01MA5051352 Qualified in Suffolk County Commission Expires November 06,20 QS-4 Town -of Southold "Wh isder A venue Drainage Project" PROPOSAL PACKAGE BID OPE NS-, Septern ber 20, 20,18 'R'E MWDE.R N0,TE to 6170 'VENDORS MUST ItETURN THIS DOCUMENT INTACT ./kND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes and will be sigiied by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 1 ' 1 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ❑ As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. ❑ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: l`�3 ' I G OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: N If a non-publicly owned Corporation: CORPORATION NAME: �� C�U 1-�G� CC?tiI�(Y I'1 Corp LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Ul ticcvV h6juGGL 0C) C'Iv LIST OFFICERS AND DIRECTORS: NAME TITLE v��C e&J /�rbu CC c If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: rr � VENDOR NAME: AAt C c ��"1 cure ADDRESS: Aj ( 7(fit' CONTACT: c � TELEPHONE: 63i'zg3 ���5� 1 FAX: 631 —Zq3 "S—S 7 Gl E-MAIL: 1�5� t c�r�U ��M�C� 1-�G d� •vl, C GA,,,1 ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED A , I/+NAME: l' If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANC H ISQUALIFY BIDDER. A ORIZEp SIGNATURE Proposal Package 5 of'9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project,-and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher'than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith-and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Cnatures pern ing this bid,under the penalties of perjury, affirms the truth thereof.SWORN TO BEFORE ME THIS Co pany Position�^ (� W(e r S�C,ct v G5 h �ea© DAY OF 20 I d Type Name&Company Position Company Name NOfARY PUBLIC (7—Z 1 oa . CA90LYN N1 MORRIS Public,State of Date Signed Notary No.01M06294073WYa rk 1(—3 1 (6 FZ CD Commission Suffolk County Expitues December 16,2021 Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Old Highway Department_Maintenance and Storage Building Asbestos Removal VENDORNAME: �`�T"� 5�CL(-Cx�� VENDOR ADDRESS: Sf -e-e' TELEPHONE NUMBER: �3 S`�S FAX: 63j-2q3-5-S7c( The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 Old Highway Department Maintenance and Storage Building Asbestos Removal Itemized Proposal for: Town of Southold ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Remove and Dispose of Asbestos 'T�ra'rn�site Panels 1 1 for CI7t✓f m6sr d TcuusJ ''Y 1'6/� t1�GLS Dollars Cents TOTAL BASE BID Items(Add All Items) sx'c -e Z,Urf Rvutse'--d S G4--'fAed 4gc-e 0 00 7 7c�jC� Dollars Cents (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Proposal Package 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TITLE 9-5 " rn DATE 00VU41 S ACKNOWLtDGMENT STATE OF NEW YORK, COUNTY OF <9AGI ss.: On the ~y of J�/�e-" ` r in the year 2018 before me, the undersigned, personally appeared, e- • `a-rln , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. N'UTARY WBLIC CAROLYN M.MORRIS Notary Public,State of New York No.01 M06294073 Qualified in Suffolk Co, /2�Z� Commission Expires Decemt Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: f)(,�r sesa-c A�artne�rshipor Entity FIRM NAME: / k � & CGCJr An Individual PRINCIPAL OFFICE: *3s- cut-e,4 &Y ((-7U cf PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE r /VVcci 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? /60 % List tradesthat you organization normally performs below: AS�-&S 6 S `"t/O (` 'Jd a'- vo-I Md 2e,-v e—dohLx-, p � 3. Have you ever failed to complete any work awarded to you?No. If so,note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes,please provide details. p QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. NO 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work V l�� QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci AAA)M pftS. 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: L '�„ Gil. _?y�',j'r•i�J.L'Yil } v /^� ✓«91f"c� iiJ i iii ..lii• �l il.igi OYI pyL:A p1 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? ,t /`.� . v QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF 10&CO COUNTY OF q.fev being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. ( gnatu of p rson who signed bid) Sworn to before me this �day of ,2018 Notary Public Commission Expiration Date: CAROLYN M.MORRIS Notary Public,state of Newya* No.01MO6294073 4y ed In Suffolk Coun Commission s Expires December i6,2021 QS-4 AC 3294-S(4/12) NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A—COMPLETED CONSTRUCTION CONTRACTS Vendor Name: NYS Vendor ID: Question 3:0: List the ten most recent construction:contracts the Business Entity has completed.If less than ten,include most recent subcontracts on projects up to that number:. 1• Agency/Owner Award Date Amount Date Completed FAA-Ronkonkoma ARTCC for Cornerstone Construction 11/21/2017 $145,302.00 6/15/19 Contact Person Telephone No. Designer Architect and/or Design Engineer Neil Alexis-Cornerstone Construction (781)670-6518 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub 2. Agency/Owner Award Date Amount Date Completed NYS OGS-Lincoln Correctional Facility for Gerards Plumbing 3/1/2018 $15,000.00 6/7/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Victoria Kovalchuk-Gerards Plumbing (718)252-3813 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub 3. Agency/Owner Award Date Amount Date Completed Waldorf School of Garden City 6/1/2018 $3,600.00 6/19/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Fred Rhoads (516)742-3434 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV, if applicable Prime 4• Agency/Owner Award Date Amount T5/2t5/2018 Completed NYIT 5/24/2018 $2,800.00 Contact Person Telephone No. Designer Architect and/or Design Engineer Kristen Panella (516)686-7731 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Prime 5• Agency/Owner Award Date Amount Date Completed National Grid-Hicksville for SJS Construction 5/31/2018 $5,450.00 6/9/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer- Gerry Aspromonte-SJS Construction (631)893-3060 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub Page 1 of 2 AC 3294-S(4/12) a NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A—COMPLETED CONSTRUCTION CONTRACTS Vendor Name: NYS Vendor ID: ''Question 3A:.'List the-ten most recent construction contracts the'Business Entity'has completed..'IfIess than ten,include most recent subcontracts-ow projects.up.to that- number: 6• Agency/Owner . Award Date Amount Date Completed Brightview Senior Living Center for Tritec Building Company,Inc. 1/30/2018 $28,000.00 5/16/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Ken Abrami (631)706-4129 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub 7. Agency/Owner Award Date Amount Date Completed Banga Residence for Stern Projects LLC 3/15/2018 --[$34,600.00 4/30/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Bobby Mistreta-Stern Projects LLC (212)643-7560 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub 8• Agency/Owner Award Date Amount Date Completed 181 Broadway LLC for Cedar Management 3/26/2018 $15,600.00 4/27/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Rich Rubel-Cedar Management (212)732-7653 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub 9• ,Agency/Owner Award Date Amount Date Completed Cohen Residence for J&J Johnson 4/10/18 $11,700.00 4/30/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Joseph Galea-J&J Johnson (917)417-1030 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub 10. Agency/Owner Award Date Amount Date Completed Cannon Point South Apt 4L for Plainspace Architecture 4/22/2018 $7,950.00• 5/30/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Sama Barrios (646)882-2933 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub Page 2 of 2 AC 3295-5(4/12) NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT B—UNCOMPLETED CONSTRUCTION CONTRACTS , Vendor Name:Microtech Contracting Corp NYS Vendor ID:1000006431 , _Question 3:1: List,all.current.uncompleted construction contracts:,. 1. Agency/Owner Award Date Completion Date Cashin Associates 9/17/2018 10/17/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Tom LaGuardia (631)348-7600 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub _ Total Contract AmountAmount Sublet to others Uncompleted Amount $43,850.00 $20,000.00 2. Agency/Owner Award Date Completion Date Dune Rd LLC 9/24/2018 10/24/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Kevin Cosgrove (516)840-4999 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub Total Contract Amount Amount Sublet to others Uncompleted Amount $18,650.00 $0.00 $5,000.00 3 Agency/Owner Award Date Completion Date PW Grosser 9/17/2018 10/17/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Heather Moran Botta (631)589-6353 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub Total Contract Amount Amount Sublet to others Uncompleted Amount $69,000.00 $0.00 $30,000.00 4. Agency/Owner Award Date Completion Date Katz&Nelson,GC 9/18/2018 10/18/2018 Contact Person Telephone No. Designer Architect and/or Design Engineer Stephen Sisca (917)765-4147 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable Sub r - Total Contract Amount Amount Sublet to others Uncompleted Amount $15,000.00 $0.00 $10,000.00 Pagel of 3 til 38 Kean Street MICROTECH West Babylon, NY 11704 Environmental Services P-631-243-5559, F-631-243-5579 Asbestos, Lead and Mold Remediation www.microtechenv.com ASBESTOS PROPOSAL # 18-367 BID NAME: Old Highway Dept. Maintenance & Storage Asbestos Removal Date: 09/20/18 Prepared by: PS Page 1 of 2 CLIENT: JOB SITE: Town of Southold Old Highway Department Maintenance Southold Town Hall &Storage Asbestos Removal 53095 Main road 275 Peconic Lane Southold, NY Peconic, NY 631-765-1800 Scope of Work: Remove 4,100 Sf of transite panel boards from grage walls and ceilings in Bays 11-14, the supply room, North wall of Bay 10 and garage attic wall above Bay 11 Proposal Price We propose to furnish labor and materials complete in accordance with the above specifications for the sum of Pricefor Work: ............................................................................................................ $72,775.00 Costfor NYS filing fees: ............................................................................................... $2,000.00 Client's Acceptance of this Proposal The above prices, scope and conditions are hereby accepted You are authorized to do the work as specified. Payments will be made as outlined above. ACCEPTED: Name (print): Signature: Date: Signer of this proposal has received, understands and agrees to be bound by all the conditions, terms and exclusions on page 2 of this proposal. Page 2of2 Exclusions and Conditions Microtech Contracting Corp. is licensed to handle asbestos Microtech Contracting Corp. has priced this project accordingly with its current insurance; additional coverage& endorsements may be requested at an additional cost to the client Microtech Contracting Corp. has priced this proposal without any obligations to MBE, WBE, or any other set asides Microtech Contracting Corp. and its affiliates and subsidiaries may or may not be signatory with any particular labor union. In no case will Microtech Contracting Corp be required to sign with a union, use union labor or guarantee labor harmony in their performance of their work or as part of this proposal/contract All work will be done in strict compliance with applicable federal, state and local standards Asbestos waste generated at this site will disposed of according to law The proposal price does not include the cost of air testing by an independent testing firm unless otherwise stated Price does not include any replacement, temporary protection or repair unless otherwise stated Building owner must remove all belongings and personnel from the work area Building owner will provide water and power source at each work area Price does not include any temporary or stand by electricians or plumbers—power to be cut at breaker panels & gas to be turned off by Main Price does not include removal of ceiling heater units Price does not include supplying toilets or facility trailers Above customer will provide a safe staging area for waste container, decon &equipment adjacent to the work area Price does not include off-hour work or extra shifts Price assumes no restrictions on hours or days of work Exact quantities and location to be abated were provided by the Client If any additional work emerges during the project- Microtech Contracting Corp. will not be forced to perform the work until the value of the extra work is agreed upon The cost of local sales tax has not been added to the proposal price Any and all disputes that may arise out of the execution this proposal will be settled entirely in Suffolk County, New York This proposal may be rescinded at any time at the option of Microtech Contracting Corp. PAYMENT TERMS _0_% Upon acceptance of this proposal _0_%At 50% completion No retainage will be held for completed work for any reason With full payment of all balances to be made upon completion 2 #0002258650 f STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck,in said county,being duly sworn,says that she is Principal Clerk of THE SUFFOLK TIMES , a weekly newspaper,published at Mattituck, in the Town of Southold,County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks(s),successfully commencing on 09/13/2018 Principal Clerk G C/ Sworn to before me this day of CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK No 01V06105050 Qualified in Suffolk County My Commission 6npires February 28,2020 40 TI"PESEI': Tue Sep 04 12:33.54 EDT 2018 LEGAL NOTICE Request for Bid Proposals NOTICE IS HEREBY GIVEN,in accor- dance with the provisions of Section 103 of the General Municipal Law,that sealed bids will be received by the Town Clerk of the Town of Southold, Suffolk County, New York, at the Southold Town Clerk's Office, Town Hall,53095 Main Road,Southold,New York 11971,until 2:00 P.M Thursday,Sep- tember 20,2018,at which time they will be publicly opened and read aloud,for the As- bestos Removal at certain Highway Depart- ment Buildings Definite specifications may be obtained at the Office of the Southold Town Clerk during normal business hours beginning July 26,2018. Request for additional information or in- quires should be addressed to the Michael Collins,PE,Southold Town Hall,PO Box 1179,Southold,NY 11971.Telephone (631) 765-1560. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any defect or informality in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be accompanied by a Non- Collusive Bid Certificate,and 5%bid secu- rity All bids must be marked`Bid on Asbes- tos Removal",and must be signed and sealed in envelopes plainly addressed to the Town Clerk,Town of Southold,Town Hall,53095 Main Road,Southold,New York 11971. The bid price shall not include any tax, federal,state,or local,from which the Town of Southold is exempt Dated-July 17,2018 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK 2258650 TOWN OF SOUTHOLD OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK y L Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold,New York 11971 September 6, 2018 (631) 765-1560 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL" Definite specifications may be obtained at the Southold Town Clerk's Office beginning September 6, 2018 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD September 20, 2018 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME &ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 2:OOPM on September 11, 2018 at the site located at 275 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders IB-1 thru I13-6 Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-18 Proposal Form Package Pages 1 —9 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 NYS Wage Rates ------ Technical Specifications Divisions 1-2 Scope of Work for Asbestos Removal Proposed Electric Plan Limited Asbestos Survey Report INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance and Maintenance 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Old Highway Department Maintenance and Storage Building Asbestos Removal at 275 Peconic Lane in Peconic, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 P.M. prevailing time on Thursday, September 20th,2018, at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM,PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until the completion of ten percent(10%) of the work under the Contract. IB - 2 INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part,to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract,which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the IB -3 INSTRUCTIONS TO BIDDERS extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f)No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together With the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. S. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent 100%) of the amount bid, such bonds to be executed by a New York licensed insurance carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1)year after the date of final acceptance of the work. The successful bidder,upon failure to execute and deliver the bonds required within ten(10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal,the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be re-let including the cost of such re-letting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed,the bid security accompanying the bid will be returned. IB -4 INSTRUCTIONS TO BIDDERS 9.BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 10.NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that 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. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written,addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. IB - 5 INSTRUCTIONS TO BIDDERS Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract,Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance Requirements section. (a) Comprehensive Automobile Policy (b) Comprehensive General Liability (c) Excess/Umbrella Insurance (d) Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 18. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. 113 - 6 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the Town and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as-from claims for property damage which may arise from operations under this contract,whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than$1,000,000 (one million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/umbrella insurance policy in an amount of not less than $2,000,000 (Two million dollars) each occurrence and aggregate. SIR- 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of$1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage CONTRACTORS PROTECTIVE LIABILITY: An OCP Policy shall be required by the Town of Southold in limits of$1,000,000 combined single limit, each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal liability of the Contractor,NAMING THE CONTRACTOR AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICA'T'E OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate SIR- 2 STANDARD INSURANCE REQUIREMENTS j'{s�i:: re�.— �(��> "�'rN�Y.p' ,3.�5';:v'2�` "_ _'(«.a,'::r;� - r--�;•a#: -_ '' i.'..- _ ,�`-,-" _ ��.t;;`3 - 1�"'��^ 9}yti;Descri"'tion.�`of�onn•eatonsnocations%etc�Box��mustinclude;'tYe�stafemerit `�4�--- " ` - f !off.. »#: rr.,;f, :.C::G:s 2":��.,, r+,,'+:::: �•::. - .4<. ;�a�., xtt'x::: ,:9: ;A. - ' } iNL:J- t.ri ,'i .t'�`s ."x.,}„ti 6 ':'4 D,.'4i;`'�n v�'•• t' ;3� iibT-;: r�ti��i,• "�,�:a/•�• IV .;te;Ts.-.�.,..mow.._.,.., s., . .._.w . ._ ;. .,..^_. _.....t.._ �_._..... ,r..,.r...b. . .,.,_._ _,. p•,r`> zr2}^^"fi„— •.,7-c^:;'-L.S-"g->c•- ..-+'r.T.f.�._ _.y,<r,—.-�....,�—._-,;.fir- _ _.a•.�._t- ....,..,,^`31"^,-.".—� ',`^'a;-�;�.•� —;`•-_{ E�RTIF:IC'AHOLD R,S-HMJ°LBKL ISTEDtiA N •iSc'�,i�'i.::�.:�<zS3.i=':�'-.9 r_��_:,.-'-4:,3':.:si'”: ` `�7 ^� '.a'.'• Y'" �rnr. _`��z;.;. z;` ,.),;• ^'��`-' h'•`_ -1 _s',:- z>s. �'.: :4.ai:;.,�.`-Ystr•,TF.,as'- ; z•y'z 'F 3 ♦:.Y t:3+r:'v � '� - A 'F�;`'" ti _ '�;.t;J-' ..1;:�,e' �.�fY. ,_].^�."'" _ ::i.., i}i>,t==,:,L".uti��,",t� it - F: ra��,_,4s sit "d .'.�v....'J",:,„ .µ@ i::,._s,:.,-�•..`.,tS;.i'-.7.is'-t�.: .�;L�-,,,:` ;:c% '•<r;;' is-e. .-r. _.:s�:'' �;r;; �.�' - _�.� �w:"'>:'s;»., .i�.K. «`n�,�'k� T'r3°::- _ '>�: '.>`ri �^�� - -�-�`. !I✓�'.. eT"A"��,,.s{..,y..v;.b...�+'Sl•`.i,_"f. _ '`.:,;�^H*?�:F.x -.;.>�'�sr �'3- F�'� -'"°1`�.:•z.'.,t':, k"'S�°C'6%�•,�Cv.:: ice: .h:"j.`tya:�1,,,. J ;�r:�-s, - -�a"e`:;��:=s,t�:^,,,..r�';+;_s ��r�,n�`. .ti.,.3:,t� .t..�'k � ��t$.� :ir'r�M�-,'t�•'c-_ ^:43`�.'ab.Fwnn<=„ � .,� `��,.: �,?' i,,�, �^<.0 ,.�S.OUTHOLD'rNY°��11971s:�;.,.b�_� ,;- _ .;. .k•Q - .�. >:>,;: t.�`°;�:.''_ zfS..<�t�«rw.r�4 ..�......a:�w,_n..�..,c:z.x....�d.:-::n::..v�iriit:.�.,..>.a'.•.,.,,�7�s �.i: ..s.r.s.:s.$e::�Y.•.w,.t;.<._..`:•dk::'-^��...,ri. ,...,W. m.a..._,..�.,.,.,..:a.:.r>:•.,,.,�^rc.»v--..� 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR- 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting,Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Office&Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - I GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board,Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC - 2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right,before execution of the Contract,to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work,without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four connected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code) with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s)pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit (2) Fire prevention permit (3) Health DepartmMt/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) Suffolk County Farmland Committee (4) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"to GC - 4 GENERAL CONDITIONS coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards)with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death) and property damage as required. S. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction,both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be Punished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS, OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICE & TOILET: The Contractor shall provide an office trailer for use by the town and its representatives. The trailer shall be climate controlled and have a clean plan table, desk and chair provided inside. The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet,the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and appliances used or to be used appear to the Engineer as insufficient or improper for assuring the GC - 7 GENERAL CONDITIONS quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures, pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and acceptbd by the Engineer and the Owner. The Contractor shall, at all times,provide the Owners,Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative;that is in addition to each and every remedy herein provided. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall,in the opinion of the Owner,require repairing,replacing, or rebuilding,the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within.5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct-the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to,make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights,which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. GC -9 GENERAL CONDITIONS 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation,,practice or condition�is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed,remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours'notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. 27. PROTECTION OF UTILITIES:.The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The,Engineer shall direct the public utility corporations to shift-or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation.without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. GC - 11 GENERAL CONDITIONS 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of'names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground,nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however,that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Contract Security 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work,Persons and Property 24. Representations of Contractor 25. Patent Rights - - 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades,Lines,Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC - 1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgment of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the performance bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. The Town has allotted a total of thirty-one (3 1) consecutive calendar days to complete the project from the date the contract is signed by all parties. This includes the 10-day notification to the New York State Department of Labor (NYSDOL) and the Building Occupants. The Contractor is to submit the NYSDOL Notification and fee, and must post the Notification to Building Occupants within 3 days of award. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be THIRTY-ONE (31) CC - 3 CONDITIONS OF CONTRACT CONSECUTIVE CALENDAR DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 — Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the CC -4 CONDITIONS OF CONTRACT Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of acceptance of the work by the Engineer. (b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with any surety or sureties, or if for any other reason such bond shall cease to be adequate security to the Owner, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade CC - 5 CONDITIONS OF CONTRACT or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, CC - 6 CONDITIONS OF CONTRACT county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen(16)years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to thehealth or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions.shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. CC - 7 CONDITIONS OF CONTRACT 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash or company check and not less often than once each week. 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five (5)percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, re-measure or re-estimate any portion of the work, but the expense of such re-measurement or re-estimating shall, unless material error is proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. CC - 8 CONDITIONS OF CONTRACT 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final_payment shall be and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports iri no way relieves the Contractor of his responsibility under existing Federal .or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at.any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material CC - 9 CONDITIONS OF CONTRACT respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. CC - 10 e CONDITIONS OF CONTRACT 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORD, PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by_the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes, traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and CC - 11 CONDITIONS OF CONTRACT (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request,the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgment, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recm omendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. CC - 12 CONDITIONS OF CONTRACT 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be,by the Contractor, at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from,the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgment of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b)To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. CC - 13 CONDITIONS OF CONTRACT 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a)The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period's herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor- shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven(7) days'notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or(at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work(including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated,the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event,the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be CC - 14 CONDITIONS OF CONTRACT obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work,by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a)To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse,rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c)Before final payment hereunder to remove all surplus material,temporary structures,plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury. sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In' case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be CC - 15 CONDITIONS OF CONTRACT submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm,partnership, or corporation of which he is a member,partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination,but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. CC - 16 CONDITIONS OF CONTRACT 40. GRADES,LINES,LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor,his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member,partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the CC - 17 CONDITIONS OF CONTRACT State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision(a)paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15) and(16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision(a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus,Albany,New York, 12227. CC - 18 Town of Southold "Old Highway Department Maintenance and Storage Building Asbestos Removal" PROPOSAL PACKAGE BID OPENS: September 20, 2018 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ❑ As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. ❑ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: F-1Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT,OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D Number Proposal Package 6 of 9 THE PROPOSAL FORM. Old Highway Department Maintenance and Storage Building Asbestos Removal VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 Old Highway Department Maintenance and Storage Building Asbestos Removal Itemized Proposal for: Town of Southold ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Remove and Dispose of Asbestos Transite Panels 1 1 for /LS Dollars Cents TOTAL BASE BID Items(Add All Items) Dollars Cents (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Proposal Package 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2018 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? .If so,note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. 6. List the major construction projects-your organization has underway at this date: Name of- Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of , 2018 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Eighteen by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , party of the second part(hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Old Highway Maintenance and Storage Building Asbestos Removal. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and'agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or,otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. 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 signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2018 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2018 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.state.ny.us NE6t.�o 00 Andrew M.Cuomo,Governory """ ° �,Q' Roberta Reardon,Commissioner Town of Southold Schedule Year 2018 through 2019 Michael Collins,Town Engineer Date Requested 08/28/2018 53095 Main Road PRC# 2018010524 Southold NY 11971 Location Southold Highway Department Project ID# Project Type Removal of asbestos transite panels from the Old Highway Department Maintenance and Storage Building PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2018 through June 2019. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W Averell,Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor state.ny.us PW 200 PWAsk@labor.state.ny.us DIVISION 1 - GENERAL REQUIREMENTS TOWN OF SOUTHOLD OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL GENERAL , The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES,ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—DIVISION NO. 1—GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities&Temporary Controls 01501 Health& Safety Provisions 01502 Environmental Protection DIVISION 1 - Page 1 of 13 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - GENERAL SITE The site of the proposed OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL is located at 275 Peconic Lane in Peconic, Town of Southold, Suffolk County,New York. BACKGROUND The transite wall and ceiling panels located in the building will be completely removed and properly disposed of. The work will be carried out as specified in these contract documents and in a manner that is complete and compliant in all respects. The contractor shall notify the Town of any conflicts prior to the beginning of any work SCOPE A. The work to be performed under this Contract shall include all labor, materials, equipment, services and incidentals required to perform the asbestos removal as indicated in the Specifications, shown on the Contract Plans and/or as approved by the Engineer. B. In general,the work shall include,but not be limited to, the following: • Preparing the site for the removal of the transite, including the removal and decontamination or disposal of all fixtures, as indicated in the Specifications • Removal of all transite panels • Proper disposal of all transite panels and all trash and debris generated during the course of the project • Decontamination of the building F. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute as follows: 1 General Requirements 2 Site Work SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his DIVISION 1 - Page 2 of 13' DIVISION 1 - GENERAL REQUIREMENTS representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Plans or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him_from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit six(6) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it.and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. INSPECTION All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his.operations. The Contractor shall enforce regulations and restrictions as may, be necessary or required for the protection of fire, accidents, property damage and public nuisance.. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. MAINTENANCE AND PROTECTION OF UTILITIES A. The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. DIVISION 1 - Page 3 of 13 DIVISION 1 - GENERAL REQUIREMENTS B. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. C. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right- of- way,to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. GRADES,LINES,LEVELS AND SURVEYS Upon completion of the demolition and removal work under the Contract,the Contractor shall restore all disturbed areas of the parking lot as per the Contract Plans and Specifications. LABOR,LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York,the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction they are submitting a bid for as specified in the Contract Documents for a period of at least five(5)years. On request, bidders must furnish a list of a minimum of five (5) projects of similar type construction that was built by them in the Nassau- Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of five (5) of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) projects for each proposed Subcontractor must be submitted. DIVISION 1 -Page 4 of 13 DIVISION 1 - GENERAL REQUIREMENTS B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform to the latest A.S.T.M.,A.W.P.A.,A.S.A.,N.E.C., I.E.S.; etc. specifications as may relate to or govern the construction work. CONTRACT PLANS The Contract Plans which accompany and form part of these Specifications, bear the title: PROPOSED: NEW DRAINAGE SYSTEM WHISTLER AVENUE FISHERS ISLAND and are comprised of Drawings A-1 and A-2. CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. GUARANTEES A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. B. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1) year or for longer periods where so provided for in the Specifications, from the date of issuance of the Final Certificate by the Engineer. C. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor, within five(5) DIVISION 1 -Page 5 of 13 DIVISION 1 - GENERAL REQUIREMENTS days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as required. PAYMENTS Payment(s) made under this Contract will be made on the basis of actual work completed in accordance with the Contract Documents. Payments will be computed from the unit and lump sum bid. Payment will only be made for the items shown in the Proposal Form. END,OF SECTION 01010- GENERAL DIVISION 1 -Page 6 of 13 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor,materials,tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the 'Engineer, at the lump sum or unit prices for the items listed herein. Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, less any money paid by the owner by reason of said contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. END OF SECTION 01025—MEASUREMENT AND PAYMENTS DIVISION 1 -Page 7 of 13 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: A. Temporary Utilities —Electricity, lighting, heat, ventilation, telephone service (including fax machine), water and sanitary facilities. B. Temporary Controls — Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities — Access roads, parking, progress cleaning, project signage, and temporary buildings. TEMPORARY ELECTRICITY The Electrical Contractor shall be responsible for providing and paying for the temporary electric power for construction to an established point proximate to the construction area. The temporary service shall be installed within 30 days of the award of the contract. The Electrical Contractor shall be responsible for providing temporary electric power to all trades, for the duration of the proj ect. TEMPORARY WATER SERVICE A. The Contractor shall provide temporary water service for construction purposes, sanitary facilities, fire protection and for cleaning. B. Potable water shall be furnished for construction personnel by portable containers. C. Water service shall be protected from freezing, and the service shall be extended and relocated as necessary to meet temporary water requirements. D. The Contractor shall install a meter and pay for all expenses associated with temporary water service during the course of the work, including furnishing all necessary permits and fees required for temporary water service. E. Comply with all applicable codes and arrange for all necessary inspections and approvals. F. Upon completion of all work, the Contractor shall disconnect and remove all temporary connections and fixtures. TEMPORARY SANITARY FACILITIES A. The General Contractor shall provide at the site suitable enclosed toilet facilities for the DIVISION 1 -Page 8 of 13 DIVISION 1 - GENERAL REQUIREMENTS use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. B. Accident 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death,,personal injury or property damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the,Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. DIVISION 1 -Page 9 of 13 DIVISION 1 - GENERAL REQUIREMENTS C. Provide temporary control of surface water, stormwater runoff and discharge from pumping in accordance with Contractor's approved soil erosion and sediment control plan. SECURITY A. Provide security and facilities to protect work, and existing facilities, and Owner's operations from unauthorized entry,vandalism or theft. B. Coordinate with Owner. C. Furnish security during the course of the work. ACCESS ROAD A. Maintain roads accessing construction area as shown on the Construction Plans. B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering public and private streets. Clean all mud and debris from construction traffic at no additional expense to the Owner. Comply with all State and Local regulations. E. Designated existing on-site roads may be used for construction traffic, as directed by the Owner and Engineer. Damage to existing site roads as a result of this Contract will be the responsibility of the Contractor. PARKING A. The Contractor's personnel shall not park on the main road or adjacent private side streets. B. When space is not adequate,provide additional off-site parking. C. Do not allow vehicle parking on existing pavement. PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as DIVISION 1 -Page 10 of 13 DIVISION 1 - GENERAL REQUIREMENTS designated by the Owner. REMOVAL OF UTILITIES,FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final Applications for Payment Inspections. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION 1 -Page 11 of 13 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01501 —HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 — Occupational Safety and Health Standards, and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Owner may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION 01501 —HEALTH AND SAFETY PROVISIONS DIVISION 1 - Page 12 of 13 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01502—ENVIRONMENTAL PROTECTION WORK INCLUDED A. The Contractor shall furnish all labor, equipment and materials required for environmental protection during and as the result of construction operations under this Contract except for those measures set forth in other provisions of the Contract Plans and Specifications. Environmental protection requires consideration of air, water and land, and involves noise and solid waste management as well as other pollutants. RELATED SECTIONS A. Section 01500—Construction Facilities and Temporary Controls APPLICABLE REGULATIONS A. In order to prevent environmental pollution and to provide for environmental protection arising from construction activities related to the performance of this Contract, the Contractor and his subcontractors shall comply with all applicable Federal, State and local laws and regulations concerning environmental protection, as well as the specific requirements stated in this Section and elsewhere in the Contract Specifications. END OF SECTION 01502—ENVIRONMENTAL PROTECTION DIVISION 1 -Page 13 of 13 DIVISION 2 - SITE WORK GENERAL The work under this Division shall be subject to the requirements of the GENERAL CONDITIONS, CONDITIONS OF CONTRACT, DRAWINGS, PLANS, ADDENDA and other Contract documents. Refer to the Contract Drawings and Specifications of other,trades and Contractors for items, which might affect the work under this Division. TABLE OF CONTENTS -DIVISION 02000 -SITE WORK Included in this Division are the following sections: 02050- Site Demolition 02200 - Site Preparation DIVISION 2 - 1 of 4 DIVISION 2 - SITE WORD SECTION 02050—SITE DEMOLITION & REMOVAL DESCRIPTION Under this Section, the Contractor shall supply all labor, materials, equipment and incidentals necessary to complete the Demolition work and Debris removal as specified herein, shown on the Contract Drawings and/or as directed by the Engineer. SCOPE In general,the work to be done shall include but not be limited to the following: A. Demolition, as referred to in this section, includes all labor, material and equipment necessary to properly remove and dispose of all materials associated with removal of the existing asphalt, concrete and drainage infrastructure. B. All waste materials generated from the site demolition shall be disposed of at a permitted facility. Off-site disposal for all demolished material and debris shall be at a facility approved by the New York State Department of Environmental Conservation. All disposal fees, permits, and incidentals associated with transportation and disposal shall be borne by the Contractor. C. Any non-waste materials and/or equipment removed during demolition shall be considered for re-use, salvage or re-sale by the Contractor. D. Site demolition shall be limited to the area shown on the Contract Plans. Any areas adjacent to this area that are affected by site demolition shall be restored by the Contractor at no additional cost to the Owner. E. Site demolition shall be conducted in a manner that protects the underlying soils and surrounding areas. The Contractor shall fimiish all materials required to protect the surrounding environment while removing BASIS OF PAYMENT Payment for the above items shall be included in the lump sum price bid for each item of the overall project. END OF SECTION- SECTION 02050—SITE DEMOLITION & REMOVAL DIVISION 2 - 2 of 4 DIVISION 2 - SITE WORK SECTION 02200 - SITE PREPARATION QUALITY ASSURANCE A. The Contractor shall, at their own expense, secure utility, mark-outs and give all legal notices that may be required in connection with the work, including the notification of owners of existing subsurface gas and other utility lines. INSPECTION A. The Contractor shall visit and thoroughly familiarize them with the site and with the scope of work to be done. B. When the Contractor submits their proposal, it shall be interpreted to mean that he has examined the site, fully understands the existing and proposed conditions and has made due allowances for them in their proposal. PREPARATION A. Notification of utility companies shall be in accordance with Industrial Code Rule#53 of Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of New York. B. Notify all utility companies, prior to start of work and ascertain location of all existing utilities. C: Exercise extreme caution in the area of existing utilities so as not to cause damage or breakage. D. The Contractor shall verify all elevations and satisfy themselves as to their correctness by visiting the site of the proposed work and examining the actual condition prior to the beginning of the work. ADJUST AND CLEAN A. The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. PROTECTION OF EXISTING VEGETATION A. Top soil cover over root systems of existing trees and shrubs shall be minimized and never exceed 6 inches in depth. B. Trenching across tree root systems should be a minimum distance to the tree diameter in inches, converted to feet, from the tree trunk. (e.g. 10-inch caliper tree shall have a minimum of 10 feet distance between trunk and trench.) Tunnels under the root system should start 18 inches or deeper below existing grade. Tree roots, which must be DIVISION 2 - 3 of 4 DIVISION 2 - SITE WORK severed, should be cut clean. Backfill material around roots shall be topsoil. C. Construct sturdy fences, wood or steel barriers, or other protective devices surrounding valuable vegetation from construction equipment. Place barriers far enough from tree so that all equipment such as backhoes and dump trucks do not contact tree trunk or branches. D. Trees shall be protected from grade to the lowest branch or 8' above grade, whichever is lowest. E. Material shall only be stockpiled in locations approved by the engineer. No equipment shall be parked or repaired, and no oil, gasoline, concrete or other debris shall be dumped near trees and shrubs to remain. At the end of each workday, all debris shall be removed and disposed of off--site. F. Obstructive and broken branches should be pruned properly. The 3 cut method should be used on all branches larger than two, inches at the cut. The branch collar on all branches whether living or dead should not be damaged. First cut the underside of the branch partly through 6 inches or more from tree. Cut through the branch 2 inches or further out from trunk. The final cut should be made by placing the shears or saw in front of the branch bark ridge and cutting downward and slightly outward. Do not paint the wounds. G. Any trees damaged during construction shall be repaired by an approved tree surgeon. Any tree erroneously removed or damaged beyond satisfactory repair shall be replaced with the same species, 6 inches in caliper, which shall be balled, burlapped and platformed and planted at the direction of the Engineer. H. Where cuts expose or affect root systems of trees, the exposed roots shall be cut off cleanly and such areas shall be backfilled with topsoil as soon as practicable and shall be watered and protected from further damage. END OF SECTION- SECTION 02200 -SITE PREPARATION DIVISION 2 - 4 of 4 Scope of Work for Asbestos Removal Town of Southold Highway Department Garage August 2018 Zvi +f 01 000 76q.Q i 1, ENVIROSCIENCE CONSULTANTS INC. 2150 Smithtown Ave.,Suite 3,Ronkonkoma,NY 11779 T.631.580,3191 • F:631.580.3195 • M envirohealth.org SCOPE OF WORK: 1. All ACM is to be removed to facilitate renovation of the Town of Southold Highway Garage at 275 Peconic Lane, Peconic, New York. The building is a single-story wood framed and masonry, slab on grade, multi-bay vehicle maintenance garage with offices, restrooms and an attic. 2. The walls and ceilings of Bays 10 — 14 are covered with transite asbestos-cement panels — approximately 4,100 square feet. The panels are secured directly to the wood studs and joists. 3. Reference Section 1.3.3 for specific asbestos materials to be removed. 4. Reference the project drawings. 5. Reference the Limited Asbestos Survey Report prepared by D&B Engineers & Architects, P.C. dated October 2015. Note the following exceptions to the D&B report: 5.1. The cloth vibration damper collar in the attic is suspect-ACM and will not be removed as part of this project. 5.2. Floor tile in the office areas will not be removed as part of this project. 5.3. An electrical box was inspected and the wire insulation was found to be plastic. 6. Bidders are required to attend a mandatory site walk-through. Contractors are to verify types, locations, and quantities of ACM, and field conditions prior to bid submission. 7. Successful bidders are required to give all appropriate governing agencies proper notification on the date of contract awarding to expedite the project. 8. The project is limited to the identified work areas and involves the removal, handling and proper disposal of interior, non-friable ACM. 9. Protect equipment, electrical, piping, and finishes that are to remain. 10. The abatement shall be in accordance with the attached specification and all codes, rules, and regulations. 11. The Town has allotted a total of 31-days to complete the project from date of award. This includes the 10-day notification to the NYSDOL and Building Occupants. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- ` CONSULTANTS INC. Peconic, NY Issued for Review 2 GENERAL WORK PROCEDURES 1. This project is to be done in accordance with all federal and state regulations including but not limited to: 29 CFR 1910 General Industry Standards 29 CFR 1910.1200 - Hazard Communication 29 CFR 1910.134 - OSHA Standards for Permissible Exposure to Airborne Concentrations of Asbestos Fibers and Respiratory Protection 29 CFR 1926.500 OSHA Fall Protection Standard 29 CFR 1926.1101 - Asbestos 40 CFR 61 Subparts A and M - National Emission Standards for Hazardous Air Pollutants (NESHAP) 12 NYCRR Part 56 Asbestos (Industrial Code Rule 56) 2. The Contractor is to provide written notification to United States Environmental Protection Agency, NYS Department of Labor, and to building occupants at least ten days prior to starting the project. Provide copies of the notifications and all project documentation, including project closeout documents and the completed waste manifest to the Owner and the Project Monitor. 3. The Contractor is required to submit the applicable Asbestos Project Notification fees to the NYS Department of Labor. 4. All moveable objects, equipment, tools, benches, vehicles, etc. that are not attached through the transit walls and ceilings are to be removed by the Town - prior to start. 5. The Town will disconnect and move the air compressor in Bay 10. Compressor piping (PVC) and electrical conduit that is attached to the transit wall will be handled by the contractor. 6. A staging area extending 25-feet from the front of the bays to be abated will be cordoned off and used by the contractor for placement of decontamination units and waste roll-offs. This area will be off-limits to all except the contractor, air monitor, and Authorized Visitors. 7. Critical barriers, wet methods, HEPA vacuum equipment, decontamination units, and personal protective equipment are required for this project; Town of Southold Asbestos Abatement 1 ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. o Peconic, NY Issued for Review 3 regardless of any variances that the contractor may obtain. 8. Electric power to the work areas is to be disconnected and locked-out by the Contractor. The Contractor is to verify that power is off before allowing men into the work areas. 9. Electrical power to other parts of the building, including the front bays that are not part of the abatement work area, the front office, and the fuel depot must be maintained for the duration of the project. Electric panels and conduit feeding these areas are in the regulated abatement work area and are to be protected and labeled. The Proposed Electric Plan is included for reference only. See specification sections 3.1 G and 3.1 H. 10. The Contractor is to post warning signs and mark work areas with warning tape. 11. The Contractor is to construct personal and waste decontamination units sized for a large project. The decontamination units may be remote to the work areas. 12. The Contractor must isolate the work areas from the rest of the building with critical barriers and isolation barriers consisting of two layers of 6 mil thick fire- retardant polyethylene sheeting. 13. There is no work in the Old Weld Shop, the last bay at the far west end of the building. Through wall holes into the asbestos work area in the adjacent bay are to be sealed. 14. The Contractor is to pre clean the work areas. 15. Gas fired unit heaters that are mounted to the ceiling are to be removed by the abatement contractor, cleaned, and turned over to the Town. Gas lines are to remain, and are to be capped by the contractor. 16. The "window" air conditioner in Bay 10 will be pulled by the contractor, cleaned, and turned over to the Town. 17. The ceiling mounted electric wire and hose reels are to be pulled by the contractor, cleaned, and turned over to the Town. 18. The four ceiling mounted electric fans are to be pulled by the contractor and turned over to the Town. 19. Electric fluorescent lights that are attached to the transit ceilings are to be removed and disposed by the contractor. This includes the lamps. �. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- ` CONSULTANTS INC. Peconic, NY Issued for Review 4 20. Non-ACM electrical wiring (in conduit) is to remain and is to supported and be temporally reattached to the walls and ceilings. 21. Other items such as garage door rails and supports are to be temporally reattached to the walls and ceilings. 22. The two built-in workbenches are to remain and are to be protected from damage. 23. Any friable asbestos materials are to be removed under containment. 24. Asbestos Containing Materials (ACM) shall be maintained in an adequately wet condition prior to, during, and after removal. No ACM is to be worked dry. 25. Asbestos materials are to be removed using manual methods only. 26. The Contractor is to double bag, or double wrap, label, and properly dispose of asbestos containing waste, and to provide completed waste manifest within 35 days of project completion. 27. Waste Generator Labels are to be affixed to each bag or wrapped asbestos waste, and shall read as follows: Town of Southold Highway Department Garage Peconic, NY 11971 Date: 28. Final air clearance must be attained prior to removal of the containment barriers. Analysis of Final Air Clearance samples will be by Phase Contrast Microscopy (PCM). Project/Air Monitoring and laboratory analysis to be conducted by: Enviroscience Consultants, Inc. 2150 Smithtown Avenue, Suite 3 Ronkonkoma, NY 11779 Ph.: (631) 580-3191 Fax: (631) 580-3195 NYS Asbestos Handling License No.: 28733 NYS ELAP# 11681 CE ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS INC. Highway Department Garage 02080- Peconic, NY Issued for Review 5 SPECIAL CONDITIONS 30. The building is not occupied but may be accessed by other trades. Keep all walkways, doors, aisles, hallways, and access points cleared of materials and equipment. Place equipment, supplies, materials, vehicles, dumpsters, etc. as directed by the Owner. 31. All asbestos containing transite materials are to be removed from the building, whether identified in the scope of work and diagrams, or not. 32. All work must be conducted between 8:00 am and 5:00 pm on weekdays and by 3:00 pm on Saturdays. There will be no work on Sunday. Other work restrictions, or expanded work hours, may be imposed or allowed. 33. The safety of personnel and protection of the site is the Contractor's responsibility, and the Contractor will be held responsible for all damages and costs incurred as a result of his actions. 34. The Contractor must provide insurance and satisfy the insurance requirements of the Owner. 35. The Owner reserves the right to reject any or all bids and to invite new bids and to waive any informalities in the proposals. No bid shall be withdrawn pending the decision of the Owner. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 6 Ya Southold Highway Department Garage on Peconic Avenue 1 n O 0 0 a CD 1 The asbestos work areas are at the west side of the building. Town of Southold Asbestos Abatement l ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 7 J Bay 10—West Wall Proper fall protection is required. ' s r i IV r Electrical boxes and conduit must be supported and temporally reattached. Town of Southold Asbestos Abatement C* ENVIROSCIENCE Highway Department Garage 02080- C C* CONSULTANTS INC. Peconic, NY Issued for Review 8 ` L. I i Garage door tracks are to be supported and temporally reattached. J y . Ff- I Typical conditions—all moveable items will be removed by the Town. Town of Southold Asbestos Abatement LomENVIROSCIENCE Highway Department Garage 02080- CON3ULTa NTS INC. peconic, NY Issued for Review 9 c: _ f r, Ceilings are transite. I r. �,. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 10 4 1 Gas-fire unit heaters are to be disconnected and turned over to the town for reuse. The Contractor is to properly cap-off the gas lines. Gas lines are to remain and are to be properly capped. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. 0 Peconic, NY Issued for Review 11 / 4 it Extension lamps and fans are to be disconnected and turned over to the town for reuse. Fluorescent fixtures and lamps are to be removed and recycled/disposed by the contractor. Shelving that is attached to the transite is to be removed and disposed by the contractor. ENVIROSCIENCE Town of Southold Asbestos Abatement `« CONSULTANTS INC. Highway Department Garage 02080- Peconic, NY Issued for Review 12 E- i. I Utility room is transite. The built-in workbench is to remain and be protected from damage. Electric panels in this room must remain energized, protect and label per 56-7.7 Toilet walls are transite. Fixtures and piping are to remain and must be protected from damage. Town of Southold Asbestos Abatement i ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. peconic, NY Issued for Review 13 SECTION 02080 - ASBESTOS REMOVAL TOWN OF SOUTHOLD HIGHWAY DEPARTMENT GARAGE ISSUED FOR REVIEW PART 1 GENERAL 1 .1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. The most recent revision of the publication applies. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) ANSI Z9.2 Fundamentals Governing the Design and Operation of Local Exhaust Systems ANSI Z87.1 Occupational and Educational Eye and Face Protection ANSI Z88.2 Respiratory Protection AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM E 1 368 Visual Inspection of Asbestos Abatement Projects CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1926 Safety and Health Regulations for Construction 29 CFR 1926.500 OSHA Fall Protection Standard 40 CFR 61 National Emission Standards for Hazardous Air Pollutants 40 CFR 761 Polychlorinated Biphenyls (PCBs) 40 CFR 763 Asbestos Hazard Emergency Response Act (AHERA) Town of Southold Asbestos Abatement GO ENSULTANTS EoNVIROSCIENCE Highway Department Garage 02080- Peconic, NY Issued for Review 14 ENVIRONMENTAL PROTECTION AGENCY (EPA) EPA 340/1-90-018 Asbestos/NESHAP Regulated Asbestos-containing Materials Guidance EPA 340/1-90-019 Asbestos/NESHAP Adequately Wet Guidance EPA 560/5-85-024 Guidance for Controlling Asbestos-containing Materials in Buildings NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 10 Portable Fire Extinguishers NFPA 70 National Electrical Code NFPA 90A Installation of Air Conditioning and Ventilating Systems NFPA 101 Safety to Life from Fire in Buildings and Structures NFPA 701 Methods of Fire Test for Flame-Resistant Textiles and Films NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH) NIOSH Pub No. 84-100 NIOSH Manual of Analytical Methods NEW YORK STATE 12 NYCRR Part 56 New York State Department of Labor Industrial Code Rule 56 -Asbestos 6 NYCRR Part 364 New York State Department of Environmental Conservation, Waste Collector Registration 6 NYCRR Parts 370 New York State Department of Environmental Conservation through 374-3 and 376 1 .2 DEFINITIONS 1.2.1 Adequately Wet A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-019 that means to sufficiently mix or penetrate with liquid to prevent the release of particulates. If visible emissions are observed coming from asbestos-containing material (ACM), then that material has not been adequately wetted. However, the absence of visible emissions is not sufficient evidence of being adequately wetted. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 15 i 5 1.2.2 Amended Water Water containing a wetting agent or surfactant with a surface tension of at least 29 dynes per square centimeter when tested in accordance with ASTM D 1331. 1.2.3 Friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763, Appendix A, Subpart F, Section 1, Polarized Light Microscopy, that when dry, can be crumbled, pulverized, or reduced to powder by hand pressure. If the asbestos content is less than 10 percent as determined by a method other than point counting by polarized light microscopy (PLM), verify the asbestos content by point counting using PLM. 1.2.4 Non-friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763, Appendix A, Subpart F, Section 1, Polarized Light Microscopy, that, when dry, cannot be crumbled, pulverized or reduced to powder by hand pressure. 1.2.5 Category I Non-friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means asbestos- containing packings, gaskets, resilient floor covering, and asphalt roofing products containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763, Appendix A, Subpart F, Section 1, Polarized Light Microscopy. 1.2.6 Category II Non-friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material, excluding Category I non friable ACM, containing more than 1 percent asbestos as determined using the methods specified in Appendix A, Subpart F, 40 CFR 763, Section 1, Polarized Light Microscopy, that when dry, cannot be crumbled, pulverized, or reduced to powder by hand pressure. 1.2.7 Asbestos Regulated Work Area An asbestos regulated work area is an area contained and controlled either by an enclosed containment (full containment area, single or double bulkhead containment area, mini-containment area), modified containment glove bag or outdoor techniques, where asbestos containing materials (ACM) operations are performed and isolated by physical boundaries to prevent the spread of ACM and control access to authorized persons. A full containment, single or double bulkhead containment area, mini-containment area, modified containment, and glove bag work area is isolated within a containment enclosure in which ACM operations are performed. An outdoor regulated work area is not isolated within a containment enclosure, but is otherwise secured by means of physical barriers, boundary warning tape, and signs, etc., to control access by unauthorized persons. 1.2.8 Time-Weighted Average (TWA) The TWA is an 8-hour time weighted average of airborne concentration of fibers (longer than 5 micrometers) per cubic centimeter of air which represents the employee's 8-hour workday as Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 16 determined by Appendix A of 29 CFR 1926, Section 1926.1101. 1 .3 DESCRIPTION OF WORK 1.3.1 CONTRACT DOCUMENTS A. All work of this section shall comply with the requirements of the Conditions of the Contract (General, Supplementary and Special), with all sections of Division 1 - General Requirements, with this Section, with the Drawings, and with other Contract Documents. B. All insurance shall be obtained from companies licensed to do business in the State of New York as "admitted carriers", and must be acceptable to the Owner with a "Best" rating no lower than "A". C. It is the Contractor's responsibility to submit and keep current two (2) copies of certificates of insurance with the Owner's Representative. Work may not start until all insurance certificates are on file. D. No work may continue and no payments will be made after the expiration date noted on the latest insurance certificate on file with the Owner's Representative. E. The Owner's Representative must be notified in writing of any changes in the insurance coverage within three (3) days of the Contractor's knowledge of such change. F. All insurance policies shall provide that the insurance will not be canceled or changed without thirty (30) days written notice of such cancellation or change being mailed to and received by the Owner's Representative. G. The Contractor shall assist and cooperate with the Owner's Representative and its insurance carrier(s) in connection with all claims relating to the project.The Contractor will hold harmless the Owner in any actions. H. The Contractor agrees to hold the Town of Southold and their representatives (i.e., architect, construction manager, environmental consultant, air monitoring firm, and engineer) including Enviroscience Consultants, Inc. harmless from any and all fines, levies, or penalties including the cost of reasonable attorneys fees issued by any jurisdictional authorities as a result of any actions or work procedures used by the Contractor or his sub-contractors or any persons employed directly or indirectly by the Contractor. I. The Contractor shall defend, indemnify and hold harmless the Town of Southold its officers, directors, employees, agents, and servants including Enviroscience Consultants, Inc. from and against and all losses (including, but not limited to, property damage and bodily injury or death resulting therefrom), costs, damages, claims, expenses, including attorney's fees and expenses of litigation,judgments, liens and encumbrances, arising out of or in any way connected with the Services of the Contractor or that of any subcontractor and whenever made or incurred, including any and all liability imposed by law, contract, custom upon the Town of Southold, its officers, directors, employees, agents, and servants or any or all of them, whether or not it be claimed or proven that there was negligence or breach of statutory duty or both upon the part of the Town of Southold, its officers, directors, employees, agents, and servants, except where indemnity would be precluded by New York State General Obligations Law, Section 322.1, or by other applicable law. In accordance with the above, the Town of Southold shall have the right to demand that the Contractor undertake to defend the Town of Southold, its officers, directors, employees, agents, and servants against all lawsuits for which the Contractor has the duty to indemnify the Town of Southold Asbestos Abatement o ENVIROSCIENCE Highway Department Garage 02080- e CONSULTANTS INC. Peconic, NY Issued for Review 17 Town of Southold. In the event that the Contractor indemnifies the Town of Southold for any damages, losses, costs, and expenses, which result from the negligence of a third party, the Town of Southold will assign to the Contractor any corresponding cause of action that it may have against such third parties. 1.3.2 WORK INCLUDED A. The work covered by this section includes the handling, removal and disposal of Category II non- friable interior transite asbestos-cement panels (ACM). This section describes procedures and equipment required to protect workers and occupants of the work area from contact with airborne asbestos fibers and ACM dust and debris.The work also includes the proper disposal of the generated ACM wastes. B. This abatement work is governed by 29 CFR 1926.1101 (Asbestos), 40 CFR 763 (AHERA), 40 CFR 61 Subpart M (NESHAPS), and 12 NYCRR Part 56 (New York State Department of Labor Industrial Code Rule 56), and other regulations as listed in Section 1.1 of this Specification. C. The Contractor shall furnish all labor, materials, training, services, fees, equipment, and insurance necessary to carry out the removal and disposal of asbestos containing materials (ACM), and hazardous materials described below. D. Contractor shall coordinate all work with the Owner, Architect, Construction Manager, Asbestos Project Monitor, General Contractor, Demolition Contractor, and any other entity as necessary. E. The work is to be phased by zones. Zones are to be isolated from other building areas by hardwall barriers. Place zone partitions to allow at least two exits from each zone. F. All ACM locations are descriptive and/or diagrammatic. All measurements and quantities are approximate. Exact locations and quantities should be field verified by the Contractor. G. The project involves removal in multiple work areas. Personnel and waste decontamination units, sized for a large project are required. The decontamination units shall be contiguous with the work areas. Remote decontamination units may be used where allowed. H. Non ACM building materials may be decontaminated and disposed as construction debris. I. The Contractor shall file applications for all necessary permits as required by all administrative authorities and enforcing agencies. The Contractor is required to fulfill any format necessary as well as to pay all required fees. J. The Contractor is responsible to secure any variances that are required. K. Critical barriers, wet methods, HEPA vacuum equipment, decontamination units, and personal protective equipment are required for this project; regardless of any variances that the contractor may obtain. L. The Contractor shall be responsible for verifying the bid document drawing(s) provided and identifying any additional ACM that may exist. The proposals based upon these specifications shall be held as made with full knowledge of existing conditions and requirements. Town of Southold Asbestos Abatement 04ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 18 M. The Contractor shall, in order to obtain a clear and complete knowledge of the scope of work, visit the premises and examine carefully the work involved and existing conditions before submitting his/her bid. N. The Contractor shall field verify, prior to bid submission, all quantities of asbestos containing material to be removed, and all field conditions affecting the work. Any discrepancies between the Contract Documents and the field conditions shall be reported to the Architect and Construction Manager in writing prior to the submission of bids. 1 .3.3 ASBESTOS MATERIALS TO BE REMOVED - INTERIOR LOCATION ASBESTOSAMOUNT MATERIAL Highway Garage Transite Asbestos- 4,100 Square Feet Bay 10 -west wall cement Panels Bays 11 — 14 walls and ceilings Toilet—walls and ceiling Utility Room —walls and ceiling Bay 11 Attic -wall All ACM types, locations, and quantities must be field verified by the Asbestos Abatement Contractor. A. The Contractor must remove any movable objects that have not been removed by the Town, from the work areas prior to the start of each phase of the project. B. The Contractor is to construct isolation barriers that seal off all openings, including but not limited to windows, corridors, doorways, skylights, ducts, grills, diffusers, and any other penetrations of the work areas. Barriers are to be constructed using two layers of six mil fire-retardant plastic sheeting sealed with duct tape. Also, all seams in system components that pass through the work area shall be sealed. Doorways and corridors that will not be used for passage during work shall also be sealed. C. The Contractor is to remove any cabinets, shelving, casework, molding, and other components as needed to access and completely remove the asbestos materials. D. Critical barriers must be in-place before any ACM is disturbed. E. Asbestos Containing Materials (ACM) shall be maintained in an adequately wet condition prior to, during, and after removal. No ACM is to be worked dry. F. ACM is to be removed using manual methods only. G. Contractor to double bag, or double-wrap, label, and properly dispose of asbestos containing waste, and to provide completed waste manifest within 35 days of removal from the site. Waste Generator Labels are to be affixed to each bag or wrapped asbestos waste. Town of Southold Asbestos Abatement co ENVIROECIENCE Highway Department Garage 02080- CONSULTAhITS INC. peconic, NY Issued for Review 19 1 .3.3.1 LIGHT FIXTURES A. The Contractor shall ensure that electric power to the light fixtures has been disconnected in accordance with OSHA Lock-out/Tag-out regulations prior to beginning any work. Electrical disconnect is to be done by the Contractor. B. The Contractor shall remove, package, and store all fluorescent bulbs. Light bulbs are to be properly recycled. Provide proof of recycling. D. The Contractor is responsible to remove and dispose of the light fixtures. Electric wires must be cut at the fixture side of the wire nut. E. Fluorescent light ballasts may contain Polychlorinated Biphenyls (PCBs). All fluorescent light ballasts that are NOT labeled "NO PCB" are to be considered to be PCB fluorescent light ballasts. All PCB fluorescent light ballasts are to be removed from the light fixture, segregated, and drummed and recycled by the Contractor.The Contractor shall remove all PCB fluorescent light ballasts from each light fixture and place ballasts in 55-gallon 17H open top drums. Drums are to be supplied by the Contractor. The Contractor shall affix EPA and DOT labels to each drum.The Contractor is to remove the drums from the site and secure recycling/disposal. Appropriate personnel protective equipment and handling methods are required per 40 CFR 761. F. All ACM, bulbs, and ballast types, locations, and quantities should be field verified by the Asbestos Abatement Contractor. 1 .3.3.2 SCHEDULE A. The Town has allotted a total of 31-days to complete the project from date of award. This includes the 10-day notification to the NYSDOL and Building Occupants. B. The Contractor is to provide a work schedule and estimate to complete date. Schedule is to be coordinated with the Owner, Architect, Owner's Construction Manager, the Owner's Asbestos Project Monitor, and follow-on contractors, and shall be designed to meet the timetable goals established by the Construction Manager. The work schedule shall be coordinated with the Owner, Architect, Construction Manager and the Asbestos Project Monitor prior to beginning any work. C. The work is to be done by zones; defined by areas of the budding and priority. Phases are to be done as sequenced and upon abatement/demolition completion will be isolated from the rest of the building and turned over to follow-on construction trades. 1 .4 SECURITY A. A security area shall be provided for each asbestos regulated work area. A log book shall be kept documenting entry into and out of the asbestos regulated work area. Entry into asbestos regulated work areas shall only be by personnel authorized by the Project Monitor, Contractor, and Owner. Personnel authorized to enter asbestos regulated work areas shall be trained, medically evaluated, and wear the personal protective equipment, as required by this specification, for the specific asbestos regulated work area to be entered. B. Appropriate warning signs, warning tape, and barriers are to be erected and maintained to prevent unauthorized access to the staging areas and regulated work areas. Town of Southold Asbestos Abatement o ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 20 C. The work site must be left in a condition where regular activities outside of the immediate work area will not be impeded. D. The contractor shall maintain adequate fire extinguisher coverage throughout the work site. E. Internal combustion engines shall not be operated inside the work areas. 