Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Heavy Equipment with Operator
ELIZABETH A.NEVILLE,MMC p0FOLc®G Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS COD Fax(631)765-6145 MARRIAGE OFFICER ,Ar ® ®�. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,� �°� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 30, 2019 James Terry Terry Contracting 1146 Osborne Avenue Riverhead,NY 11901 Dear Mr Terry: Congratulations. At the regular Town Board meeting held on July 16, 2019, the Town Board accepted the bid of Terry Contracting for some of the dredging and other services for the Town of Southold. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, r Lynda M Rudder Deputy Town Clerk Ens. ®�1FF04, ELIZABETH A.NEVILLE, MMC ®� ��j Town Hall,53095 Main Road �� � P.O.Box 1179 TOWN CLERK Southold,New York 11971 coo REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER ,�. A�. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER o,( , �`�► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 30, 2019 Seth Allen Chesterfield Associates PO Box 1229 Westhampton Beach,NY 11978 Dear Mr Allen: Congratulations. At the regular Town Board meeting held on July 16, 2019, the Town Board accepted the bid of Chesterfield Associates for some of the dredging and other services for the Town of Southold. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, JUA'm Lynda M Rudder Deputy Town Clerk Ens. � ELIZABETH A.NEVILLE,MMC O�® aFF®ICOG Town Hall,53095 Main Road �� ��- P.O.Box 1179 TOWN CLERK Southold,New York 11971 REGISTRAR OF VITAL STATISTICS � Fax(631)765-6145 MARRIAGE OFFICER ,�y Oy. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 30, 2019 t John Hocker Latham Sand & Gravel PO Box 608 Peconic,NY 11958 Dear Mr Hocker: Congratulations. At the regular Town Board meeting held on July 16, 2019,the Town Board accepted the bid of Latham Sand & Gravel for some of the dredging and other services for the Town of Southold. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of July 16, 2019 RESOLUTION 2019-631 Item # 5.5 3 yap ADOPTED DOC ID: 15400 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2019-631 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 16, 2019: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid to supply the town with construction equipment and services in connection with dredging and other services within the Town of Southold, Suffolk County,New York as follows, all in accordance with the Town Attorney; and be it further RESOLVED that the Town Board authorizes and directs Supervisor Russell to execute the appropriate contract documents to implement the agreement for these services, as prepared by the Town Attorney. Latham Sand and Gravel: ITEM # ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING BARGE MOUNTED 15 TON CRANE WITH 5/8 C Y CAPACITY DRAGLINE BUCKET OR 5/8 C Y.CAPACITY CLAMSHELL BUCKET # 1 I DAY @ THREE THOUSAND TWO HUNDRED SEVENTY FIVE DOLLARS 3 275 PER DAY (8 HOURS) $ PER DAY FURNISHING TOW BOAT # 2 1 DAY @ ONE THOUSAND FOUR HUNDRED SEVENTY FIVE DOLLARS 1,475 PER DAY (8 HOURS) $ PER DAY FURNISHING 15 TON CRAWLER CRANE WITH 5/8 C Y CAPACITY DRAGLINE 1,740 # 3 BUCKET OR 5/8 C Y.CAPACITY CLAMSHELL BUCKET 1 DAY n. ONE THOUSAND SEVEN HUNDRED FORTY DOLLARS PER DAY PER DAY (8 HOURS) FURNISHING TRACK LOADER WITH BUCKET-9,000 LBS # 4 1 DAY ,@ ONE THOUSAND TWO HUNDRED NINETY DOLLARS 1,290 PER DAY (8 HOURS) PER DAY FURNISHING FRONT END WHEEL LOADER WITH-2-1/2 C Y CAPACITY BUCKET 1,340 # 6 1 DAY a ONE THOUSAND THREE HUNDRED FORTY DOLLARS $ PER DAY (8 HOURS) PER DAY FURNISHING FRONT END WHEEL LOADER WITH 4 C Y CAPACITY BUCKET 1,540 # 7 Generated July 19; 2019 Page 19 } Southold Town Board - Letter Board Meeting of July 16, 2019 1 DAY @ ONE THOUSAND FIVE HUNDRED FORTY DOLLARS PER DAY PER DAY (8 HOURS) FURNISHING EXCAVATOR WITH 1-1/2 C Y CAPACITY BUCKET # 8 1 DAY @ ONE THOUSAND FIVE HUNDRED NINETY DOLLARS 1,590 PER DAY (8 HOURS) PER DAY FURNISHING 20 TON CRAWLER CRANE WITH 3/4 C Y CAPACITY DRAGLINE BUCKET OR 3/4 C Y CAPACITY CLAMSHELL BUCKET # 9 2 140 1 DAY @ TWO THOUSAND ONE HUNDRED FORTY DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 2 C.Y CAPACITY BUCKET # " 1 440 1 DAY @ ONE THOUSAND FOUR HUNDRED FORTY DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING 10 WHEEL DUMP TRUCK 1,190 # 14 $ 1 DAY @ ONE THOUSAND ONE HUNDRED NINETY DOLLARS PER DAY PER DAY (8 HOURS) (NOTE THERE IS NO MOBILIZATION OR DEMOBILIZATION FOR THIS ITEM FURNISHING OFF-ROAD ARTICULATED DUMP TRUCK - # 15 1 DAY @ TWO THOUSAND THREE HUNDRED NINETY DOLLARS 2,390 PER DAY (8 HOURS) $ PER DAY Chesterfield Associates: ITEM # ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING DOZER WITH BLADE-13,000 LBS 1,550 # 5 1 DAY @ ONE THOUSAND FIVE HUNDRED FIFTY DOLLARS $ PER DAY (8 HOURS) PER DAY FURNISHING LONG REACH EXCAVATOR 2,950 # 10 1 DAY n. TWO THOUSAND NINE HUNDRED FIFTY DOLLARS $ PER DAY (8 HOURS) PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 3 C Y CAPACITY 2,250 # 12 BUCKET $ 1 DAY d TWO THOUSAND TWO HUNDRED FIFTY DOLLARS PER DAY PER DAY (8 HOURS) Generated July 19, 2019 Page 20 r � , Southold Town Board - Letter Board Meeting of July 16, 2019 Terry Contracting: ITEM # ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING FRONT END WHEEL LOADER WITH 6 C.Y.CAPACITY BUCKET 2,600 # 13 1 DAY @ TWO THOUSAND SIX HUNDRED DOLLARS $ PER DAY (8 HOURS) PER DAY 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 19, 2019 Page 21 BID OPENING Bid on Heavy Equipment & Operator Bid Opening May 13,2019 2:00 PM Three (3) bids received Terry Contracting Chesterfield Associates Latham Sand& Gravel 1146 Osborne Ave PO Box 1229 PO Box 608 Riverhead,NY 11901 Westhampton Bch,NY 11978 Peconic, NY 11958 James Terry Seth Allen John Hocker 631/727-0170 631/288-5100 631/734-6800 Item # 1 5,800.00 5,200.00 3,275.00 2 2,600.00 3,750.00 1,475.00 3 3,200.00 2,150.00 1,740.00 4 1,400.00 1,425.00 1,290.00 5 1,606.00 1,550.00 --- 6 1,900.00 1,725.00 1,340.00 7 2,300.00 1,850.00 1,540.00 8 2,400.00 2,025.00 1,590.00 9 3,200.00 2,350.00 2,140.00 10 3,000.00 2,950.00 --- 11 2,800.00 2,025.00 1,440.00 12 3,200.00 2,250.00 --- 13 2,600.00 3,900.00 --- 14 1,600.00 1,525.00 1,190.00 15 3,200.00 3,100.00 2,390.00 TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD SOUTHOLD, SUFFOLK COUNTY,NEW YORK 0-0 4&ISF Ot PreparedBy: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold,New York 11971 May 30,2019 (631)765-1560 • � i w 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: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 30, 2019 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 13, 2019 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 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$5.00 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). The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders I13-1 thru I13-5 Standard Insurance Requirements SIR 1 thru SIR 3 Proposal Form Package Pages 1 — 11 INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Rejection of Bids 4. Bidders Responsibility 5. Bid Reservations 6. Non-Collusive Statement 7. Addenda and Interpretations 8. Method of Award 9. Single Price Bid Analysis 10. Municipal Exempt Status 11. Labor Law 12. Wage Rates 13. Insurance Required by the Town of Southold 14. Quantities IB - 1 f , INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services Within the Town of Southold, 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, June 13th, 2019, 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. 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 cavy 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. IB -2 s INSTRUCTIONS TO BIDDERS 4. 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 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. 5.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. 6.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, IB -3 INSTRUCTIONS TO BIDDERS 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. 7. 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. S. 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. 9. 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. 10.MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 11. 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. 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. 12. 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 IB -4 INSTRUCTIONS TO BIDDERS 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. 13. 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 14. 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 -5 4 , 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. L 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 IN NCE: e contractor/vendor shall take out and maintain during the life of the project an a brella insurance policy in an amount of not less than $2,000,000 (Two million dol each occurre nd 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 PRO IVE LIABILITY: An OC icy shall be required by the Town of Southold in limits of$1,000,000 c .ned single li ' , each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal lia ' ' of the Contractor,NAMING THE CONTRACTOR AND TOWN OF SOUTHOLD AS INSU he contra 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. CERTIFICATE 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 1' Description of operations/locations/etc:Box must-include the statement: "THE°TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: " TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD,NY 11971 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 Town of Southold "Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold" PROPOSAL PACKAGE BID OPENS: June 13, 2019 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! 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 11 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. ❑ 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. Proposal Package 2 of 11 VENDOR NAME: Latham Sand & Gravel, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 11 -2 5 o 3 7 4 4 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: September 13, 1978 IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: Latham Sand & Gravel, Inc. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) C. Terry Latham John D. Hocker Marion G. Latham LIST OFFICERS AND DIRECTORS: NAME TITLE C. Terry Latham President Marion G. Latham CFO John D. Hocker Vice President --------------------------------------------------------------------------------- If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 11 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Latham Sand & Gravel, Inc. ADDRESS: P.O. Box 608 Peconic, NY 11958 CONTACT: John Hocker TELEPHONE: 631 -734-6800 FAX: 631 -734-2318 E-MAIL:1athamgravel@yahoo.com ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: L TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 11 VENDOR NAME: Latham Sand & Gravel, Inc. 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 El I certify that I can supply insurance as specified if awarded the bid © -� A 4'qd Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. Lr� AUTHORIZED SIGNATURE Proposal Package 5 of 11 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 PRO IVE LIABILITY: An OC icy shall be required by the Town of Southold in limits of$1,000,000 c ned single ]i , each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal ha ' ' of the Contractor,NAMING THE CONTRACTOR AND TOWN OF SOUTHOLD AS INS he contra .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. CERTIFICATE 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 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 IN NCE: e contractor/vendor shall take out and maintain during the life of the project an a brella insurance policy in an amount of not less than $2,000,000 (Two million dol each occurre nd aggregate. SIR- 1 Aco 0 CERTIFICATE OF LIABILITY INSURANCE DATE 04/2512019 THI�TIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pol)cy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). co ACT Debra Simicich PRODUCER NAME: Roy H ReeveAgency,Inc CNN Ext: (631)298-4700 FAX Ne: (631)298-3850 PO Box 54 ADDRESS: dsimicich@royreeve.com 13400 Main Road INSURER(S)AFFORDING COVERAGE NAIC# Mattituck NY 11952 INSURERA: General Casualty Co of Wisconsin(0310761) 24414 INSURED INSURERS: Latham Sand&Gravel Inc INSURER C: PO Box 608 INSURER D: INSURER E: Peconlc NY 11958 INSURERF: COVERAGES CERTIFICATE NUMBER- CL1942510316 REVISION NUMBER: THIS IS TO CERTIFYTHATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /NSR POLICYEFF POLICYEXP LIMITS LTR TYPE OF INSURANCE INSO WVD POLICY NUMBER MMIDD MM D X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE �OCCUR PREMISES REN IEe occuence $ 100,000 X Contractual MED EXP(Any one person) $ 5,000 A CC10397011 05/15/2019 05/15/2020 PERSONALS ADV INJURY $ 2,000,000 GENERALAGGREGATE $ 4,000,000 GEMLAGGREGATE UMITAPPUES PER: 4,000,000 POLICY EC El LOC Data Compromise PA� $ 100,000 OTHER. COMBINED SINGLE LIMIT $ AUTOMOBILE LIABILITY Ea accident ANYAUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS PROPERTY DAMAGE HIRED NON-OWNED Peracadent $ AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER OTH- WORKERS COMPENSATION STATUTE I I ER AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNER/EXECUTIVE ❑ N IA E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,descnbe under E L DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Town of Southold is Included as an additional insured with respect to General Liability as per the terms and conditions of form CG81051205-Contractors Blanket Additional Insured Endorsement-New York as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of Southold 