1 .5 MEDICAL REQUIREMENTS A. Medical requirements shall conform to 29 CFR 1926, Section 1926.1101. 1.5.1 Medical Examinations 1. Before being exposed to airborne asbestos fibers, workers shall be provided with a comprehensive medical examination as required by 29 CFR 1926, Section 926.1 101 and other pertinent state or local requirements.This requirement must have been satisfied within the past year. The same medical examination shall be given on an annual basis to employees engage in an occupation involving asbestos and within 30 calendar days before or after the termination of employment in such occupation, X-ray films of asbestos workers shall be identified to the consulting radiologist and medical record jackets shall be marked with the word "asbestos." 1.5.2 Medical and Exposure Records 1. Complete and accurate records shall be maintained of each employee's Medical examinations, medical records and exposure data as required by 29 CFR 1910, Section 1910.20 and 29 CFR 1926, Section 1926.1101 for a period of 30 years after termination of employment. 2. Records of the required medical examinations and exposure data shall be made available for inspection and copying to: The Assistant Secretary of Labor for Occupational Safety and Health (OSHA) or authorized representatives of the employee and an employee's physician upon request of the employee or former employee. Maintain on file at the work site for review as requested by the Industrial Hygienist, a copy of the required medical certification for each employee. 1 .16 TRAINING A. Within 1 year prior to assignment and commencement of work on this asbestos abatement project, each worker directly involved in handling ACM, ACM generated wastes to include packaging and transporting such wastes for disposal, shall take and successfully complete a course of asbestos training as specified by United States Environmental Protection Agency (EPA) requirements at 40 CFR 763, Subpart E, Appendix C and the State of New York Industrial Code Rule 56. Workers shall take and successfully complete the "Worker" course. On-site supervisors and technical support personnel shall take and successfully complete the "Contractor/ Supervisor" course. Worker and Contractor/Supervisor courses taken more than 1 year prior to commencement of work are acceptable provided that the individual has successfully completed the annual refresher training as required by the regulatory agency. B. Prior to the commencement of work, each worker shall be instructed by the Contractor's on-site "competent person" supervisor in the following project specific training: the hazards and health Town of Southold Asbestos Abatement cia ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 21 effects of the specific types of ACM to be abated, the content and requirements of the Contractor's Accident Prevention Plan, Hazard Communication Program, Site Safety and Health Plan, work practices, the use requirements and limitations of the personal protective clothing and equipment to be used, hands-on-training for each asbestos abatement technique to be employed, heat and/or cold stress monitoring specific to this project, personal hygiene and housekeeping requirements, air monitoring program and procedures, medical surveillance to include medical and exposure record keeping procedures, the association of cigarette smoke and asbestos-related disease, security procedures, emergency response requirements and all additional requirements of 29 CFR 1926, Section 1926.1 101. C. Training shall also include, for each employee, a respirator fit test administered by an Industrial Hygienist as required by 29 CFR 1926, Section 1926.1101. 1.7 RESPIRATORY PROTECTION PROGRAM A. The Contractor shall establish in writing, and implement a respiratory protection program in accordance with 29 CFR 1926, Section 1926.1 101, 29 CFR 1910, Section 1910.134, ANSI Z88.2, CGA G-7 and CGA G-7.1. The Contractor shall establish minimum respiratory protection requirements based on measured or anticipated levels of airborne asbestos fiber concentrations encountered during the performance of the asbestos abatement work. The Contractor's respiratory protection program shall include, but not be limited to, the following elements: 1. The company policy, used for the assignment of individual responsibility, accountability, and implementation of the respiratory protection program. 2. The standard operating procedures covering the selection and use of respirators. Respiratory selection shall be determined by the hazard to which the worker is exposed. 3. Medical evaluation of each user to verify that the worker may be assigned to an activity where respiratory protection is required. 4. Training in the proper use and limitations of respirators. S. Respirator fit-testing, i.e., quantitative, qualitative and individual functional fit checks. 6. Regular cleaning and disinfection of respirators. 7. Routine inspection of respirators during cleaning and after each use when designated for emergency use. 8. Storage of respirators in convenient, clean, and sanitary locations. 9. Surveillance of work area conditions and degree of employee exposure (e.g., through air monitoring). 10. Regular evaluation of the continued effectiveness of the respiratory protection program. 11. Recognition and procedures for the resolution of special problems as they affect respirator use (e.g., no facial hair that comes between the respirator face piece and face or interferes with valve function; prescription eye wear usage; prohibition of wearing contact lenses; etc.). Town of Southold Asbestos Abatement N EVIROSCIENCE Hig hway Department Garage 02080- - CONSULTANTS INC. Peconic, NY Issued for Review 22 12. Proper training in donning and doffing procedures. 1.8 HAZARD COMMUNICATION PROGRAM A. A hazard communication program shall be established and implemented in accordance with 29 CFR 1926, Section 1926.59. 1.9 SAFETY AND HEALTH COMPLIANCE A. In addition to detailed requirements of this specification, the work shall comply with applicable laws, ordinances, criteria, rules, and regulations of Federal, state, regional, and local authorities regarding handling, storing, transporting, and disposing of asbestos waste materials and with the applicable requirements of 29 CFR 1910, 29 CFR 1926, 40 CFR 61, Subpart A, and 40 CFR 61, Subpart M, NFPA 10, NFPA 70, NFPA 90A, and NFPA 101. Matters of interpretation of standards shall be submitted to the appropriate administrative agency for resolution before starting work. Where the requirements of this specification, applicable laws, rules, criteria, ordinances, regulations, and referenced documents vary, the most stringent requirement as defined by the Owner shall apply. B. The following state and local laws, rules and regulations regarding removal, encapsulation, encasement, enclosure, demolition, renovation, handling, storing, transporting and disposing of asbestos material apply: 1. 12 NYCRR Part 56 Asbestos - New York State Department of Labor 2. 6 NYCRR 364 New York State Department of Environmental Conservation, Bureau of Hazardous Waste Operations, Title 6, Part 364. 1.10 INDUSTRIAL HYGIENIST (IH) A. Area air sampling and training shall be conducted under the direction of an IH experienced in asbestos abatement and who is currently certified by the State of New York Department of Labor as an Air Sampling Technician, retained by the Owner. For this project, the IH will also serve as the Project Designer's On-site Representative. 1.11 PERMITS, LICENSES, AND NOTIFICATIONS A. Necessary permits and licenses shall be obtained in conjunction with the project asbestos abatement, transportation, and disposal actions and timely notification furnished of such actions required by federal, state, regional, and local authorities and as otherwise specified herein.The Contractor shall hold a valid NYS Asbestos Handling License. All Workers and Supervisors shall hold valid NYS asbestos certifications. Waste transporters must have valid NYS Waste Transporter Permits. B. The Contractor shall notify the United States Environmental Protection Agency, the NYS Department of Labor Asbestos Control Bureau, Building Occupants, and the Project Designer in writing at least 10 working days prior to the commencement of work in accordance with 40 CFR Town of Southold Asbestos Abatement i ENVIR®SCIENCE Highway Department Garage 02080- CorvsuLrarrrs INC. Peconic, NY Issued for Review 23 61, Subpart M, and NYS Department of Labor requirements to include the mandatory "Notification of Demolition and Renovation Record" form and other required notification documents and fees. 1.12 SUBMITTALS A. The following submittals shall be submitted to the Owner prior to beginning work. 1. Location of decontamination units, negative air filtration units, negative air exhaust outlets, waste storage, and project phasing requirements shall be specified by the Contractor and submitted for the Owner's approval. 2. Corporate NYS Asbestos Handling License NYS Supervisor Certificate (for Supervisor of record on NYS License) Insurance Certificates 3. Personnel NYS Asbestos Supervisor Certificates NYS Asbestos Handler Certificates Proof of Medical Examinations Proof of Respirator Fit Tests Confined Space Training Certificates (if required) 4. Materials and Equipment Manufacturer's catalog data for all materials and equipment to be used in the work, including brand name, model, capacity, performance characteristics and any other pertinent information. Test results and certificates from the manufacturer of encapsulants substantiating compliance with performance requirements of these specifications. a. Material Safety Data Sheets for all chemicals to be used/stored on-site. b. High efficiency filtered local exhaust equipment c. Vacuum equipment d. Pressure differential monitor e. Air monitoring equipment f. Respirators g. Personal protective clothing and equipment 1) Coveralls 2) Underclothing 3) Other work clothing 4) Foot coverings 5) Hard hats 6) Eye protection Town of Southold Asbestos Abatement ENVIR05CIENCE cmCONSULTANTS INC Highway Department Garage 02080- Peconic, NY Issued for Review 24 7) Other items required and approved by Contractor's IH h. Glovebag i. Duct Tape j. Disposal Containers 1) Disposal bags 2) Fiberboard drums 3) Paperboard boxes k. Sheet Plastic 1) Polyethylene Sheet -General 2) Polyethylene Sheet - Flame Resistant 3) Polyethylene Sheet - Reinforced I. Wetting Agent 1) Amended Water 2) Removal encapsulant m. Strippable Coating n. Prefabricated Decontamination Unit(s) o. Other items p. Chemical encapsulant q. Chemical encasement materials r. Material Safety Data Sheets (for all chemicals proposed) 5. The following submittals shall be submitted to the Owner and to the Project Monitor as they are available during the project: a. Contractor OSHA personal air monitoring reports b. Pressure differential recordings for local exhaust systems c. Asbestos Regulated Work Area Entry Logs d. Contractor Daily Logs e. Asbestos Waste Shipment Record(s), (Waste Manifests) Town of Southold Asbestos Abatement 01. ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 25 6. Pressure Differential Recordings Pressure differential recordings shall be provided daily on the same day collected. Readings shall be reviewed by the Contractor's competent person supervisor prior to submittal. The Project Designer's on-site representative shall be notified immediately of any variance in the pressure differential which could cause adjacent unsealed areas to have asbestos fiber concentrations in excess of 0.005 fiber per cubic centimeter (f/cc) or background, whichever is higher. 7. Notifications The United Stated Environmental Protection Agency, the New York State Department of Labor Asbestos Control Bureau, and the Owner shall be notified in writing 10 days prior to the start of asbestos work. A Notification to Building Occupants must be posted 10 days prior to the start of asbestos work as required by 12 NYCRR Part 56 Subpart 56-1.8. This notification must remain in place until project completion and must include: a. The room, location(s) or area designation of the asbestos project. b. The amounts and types of asbestos or asbestos material, in square feet and/or linear feet that is being handled, removed, enclosed, encapsulated, or disturbed. c. the commencement and completion dates of the asbestos project. d. the name, address, and asbestos license number of the contractor performing the asbestos project. e. the name and address of the air monitor and laboratory for the project. A copy of the written notification shall be provided to any rental company concerning the intended use of rental equipment and the possibility of asbestos contamination, the decontamination procedures that will be used prior to the return of the equipment. A copy of the rental company's written acknowledgment and agreement shall be included in the submittal. 8. Vacuum, Filtration and Ventilation Equipment Manufacturer's certifications showing compliance with ANSI Z9.2 for: a. Vacuums. b. Water filtration equipment. c. Ventilation equipment. d. Other equipment required to contain airborne asbestos fibers. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 26 9. Respirator Program Records of the respirator program as required by ANSI Z88.2, CFR 1910, Section 1910.134, 29 CFR 1926, Section 1926.1 101. 10. Asbestos Waste Shipment Record(s) (Manifest) Final completed copies of the Waste Shipment Record for all shipments of waste material as specified in 40 CFR 61, Subpart M and other required state waste manifest shipment records as specified herein. Detailed information of all asbestos waste disposals on the "MANDATORY WASTE SHIPMENT RECORD" form in accordance with revised 40 CFR 61 Subpart M. Such completed forms signed and dated by the agent of the landfill shall be submitted within 3 days after date of delivery of ACM to the landfill, but not later than 35 days from the date that the waste left the site. 1.13 PERSONAL PROTECTIVE EQUIPMENT A. Three complete sets of personal protective equipment shall be made available to the Project Designer's on-site representative and authorized visitors for entry to the asbestos regulated work area at all times for inspection of the asbestos regulated work area. Authorized visitors shall be provided with training equivalent to that provided to Contractor employees in the selection, fitting, and use of the required personal protective equipment and the site safety and health requirements. Contractor workers shall be provided with personal protective clothing and equipment as specified herein and the Contractor shall ensure that it is worn properly. The Contractor's designated competent person supervisor shall select and approve all the required personal protective clothing and equipment to be used. 1.13.1 Respirators A. Respirators shall be selected and used in accordance with manufacturers recommendations, and shall be approved by the Mine Safety and Health Administration and the National Institute for Occupational Safety and Health (MSHA/NIOSH) for use in environments containing airborne asbestos fibers. B. Personnel who handle ACM, enter asbestos regulated work areas that require the wearing of a respirator, or who are otherwise carrying out abatement activities that require the wearing of a respirator, shall be provided with approved respirators that are fully protective of the worker at the measured or anticipated airborne asbestos concentration level to be encountered. C. For air-purifying respirators, the particulate filter portion of the cartridges or canister approved for use in airborne asbestos environments shall be Type H, high-efficiency particulate air (NEPA). As a minimum a half-mask respirator shall be worn during the startup of abatement activities, unless otherwise approved in writing by the Project Designer.The upgrading or downgrading of respirator type, from the minimum requirements specified for start-up, shall be made by the Project Designer based on the measured or anticipated airborne asbestos fiber concentrations to be encountered. All recommendations made by the Contractor to downgrade respirator type shall be submitted in writing to the Project Designer for acceptance. Contractor's actions to upgrade respirator type shall be verbally conveyed to the Project Designer. D. Respiratory protection shall comply with the 29 CFR 1926, and 29 CFR 1910. A qualitative or quantitative fit test conforming to 29 CFR 1926, Appendix C shall be conducted by the Contractor for each Contractor worker required to wear a respirator, and for the authorized visitors who enter an asbestos regulated work area where respirators are required to be worn. A respirator fit test Town of Southold Asbestos Abatement clz� ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 27 shall be performed for each worker prior to initially wearing a respirator on this project and every 6 months thereafter. If physical changes in a worker develop that will affect the fit, a new fit test shall be performed. Functional fit checks shall be performed by employees each time a respirator is put on and in accordance with the manufacturer's recommendations. 1.13.2 Whole Body Protection A. Personnel exposed to asbestos shall be provided with whole body protection as specified herein and such protection shall be worn properly. The Contractor's competent person supervisor shall select and approve the whole body protection to be used. Disposable whole body protection shall be disposed of as asbestos contaminated waste upon exiting from the asbestos regulated work area. Reusable whole body protection worn shall be either disposed of as asbestos ontaminated waste upon exiting from the asbestos regulated work area or be properly laundered in accordance with 29 CFR 1926 and as specified. Asbestos abatement whole body protection shall not be removed from the work site by a worker to be cleaned. 1.13.2.1 Coveralls Disposable - breathable coveralls with a zipper front shall be provided. Sleeves shall be secured at the wrists, and foot coverings secured at the ankles. 1.13.2.2 Gloves Disposable plastic or rubber gloves shall be provided to protect hands. Cloth gloves may be worn inside the plastic or rubber gloves for comfort, but shall not be used alone. Where there is the potential for hand injuries (i.e., scrapes, punctures, cuts, etc.) a suitable outer glove shall be provided and used. 1.13.2.3 Under Clothing Disposable underwear shall be provided and worn next to the skin or cloth under clothing. 1.13.2.4 Work Clothing An additional coverall similar to that required in paragraph Coveralls shall be provided when the abatement and control method employed does not provide for the exit from the asbestos regulated work area directly into an attached decontamination unit. Cloth work clothes shall be provided for wear under the protective coverall and foot coverings when work is being conducted in low temperature conditions. Cloth work clothes shall be either disposed of as asbestos contaminated material or properly laundered in accordance with 29 CFR 1926. 1.13.2.5 Foot Coverings Cloth socks shall be provided and worn next to the skin. If rubber boots are not used foot wear and disposable foot coverings shall be provided. Rubber boots shall be used in moist or wet areas. Only rubber boots shall be removed from the asbestos regulated work area after being thoroughly decontaminated. All other protective foot covering shall be disposed of as ACM. 1.13.2.6 Head Covering Hood type disposable head covering shall be provided. In addition, protective head gear (hard hats) shall be provided as required. Hard hats shall only be removed from the asbestos regulated work area after being thoroughly decontaminated. Town of Southold Asbestos Abatement ce ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 28 1.13.2.7 Protective Eye Wear Contact lenses shall not be worn in asbestos regulated work areas. When vision correction is necessary to perform the work task, prescription safety eye wear shall be used. Fog-proof goggles shall be worn by personnel engaged in asbestos abatement activities in the asbestos regulated work area when the use of a full face-piece respirator is not required. Eye protection provided shall be in accordance with ANSI Z87.1. 1.13.2.8 Other Items All other items of whole body protection shall be provided as required and approved by the Contractor's competent person. 1.14 DECONTAMINATION UNIT, LOAD OUT UNIT AND ACCESS TUNNEL A. A temporary negative pressure decontamination unit shall be provided. Utilization of prefabricated units shall have prior approval of the Project Designer. Decontamination and load-out unit shall be attached in a leak-tight manner to each asbestos regulated work area. The unit shall be lockable. A key shall be given to the Owner so that the work area can be accessed while the Contractor is off- site.The decontamination unit shall have a separate equipment locker room and a clean locker room with a shower that complies with 29 CFR 1910, Section 1910.141 in between. Two separate lockers shall be provided for each asbestos worker, one in each locker room. Street clothing and street shoes shall be kept in the clean locker. B. Upon exiting from the asbestos regulated work area to the equipment room, respirators shall be worn while asbestos contaminated protective clothing is HEPA-vacuumed, removed, and placed in approved labeled containers for disposal. Workers shall shower before changing into street clothes. C. The Contractor shall provide a minimum of 2 showers.There shall also be at least one shower provided per six workers. Flow and temperature controls shall be located within the shower and be adjustable by the user. Should sufficient hot water be unavailable, the Contractor shall provide a minimum 150 liters (40 gallon) electric hot water heater with minimum recovery rate of 75 liters (20 gallons) per hour and a temperature controller for each shower head. Instantaneous type in- line water heater may be incorporated at each shower head in lieu of hot water heater upon approval by the Project Designer. D. Used shower water shall be collected and filtered to remove asbestos contamination. Filters and residue shall be disposed of as asbestos contaminated material. Filtered water shall be discharged to the sanitary system. E. The wastewater pump shall be sized for 1.25 times the shower head flow rate at a pressure head sufficient to satisfy the filter head loss and discharge line losses.The pump shall supply a minimum of 1.6 liters per second (25 gallons per minute) flow with 11 m. (35 ft.) of pressure head. Waste water filters shall be installed in series with the first stage pore size of 20 micrometer (microns) and the second stage pore size of 5 micrometer. (microns.) Waste water must be filtered prior to discharge to the sanitary system. Water that is not filtered must be drummed and disposed of as asbestos containing waste. F. The floor of the decontamination unit's clean room shall be kept dry and clean at all times. Water from the shower shall not be allowed to wet the floor in the clean room. Surfaces of the clean room and shower shall be wet-wiped 2 times after each shift change with a disinfectant solution. Town of Southold Asbestos Abatement Cow- ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 29 Proper housekeeping and hygiene requirements shall be maintained. G. Soap and towels shall be provided for showering, washing and drying. Any cloth towels provided shall be disposed of as ACM waste or be laundered in accordance with 29 CFR 1926. H. Surfaces of the equipment room shall be wet-wiped 2 times after each shift change. Surfaces of the Load-Out-Unit and personnel decontamination unit shall be adequately wet-wiped 2 times after each shift change. Materials used for wet wiping shall be disposed of as asbestos contaminated waste. 1.15 WARNING SIGNS AND TAPE A. Contractor shall ensure that all personnel understand the warning signs. Warning signs and tape printed in English and Spanish shall be provided at the regulated boundaries and entrances to asbestos regulated work areas. Signs shall be located at such a distance that personnel may read the sign and take the necessary protective steps required before entering the area. Warning signs as shown and described herein shall be in vertical format conforming to 29 CFR 1910, and 29 CFR 1926, minimum 500 by 360 mm (20 by 14 inches) and displaying the following legend in the lower panel. Spacing between lines shall be at least equal to the height of the upper of any two lines: Legend Lettering Danger 3 inch Sans Serif Gothic or Block Asbestos 1 inch Sans Serif Gothic or Block Cancer and Lung Disease Hazard 1 inch Sans Serif Gothic or Block Authorized Personnel Only 1 inch Sans Serif Gothic or Block Authorized Personnel Only 1 inch Gothic Respirators and Protective Clothing 1 inch Gothic are Required in this Area B. Decontamination unit signs shall be as herein. C. Warning tape shall be provided. 