53095 Main Road AUTHORIZED REPRESENTATIVE P.O.Box 1179 Southold NY 11971 C @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 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 any 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. ThVers signing this bid, under the penalties of perjury, affirms the truth thereof. C/'✓L- V�P SWORN TO BEFORE ME THIS nature&Company Position John D. Hocker, V.P. _DAY OF 2011 Type Name&Company Position Latham Sand & Gravel, Inc. M Company Name .14NOTARY PUBLIC June 1 1 ,2 01 9 Regina L Cartselds Notary public-State of New York Date Signed N0.oiCA6ig8go8 11 -2503744 Quaffed in Suffolk County Federal LD Number dry Commission EVire`S January50 2021 Proposal Package 6 of 11 THE PROPOSAL FORM Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold VENDOR NAME: Latham Sand & Gravel, Inc. VENDOR ADDRESS: P.O. Box 608 Peconic, NY 11958 TELEPHONE NUMBER: 6 31 —7 3 4—6 8 0 0 FAX: 6 31 —7 3 4—2 31 8 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 11 IMPORTANT NOTICE TO ALL BIDDERS READ BEFORE FILLING OUT PROPOSAL The undersigned further understands and agrees that he is to furnish all labor, equipment, supplies and other facilities necessary and/or required to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold in strict accordance with the Bid Documents and the unit cost price as bid in the Itemized Proposal Form. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased,the undersigned accepts the unit price bid as full compensation for furnishing all labor, supplies, equipment and other related items necessary for the proper functionality of the equipment being furnished. All quoted prices shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2)years from the date of the contract with the option of a One (1)year extension upon the mutual agreement of both the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4) day's unit bid price daily rate Demobilization: One-quarter(1/4) day's unit bid price daily rate Proposal Package 8 of 11 Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for: Town of Southold ITEM NO. DESCRIPTION OF ITEM UNIT BID PRICE (Fill in Unit Price Written in Words) DOLLARS CENTS Furnishing Barge Mounted 15 Ton Crane with 5/8 C.Y.Capacity Dragline Bucket or 5/8 C Y 1 Capacity Clamshell Bucket for Three thousand two hundred seventy f AfY,#(8 HOURS) $ 3,275. 00 Dollars Cents PER DAY Furnishing Tow Boat 2 for one U uLmnd baw hzdrHd smulty flw M /DAY(8 HOURS) $ 1,475• 00 Dollars Cents PER DAY Furnishing 15 Ton Crawler Crane with 5/8 C.Y Capacity Dragline Bucket or 5/8 C Y. 3 Capacity Clamshell Bucket for Che tbasmd sal h dyed fmty no /DAY(8 HOURS) $ 1,740_ 00 _ Dollars Cents PER DAY Furnishing Track Loaderwith Bucket-9,000 lbs 4 ` for Cm tA;o hXdL1 d qty M /DAY(8 HOURS) $ 1 rte• 00 Dollars Cents PER DAY Furnishing Dozer with Blade-13,000 lbs 5 Iib Sid ND Bid for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Front End Wheel Loader with 2-1/2 C.Y.Capacity Bucket 6 for Che t1701ZMd,thnEa 1ur1Wrl frrt=Z no /DAY(8 HOURS) $ 1,340_ 00 Dollars Cents PER DAY Furnishing Front End Wheel Loader with 4 C.Y.Capacity Bucket 7 for Che tl aiswid f w h drtBd fatty no /DAY(8 HOURS) $ 1,540_ 00 Dollars Cents PER DAY Furnishing Excavator with 1-1/2 C Y Capacity Bucket 8 for one tbousicmd f w h Bred nin� no /DAY(8 HOURS) $ 11,590_ Dollars Cents PER DAY Furnishing 20 Ton Crawler Crane with 3/4 C Y Capacity Dragline Bucket or 3/4 C Y 9 Capacity Clamshell Bucket for 5_Q tbazand cm h]Crbsd fc ty I]D /DAY(8 HOURS) $ 20,140_ 00 Dollars Cents PER DAY Proposal Package 9 of 11 • ► . , . Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for: Town of Southold ITEM NO DESCRIPTION OF ITEM UNIT BID PRICE (Fill in Unit Price Written in Words) DOLLARS CENTS Furnishing Long Reach Excavator 10 for m bd /DAY(8 HOURS) $ m bid Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 2 C Y.Capacity Bucket 11 for am dugend fcur hL: rlmd forty M /DAY(8 HOURS) $ 1►440- 00 Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 3 C Y.Capacity Bucket 12 for m hid /DAY(8 HOURS) $ m hid Dollars Cents PER DAY Furnishing Front End Wheel Loader with 6 C Y Capacity Bucket 13 for no bid /DAY(8 HOURS) $ no bid Dollars Cents PER DAY Furnishing 10 Wheel Dump Truck 14 for Cw tbiousmid cne lizdmd nlr»ty m /DAY(8 HOURS) $ 1►190' 00 Dollars Cents PER DAY Furnishing Off-Road Articulated Dump Truck 15 for TWD hzilmd rdnELy m /DAY(8 HOURS) $ 2►390. 