1.16 WARNING LABELS A. Warning labels shall be affixed to all asbestos disposal containers used to contain asbestos materials, scrap, waste debris, and other products contaminated with asbestos. Containers with preprinted warning labels conforming to requirements specified herein are acceptable. Warning labels shall conform to 29 CFR 1926 and shall be of sufficient size to be clearly legible displaying the following legend: Town of Southold Asbestos Abatement o ENVIROSCIENCE CONSULTANTS INC. Highway Department Garage 02080- Peconic, NY Issued for Review 30 DANGER CONTAINS ASBESTOS FIBERS AVOID CREATING DUST CANCER AND LUNG DISEASE HAZARD B. In addition to the required warning labels, all waste bags/containers and wrapped waste shall be labeled with Waste Generator Labels per 40 CFR 61.150 (a)(v). Labels shall read as follows: Waste Generator Labels for the Asbestos Abatement Contract are to read as shown below: Town of Southold Highway Department Garage Peconic, NY 11971 Date: 1.17 TOOLS A. Vacuums shall be leak proof to the filter, equipped with HEPA filters, be of sufficient capacity and provide the necessary capture velocity at the nozzle or nozzle attachment to efficiently collect, transport and retain the ACM waste material. B. Power tools shall not be used to remove ACM unless the tool is equipped with effective, integral HEPA filtered exhaust ventilation capture and collection system or has otherwise been approved for use by the Project Designer. C. All residual asbestos shall be removed from reusable tools prior to storage and reuse. Reusable tools shall be thoroughly decontaminated prior to being removed from asbestos regulated work areas. 1.18 RENTAL EQUIPMENT A. If rental equipment is to be used, written notification shall be provided to the rental agency, concerning the intended use of the equipment, the possibility of asbestos contamination of the equipment and the steps that will be taken to decontaminate such equipment. A written acceptance of the terms of the Contractor's notification shall be obtained from the rental agency. 1.19 AIR MONITORING EQUIPMENT A. The air-sampling technician, hired by the Owner under separate contract, shall select the air monitoring equipment to be provided and used for evaluation of airborne asbestos fiber concentrations.The equipment shall include, but not be limited to: 1. High-volume sampling pumps that can be calibrated and operated at a constant airflow up to approximately 10 liters per minute when equipped with a sampling train of tubing and filter cassette. 2. Standard 25 millimeter diameter, 0.45 and 0.80 micrometer (micron) pore size, mixed cellulose ester membrane filters and cassettes with non-conductive barrels and shrink Town of Southold Asbestos Abatement i ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC Pecornc, NY Issued for Review 31 bands, to be used with high flow pumps when conducting environmental area sampling using NIOSH Pub No. 84-100 Methods 7400 and 7402 and the transmission electric microscopy method specified at 40 CFR 763. 3. Appropriate plastic tubing to connect the air sampling pump to the selected filter cassette. 4. A flow calibrator capable of calibration to within plus or minus 2 percent of reading over a temperature range of minus 20 degrees C (minus 4 degrees F) (minus 4 degrees Fahrenheit) to plus 60 degrees C (140 degrees F) (140 degrees Fahrenheit) and traceable to a National Institute for Standards and Technology (NIST) primary standard. 1.20 EXPENDABLE SUPPLIES 1.20.1 Glove Bag Glove bags shall be provided as described in 29 CFR 1926. The glove bag assembly shall be prefabricated with preprinted OSHA warning label and shall typically be constructed of 0.152 mm (6 mil) thick transparent polyethylene or polyvinyl chloride sheeting and at least two inward projecting long sleeves and an internal pouch. The glove bag shall be constructed and installed in such a manner that it surrounds the object or material to be removed and contains all asbestos fibers released during the process. The glove bag shall have sufficient capacity to hold removed materials and permit leak-tight sealing. 1.20.2 Duct Tape Industrial grade duct tape shall be provided in 50 mm (2 inch) and 76 mm (3 inch) widths and shall be suitable for bonding sheet plastic and disposal containers specified herein. 1.20.3 Disposal Containers Leak-tight disposal containers shall be provided for ACM generated wastes as specified herein. Leak-tight means that solids, liquids or dust cannot escape or spill out. All disposal containers shall be either pre-labeled or affixed with OSHA warning label as specified in 29 CFR 1926. 1.20.4 Disposal Bags One hundred fifty two thousandths millimeter (6 mil) thick leak-tight pre-labeled (OSHA warning label) bags shall be provided for placement of asbestos generated waste. 1.20.5 Leak-tight Wrapping Two layers of 0.152 mm (6 mil) minimum thick polyethylene sheet stock shall be used for the containment of removed asbestos-containing components or materials such as reactor vessels, large tanks, boilers, insulated pipe segments and other materials too large to be placed in disposal bags. Upon placement of the ACM component or material, each layer shall be individually leak-tight sealed with duct tape. 1.20.6 Fiberboard Drums Fiberboard drums are not required by state or local requirements. 1.20.7 Cardboard Boxes coHigTown of Southold Asbestos Abatement ENVIROSCIENCE CONSULTANTS INC. hway Department Garage 02080- Peconic, NY Issued for Review 32 Heavy-duty corrugated cardboard boxes are not required. 1.20.8 Sheet Plastic Sheet plastic shall be provided as specified herein and in the largest sheet size necessary to minimize seams, as indicated on the project drawings. 1.20.8.1 Polyethylene Sheet- General One hundred fifty two thousandths millimeter (6 mil) minimum thick polyethylene film shall be clear and conform to ASTM D 4397. 1.20.8.2 Polyethylene Sheet- Flame Resistant Where a potential for fire exists, 0.152 mm (6 mil) minimum thick flame-resistant polyethylene sheet shall be provided. Flame-resistant polyethylene film shall be frosted and shall conform to the requirements of NFPA 701. 1.20.8.3 Polyethylene Sheet-Reinforced One hundred fifty two thousandths millimeters (6 mil) thick reinforced polyethylene sheet shall be provided where high skin strength is required such as where it constitutes the only barrier between the asbestos regulated work area and the outdoor environment. The sheet stock shall consist of translucent, nylon-reinforced or woven-polyethylene thread laminated between two layers of polyethylene film. Film shall meet flame resistant standards of NFPA 701. 1.20.8.4 Viewing Inspection Window Where feasible, a minimum of one clear 3.2 mm (1/8 inch) thick acrylic sheet, 450 mm by 600 mm, (18 inches by 24 inches) shall be installed as a viewing inspection window at eye level on a wall in each containment enclosure. All such windows shall be sealed leak-tight with industrial grade duct tape. 1.20.9 Wetting Agents 1.20.9.1 Amended Water Amended water shall meet the requirements of ASTM D 1331. 1.20.9.2 Removal Encapsulant Removal encapsulant (a penetrating encapsulant) shall be provided when conducting removal abatement activities that require a longer removal time or are subject to rapid evaporation of amended water. The removal encapsulant shall be capable of wetting the ACM and retarding fiber release during disturbance of the ACM equal to or greater than provided by amended water. Performance requirements for penetrating encapsulants are specified in paragraph ENCAPSULANTS. 1.20.10 Strippable Coating Strippable coating in aerosol cans shall be used to adhere to surfaces and to be removed cleanly by stripping at the completion of work. Since these coatings have a hydrocarbon carrying agent, Town of Southold Asbestos Abatement cis- ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 33 their use shall be confined to well ventilated areas. 1.21 SAFETY DATA SHEETS Safety Data Sheets (SDS) shall be provided for all hazardous materials brought onto the work-site. One copy shall be provided to the Project Designer's on-site Representative and one copy shall be included in the Contractor's Hazard Communication Program. 1.22 OTHER ITEMS A sufficient quantity of other items shall be provided that may include, but not be limited to: scrapers, brushes, brooms, staple guns, tarpaulins, shovels, rubber squeegees, dust pans, other tools, scaffolding, staging, enclosed chutes, wooden ladders, lumber necessary for the construction of asbestos regulated containment work areas, UL approved temporary electrical equipment, material and chords, ground fault circuit interrupters, water hoses of sufficient length, fire extinguishers, first aid kits, portable toilets, logbooks, log forms, markers with indelible ink, spray paint in bright color to mark areas, project boundary fencing, etc. 1.23 PRECONSTRUCTION CONFERENCE The Contractor, the Contractor's designated supervisor, and the Project Designer's Representative shall meet with the Owner's representatives prior to beginning work at a safety preconstruction conference to discuss the details of the Contractor's work procedures and safety precautions. Once accepted by the Project Designer's Representative, these procedures and precautions will be enforced as if an addition to the specification. Any changes required in the specification as a result shall be identified specifically in the plan to allow for free discussion and acceptance by the Project Designer's Representative prior to the start of work. Town of Southold Asbestos Abatement C91 ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 34 PART 2 PRODUCTS 2.1 ENCAPSULANTS A. Encapsulants shall conform to US EPA requirements, shall contain no toxic or hazardous substances and no solvent and shall meet the following requirements: ALL ENCAPSULANTS Requirement Test Standard Flame Spread - 25, Smoke ASTM E 84 Emission - 50 Combustion Toxicity University of Pittsburgh Protocol Zero Mortality Life Expectancy- 20 years ASTM C 732 Accelerated Aging Test Permeance- Minimum 2.288 by 10E- ASTM E 96 8 grams per Pascal per second per square meter (0.4 perms) Additional Requirements for Bridging Encapsulant Requirement Test Standard Cohesion/Adhesion Test- 2394 Pa (50 psf) ASTM E 736 Fire Resistance- Negligible affect ASTM E 119 on fire resistance rating over 3 hour test Classified by UL for use over fibrous and cementitious sprayed fireproofing) Impact Resistance- ASTM D 2794 Minimum 0.495 kg meters (43 inch pounds) Gardner Impact Test Flexibility- no rupture or cracking ASTM D 522 Mandrel Bend Test Town of Southold Asbestos Abatement Cis ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC Peconic, NY Issued for Review 35 Additional Requirement for Penetrating Encapsulant Requirement Test Standard Cohesion/Adhesion Test - 2394 Pa (150 psf) ASTM E 736 50 pounds of force/square foot Fire Resistance- Negligible affect ASTM E 119 on fire resistance rating over 3 hour test (Classified by UL for use over fibrous and cementitious sprayed fireproofing) Impact Resistance- ASTM D 2794 Minimum 0.495 kg meters (43 inch pounds) Gardner Impact Test Flexibility- no rupture or cracking ASTM D 522 Mandrel Bend Test Additional Requirement for Lock-Down Encapsulant Requirement Test Standard Fire Resistance- Negligible affect ASTM E 119 on fire resistance rating over 3 hour test (Tested with fireproofing over encapsulant applied directly to steel member) Bond Strength; 4788 kPa (100 psf) ASTM E 736 (Tests compatibility with cementitious and fibrous fireproofing) Town of Southold Asbestos Abatement CMENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 36 PART 3 EXECUTION 3.1 GENERAL A. All asbestos abatement work tasks as shown on the detailed plan, illustrated in the drawings, as summarized in Section 1.3 DESCRIPTION OF WORK, shall be performed as specified herein. B. Personnel shall wear and utilize protective clothing and equipment as specified herein when working with both friable and non friable asbestos materials during all phases of abatement work, including precleaning, work area preparation, abatement, and post cleanings work. C. Eating, smoking, drinking,,or applying cosmetics shall not be permitted in the asbestos regulated work area. D. All hot work (burning, cutting, welding, etc.) shall be conducted under strictly controlled conditions in conformance with 29 CFR 1926.The Owner, Architect, Asbestos Project Designer, Asbestos Project Monitor, and Owner's Representative must be notified prior to beginning hot work. E. Personnel of other trades not engaged in asbestos abatement activities shall not be exposed at any time to airborne concentrations of asbestos unless all the administrative and personal protective provisions as required herein are complied with. F. Electrical service shall be disconnected and locked-out per 56-7.7b and applicable OSHA standards. The Contractor shall provide temporary electrical service and lighting where needed using ground fault interrupt protected circuits (GFCI).The Contractor is responsible to ensure that unprotected electric power running into or through the work areas has been locked-out prior to allowing personnel to begin work. G. Electrical power to other parts of the building, including the front bays that are not part of the abatement work area, the front office, and the fuel depot must be maintained for the duration of he project.The Proposed Electric Plan is included for reference only. H. Electrical circuits or systems in or passing through the regulated abatement work area that must stay in operation must be protected and labeled in accordance with 56-7.7 as follows: (H.1) All unprotected cables, except low voltage (less that 24 volts, communication and control system cables), panel boxes of cables and joints in live conduit shall be covered with three (3) independent layers of six (6) mil fire-retardant polyethylene. Each layer shall be individually duct taped and sealed. All three layers of polyethylene sheeting shall be left in-place until satisfactory clearance air sample results have been obtained. (H.2) Any energized circuits remaining in the regulated abatement work areas shall be posted with a minimum of two (2) inch high lettering warning sign that reads: DANGER LIVE ELECTRICAL- KEEP CLEAR. Signs shall be placed on all live covered barriers at a maximum of ten (10) foot intervals. These signs shall be in sufficient numbers to warn all persons authorized to enter the regulated abatement work area of the existence of energized circuits. I. Gas service is to be disconnected and locked-out. Gas-fired unit heaters are to be disconnected and removed from the ceiling and turned over to the Town for reuse.The gas lines are to be properly capped where disconnected. Town of Southold Asbestos Abatement GO ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 37 J. The building heating, ventilating, and air conditioning system shall be shut down, openings to the system capped, and temporary ventilation provided prior to the commencement of abatement work. K. The Contractor shall install critical barriers that seal all openings, including but not limited to windows, corridors, doorways, skylights, ducts, grilles, diffusers, and any other penetration of the work area. L. If an asbestos spill occurs outside of the asbestos regulated work area, work shall be stopped and the Project Monitor shall be notified. The condition shall be corrected to the satisfaction of the Project Monitor including air sampling, prior to resumption of work. M. The Contractor shall stop abatement work in the asbestos regulated work area immediately when the measured airborne total fiber concentrations, as sampled and analyzed as required herein, (1) equals or exceeds 0.01 f/cc or the pre-abatement concentration, whichever is greater- outside the asbestos regulated work area, or (2) equals or exceeds 1.0 f/cc inside the asbestos regulated work area. The Contractor shall correct the condition to the satisfaction of the Project Designer, including visual inspection and air samplings. Work resumption will only be allowed upon notification by the Project Designer. Corrective actions shall be documented. 3.2 PROTECTION OF ADJACENT WORK OR AREAS TO REMAIN A. Asbestos abatement work shall be performed without damage or contamination of adjacent work or area. Where such work or area is damaged or contaminated as verified by the Project Designer using visual inspection and/or sample analysis, it shall be restored to its original condition or decontaminated by the Contractor at no expense to the Owner as deemed appropriate by the Project Designer. This includes inadvertent spill of dirt, dust or debris in which it is reasonable to conclude that asbestos may exist. When these spills occur, work shall stop in all affected areas immediately and the spill shall be cleaned. When satisfactory visual inspection and/or sampling analysis results are obtained and have been evaluated by the Project Designer and the Owner, work may proceed. 3.3 FURNISHINGS 3.3.1 Removal of Furnishings Movable furniture and equipment will be removed from the areas of work by the Owner or others before asbestos abatement work begins. 3.3.2 Furnishings to Remain in Place Two built-in workbenches are to remain and are to be protected from damage. 3.4 BUILDING VENTILATION SYSTEM AND CRITICAL BARRIERS A. Any building ventilating system supplying air into or returning air out of an asbestos regulated work area shall be shut down and isolated by lockable switch or other positive means in accordance with 29 CFR 1910, Section 1910.147, to prevent accidental start-up and isolated by airtight seals to prevent contaminant spread through the system. B. Air-tight critical barriers shall be installed on all building ventilating openings that supply, or return air from the building ventilation system or serves to exhaust air from the building, that are located Town of Southold Asbestos Abatement cm ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 38 inside the asbestos regulated work area. The critical barriers shall consist of 2 layers of 0.152 mm (6 mil) fire-retardent polyethylene. Edges to wall, ceiling and floor surfaces shall be sealed with industrial grade duct tape. 3.5 PRECLEANING A. After installation of the personnel and waste decontamination unit(s), installation of critical barriers, and establishment of negative air pressure differential all surfaces shall be cleaned by HEPA vacuum and adequately wet wiped prior to constructing tent enclosures, hanging glovebags, or establishment of full containment. 3.6 ASBESTOS'CONTROL AREA REQUIREMENTS A. Work under this contract is outdoors, and as such, shall be in outdoor regulated work areas, isolated and otherwise secured by means of physical barriers, boundary warning tape, and signs, etc., to control access by unauthorized persons. B. Regulated containment areas shall be established and maintained for each abatement work task. The following procedures shall be performed sequentially and each activity shall be completed before proceeding to the next. 1. Furnishings in the asbestos regulated work area shall be removed as specified at paragraph FURNISHINGS. 2. Tools, scaffolding, staging, etc., necessary for the work shall be placed in the area to be isolated prior to erection of work area enclosed containment. 3. Building ventilating systems serving the work area shall be shutdown or isolated. 4. Power to the asbestos regulated work area shall be locked-out by switching off all breakers serving power or lighting to this area in accordance with 29 CFR 1910, and RCNY Title 15 -Chapter 1, and 12 NYCRR Part 56. 5. Power running through the asbestos regulated work area to other areas of the building shall be locked-out by switching off all breakers serving power through the area in accordance with 29 CFR 1910, and RCNY Title 15 -Chapter 1, and 12 NYCRR Part 56. 6. The Contractor's electrician will hook up the Contractor's GFI electrical panel to the building electrical system. 7. The Contractor shall provide temporary lighting. 8. Personnel Decontamination Unit shall be installed as specified. Load-Out unit shall be installed as specified herein. 9. Critical barriers shall be installed as required for building ventilation system. 10. Surfaces shall be precleaned as required by paragraph PRECLEANING. 11. Local exhaust ventilation system shall be installed as specified. 12. Containment areas shall be installed as required for each abatement task as specified. Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- LC CONSULTnrrT51NC Peconic, NY Issued for Review 39 3.7 CLEAN-UP A. The Contractor shall maintain a clean work area by performing the following housekeeping functions on a daily basis as required, and at the end of each shift: 1. Asbestos containing waste shall not be allowed to accumulate, but shall be bagged or wrapped for disposal upon removal. 2. Loose ACM shall be prepared for disposal by packaging the waste and removing it from the work area to the load-out area. 3. Meticulous attention shall be given to restricting the spread of dust and debris. 4. Work areas shall be HEPA vacuumed. 5. Polyethylene in work and high traffic areas shall be inspected and repaired. 6. Containment area shall be HEPA vacuumed and wet wiped if air sample results exceed prescribed level. 3.8 GLOVE BAG — NOT USED FOR THIS PROJECT A. Glovebag Operations Shall be conducted in accordance with 12 NYCRR Part 56 Subpart 56-16 or Applicable Variance AV-108. Asbestos regulated work areas may be established as required for glovebag abatement. Designated boundary limits for the asbestos work shall be established with warning tape or other continuous barriers and all other requirements for asbestos control areas shall be maintained including area signs and boundary warning tape as specified. B. Area monitoring of airborne asbestos fibers shall be conducted during each work shift at the designated boundary limits, and personal air monitoring shall be performed for each worker engaged in asbestos handling (removal, disposal, transport, and other associated work) at such frequency as specified in 29 CFR 1926.1 101 and the air monitoring plan. C. If the concentration of asbestos fibers monitored at the breathing zone of the workers or at designated boundary limits at any times exceeds 0.01 f/cc or the pre-abatement level, whichever is greater, work shall be stopped and the Project Designer shall be notified. The Contractor shall correct the condition to the satisfaction of the Project Designer to include visual inspection and air sampling. Work resumption will only be allowed upon notification by the Project Designer. If adjacent areas outside the regulated work area are contaminated, the Contractor at his expense, shall clean the contaminated area. The Project Monitor shall visually inspect the cleaned area, and conduct air monitoring at the Contractor's expense. Tent Method This method shall be used as a full containment around the asbestos materials to be abated. Width of tent shall be a minimum of 6 feet.Tent Procedures shall be conducted as follows: A. Tent procedures shall be accomplished in a constructed or commercially available plastic tent, plasticizing and sealing all surfaces not being abated within the tent periphery forming an enclosure. The tent shall be of double layered 6-mil PVC at a minimum, with seams heat-sealed, or double-folded, stapled and taped airtight and then taped flush with the adjacent tent wall. Tent Town of Southold Asbestos Abatement cm ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 40 construction shall have vertical studs at 2 foot spacing maximum. B. Asbestos handlers involved in the tent procedure shall wear two disposable suits, including gloves, hood and footwear, and appropriate respiratory equipment. A decontamination unit (with shower and clean room) is contiguous to the work area, only one layer of disposable personal protective equipment shall be required; in this case, prior to exiting the tent the worker shall HEPA vacuum and wet clean the disposable suit. C. The tent shall be attached to the surface to produce an airtight seal except for an appropriate section to allow for make-up air into the tent. D. A Negative Air Machine shall be used to continuously exhaust the enclosed area. A minimum of 5 volume changes per hour is required. E. Removal of ACM shall be by wet methods. F. ACM removed shall be placed in a leak-tight container. G. Upon completion of abatement, and prior to tent collapse, the enclosed surfaces shall: 1. be wet cleaned using rags, mops or sponges; and 2. be permitted sufficient time to dry, prior to HEPA vacuuming all substrates; and H. Upon barrier disturbance, loss of engineering controls, or termination of tent usage, the tent and the enclosed surfaces shall be treated according to subdivision (G) above. I. The bagged waste shall be wet cleaned or HEPA vacuumed and then transferred outside the tent, double bagged, and appropriately handled prior to disposal. J. All abated surface shall receive a light coat of Encapsulant after clearance air test results are achieved. K. Tent shall not be dismantled until acceptable clearance air results have been achieved. 