00 Dollars Cents PER DAY Proposal Package 10 of 11 r , AUTHORIZED SIGNATURE PRINT NAME John Hocker TITLE Vice President DATE June 1 1 ,2 01 9 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF 6ugn j L ) ss.: On the_LL_day of JUS in the year 2019 before me, the undersigned, personally appeared, :'oNy)D' Hockel , 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. T RY PUBLIC Regina Y,.Cartselos Notary Public-State of New York No.oXCA6a989o8 Qualified in Suffolk County My Commission Expires January,,2021 Proposal Package 11 of 11 TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD SOUTHOLD, SUFFOLK COUNTY,NEW YORK r ca M1 Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold, New York 11971 May 30,2019 (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: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 30, 2019 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 13,2019 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 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$5.00 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). The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders I13-1 thru I13-5 Standard Insurance Requirements SIR 1 thru SIR 3 i Proposal Form Package Pages 1 — 11 INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Rejection of Bids 4. Bidders Responsibility 5. Bid Reservations 6. Non-Collusive Statement 7. Addenda and Interpretations 8. Method of Award 9. Single Price Bid Analysis 10. Municipal Exempt Status 11. Labor Law 12. Wage Rates 13. Insurance Required by the Town of Southold 14. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services Within the Town of Southold, 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, June 13th, 2019, 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. 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. 113 -2 INSTRUCTIONS TO BIDDERS 4. 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 t6 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 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. 5.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. 6.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, IB -3 INSTRUCTIONS TO BIDDERS 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. 7. ADDENDA AND INTERPRETATIONS N 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. S. 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 ofthe materials, equipment, or supplies to be furnished, and conformity with the specifications. 9.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. 10.MUNICIPAL EXEMPT STATUS r The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 11. 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. 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. 12. 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 113 -4, INSTRUCTIONS TO BIDDERS 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. 13. 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 14. 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. IB -5 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). EXCESSIUMBRELLA 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. CERTIFICATE 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 Description of operations/locations/etc.Box must include the statement: , "THE TOWNOFSOUTHOLD IS LISTED-AS ADDITIONAL INSURED CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 MAIN ROAD ` SOUTHOLD,NY 11971 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. i SIR- 3 Town of Southold "Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold" PROPOSAL PACKAGE BID OPENS: June 13, 2019 REMINDER NOTE! ! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! 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 11 BIDDER'S CHECK]GIST 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. ❑X Notarized Affidavit of Non-Collusion as required by NYS Law. OX 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. OX Vendor Information Sheet and Address Record Form. JAI Assumed Name Certification. Proposal Package 2 of I1 VENDOR NAME: Terry Contracting & Materials, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. 'X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 1 1-304601 1 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: January 1986 IF APPLICABLE: DATE FILED: January 1986 STATE FILED: New York If a non-publicly owned Corporation: CORPORATION NAME: Terry Contracting & Materials, Inc. LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) James C. Terry 50% Robert G. Terry 50% LIST'OFFICERS AND DIRECTORS: NAME TITLE James C. Terry Co President Robert G. Terry Co President If a partnership: PARTNERSHIP NAME: LIST PARTNERS"NAMES: Proposal Package 3 of 11 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Terry Contracting & Materials, Inc. ADDRESS: 1146 Osborn Avenue Riverhead, NY 11901 CONTACT: James C. Terry TELEPHONE: (631) 727-0170 FAX: (631) 727-0410 E-MAIL: Jim@terrycontracting.