3.9 ASBESTOS HANDLING PROCEDURES A. The Contractor shall employ proper handling procedures in accordance with 29 CFR 1926 and 40 CFR 61, Subpart M, 12 NYCRR Part 56, and the specification requirements herein. The specific abatement techniques shall include but not limited to details of construction materials, equipment, and handling procedures. Following task descriptions detail the required abatement handling technique: 3.9.1 Following Mechanical components shall be removed: Transite Asbestos-cement Panels—from interior walls and ceilings After completion of all asbestos removal work, surfaces from which asbestos containing materials have been removed shall be wet wiped and sponged clean, or cleaned by some equivalent method to remove all visible residue. Run-off water shall be collected and filtered through the dual filtration system. A first filter shall be provided to remove fibers 20 micrometers and larger and a final filter Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 41 provided that removes all fibers 5 micrometers and larger. Waste water must be filtered prior to discharge to the sanitary system. Water that is not filtered must be drummed and disposed of as asbestos containing waste. After the gross amounts of asbestos have been removed from every surface, all remaining visible accumulations of asbestos on floors shall be collected using plastic shovels, rubber squeegees, rubber dustpans and HEPA vacuum cleaners as appropriate to maintain the integrity of the containment barrier. When all insulation has been removed, handlers shall use HEPA vacuum cleaners to vacuum every surface. Particular attention shall be paid to those surfaces or locations which could harbor accumulations or residual asbestos dust. All work areas must ultimately be cleaned in accordance with ASTM E 1368 Visual Inspection of Asbestos Abatement Projects. 3.9.2 Sealing Contaminated Items Designated for Disposal Contaminated architectural, mechanical, and electrical appurtenances such as Venetian blinds, full height partitions, carpeting, duct work, pipes and fittings, radiators, light fixtures, conduit panels, and other contaminated items designated for removal shall be coated with an asbestos lock down encapsulant at the demolition site before being removed from the asbestos control area. These items need not be vacuumed prior to application of the lock-down encapsulant. The asbestos lock down encapsulant shall be tinted a contrasting color. It shall be spray applied by airless method. Thoroughness of sealing operation shall be visually gauged by the extent of colored coating on exposed surfaces. 3.10 FINAL CLEANING AND VISUAL INSPECTION A. The abated asbestos regulated work area shall be cleaned by collecting, packing, and storing all gross contamination. A final cleaning shall use HEPA vacuum and wet cleaning of all exposed surfaces and equipment in the asbestos regulated work area. B. Upon completion of the cleaning, the Contractor shall conduct a visual pre-inspection of the cleaned area in preparation for a final inspection before final air clearance monitoring and reclean, as necessary. C. Upon completion of the final cleaning, the Contractor and the Project Monitor shall conduct a final visual inspection of the cleaned work area in accordance with ASTM E 1368 and document the results on the Final Cleaning and Visual Inspection as specified. If the Industrial Hygienist rejects the abatement area as not meeting final cleaning requirements, the Contractor shall reclean as necessary and have a follow-on inspection conducted with the Industrial Hygienist. D. Recleaning and follow-up reinspections, including air sampling, shall be at the Contractor's expense. 3.11 OSHA PERSONAL AIR SAMPLING A. Sampling and analysis of airborne concentration of asbestos fibers inside the work area shall be performed by the Contractor in accordance with 29 CFR 1926 Section 1926.1101, as specified herein. Personal air monitoring samples shall be taken for at least 25 percent of the workers in each shift, or a minimum of two, whichever is greater. Results of the personal samples shall be posted at the job site no later than 24 hours after from the end of the work shift, and made available to the Project Designer as specified herein. B. The Contractor shall maintain a fiber concentration inside enclosed containment regulated work Town of Southold Asbestos Abatement s ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 42 area equal to or less than 0.1 f/cc expressed as an 8 hour, time-weighted average (TWA) during the conduct of the asbestos abatement. If fiber concentration rises above 0.1 f/cc, work procedures shall be investigated with the Project Designer to determine the cause. C. The Contractor's workers shall not be exposed to an airborne fiber concentration in excess of 1.0 f/cc, as average over a sampling period of 30 minutes. Should either an environmental concentration of 0.1 f/cc expressed as an 8-hour TWA or a personal excursion concentration of 1.0 f/cc expressed as a 30-minute sample occur inside the contained (enclosure) regulated work area, the Contractor shall stop work immediately, notify the Project Designer, and implement additional engineering controls and work practice controls to reduce airborne fiber levels below prescribed limits in the work area. Work shall not restart until authorized by the Project Designer. D. Monitoring shall be performed to provide air monitoring results at the 95 percent confidence level. E. For personal sampling required by 29 CFR 1926 Section 1926.1101, the NIOSH Pub No. 84-100 Method 7400 shall be used for sampling and Phase Contrast Microscopy (PCM) analysis.The Contractor shall obtain the services of an independent testing laboratory with qualified analysts and appropriate equipment to conduct sample analyses of air samples using the methods prescribed in 29 CFR 1926 Section 1926.1101 to include NIOSH Pub No. 84-100 Method 7400. 3.12 AREA AIR MONITORING A. Work Area sampling performed in accordance with 29 CFR 1926 Section 1926.1101, and 12 NYCRR Part 56 Subpart 56-17 shall be performed by the air sampling technician. Sampling performed after final clean-up, i.e. final clearance air sampling, shall be performed by the air sampling technician. For environmental quality control and final air clearance NIOSH Pub No. 84- 100 Method 7400 (PCM) shall be used. For environmental and final clearance samples, sampling will be conducted at a sufficient velocity and time to collect a sample volume necessary to establish the limit of detection of the method used at 0.005 f/cc. Asbestos fiber concentration confirmation of the total fiber concentration results of environmental, quality assurance and final air clearance samples, collected and analyzed by NIOSH Pub No. 84-100 Method 7400, will be conducted. 3.12.1 Sampling Prior to Asbestos Work The baseline air sampling shall be established one day prior to the masking and sealing operations for each abatement area site. The background shall be established by performing area sampling in similar but uncontaminated sites in the building. Pre-abatement NIOSH Pub No. 84-100 Method 7400, PCM air samples shall be collected at a minimum of five locations. These locations are: outside the building, inside the building, but outside the abatement area perimeter and inside each abatement area. One sample shall be collected for every 185 square meters (2000 square feet) of floor space. At least two sample locations shall be collected outside the building. The PCM samples shall be analyzed immediately. 3.12.2 Sampling During Asbestos Abatement Work During abatement NIOSH Pub No. 84-100 Method 7400, PCM air samples shall be collected at a minimum of five locations outside the work area per 12 NYCRR Part 56 on a daily basis. Sampling inside work areas during abatement may be required to monitor work done utilizing Applicable Variances, or site specific variances obtained by the Contractor. If the sampling outside the containment area shows airborne fiber levels have exceeded background or 0.01 f/cc,whichever is greater, all work shall be stopped immediately, and the Project Designer Town of Southold Asbestos Abatement ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 43 notified. The condition causing the increase shall be corrected. Work shall not restart until authorized by the Project Designer. Where glove bag methods are used, personal and area air sampling shall be performed at locations and frequencies that will accurately characterize any evolving airborne fiber levels. The Contractor shall provide OSHA personal sampling as indicated in 29 CFR 1926 Section 1926.1101 and discussed in paragraph 3.11 of this specification. 3.12.3 Sampling After Final Clean-Up (Clearance Sampling) Prior to conducting final air clearance monitoring, the Contractor and the industrial hygienist shall conduct a final visual inspection of the Contractor's final clean-up of the abated asbestos regulated work area as specified. Final clearance air monitoring shall not begin until acceptance of the final cleaning by the industrial hygienist. The air sampling technician will provide area sampling of airborne fibers using aggressive air sampling techniques as defined in the EPA 560/5-85-024 or as otherwise required by Federal or State requirements. The sampling and analytical method used will be NIOSH Pub. No. 84-100 Method 7400 for PCM and AHERA Regulation 763 Part E, for Transmission Electron Microscopy. The final clearance air samples shall be collected at least 12 hours after wet cleaning has been completed with no visible water in the work area. 3.12.3.1 NIOSH Method For Phase Contrast Microscopy (PCM) sampling and analysis using NIOSH Pub No. 84-100 Method 7400, the fiber concentration inside the abated asbestos regulated work area, for each airborne sample shall be less than 0.01 f/cc. Decontamination of the abated asbestos regulated work area is considered complete when every PCM final clearance sample is below the clearance limit. If any sample result is greater than 0.01 f/cc then abatement is incomplete and recleaning is required. Upon completion of any recleaning, Re sampling with results to meet the above clearance criteria is required. 3.12.3.2 EPA Method An additional set of Final Clearance inside work area samples will be collected and analyzed per EPA 40 CFR 763 Subpart E Method Transmission Electron Microscopy(TEM). 3.12.3.3 Air Clearance Failure Should clearance sampling results fail to meet the final clean-up requirements, the contractor shall pay all costs associated with the recleaning, Re sampling and analysis, including costs of the building owner, until final clean-up requirements are met. 3.13 SITE INSPECTION While performing asbestos abatement work, the Contractor shall be subject to on-site inspection by the Project Designer's Representative, who may be assisted or represented by quality assurance, safety, and industrial hygiene personnel. If the work is found to be in violation of this specification, the project designer or his representative will issue a stop work order to be in effect immediately until the violation is resolved. Costs associated with the standby time required to resolve the violation shall be at the Contractor's expense. 3.14 CLEAN-UP AND DISPOSAL 3.14.1 Housekeeping Town of Southold Asbestos Abatement o ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 44 Surfaces of the regulated work area shall be kept free of accumulation of asbestos-containing debris. Meticulous attention shall be given to restricting the spread of dust and debris. HEPA filtered vacuum cleaners shall be used. The space shall not be blown down with compressed air. When asbestos removal is complete, all asbestos waste is removed from the work site, and final clean-up is completed, the Project Designer will certify the areas as safe before before the warning signs and boundary warning tape can be removed. The Project Designer's representative will visually inspect all surfaces within the containment for residual material or accumulated debris. The contractor shall reclean all areas where dust or residual materials are identified until they are certified clean by the representative. The project designer shall certify in writing that the area may be reoccupied before entry by uncertified personnel is permitted. 3.14.2 Title to Materials Material resulting from abatement work, except asbestos waste, shall become the property of the Contractor and shall be disposed of as specified in applicable federal, state and local regulations. The contractor is responsible to properly handle, label, manifest, transport and dispose of asbestos waste. 3.14.3 Collection and Disposal of Asbestos Asbestos waste, asbestos contaminated water, scrap, debris, bags, containers, equipment, and asbestos contaminated clothing, shall be collected and placed in sealed, leak tight containers (e.g. double 0.152 mm (6 mil) plastic bags) or sealed in 0.152 mm (6 mil) double wrapped polyethylene sheets. Waste within the containers must be wetted in case the container is breached. An OSHA warning label, Waste generator label, and Department of Transportation (DOT) label shall be affixed or preprinted on each bag. Waste asbestos material shall be disposed of at an EPA, state and local approved asbestos landfill. For temporary storage, sealed impermeable containers shall be stored in the asbestos holding area or in a storage/transportation conveyance (i.e. dumpster, roll off waste box, etc.), in a manner as accepted by and in an area assigned by the Owner. The procedure for hauling and disposal shall comply with 40 CFR 61, Subpart M, state, regional, and local standards. 3.14.4 Asbestos Waste Shipment Record The contractor shall complete and provide final completed copies of the Waste Shipment Record (Waste Manifest) for all shipments of waste material as specified in 40 CFR 61, Subpart M and other required state waste manifest shipment records within three days of delivery to the landfill. The Waste Shipment Record must be signed by the Contractor (generator), the transporter, and the landfill representative. The completed waste shipment record must be delivered to the Owner no later than 35 days after the waste leaves the site. END OF SECTION Town of Southold Asbestos Abatement 091 ENVIROSCIENCE Highway Department Garage 02080- CONSULTANTS INC. Peconic, NY Issued for Review 45 GENERATOR SPEC. MANUFACTURER: GENERAC MODEL #: SG250 W/ LEVEL 1 ACOUSTIC ENCLOSURE 2"EMT from D-1 fa PP-7 280•feet CAPACITY: 250KW 4-210 THHN+#6 ground VOLTAGE: 120/208V, 3 PHASEIrleW D-1 PP3 EP-2 200 am>3 40 amp PP-7 ENGINE: 785.99 CUBIC INCH TURBOCHARGED/AFTERCOOLED INLINE 6 150 Amp 3-Phase 30 ek! Fed from PP3 200 Amp Main Breaker I �———— "` AUTOMATIC TRANSFER SWITCH SPEC. I I Fused Panel Discr�rineef ATS# AMPERAGE POLES VOLTAGE MANUFACTURER SYSTEM SERVED New 2b.7,�►rrrp New fed from 1 800 3 120/208 GENERAC ENTIRE SITE I I r TMP-1 3 phase Main PP-7Neti:' 15Q Am (LOCATED IN r TO PP7 PP-3 to be replaced with a p I r EXISTING Breaker 2 Pole 70 Arrp 3 Phase Plain i III OFFICE Man Breaker Panel 42 ckt Lug Panel ��c€ct Panel Breaker EX. MAINT. GARAGE & OFFICE BLDG. NEW UTILITY BLDG. I I III III METER Now lndbdt PROPOSED METER MOUNTED TO III THE SIDE OF THE PROPOSED III UTILITY BUILDING Now 4"PVC 60'undcr-ground III NEW PANEL with paralleled 410 III 1,200 AMP ` 3 phase cables30 - MDP l 1 sol for PP3 E 1 set for now 154 am ATS #1 (LOCATED IN p Disconnect PROP. I ` UTILITY III BLDG.) -.--...._.__._._... III �-Y 2D/, NEW 30/2 New 400 amp breaker — — — EX. MAINT. GARAGE & OFFICE BLDG. 20/1 200 AMP ^ IO feed PP-3 &D-1 NEW UTILITY BLDG. �— SUB PANEL 2�� FOR FUELING III FACILITY 30/2 Fled labeled to be rer-aved III 20/1 (LOCATED IN 0 Blue la.be!ed t0 be ins_.alled nevi O6 /1 ROP. UTILI 30/2 Grey labeled.o be Ins*alled nevi III TO BLDG.) 0 O2 FROM MDP III CANOPY LIGHTS I I III I I III I I III I I III III CP_, CP_2 EX. MAINTENANCE GARAGE LINE DIAGRAM I I III CONTROL CONTROL N.T.S. PANEL III STP-11 STP PANEL DP-1 DP-1 I III DP-2 DP-2 NOTES: III NEW UTILITY BLDG. 10 1. PANEL SCHEDULE SHOWN IS SCHEMATIC AND FOR DESIGN INTENT ONLY. NOT ALL MAY BE0 I I III 0 4 0 4 IO ,0 FUELING FACILITY O SHALLQBA ANNE LO DDS BETWEENNPHASESD TOTHE MAINTA NTRAL ACMAXI'MUMROFT5% III I I I VARIATION BETWEEN PHASES. III I I I i 2. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE TO MEET THE MINIMUM I I I I REQUIREMENTS OF THE NEC WITH ALL WIRING OR DEVICES REQUIRED. I I I I I 3. THE ELECTRICAL CONTRACTOR SHALL RUN THE CIRCUITS IN THE MOST EFFICIENT I III I I I I PROPOSED TRASFORMER MANNER AND ADJUST AS REQUIRED BY FIELD CONDITIONS. 14I I I I PROPOSED UTILITY BUILDING) GENERAL POWER NOTES: NATURAL GAS GENERATOR I I III I I 1. UNDERGROUND UTILITIES HAVE NOT BEEN ACCURATELY DETERMINED. THE (LOCATED OUTSIDE NEXT TO PROPOSED I I III I J___J I CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXTENT AND UTILITY BUILDING) I I III I— �—j——————- LOCATION OF ALL UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. I III2. ALL ELECTRICAL WORK SHALL CONFORM TO NFPA 70, N.E.C. STANDARDS l (CURRENT), PSEG LI AND NYS BUILDING CODES. III _ 3. ALL INTERIOR EXPOSED WIRING AND CABLING ELECTRICAL, DATA, TELEPHONE, sL_ s ( I III O ETC.) SHALL BE INSTALLED IN EMT CONDUIT. 4. PROVIDE GROUNDING AS REQUIRED BY ELECTRICAL SERVICE AND N.E.C. I III DP-2 DP-1 GROUNDING REQUIREMENTS FOR ALL ELEMENTS. i I III (DIESEL FUEL MASTER DIESEL TO POLE 5. PROVIDE ELECTRICAL INSPECTION CERTIFICATE TO OWNER AT COMPLETION OF I III & GAS) cos) 50' WIRE UP POLE THE PROJECT. I I III J IN U-GUARD 6. ANY DAMAGE TO ANY EXISTING FEATURES, STRUCTURES OR UTILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT NO COST TO THE OWNER. LL�====== —————� 7. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING =___ D�S11EE0l�r�� TOWN OF SOUTHOLD Southold Highway Department Yard - Peconic Lane Limited Asbestos Survey Report Garage/Office Building October 2015 a D&B ENGINEERS AND ARCHITECTS, P.C. - YEARS est. 1965 3697-01/South h old/Jobs/H W(9/30/2015) LIMITED ASBESTOS SURVEY REPORT SOUTHOLD HIGHWAY DEPARTMENT YARD—PECONIC LANE GARAGE/OFFICE BUILDING SOUTHOLD,NEW YORK Prepared for: TOWN OF SOUTHOLD SOUTHOLD,NEW YORK Prepared by: D&B ENGINEERS AND ARCHITECTS,P.C. WOODBURY,NEW YORK OCTOBER 2015 ♦3697\NN10121501_ASB Rpt LIMITED ASBESTOS SURVEY REPORT SOUTHOLD HIGHWAY DEPARTMENT YARD—PECONIC LANE GARAGE/OFFICE BUILDING SOUTHOLD,NEW YORK TABLE OF CONTENTS Section Title Page 1.0 INTRODUCTION..................................................................I...........:.:...:::.................. 1,1 Limitations..:.:.............................................................................................1-1 1'.2 Qualifications...................................:................................................................ ::1-2 2.0 FACILITY DESCRIPTION..............................:.......:..:.....................:...................2-1 3.0 METHODOLOGY........................... . ......... , ................. ....... .3-.1 4.0 FINDINGS.................:..........:..................................................................................4-1 5.0 CONCLUSIONS......................................,o........:.....,:............e..................,...........5-1 6.0 RECOMMENDATIONS..............:...............................................................................6-1 List of Appendices- SampleSummary Tables ....................... ..............:......::. ............. ...............:A Laboratory Results and Chain of Custody Records.........................:.:....:::,........,:....B SampleLocation Plans............... . .......................... . , .....................................;...0 Asbestos-Containing Material Location Plans..........................................................D List of Figures 2-1 Site Location Map.........................................................,....,..........................2-2 2-2 Site Plan.......................... ...........................0.............. ............,..........:...:2-3 ♦3697\NN1012150]_ASB Rpt i 1.0 INTRODUCTION D&B Engineers and Architects, P.C. (D&B) was retained by the Town of Southold (Southold) to perform a limited asbestos survey of the Southold Highway Department Yard Garage/Office building located on Peconic Lane in Southold, New York. It is D&B's understanding that Southold is planning to renovate and/or demolish the existing Garage/Office building. It should be noted that the interior southern portion of the Office, the Office roof and the exterior vinyl siding on the Office and Garage were excluded from this survey at the request of Southold personnel since these areas were recently renovated. The objective of this limited asbestos survey is to determine the presence, extent and condition of any asbestos that may be present within and on the exterior the Garage/Office building at the time of the field inspection. The field activities associated with this limited asbestos survey were performed on September 17 and 18, 2015. The findings contained within this report are consistent with accepted principles and practices established and prescribed by the New York State Department of Labor (NYSDOL) with respect to asbestos surveys and reporting. In addition, the waste management procedures outlined herein are consistent with the regulations established by the New York State Department of Environmental Conservation(NYSDEC). Section 2.0 of this report contains a physical description of the property and building located on-site. Section 3.0 of this report contains the methodology employed during the performance of the limited asbestos survey. The findings of the survey are presented in Section 4.0, and the conclusions and recommendations of the survey are presented in Sections 5.0 and 6.0, respectively. 1.1 Limitations D&B assumes no responsibility, liability, or risk for the use of this report for any purpose other than as a limited survey to be used for informational purposes only. The contents of this ♦3697\NN10121501_ASB Rpt 1-1 report, including the findings, results, conclusions and recommendations presented herein, are based on information available at the time of the actual on-site survey. The survey was limited to the on-site Garage/Office building present at the time of the inspection and excludes the interior southern portion of the Office, the Office roof and the exterior vinyl siding on the Office and Garage at the request of Southold personnel since these areas were recently renovated. Destructive activities to identify concealed asbestos-containing material (ACM) were not performed in order to avoid compromising the weather-tight condition of the building. Furthermore, due to the potential for concealed ACM to be present, this report should not be construed to represent all ACM located at the site; all quantities of ACM identified and all dimensions referenced in this report shall be considered approximate and shall be verified on-site. 1.2 Qualifications D&B Engineers and Architects, P.C. has the experience and certifications necessary to perform a limited asbestos survey for Garage/Office building located on the subject property. Specifically, D&B is in possession of a New York State Department of Labor (NYSDOL) Asbestos Handling License (License No. 28587). In addition, the individuals performing the survey are certified inspectors under the NYSDOL asbestos inspection program. 43697\NN10121501_ASB Rpt 1-2 2.0 FACILITY DESCRIPTION The Garage/Office building is located within the Southold Highway Department Yard on Peconic Lane in Southold, New York (see Figure 2-1). The Garage/Office building is a rectangular-shaped, 11,800-square-foot building. The garage portion of the building is utilized for the maintenance and storage of vehicles and equipment owned and operated by the Town of Southold. Fifteen garage bay doors are located along the southern facade of the building. The office portion of the building is located in the northern portion of the building in close proximity to Peconic Lane. A site plan for the yard is provided as Figure 2-2. The Office portion of the building is one story with an attic and basement. The floor of the Office is vinyl floor tiles, the walls are dry wall (without joint compound) and wood paneling, and the ceiling is plywood. The basement of the Office consists of a concrete floor with walls constructed of concrete, concrete block and mortar, and brick and mortar. An oil- fired boiler is located in the basement; insulation was not observed on the unit. The roof of the Office is constructed of asphalt shingles. According to Southold personnel, the interior southern portion of the Office, the Office roof and the exterior vinyl siding on the Office and Garage were recently renovated. As a result, Southold personnel indicated that these portions of the Office should be excluded from the survey. Therefore, these materials were not sampled to determine asbestos content as part of this survey. The Office attic connects to a portion of the Garage (Bays 1 through 4). The Garage/Office attic floors are constructed of particle board and dry wall with walls and ceilings constructed of particle board. An HVAC system is located in the attic portion of the Garage. Bays 1 through 4 of the Garage are constructed of concrete floors with concrete block walls. Five windows with window glazing are located within Bays 1 through 4 and an HVAC system is located within Bay 1. The ceilings of Bays 1 through 4 are constructed of particle board and the roof is constructed of gray asphalt shingles. ♦3697\NN 10121501_ASB Rpt 2-1 D • Mill L`r, +' 7 r � 9` ` 1 'Y 4* `C 4, r ® \ arc s 40 r 114 • w �Q,�aas3 g io Ln - 20,15 Gcogle �0• D&B ENGINEERS TOWNOF • • SOUTHOLD HIGHWAY DEPARTMENT YARDPECONIC LANE —It ARCH ITEcTs, PC. SOUTHOLD, •' LOCATION _ SCTM# SCTM# 7 1000-66-01-33 1000-86-01-31 � — — — — — 1020 4T Z • — — — — i _-__�-- -��-:.^,-..amu \t Jv Y N II'I l.�ll�l�'I�l O v-- -I • t - ! "=J _ -II r cs 36 59.00'E. 20500 n y -�J' 'r-� „-•d� SOUTHOLD 1 -� SCTM# o� - i TOWN 1 $ 1000-75-05-13 HIGHWAY a - -- -� YARD s • � t SCTM# I 1000-76-05.12 I I Im • I �� SCTMX I 1000-75 5-11 BREAK - - - — BUILDING m 'N 30 10-SO-W. - _ - - 674 8r , �y 5 32`33'1D'E 1y .f SCTM# TRAILER t ` 9, n i I 1000-75-05-11 1114 -{ y� I o o CNi .S 30'7D'00'E x - • t SCTM aa. "onma 05-11IWD-75- II i j s 1 N I I '. z o EA BARN s A Q01i I ; gIr I V S.30 14 00-E 202 62 - a PECONIC LANE TOWN OF SOUTHOLD SCALE 1"=100' I D&B ENGINEERS SOUTHOLD HIGHWAY DEPARTMENT YARD-PECONIC LANE LL L• L ARCHITECTS,P.C. SITE PLAN FIGURE 2-2 Bays 5 through 10 of the Garage are constructed of a wooden frame and roof structure that does not contain an attic. The floors of Bays 5 through 10 are constructed of concrete and. the walls are constructed of concrete block and mortar, transite panel boards (along the southern wall of Bay 10) and brick supporting columns. Six windows with window glazing are located within Bays 5 through 10 and the roof is constructed of gray asphalt shingles. A Supply Room is located between Bays 10 and 11 of the Garage. The Supply Room floors are constructed of concrete, and the walls and ceilings are constructed of transite panel boards. A window with window glazing is located within the Supply Room and the roof is constructed of gray asphalt shingles. An attic is located above the western portion of Bay 10, above the Supply Room and above Bays 11 through 14. The floor of the attic is constructed of particle board and plywood with unsurfaced areas where fiberglass insulation was observed. The floors of Bays 11 through 14 are constructed of concrete with walls constructed of concrete block and mortar, and ceilings constructed of transite panel boards. A window with window glazing is located within Bays 11 through 14 and the roof is constructed of green asphalt shingles. Bay 15 of the Garage is located in the western portion of the building, The floor and walls of Bay 15 are constructed of concrete with a dry wall ceiling with joint compound. Two windows with window glazing are located within Bay 15. The roof of Bay 15 is flat and constructed of asphalt tar. Bay 15 does not contain an attic. ♦36971NN10121501_ASB Rpt 2-4 3.0 METHODOLOGY The following provides a brief description of the methodology used in performing the limited asbestos survey for the Garage/Office building described in Section 2.0 of this report. A limited asbestos survey was performed for the Garage/Office building in order to determine the locations, quantities, friability and condition of any asbestos-containing materials (ACM) present. The survey was performed in accordance with the asbestos bulk sampling protocols for multi-layered building systems and materials as specified in the applicable provisions of the following standards: • United States Environmental Protection Agency (USEPA) Asbestos Hazard Emergency Response Act(AHERA) (40 CFR Part 763, Subpart E) USEPA Asbestos School Hazard Abatement Reauthorization Act (ASHARA) (40 CFR Part 763, Subpart E) • New York State Department of Labor (NYSDOL) Industrial Code Rule 56 (12 NYCRR Part 56) The purpose of the assessment was to identify whether any suspect ACM is present within the building and to sample and determine whether the material is ACM prior to any demolition or renovation activities. NYSDOL's Industrial Code Rule 56 (ICR 56) defines ACM as any material that contains greater than 1% asbestos by weight and requires all ACM to be removed by a licensed asbestos abatement contractor prior to building renovation or demolition. Those materials containing asbestos at concentrations less than or equal to 1% asbestos by weight are classified as non-regulated ACM. During the assessment, all accessible portions of the building were visually assessed to identify any suspect ACM. All suspect ACM observed was grouped into homogenous areas for sampling (i.e., items composed of the same material with the same color and texture). Samples were collected of each homogenous area for laboratory analysis utilizing the prescribed sample collection methodology outlined by USEPA and NYSDOL as follows: three ♦36971NN10121501_ASB Rpt 3-1 to nine samples were collected of each surfacing material depending upon the square footage of the material present; three samples were collected of each thermal system insulation (TSI); and two to three samples were collected of each miscellaneous material depending on the square footage of the material present. The samples of each homogenous area were collected from well distributed locations of the material and all layers of the material present were collected. The samples were collected in accordance with the procedures described in the NYSDOL's ICR 56. During sample collection, the suspect ACM was physically handled to determine friability. Only observed suspect ACM was sampled during the assessment. Following collection of each sample, the inspector noted the location from where each sample was collected on a sample location plan and added the sample identification to a Chain of Custody form. The samples were sent to the laboratory for analysis by Polarized Light Microscopy (PLM) utilizing NYSDOH ELAP Method 198.1 for friable suspect materials, and Non-friable Organically Bound (NOB) PLM utilizing NYSDOH ELAP Method 198.6 for non-friable suspect materials. Confirmation analysis of NOB materials utilizing Transmission Electron Microscopy (TEM) was performed, where necessary, utilizing NYSDOH ELAP Method 198.4. TEM is required by the New York State Department of Health (NYSDOH) to prove that a NOB material is non-ACM, when the material is initially determined to be non-ACM by PLM and the sample has an acid insoluble inorganic phase of greater than 1.0%. All samples were submitted to EMSL Analytical Inc. (EMSL) of Carle Place, New York for analysis. EMSL participates in the NYSDOH Environmental Laboratory Approval Program (ELAP). ♦3697\NN10121501_ASB Rpt 3-2 4.0 FINDINGS This section presents the findings of the limited asbestos survey based on the field inspection and laboratory analytical results. A total of 39 bulk samples were collected of 19 homogeneous areas from the Garage/Office building. The bulk samples were analyzed via PLM and NOB PLM for asbestos content and, if the NOB PLM results were inconclusive, were further analyzed by TEM. A table summarizing the asbestos bulk sample results is provided as Table A-1 in Appendix A. The laboratory data packages and Chain of Custody records for the samples are provided in Appendix B. Asbestos bulk sample location plans for the Garage/Office building are provided as Figures C-1 through C-4 in Appendix C. Based on the analyses, a total of 4 homogeneous areas were identified as ACM (i.e., the sample's analytical results indicated asbestos at a concentration greater than 1% by weight). ACM location plans are provided as Figures D-1 and D-2 in Appendix D. It should be noted that a boiler located in the basement of the building was operational at the time of the inspection; insulation was not observed on the exterior of the boiler. In addition, live electrical wire was observed throughout the Garage/Office building at the time of the inspection; since the wire was live, it could not be sampled and is assumed to be ACM. Lastly, an HVAC system located in the attic of the Garage building (Bays 1 through 4) was operational and could not be sampled; since a service tag observed on the HVAC system indicated a date of 1968, the vibration dampener cloth on the unit is assumed to be ACM. The following table summarizes the materials identified as ACM: SUMMARY OF REGULATED ASBESTOS-CONTAINING MATERIALS Homogenous Area Location Asbestos content Approximate g (%) Quantity* Beige Vinyl Floor Tile Office -First Floor-Lunch 3.4% Chrysotile 250 SF (12"x 12") and Copy Room 43697\NN10121501_ASB Rpt(RO1) 4-1 SUMMARY OF REGULATED ASBESTOS-CONTAINING MATERIALS Homogenous Area Location Asbestos content Approximate (%) Quantity* Tan Vinyl Floor Tile Office - First Floor- Floor 3.6% Chrysotile 10 SF (12" x 12") of the Lunch Room Cabinet Mastic on the Vinyl Office - First Floor- Lunch 5.3% Chrysotile 70 LF Cove Base and Copy Room Transite Panel Boards Garage - First Floor- 23.5% Chrysotile 4,100 SF Walls and Ceiling of Bays 11 through 14, Walls and Ceiling of the Supply Room, and Northern Wall of Bay 10 Adjacent to the Supply Room Garage - Attic -Wall above Bay 11 Vibration Dampener Attic -HVAC System Assumed 7 SF Cloth Live Electrical Wire Entire Building Assumed Field Verify * Quantities are estimated and should be verified by the contractor prior to bidding or abatement. SF=Square feet,LF=Linear feet. 43697\NN10121501_ASB Rpt 4-2 5.0 CONCLUSIONS D&B completed a limited asbestos survey for the Garage/Office building located on Peconic Lane in Southold,New York. As indicated previously, the entire building was surveyed with the exception of the interior southern portion of the Office, the Office roof and the exterior vinyl siding on the Office and Garage, which were excluded from this survey at the request of Southold personnel since these areas were recently renovated. The results of the limited asbestos survey are provided below. The sample results indicate that the following materials have been identified as ACM: • Beige vinyl floor tile (12"x 12") on the first floor of the Office in the lunch and copy room., • Tan vinyl floor tile (12" x 12") on the first floor of the Office on the floor of the lunch room cabinet. • Mastic on the vinyl cove base on the first floor of the Office. • Transite panel boards on the first floor of the Garage on the walls and ceiling of Bays 11 through 14, the walls and ceiling of the Supply Room, and the northern wall of Bay 10 adjacent to the Supply Room; and in the Garage attic on the wall above Bay 11. In addition,the following materials were assumed to be ACM since they were operational at the time of the survey and, therefore, could not be sampled: • Live electrical wire throughout the building. • Vibration dampener cloth on the HVAC unit located in the attic of Bays 1 through 4 of the Garage. ♦3697\NN10121501_ASB Rpt 5.1 6.0 RECOMMENDATIONS The following recommendations are presented based on the conclusions of the limited asbestos survey as presented in Section 5.0 of this report. Prior to performing any future demolition or renovation activities in the building, all ACM affected by the planned activities should be removed and managed in accordance with the USEPA National Emission Standards for Hazardous Air Pollutants (NESHAPs) (40 CFR Part 61), New York State Department of Labor (NYSDOL) Industrial Code Rule 56 (ICR 56) and any applicable local regulations. A licensed and accredited asbestos abatement contractor must be utilized to perform the removal of all ACM identified within the area of work. Suspect ACM not sampled during this survey should be considered ACM until sampled and proven by laboratory analysis to be non-ACM. The USEPA and NYSDOL must be notified of this project prior to performing any asbestos removal activities. During performance of the asbestos removal activities, the building owner must retain an independent third-party contractor to conduct project monitoring and work area air sampling and analysis to ensure that the asbestos removal work is performed in accordance with Industrial Code Rule 56 and all other applicable regulations. The building owner must obtain copies of the analytical results for all air samples collected for each specific project in order to document the airborne asbestos concentrations before, during and after the asbestos abatement activities. In addition, copies of all clearance asbestos air sampling analytical results must be submitted to the NYSDOL Division of Safety & Health, Asbestos Control Bureau, as required by Industrial Code Rule 56. 436971NN10121501_ASB Rpt C-1 TABLE A-1 SOUTHOLD HIGHWAY DEPARTMENT YARD PECONIC LANE GARAGEIOFFICE BUILDING SOUTHOLD,NEW YORK ASBESTOS BULK SAMPLE RESULTS Sample Location Sample Information Sample Result Sample ID Material Description Interior/ Friable/ Date Sample PLM or Floor Area Exterior Condition Non- Collected PLM-NOB TEM-NOB Friable KC-SH-ACM-VFT-1-01 12"x 12"Beige Vinyl Floor Tile First Floor Lunch Room Office Bldg. - Interior Significantly Non-Damaged Friable Sep-17-2015 Inconclusive 3.4% Chrysotile Office Bldg. - Significantly Non- KC-SH-ACM-VFT-1-02 12"x 12"Beige Vinyl Floor Tile First Floor Copy Room Interior Damaged Friable Sep-17-2015 Inconclusive NAPS Office Bldg. - Significantly Non-Damaged 12"x 12"Tan Vinyl Floor Tile First Floor Lunch Room Interior Damaged Friable Sep-17-2015 3.6%Chrysotile NA Cabinet Office Bldg. - Significantly Non- KC-SH-ACM-VFT2-2-02 12"x 12"Tan Vinyl Floor Tile First Floor Lunch Room Interior Damaged Friable Sep-17-2015 NAPS NA Cabinet KC-SH-ACM-DW-3-01 Drywall First Floor Office Bldg - Interior Good Friable Sep-17-2015 ND NA Copy Room KC-SH-ACM-DW-3-02 Drywall First Floor Office Bldg - Interior Good Friable Sep-17-2015 ND NA Lunch Room KC-SH-ACM-VCB-4-01- Office Bldg - Cove Base Vinyl Cove Base First Floor Lunch Room Interior Good Non-Friable Sep-17-2015 Inconclusive ND KC-SH-ACM-VCB-4-01- Office Bldg. - Non- o Mastic Vinyl Cove Base Mastic First Floor Lunch Room Interior Good Friable Sep-17-2015 5.3/o Chrysotile NA KC-SH-ACM-VCB-4-02- Vinyl Cove Base First Floor Office Bldg - Interior Good Non-Friable Sep-17-2015 Inconclusive ND Cove Base Copy Room KC-SH-ACM-VCB-4-02- Vinyl Cove Base Mastic First Floor Office Bldg. - Interior Good Non Sep-17-2015 NAPS NA Mastic Copy Room Friable KC-SH-ACM-BM-5-01 Brick Mortar Basement Office Bldg - Interior Good Friable Sep-17-2015 ND NA Foundation Wall KC-SH-ACM-BM-5-02 Brick Mortar Basement Office Bldg. - Interior Good Friable Sep-17-2015 ND NA Foundation Wall KC-SH-ACM-WG-6-01 Exterior Window Glazing First Floor Garage-Bay 1 Exterior Significantly Non-Friable Sep-17-2015 Inconclusive ND Window Damaged KC-SH-ACM-WG-6-02 Exterior Window Glazing First Floor Window Garage-Bay 3 Exterior Damaged Significantly Non-Friable Sep-17-2015 Inconclusive ND KC-SH-ACM-BM-7-01 Brick Mortar First Floor Garage-Bay 1 Exterior Good Friable Sep-17-2015 ND NA Door Wall 3697/Garage/SHGarageAsbestosSumTable Page 1 of 3 TABLE A-1 SOUTHOLD HIGHWAY DEPARTMENT YARD PECONIC LANE GARAGEIOFFICE BUILDING SOUTHOLD,NEW YORK ASBESTOS BULK SAMPLE RESULTS Sample Location Sample Information Sample Result Sample ID Material Description Interior/ Friable/ Date Sample PLM or Floor Area Exterior Condition Non- Collected PLM-NOB TEM-NOB Friable KC-SH-ACM-BM-7-02 Brick Mortar First Floor Garage-Bay 6 Exterior Good Friable Sep-17-2015 ND NA Door Wall KC-SH-ACM-DIW-8-01 Duct Insulation Wrap Attic Garage Attic- HVAC Unit Interior Good Friable Sep-17-2015 ND NA KC-SH-ACM-DIW-8-02 Duct Insulation Wrap Attic Garage Attic- HVAC Unit Interior Good Friable Sep-17-2015 ND NA KC-SH-ACM-DW-9-01 Drywall Attic Bay 4 Floor Garage Attic- Interior Damaged Significantly Friable Sep-17-2015 ND NA KC-SH-ACM-DW-9-02 Drywall - Attic Garage Attic- Interior Good Friable Sep-17-2015 ND NA Bay 10 Wall KC-SH-ACM-PB-10-01 Particle Board Ceiling Attic Office Attic-Ceiling Interior Good Friable Sep-17-2015 ND NA KC-SH-ACM-PB-10-02 Particle Board Ceiling Attic Office Attic-Ceiling Interior Good Friable Sep-17-2015 ND NA ` I A Garage-Bay 10 23.5% ��MIIIII �s Transite Panel Board First Floor, Interior Damaged Friable Sep-1i7-2015 NA --- Wall Chrysotile 9' Garage-Supply KC-SH-ACM-TP-11-02 Transite Panel Board First Floor Room Interior Damaged Friable Sep-17-2015 NAPS NA KC-SH-ACM-FGIW-12-01 Fiberglass Insulation Wrap Attic Garage Attic- Interior Damaged Friable Sep-17-2015 ND NA Bay 11 KC-SH-ACM-FGIW-12-02 Fiberglass Insulation Wrap Attic Garage Attic- Interior Damaged Friable Sep-17-2015 ND NA Bay 14 KC-SH-ACM-AS-13-01 Green Asphalt Shingle Roof Green Roof-Northwest Side Exterior Damaged Significantly Non-Friable Sep-17-2015 Inconclusive ND KC-SH-ACM-AS-13-02 Green Asphalt Shingle Roof Green Roof- Exterior Significantly Non-Friable Sep-17-2015 Inconclusive ND Northeast Side Damaged KC-SH-ACM-FRT-14-01 Flat Tar Roof Roof Side Flat Roof-North Exterior Damaged Significantly Non-Friable Sep-17-2015 Inconclusive ND Flat Roof-South Significantly KC-SH-ACM-FRT-14-02 Flat Tar Roof TRoof Side Exterior Damaged Non-Friable Sep-17-2015 Inconclusive ND 3697/Garage/SHGarageAsbestosSumTable Page 2 of 3 TABLE A-1 SOUTHOLD HIGHWAY DEPARTMENT YARD PECONIC LANE GARAGE/OFFICE BUILDING SOUTHOLD,NEW YORK ASBESTOS BULK SAMPLE RESULTS Sample Location Sample Information Sample Result Sample ID Material Description Interior/ Friable/ Date Sample PLM or Floor Area Exterior Condition Non- Collected PLM-NOB TEM-NOB Friable KC-SH-ACM-DWJC-15-01 Drywall Joint Compound First Floor Ceiling Garage-Bay 15 Interior Damaged Significantly Friable Sep-17-2015 ND NA KC-SH-ACM-DWJC-15-02 Drywall Joint Compound First Floor Garage-Bay 15 Interior Significantly Friable Sep-17-2015 ND NA Ceiling Damaged KC-SH-ACM-DWJC-15 03 Drywall Joint Compound First Floor Ceiling Garage-Bay 15 Interior Damaged Significantly Friable Sep-17-2015 ND NA KC-SH-ACM-RF-16-01 Roof Felt Paper Roof Garage-Green Roof-North Side Exterior Damaged Significantly Non-Friable Sep-17-2015 Inconclusive ND KC-SH-ACM-RF-16-02 Roof Felt Paper Roof Garage-Green Exterior Significantly Non-Friable Sep-17-2015 Inconclusive ND Roof-North Side Damaged KC-SH-ACM-AS-17-01 Gray Asphalt Roof Shingle Roof North Side Gray Roof- Exterior Damaged Significantly Non-Friable Sep-17-2015 Inconclusive ND KC-SH-ACM-AS-17-02 Gray Asphalt Roof Shingle Roof North Side Gray Roof- Exterior Damaged Significantly Non-Friable Sep-17-2015 Inconclusive ND KC-SH-ACM-RF-18-01 Roof Felt Paper Roof Gray Roof- Exterior Damaged Non-Friable Sep-17-2015 Inconclusive ND North Side KC-SH-ACM-RF-18-02 Roof Felt Paper Roof Gray Roof- Exterior Damaged Non-Friable Sep-17-2015 Inconclusive ND North Side Notes: ND.Asbestos not detected NA:Not analyzed. PLM:Polarized light microscopy TEM:Transmission Electron Microscopy NA/PS:Not analyzed.Analysis stopped after first positive result. ACM materials highlighted in orange 3697/Garage/SHGarageAsbestosSumTabie Page 3 of 3 APPENDIX B LABORATORY RESULTS AND CHAIN OF CUSTODY RECORDS ♦3697\NN 10121501_ASB Rpt EMSL Analytical, Inc. EMSLOrder: 061515248 528 Mineola Avenue,Carle Place,NY 11514 CustomerlD: DVBI69 Phone/Fax. (516)997-72511(516)997-7528 CustomerPO: hhtt •//www.EMSLcorn ca ED ProjectlD: Attn: Kumar Chakroborty Phone: (516)364-9890 Dvirka & Bartilucci Fax: (516)364-9045 330 Crossway Park Drive Received: 09/23/15 8:11 AM Woodbury, NY 11797 Analysis Date: 9/29/2015 Collected: 9/17/2015 Project: Southold Highway Department,Asbestos Survey Southold Hlghway Department Yard Peconic Lane,Southold Garage Pro)No:3697 Test Report:Asbestos Analysis of Bulk Material Analyzed Non Asbestos Test Date Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-VFT-1-01 Description 1st Fir Office Bldg Lunch Rm-12x12 Beige Vinyl Floor Tile 061515248-0001 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Beige Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Beige 3.4%Chrysotile 3.4%Total Sample ID KC-SH-ACM-VFT-1-02 Description 1st Fir Office Bldg Lunch Rm-12x12 Beige Vinyl Floor Tile 061515248-0002 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/2912015 Beige Inconclusive:None Detected TEM NYS 198.4 NOB Positive Stop(Not Analyzed) Sample ID KC-SH-ACM-VFT-2-01 Description 1st Fir Office Bldg Lunch Rm Cabinet-12x12 Tan Vinyl f=loor Tile 061515248-0003 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Tan 3.6% Chrysotile 3.6%Total TEM NYS 196.4 NOB Not Analyzed Sample ID KCSH-ACM-VFT-2-02 Description 1st Fir Office Bldg Lunch Rm Cabinet-12x12 Tan Vinyl Floor Tile 061515248-0004 Homogeneity PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Positive Stop(Not Analyzed) TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-DW-3-01 Description 1st Floor Office Bldg Copy Rm-Drywall 061515248-0005 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 5.00%Cellulose 95.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Initial Report From 09/30/2015 08:48:22 Test Report 198VCM-7.30.0 Printed:9/30/2015 8:48:22 AM Page 1 EMSL Analytical, Inc. EMSL Order' 061515248 CustomerlD: DVBI69 528 Mineola Avenue,Carle Place,NY 11514 Phone/Fax: (5 16)997-7251/(516)997-7528 CustomerPO. htto:llwww EMSL com oadeolacelab(aDemsl com ProjectlD: Test Report:Asbestos Analysis of Bulk Material Non Asbestos Test Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-DW-3-02 Description 1st Floor Office Bldg Lunch Rm-Drywall 061515248-0006 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 6.00%Cellulose 94.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed ■ Sample ID KC-SH-ACM-VCB-4-01- Description 1st Floor Office Bldg Lunch Rm-Vinyl Cove Base Mastic Cove Base Homogeneity Homogeneous 061515248-0007 PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Brown Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Brown None Detected Sample ID KC-SH-ACM-VCB-4-01- Description 1st Floor Office Bldg Lunch Rm-Vinyl Cove Base Mastic Mastic Homogeneity Homogeneous 061515248-0007A PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black 5.3% Chrysotile 5.3%Total TEM NYS 198.4 NOB Sample ID KC-SH-ACM-VCB-4-02- Description 1st Floor Office Bldg Copy RM-Vinyl Cove Base Mastic Cove Base Homogeneity Homogeneous 061515248-0008 PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Brown Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Brown None Detected Sample ID KC-SH-ACM-VCB-4-02- Description 1st Floor Office Bldg Copy RM-Vinyl Cove Base Mastic Mastic Homogeneity 061515248-0008A PLM NYS 198.1 Friable _ Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Positive Stop(Not Analyzed) TEM NYS 198.4 NOB Sample ID KC-SH-ACM-BM-5-01 Description Basement Office Bldg Foundation Wall-Brick Mortar 061515248-0009 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Tan 45.00%Quartz None Detected 55.00%Non-fibrous(other) PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Initial Report From 09/30/2015 08:48:22 Test Report 198VCM-7.30.0 Printed*9/30/2015 8:48:22 AM Page 2 EMSL Analytical, Inc. EMSL Order: 061515248 528 Mineola Avenue,Carie Place,NY 11514 CustomerlD: DVBI69 PhonelFax: (516)997-72511(516)997-7528 CustomerPO: htto•llwww EMSL corn cadenlarelabAemsl com ProjectlD: Test Report:Asbestos Analysis of Bulk Material Non Asbestos Test Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-BM-5-02 Description Basement Office Bldg Foundation Wall-Brick Mortar 061515248-0010 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Tan 40.00%Quartz None Detected 60.00%Non-fibrous(other) PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-WG-6-01 Description Exterior Garage/Bay 1 Window-Exterior Window Glazing 061515248-0011 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Tan Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Tan None Detected Sample ID KC-SH-ACM-WG-6-02 Description Exterior Garage/Bay 3 Window-Exterior Window Glazing 061515246.0012 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Tan Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Tan None Detected Sample ID KC-SH-ACM-BM-7-01 Description Exterior Garage/Bay 1 Garage Door Wall-Brick Mortar 061515248.0013 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Tan 40.00%Quartz None Detected 60.00%Non-fibrous(other) PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-BM-7-02 Description Exterior Garage/Bay 6 Garage Door Wall-Brick Mortar 061515248-0014 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Tan 40.00%Quartz None Detected 60.00%Non-fibrous(other) PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-DIW-8-01 Description Attic Garage Attic HVAC Unit-Duct Insulation Wrap 061515248-0015 Homogeneity Homogeneous PLIVI,NYS 198.1 Friable 9/29/2015 Yellow/Green 60.00%Glass 40.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Initial Report From 09/30/2015 08.48.22 Test Report 198VCM-7.30.0 Printed:9/30/2015 8:48:22 AM Page 3 EMSL Analytical, Inc. EMSL Order: 061515248 — Customer 528 NBneola Avenue,Carle Place,NY 11514 ' Phone/Fax, (516)997-7251/(516)997-7528 CUstomerPO: DVBI69 httn://www EMSL corn cadeolacelabCa.emsl.com ProjectlD: Test Report:Asbestos Analysis of Bulk Material Non Asbestos Test Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-DIW-8-02 Description Attic Garage Attic HVAC Unit-Duct Insulation Wrap 061515248-0016 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Yellow/Green 60.00%Glass 40.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-DW-9-01 Description Attic Garage Floor 4th Bay-Drywall 061515248-0017 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 4.00%Cellulose 96.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-DW-9-02 Description Attic Garage Attic Wall 10th Bay-Drywall 061515248-0018 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 3.00%Cellulose 97.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-PBC-10-01 Description Attic Office Attic Ceiling-Particle Board Ceiling 061515248.0019 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Brown 95.00%Cellulose 5.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-PBC-10-02 Description Attic Garage/Office Attic Ceiling-Particle Board Ceiling 061515248.0020 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Brown 95.00%Cellulose 5.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-TP-11-01 Description 1st Floor Garage 10th Bay Wall-Transite Panel Wall 061515248-0021 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Tan 76.50%Non-fibrous(other) 23.50% Chrysotile PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Initial Report From 09/30/2015 08:48:22 Test Report'198VCM-7.30.0 Printed:9/30/2015 8:48:22 AM Page 4 EMSL Analytical, Inc. EMSL Order: 061515248 528 Mineola Avenue,Carle Place,NY 11514 CustomerlD: DVBI69 Phone/Fax- (516)997-72511(516)997-7528 CustomerPO: httn•//www EMSL com carteolacelab(&emsl com ProjectlD: Test Report:Asbestos Analysis of Bulk Material Non Asbestos Test Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-TP-11-02 Description 1st Floor Garage Equipment Supply Rm-Transite Panel Wall 061515248-0022 Homogeneity PLM NYS 198.1 Friable 9/29/2015 Positive Stop PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-FGIW-12-01 Description Attic Garage Attic 11th Bay-Fiberglass Insulation Wrap 061515248-0023 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 Brown/Silver 70.00%Cellulose 30.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-FGIW-12-02 Description Attic Garage Attic 14th Bay-Fiberglass Insulation Wrap 061515248-0024 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White/Black 65.00%Glass 35.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-AS-13-01 Description Roof Green North West Side-Asphalt Shingle Green 061515248-0025 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Green Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Green None Detected Sample ID KC-SH-ACM-AS-13-02 Description Roof Green North East Side-Asphalt Shingle Green 061515246-0026 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Green Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Green None Detected Sample ID KC-SH-ACM-FRT-14-01 Description Roof Flat Roof North Side-Flat Roof Tar 061515248-0027 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Green Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Green None Detected Initial Report From 09/30/2015 08:48:22 Test Report 198VCM-7.30.0 Printed:9/30/2015 8:48:22 AM Page 5 EMSL Analytical, Inc. EMSL Order: 061515248 CustomerlD: DVBI69 <4- 528 Mlneola Avenue,Carle Place,NY 11514 Phone/Fax (516)997-7251/(516)997-7528 CustomerPO: htto//www EMSL com cadealacelab(aDemsl.com ProjectlD: Test Report:Asbestos Analysis of Bulk Material Non Asbestos Test Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-FRT-14-02 Description Roof Flat Roof South Side-Flat Roof Tar 061515248-0028 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Sample ID KC-SH-ACM-DWJC-15-01 Description 1st Floor Garage 15th Bay Ceiling-Drywall Joint Compound 061515248-0029 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 100.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-DWJC-15-02 Description 1st Floor Garage 15th Bay Ceiling-Drywall Joint Compound 061515248-0030 Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 100.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-DWJC-15-03 Description 1st Floor Garage 15th Bay Ceiling 061515248-0030A Homogeneity Homogeneous PLM NYS 198.1 Friable 9/29/2015 White 100.00%Non-fibrous(other) None Detected PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB Not Analyzed TEM NYS 198.4 NOB Not Analyzed Sample ID KC-SH-ACM-RF-16-01 Description Roof Garage Green Roof North Side-Roof Veit Paper 061515248.0031 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Sample ID KC-SH-ACM-RF-16-02 Description Roof Garage Green Roof North Side-Roof Veit Paper 061515248-0032 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Initial Report From 09/30/2015 08:48:22 Test Report 198VCM-7.30.0 Printed:9/30/2015 848:22 AM Page 6 EMSL Analytical, Inc. EMSL Order: 061515248 t 528 Mineola Avenue,Carle Place,NY 11514 CustomerlD: DVBI69 Phone/Fax: (516)997-7251/(516)997-7528 CustomerPO: htto 1/www EMSL com cadeolacelab(Memsl com ProjectlD: Test Report:Asbestos Analysis of Sulk Material Non Asbestos Test Color Fibrous Non-Fibrous Asbestos Sample ID KC-SH-ACM-AS-17-01 Description Roof Gray North Side-Asphalt Roof Shingle Gray 061515248-0033 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Sample ID KC-SH-ACM-AS-17-02 Description Roof Gray North Side-Asphalt Roof Shingle Gray 061515248-0034 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Sample ID KC-SH-ACM-RF-18-01 Description Roof Gray North Side-Roof Felt Paper 061515248-0035 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Sample ID KC-SH-ACM-RF-18-02 Description Roof Gray North Side-Roof Felt Paper 061515248.0036 Homogeneity Homogeneous PLM NYS 198.1 Friable Not Analyzed PLM NYS 198.6 VCM Not Analyzed PLM NYS 198.6 NOB 9/29/2015 Black Inconclusive:None Detected TEM NYS 198.4 NOB 9/29/2015 Black None Detected Analyst(s) urn , { Matthew Greco Michelle McGowan,Laboratory Manager or other approved signatory NOB=Non Friable Organically Bound N/A=Not Applicable VCM=Vermiculite Containing Material -in New York State,TEM is currently the only method that can be used to determine if NOB materials can be considered or treated as non-asbestos containing. All samples examined for the presence of vermiculite when analyzed via NYSE 1981. -NYS Guidelines for Vermiculite containing samples are available at 1h#P-/h. r Wadsworth:omnaixerUelaocerUformsiVenniculiteinterimGuidance Rev070913 odF EMSL maintains liability limited to cost of analysis.This report relates only to the,samples reported above and may not be reproduced,except in rull,vnthout written approval by EMSL. EMSL bears no responsibility'for sample collection activities or.analytical method limitations. Interpretation and use of test results are the responsibility of the client Samples were received in good condition unless othermse noted. This report must not be used by the client to claim product certification,approval,or endorsement by NVLAP.NIST,or any agency of the federal government.This report may contain data that is not covered by the NVLAP accreditation. Samples analyzed by EMSL Analytical,Inc.Cade Place,NY NYS ELAP 11469 Initial Report From 09/30/2015 08:48:22 Test Report 198VCM-7.30,0 Printed:9/30/2015 8:48:22 AM THIS IS THE LAST PAGE OF THE REPORT. Page 7 O H ,Dtx6 WGINEFRS Rs �c ASBESTOS BULK SAMPLE DATA AND CHAIN-OF CUSTODY FORM j s- ClientName: -- PryjdctNameand•Address: - lnspectdi!Anvestigator: KumarChakraborty Pa Southold Highway Asbestos Survey Southold Highway Department of De Artment Yard Peconic lane,Southold _ Date: Requested'turnaround I Ime: Project Manager Project Number: 1'7 } ❑ 2 Hour ❑6 Hour ❑ 24 Hour Tom Fox l ❑ 48 Hour . 72 Hour X Other eeks HR_ :,�cr �.'yy,..tt��•F+,.,t.:b-�.t+• r' "�_ . :r •?•^+ fir;.` r•a•T•P'F;%.a';'-R,�!!� nt }� y b -, t' S:A .?i{:�•".'.^.a�•�i.'..:`t .5=:� v, 'nt: :''.-dim -«=l C••7.i 6;Lt.e S'.':�1 •h3y.:'+g -A` is.:a :1:{�fd..�.�w. +,''.W .11. t�p�f)[���4g�A1�.1 \7 .�i .- `fit t�� '��Pte_<�.� sD.-.q t: AiK�.�'.Ly:.w.: 1'.,• t 1 I t k .R R ''�. Se o- A t,C :L•ws 4'" F r iT •+�...u.�R�:_.�.•.. .•;tet= v:Bullc%S' iii`le%1D'iNo•r=? '' .:; a :; •� �; '1 MBtb 81D �>~l'tibi .Rx`.: o .F. IG �:�;�`�y ,` F1'ooc ld, _ !tb`i�m7aieai De`sct)pfiori-Tr, 'Cbndifiorix Piioto�ID/ 1r _�'.: +^,:.5%.'x�' _ Y- � t� ;�4.d�; ,��Wr?.}ti.4...�,. �. �•t.i.r•V�J :a-..�-:3� -'i �.._ :r'• •:a�:•..'^ - r,, its n.= •.�"1 _ -�„!7x_�ii;:r:3" zu�:. 1'a' c �•. �-,..� .u,4� ..• �..y-- .7 'r •S' .'! � C7� .V:�.. tt Imo. �. fi Y. Y.1+!7 A- 3V wr. 4 L. S•(��Z.e Y-�i•1. _ _:t: '[�. -.o.:�t�..� _...t[ •'sem,-.:it a•1.�,» '.coil i�ti t-;i.'-..M:�,,..tjtf-^_•v.'�r��`.-'' t`�,`.•!a H..fah...�• ."�_`"�""F^�I'-_•'�':j^' 'i-::^rN..�-i 2�y"• _�+ ,.�- .�`r,• z%1 - - _�.. _.�"�• _.-:t�� ��.»a�et..��^.�..� meas• .�- e--t:sn- =�•gat• :.�:3�i.�••�.+�-tea:-���:�.r�rvr�-rr�•z=: �.Frlabili• z� .Tihiec-.=. KC'- N. 4M-V FT 1--D [ ::, Y ak a C3'�+, r '..Esq- - Of~�cc t3L ro ---S - A C:n. - 6 1_ )a X, 2E..1 -IPS,-Wild- r MUF �1�YY� U7 — V, {i n cm - - VOL �) rrter*' Lk Condition: Friability: Special Instruction to Laboratory: .PDQ Good, MD-Minor Damage, F- Not Friable na❑ Analyze All Samples CD P—Poor NF—Not Stop at First Positive in.Each Homogeneous Group erfaTEM-NOB Analy3s if NecSssary P _ Emall Results tv.-kchakmborty@db;.eng.com CHAIN OF CUSTODY INFORMATION—AND—LABORATORY INFORMATION. Relinquished - Date `Time calved By, e-` = TI - Method Of Submittal I.(Print: - - , - — - Fletd - (Sign): - - - -Walk In 11.(Print: - • Fed-Ex (Sign): - other"s (Print): - Fad-Ex (Slgn)c Others D&B Comments: Lab Comments: Analyzed Date&Time: Print Name: Sign! O . n - MAXHITPUS, D&B ENGINEERSON 'WD ASBESTOS BULK SAMPLE DATA AND CHAIN OF CUSTODY FORM ��PCP Client Name: Project Name and Address: InspectoNMvestigator: Kumar Chakraborty Pa N Southold Highway Asbestos Survey Southold Highway Department of m Department , Yard Peconic Lane Southold Date: Requested Turnaround Time: Project Manager Project Number- - ❑ 2 Hour d 6 Hour ❑ 24 Hour Tom Foxe I/ ❑ 48 Hour 72 Hour x Other eeks HR_ _ s`'�.� � �+i:e�:;__4 rr` 'i:•�:ii Mv_Sj_.; ^l� r:=:.u�:�=y55rt; L'. _ ! ,:BU[:K�S'�CMP,,.L 'J" ORMg7iO.�11._�,.u � r� s r� ,•'-, �� -s .� .+��,- _ r.Y.,.,s-�:z T.{.�!•'Jr_ kVv-::+a. 7 -�... �L..--v .•v .,-_ i .e"sc 7`f�t'i' :T -, Deo'i8n,ti � s-- _otdifion y 5artlple Q:=No:z ;r ;' = Mateet2i p a• r, COQ fD_.;. �; „R'b'8tit7�Kiea=_ }M,P. :� `C" PEidtolDl= fu'- ."`- iVS -...Z .� J'i1�•eg•' .yt� " ;S.c:t";F,;'r!(:• `�: - 1.i4V � ......pi� - 3.4 r] �>' :.t:�irl-X..d.�.e- ,���-R'.... Y 13'^I`v�} IN !=•''+ -r, s'; .�v fix. t—�a n• c+`n T•. w l :Fi �i t ?rte. •e4 L2 �esn� i_Y ..�.. +-.S: -e-Y'.'...-C ri LiF - wt c. -.3 +fit• .T-�:':N>�i"•" t4. '.7• +:b ..•s '�c�'3.,:"�'-•i. rl � ,'y � 1• ac-:.•.r:, ...�.......sr_:•�c.�.-r., '�it"..�•�» w -.tn�.r�irt�+.d:ea�r—:aces � :�:ctl�ur'_�•L'-.roc•-3-�Sr�i=—�=wr-- •'rsi.:... -•„a:s•sX�/a��lW.+�ll � s�tme.�r� --S r Io IUB malt 1 LQ f2w 11 Ix 011. PINS- O >. - - � � C S CYY1-Mid,- -CJ , VA I Condition: Friability: Special Instruction to Laboratory: G-Good, MD-Minor Damage, F F-Not Friable Friable O Analyze All Samples ® Stop at First Positive in Each Homogeneous Group erform TEM-NOB Analysis-9 Necessary �-Poor NF v Email Results to:kchakrab rty@db-eng.cem CHAIN OF CUSTODY INFORMATION•AND LABORATORY INFORMATION _ - - Relinquished - -Date Time ceived 8 :^ te- _ Time -Method Of Submittal 1.(Print: ' Field - - (sign): Walk In 11.(Print): Fed-Ex (Sign): others 111.(Print): Fed-Ex (Sign): Others D&S Comments: Lab Comments: - Analyzed Date&Time: By: S Print Name: � sign: 0 L( S' 6 DSS:EmqEEAS ----- - - -- ----- - — u, r Pc ASBESTOS BULK SAMPLE DATA AND CHAIN OF CUSTODY FORM Client Name: Project Name and Address. Inspector/Investigator:Kumar Chakraborty Pa Southold Highway Asbestos Survey Southold Highway Department of Department ' Yard Peconic_Lane Southold Date: Requested Turnaround Time; Project Manager Project Number: 5 0 2 Hour ❑6 Hour 0 24 Hour Tom Fox }�� I J n 48 Hour 72 Hour X Other •Wbeks HR r`,i.:fty:?S"ta'-� C'+'��.C:+~' >_=^+`r'.+;r S':r+�n,-.•yyi�n p,=-r��'.' X: :1:IINFORM/�ION"v rte:••--u:-{��'.-::S r,_--� �-�g•� r.._ ,:: o� -r! s_.- :.�s:y.�„ .!G"t"c'Y.f.+:�.a...e,ru>= BV•' ''• AU �'.-"': (F• �.w '"-;f,.d,'ft%:�'' i`K - w� a eq Mt �r:� i. �i:lo8r'ID 6WR&W .fr 1 T� Y.r. ."•.c��ty^r' mss,.... .Y` :-•f _ _�'•%�SZt�. _�� ��tY01��. `•4„'-��Gofiditioii-_:.F?11GtO;ID( •�,!... ice•;;: :p;_.L+_ ,s+o -_ :'1.,...'! .. ,-„�v+ r .r. ti'•.�'t:. �s: .i' tit�_d�'C.`t.�t•a-".��:Yo ;•I;. -G "^- _�1..:L�' = rt.* ..-._..R 4^ .../}..`.�I� _ _.L.^.:Y:L� /1-- .���{��i•r:S�w-�1�k 4�f a�F�_ i_"`:t.,>+T:�J •«k J3•• ; -. _ " `!�'Fnabri� �..,:Tltna,...-, _ �oa w o100, 80KA CO IV W rn r1Read I1 condltlon: Friability: Special insttuctiontoLaboratory: �,� ;,y:► G-Good, MD-MlnorDamage, F-Friable 'O� P-Poor NF-Not Friable 0 Analyte All Samples 0 Stop at First Positive In Each Homogeneous Group erform TEM•NOS Analysts If N sm Email Results to:kdtekrabotty@dtrang.com ' _ w a'~rOn CHAIN OF CUSTODY INFORMATION AND LABORATORY INFORMATION Relinquished : Date Time Acelved BY: Date I Time Method Of Submittal ri 1.(Print)• Field (Sign): Walk In II.(Print): Fed-Ex (Sign): others III.(print): Fed-Ex (Sign): Others D&B Comments: Lob comments: Analyzed Date&Time: Print Name: Sign: '70 0 Lt H• DO ENGINEERS_ = AND ASBESTOS BULK SAMPLE DATA AND CHAIN OF CUSTODY FORM Ln •.. Client Name: Project Name and Address: Inspector/Investigate_r.Kumar Chakraborty Pa Southold Highway Asbestos Survey Southold Highway Department of S m Department Yard Peconlc Lane,Southold V' _ Date: Requested Turnaround Time: Project Manager Project Number: ❑ 2 Hour 0 6 Hour 0 24 Hour Tom Fox 1 1 Cl_ 48 Hour 42 Hour X Other eeks HR_ I �',—•:.�.i4''''r`!'o,t-`p:Cl-S+Jyr��:P.=ti:iir`•�:�l,14:�..."r..i..,::h1. _ .•=1`'�;gi�.d=^a{�a9l-5u.`o_•4. .:qs..rs.$UMa,�'•�-S.,�.A�M:����P�EarllelO0,•y� •10•''5r N�?"•_�,`•�j.7t'}.•_•s: -S„'{•Y'.•.n�,-:,-^r..r�..Lp-��-".;Srx..`-..'.:G.7*r��s=�ro-•.^•,•.'T:�.'.,ZJ+..�v'":i'.��•:�:;��-n�»,`,ti`'-....i-�-'�v:r:��„.��.'�,�.r,�^_•rY�.,r. .s=a6:� ;t.omip[ead.;.•'iti:s,n'{ P,nf.>.a_. i tDS.Aet-".;:BUUSaec�igdi .0p Lyi �D M2 n4i � rte.. �s.�`•$ �y�•��•. ��...� .,�- �. _.ta-_ s`: _'A. ..-i.....�'"ii .f�'�.�{ 't__ .'i y`7':.�rFY��:.t :C'.,-5z:.r.w,+r-.,,5..;�','�.!�.�;• '5+-= - rf.�rxallit T-ttile.. O - — - — UN 1 - KC-SH C IF - -0 - .il;' _ Condition: Frlabillty: SpectalInstruction to•La oratory: �=-m G-Good, MD-Minor Damage, F-Friable p Analyze Ad Samples � Stop at First Posillve In Each Homogeneous Group erform TEM-NOB Ana ly s It N�"�sar P--Poor NF-Not Friable r_ Email'Resultsto:.kchakmborty@db.eng.com - •r�_ CHAIN OF CUSTODY IN17.0'WENVAOLASORATORY INFORMATION - - - Rellnqulshe Date Tlma Celvod S : Date _ Time _ _- -- Method OrSubm@tal I. Print: - Field (Sign): - - - _ - -Welkin- 11. Welkin 11.(Print): Fed-Ex (Sign): - - - Others - - - iti.(print): - - - - - Fed-Ex- J (Sign): Others D&B Comments: Lab Comments: Analyzed Date&Time: . B r Print Name: -Sign: ' O 1' m ° D&B ENd ER_S. 8. AND ASBESTOS BULK SAMPLE DATA AND CHAIN OF CUSTODY FORM: s �•• ARCHII'l+rts,[?G h __ . _ _ � Client Name: Projec#-Nameand=Address:, Inspectodinvestigator:KumarChakra_b'orty Page:' Southold Highway Asbestos Survey Southold Highway Departmdfit• of m 'De artment Yard Peconic,iane,Southold---- - Date: Requested Turnaround Time: - - - Project Manager Project Number: ❑ 2 Hour ❑6 Hour ❑ 24 Hour Tom Fox ❑ 46 Hour 72 Hour X Cther ae s_ HR _ 307 _ '- -- i ��y'9 SM.%'s" :1% "T•..•'-��2�'•1.,, � 7.p1';1'^�.!.":�• y^*" ..•. F•".t�v_ _, � j.,,,, I..:.S•Fc••,•- Gln lTi.o..r ;_rr. WL f� _ =ir"+P.i.E..Ln �.•-u •kiuC•}�c�.tF •�y�F• a '' - '- e7.0 �• •i i:y':!. �r.$UL �iS PI::E INFOR_ A�:I� Cr t! tr: 3s�• r���»n s�...'.�`r�''r.'Mp:�4tF.i�;A�+�^��TL .c3a� WE �.M'a wil-Drffttr' i t ..y., rr, r_ �...��...,;� .� :�••��-��.�. I�,�,. ro�•�_ -r ��. Are�:Descnptio."�;•:;•,�.;:�_, ,C�ri ttion�=�Phot:o�Dlc- �:m ,u� = +:. 5_r'�:.g .'� 7;?f.•r_5..7' � fC..� T v.. �, $C• a''��-�,�'{z�. C '�:r•. .-47• .��. Y 7'} �•F 'l - __ _ 1 •-=• :1�A:1_ _�ii::�l,�—•2'—v':S�.s' aa�i"k:•Cf'.�•�y nI .}iii✓-.•' f '+!i>�.t :1��.eitiFr'.. :T;,J :i:'i-c..;itew Ce f. �+L• w��+� 1— 1'�.. �'• j. �_!_ _ �w w'- ., Y• .-l. - :F •J•.w^I h.±YT� ^M Jam•-• � �•�..� �� �: _ . `�-• : --.�' �n/���iab�lt x�?ilfle�•.; - _ 066K Ta IN V_ t. ft Aid _ _ %� , 1 , t _ - - -5. -�- Condition: Friability: Special instruMon to Laboratory:` —"- _ -" Good, MD-Minor Damage, F-Friable P-Poor NF-Not Fdebfe cc�r..��xt:0 Analyze All Samples 9 Stop at First Positiva in Each Homogeneous Gmuever(orm TEM-NOB Analysis If Necessary P Email Resulls-to:kchaktab6liy@db=eng.e6m _ .CHAIN OF CUSTODY INFORMATION AND,LASORATORY INFORMATION Relinquished - - -^ - Date Tlrn® PA491ved By: r Time _ Method Of Submittal 1. Pilnt- ' Field (Sign): walk In it.(Print: Fed-Ex (Sign): - - - Others III.(Print): Fed-Ex (Sign): - others D&B Comments: Lab ComRlonts: Analyzed Date&Time: z B Print Name: sign: APPENDIX C SAMPLE LOCATION PLANS ♦3697\NN10121501_ASB Rpt KC-SH-ACM-VCB-4-02 KC-SH-ACM-DW-3-01 KC-SH-ACM-VFf-1-0 KC-SH-ACM-DW-3-0 KC-SH-ACM-WG-6-01 KC-SH-ACM-VCB-4-01 KC-SH-ACM-0WJC-15-03 KC-SH-ACM WG- KC-SH-ACM-VFf-1-0 \� - KC-SH-ACM-VFi2-2-01 GARAGE KC-SH-ACM-VFf2-2-02 OFFICE qk\ KC-SH-ACM-DWJC-15-Ot C-SH-ACM-TP-11-07 -KC-SH- -BM- ACM C-SH-_ACM-DWJC-15-02 C-SH-ACM-TP-11-02 KC-SH-ACM-BM-7-Ot m 6 N LEGEND a • ASBESTOS BULK SAMPLE LOCATION q�. TOWN OF 4 SCALE_N.T S II D&B ENGINEERS SOUTHOLDHIGHWAY DEPARTMENT YARD-PECONICLANE .I,�AND GARAGEIOFFICE FIRST FLOOR SITE PLAN J- ARCHITEM,P.C. SAMPLE LOCATION PLAN FIGURE C-1 G s cr KC—SH—ACM—PBC-10-02 KC—SH—ACM—PBC-10-01 KC—SH—ACM—DIW-8-01 KC—SH—ACM—DW-9-01 GARAGE OFFICE KC—SH—ACM—FGIW-12-02 KC—SH—ACM—DIW-8-02 KC—SH—ACM—FGIW-12-01 KC—SH—ACM—DW-9-02 e LEGEND a • ASBESTOS BULK SAMPLE LOCATION 4 Y TOWN OF SOUTHOLD SCALE N T.S. D&B ENGINEERS SOUTHOLD HIGHWAY DEPARTMENT YARD-PECONIC LANE AND GARAGEIOFFICE ATTIC SITE PLAN RE 1.� tARCHITECTS,P.C. SAMPLE LOCATION PLAN FIGURE C-2 KC-SH-ACM-AS-13-02- KC-SH-ACM-AS-13-01 KC-SH-ACM-RF-16-0 KC-SH-ACM-RF-18-0 KC-SH-ACM-RF-18-Oi KC-SH-ACM-FRT-14-01 KC-SH-ACM-RF-16- ��\\ KC-SH-ACM-AS-17-01 KC-SH-ACM-AS-17-02 .GARAGE OFFICE KC-SH-ACM-FRT-14-02 4 ' a N LEGEND `a • ASBESTOS BULK SAMPLE LOCATION 4� Y ° TOWN OF SOUTHOLD SCALE N T.S .1 ENGINEERS SOUTHOLDHIGHWAYDEPARTMENTYARD-PECONICLANE AND GARAGE/OFFICE ROOF SITE PLAN ARCHITECTS,P.C. SAMPLE LOCATION PLAN FIGURE C3 KC—SH—ACM—BM-5-07 GARAGE OFFICE KC—SH—ACM—BM-5-02 e a LEGEND a • ASBESTOS BULK SAMPLE LOCATION 6� n iv TOWN OF SOUTHOLD SCALE N T S OD&B ENGINEERS SOUTHOLD HIGHWAY DEPARTMENT YARD-PECONIC LANE GARAGEIOFFICE BASEMENT SITE PLAN ARCHITECTS,P.C. SAMPLE LOCATION PLAN FIGURE C-4 APPENDIX D ASBESTOS-CONTAINING MATERIAL LOCATION PLANS ♦3697U31V10121501_ASB Rpt VAil,GARAGE LEGEND a NOTES• ®12'X 12' BEIGE VINYL FLOOR TILE 1. ALL ELECTRICAL WIRE THROUGHOUT THE BUILDING HAS BEEN ASSUMED TO BE ASBESTOS-CONTAINING MATERIAL.THIS WIRE IS NOT SHOWN ON THIS PIAN AND 12' X 12'TAN VINYL FLOOR TILE MUST BE FIELD VERIFIED. � ——— MASTIC ON THE VINYL COVE BASE s ®TRANSffE PANEL BOARD (WALLS AND CEILING) TOWN OF SOUTHOLD -- - - - - - - SCALE N.T S. ;—RAND ENGINEERS SOUTHOL13 HIGHWAY DEPARTMENT YARD-PECONICLANE • � AND GARAGEIOFFICE FIRST FLOOR SITE PLAN �. mdARCHITECTS.P.C. ASBESTOSZONTAINING MATERIAL LOCATION PLAN FIGURE 04 I I GARAGE OFFICE T-- NOTES* 1. ALL ELECTRICAL WIRE THROUGHOUT THE BUILDING HAS BEEN ASSUMED TO BE a ASBESTOS—CONTAINING MATERIAL THIS WIRE IS NOT SHOWN ON THIS PLAN AND LEGEND MUST BE FIELD VERIFIED. —••�••—••—TRANSIIE PANEL BOARD 2. THE VIBRATION DAMPENER CLOTH ON THE HVAC UNIT LOCATED IN THE ATTIC OF d BAY 1 THROUGH 4 HAS BEEN ASSUMED TO BE ASBESTOS—CONTAINING MATERIAL. 49 THIS CLOTH IS NOT SHOWN ON THIS PLAN. Y 3. TRANSITE PANEL BOARD IN THE GARAGE ATTIC ON THE WALL ABOVE BAY 11. m TOWN OF SOUTHOLD SCALE N T S m w.•.+DStB ENGINEERS SOUTHOLD HIGHWAY DEPARTMENT YARD-PECONIC LANE AND GARAGE/OFFICE ATTIC SITE PLAN j FIGURE D-2 ARCHITEM,PC- ASBESTOS-CONTAINING MATERIAL LOCATION PLAN #0002242640 STATE OF NEW YORK) )SS" COUNTY OF SUFFOLK) Karen Kine of Mattituck,in said county,being duly sworn,says that she is Principal Clerk of THE SUFFOLK TIMES , a weekly newspaper,published at Mattituck, in the Town of Southold,County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks(s),successfully commencing on 07/26/2018 t Principal Clerk Sworn to before me this day of (9 CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK No. 01V06105050 Qualified in Suffolk County My Commission Expires February 28,2020 r` TYPESET Mon Jul 23 16 05.32 EDT 2018 LEGAL NOTICE Request for Bid Proposals NOTICE IS HEREBY GIVEN,in accor- dance with the provisions of Section 103 of the General Municipal Law,that sealed bids will be received by the Town Clerk of the Town of Southold, Suffolk County, New York, at the Southold Town Clerk's Office, Town Hall,53095 Main Road,Southold,New York 11971,until 2:00 P.M.Thursday,Au- gust 16, 2018, at which time they will be publicly opened and read aloud,for the As- bestos Removal at certain Highway Depart- ment Buildings.Definite specifications may be obtained at the Office of the Southold Town Clerk during normal business hours beginning July 26,2018 Request for additional information or in- quires should be addressed to the Michael Collins,P.E.,Southold Town Hall,PO Box 1179,Southold,NY 11971.Telephone (631) 765-1560 The Town Board of the Town of Southold reserves the right to refect any and all bids and to waive any defector informality in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be accompanied by a Non- Collusive Bid Certificate,and 5%bid secu- rity All bids must be marked"Bid on Asbes- tos Removal",and must be signed and sealed in envelopes plainly addressed to the Town Clerk,Town of Southold,Town Hall,53095 Main Road,Southold,New York 11971 The bid price shall not include any tax, federal,state,or local,from which the Town of Southold is exempt Dated July 17,2018 ELIZABETH A NEVILLE SOUTHOLD TOWN CLERK 2242640 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 23rd day of July , 2018, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. Bid for Asbestos Removal 1 0J,Z6 )q". ,I izabeth A. Neville outhold Town Clerk Sworn before me this 23rd day of Jul , 2018. VIA otary Public LYNDA M.RUDDER Notary Public,State of New York No.01 RU6020932 Qualified in Suffolk county Commission Expires March 8,20-W Rudder, Lynda From: legals <legals@timesreview.com> Sent: Monday, July 23, 2018 4:07 PM To: Rudder, Lynda Subject: Re: asbestos for publication Attachments: Ad_Order_Form[15].pdf,Ad_Image_Preview[1].pdf Importance: High Hello, This notice has been scheduled,the attached documents serve as your confirmation, invoice and proof. Please review for accuracy. Payment is due upon receipt. Affidavits are processed and mailed out a week after the final publication date of the notice. Thank you. legals@timesreview.com MMES r, L_. _i3 st MEDIA GROUP Kimberly Gersic Sales Production Assistant 631.354.8013(direct) kqersic@timesreview.com www.timesreview.com PLEASE NOTE CANCELLATION POLICY:All ads are billed for entire run upon first publication date. Cancellations for publication dates can be made but there will be no adjustment to cost and refunds will not be given. There are no exceptions to this policy. Irr S Ly TIMES t RFIV IEW ib MEDIA GROUP Kimberly Gersic 1 Sales Production Assistant 531.354.8013(direct) kqersic@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us> Date: Monday,July 23, 2018 at 12:37 PM To: Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisaahfinn@gmail.com)" <lisaahfinn@gmail.com>, "Michaelis, Jessica" <iessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>, "Southold Local (denise@southoldlocal.com)" <denise@southoldlocal.com>, "Dinizio,James" <iames.dinizio@town.southold.nv.us>, "Doherty,Jill" <iill.doherty@town.southold.nv.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio@town.southold.nv.us>, Louisa Evans <Ipevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville@town.southold.ny.us>, "Noncarrow, Denis" <denisn@southoldtownny.gov>, "Norklun, Stacey" <Stacey.Norklun@town.southold.ny.us>, "Rudder, Lynda" <lynda.rudder@town.southold.nv.us>, "Russell, Scott" <scottr@southoldtownny.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.ny.us>,William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd@southoldtownny.gov>, "Hagan, Damon" <damonh@southoldtownnv.gov>, "Silleck, Mary" <marvs@town.southold.nv.us> Subject: asbestos for publication Please publish in the 7/26 edition and the Town website thank you z LEGAL NOTICE Request for Bid Proposals NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids will be received by the Town Clerk of the Town of Southold, Suffolk County,New York, at the Southold Town Clerk's Office, Town Hall, 53095 Main Road, Southold,New York 11971, until 2:00 P.M. Thursday, August 16, 2018, at which time they will be publicly opened and read aloud, for the Asbestos Removal at certain Highway Department Buildings. Definite specifications may be obtained at the Office of the Southold Town Clerk during normal business hours beginning July 26, 2018. Request for additional information or inquires should be addressed to the Michael Collins, P.E., Southold Town Hall, PO Box 1179, Southold,NY 11971. Telephone: (631) 765-1560. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any defect or informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be accompanied by a Non-Collusive Bid Certificate, and 5%bid security. All bids must be marked "Bid on Asbestos Removal", and must be signed and sealed in envelopes plainly addressed to the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold,New York 11971. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: July 17, 2018 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JULY 269 2018,AND FORWARD ONE (1 ) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE,TOWN CLERK, PO BOX 1179, SOUTHOLD,NEW YORK 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Dodge Reports Brown's Letters Burrelle's Info Services Town Clerk's Bulletin Board TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL" Definite specifications may be obtained at the Southold Town Clerk's Office beginning July 26, 2018 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD August 9,2018 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME &ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 2:OOPM on July 31, 2018 at the site located at 275 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Southold Town Board - Letter Board Meeting of July 17, 2018 RESOLUTION 2018-689 Item# 5.25 ADOPTED DOC ID: 14346 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-689 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 17,2018: RESOLVED, that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for removal of asbestos from the building commonly referred to as the Old Highway Department maintenance and Storage Building. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated July 18, 2018 Page 36 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "OLD HIGHWAY DEPARTMENT MAINTENANCE AND STORAGE BUILDING ASBESTOS REMOVAL" Definite specifications may be obtained at the Southold Town Clerk's Office beginning August 2, 2018 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD August 16,2018 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME &ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 2:OOPM on August 7, 2018 at the site located at 275 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process.