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 11 VENDOR NAME: Terry Contracting & Materials, Inc. 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: N/A 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 casea 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 1 certify that I can supply insurance as specified if awarded the bid ❑X Insurance Certificate filed on 6/13/19 DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL, DISQUALIFY BIDDER. A HORIZEb-SIGNATICE Proposal Package 5 of I t A.FFIDAVTI' 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 of, 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 any 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 ftrm'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 erson signing this id,under the penalties of perjury,affirms the troth thereof_ ' __lel' SWORN TO BEFORE ME THIS ig curt&Company Po -'on James C. Terry - Co Pr dent 13th DAY or 2019 Type Name&Company Position Terry Contracting & Materials, Inc. 6o Company Mame VOTARY PUBLIC 6/13/19 HEIDI STRANO Date Signed NOTARY PUBLIC-STATE OF NEW YORK 11-3046011 No. O1 ST6294532 Fedelall.D.Number Qualified In Suffolk County My Commission Expires December 23, 2011 Proposal Package 6 of I1 THE PROPOSAL FORM Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold VENDOR NAME: Terry Contracting & Materials, Inc. VENDOR ADDRESS: 1146 Osborn Avenue Riverhead, NY 11901 TELEPHONE NUMBER: (631) 727-0170 FAY: (631) 727-0410 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 N/A Proposal Package 7 of 11 IMPORTANT NOTICE TO ALL BIDDERS' READ BEFORE FILLING OUT PROPOSAL. The undersigned further understands and agrees that he is to furnish all labor, equipment, supplies and other facilities necessary and/or required to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold in strict accordance with the Bid Documents and the unit cost price as bid in the Itemized Proposal Form. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased, the undersigned accepts the unit price bid as full compensation for furnishing all labor,supplies, equipment and other related items necessary for the proper functionality of the equipment being furnished. All quoted prices shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2)years from the date of the contract with the option of a One(1)year extension upon the mutual agreement ofboth the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4)day's unit bid price daily rate Demobilization: One-quarter(1/4)day's unit bid price daily rate Proposal Package 8 of 11 r ' Furnish Heavv Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold_ Itemized Proposal for: Town of Southold ITEM NO_ DESCRIPTION OF ITEM UNIT BID PRICE (FII in Unit Price Written in Words) DOLLARS I CENTS Furnishing Barge Mounted 15 Ton Crane with 518 C.Y.Capacity Dragline Bucket or 518 C.Y Capacity Clamshell Bucket for Five Thousand Eight Hundred and 00/100 /DAY(B HOURS) 5,80C 00 Dollars Cents PER DAY Furnishing Tow Boat 2 for Two Thousand Six Hundred and 00/100 1DAY(8 HOURS) g 2,600 00 Dollars Cents PER DAY i Furnishing 15 Ton Crawler Crane with 518 C.Y.Capacity Dragline Bucket or 518 C.Y 3 Capacity Clamshell Bucket for Three Thousand Two Hundred and 00/100 ,DAY(8 HOURS) ; 3,20000 Dollars Cents PER DAY Furnishing Track Loader with Bucket-9,000 lbs 4 roc One Thousand Four Hundred and 00/100 /DAY(8 HOURS) $ 1,400 00 Dollars Cents PER DAY Furnishing Dozer with Blade-13,000 lbs 5 roc One Thousand Six Hundred and 00/100 /DAY(8 HOURS) $ 1,600 00 Dollars - Cents PER DAY Furnishing Front End Mee[Loader with 2-1/2 C_Y_Capacity Bucket 5 for One Thousand Nine Hundred and 00/100 /DAY(8 HOURS) s 1,900 00 Dollars Cents PER DAY Furnishing Front End Wheel Loader with 4 C.Y.Capacity Bucket 7 for Two Thousand Three Hundred and 00/100 /DAY(8HOURS) s 2,300 00 Dollars Cents PER DAY Furnishing Excavator with 1-112 C.Y.Capacity Bucket B for Two Thousand Four Hundred and 00/100 /DAY(8 HOURS) S 2,400 00 Dollars Cents PER DAY Furnishing 20 Ton Crawler Crane with 314 C.Y.Capacity Dragline Bucket or 3/4 C.Y 9 Capacity Clamshell Bucket for Three Thousand Two Hundred and 00/100 /DAY(8 HOURS) $ 3,200 00 Dollars Cents PER DAY Proposal Package 9 of 11 Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for. Town of,Southold ITEM NO. DESCRIPTION OF ITEM UNIT BID PRICE (FII in Unit Price Written in Words) DOLLARS CENTS Furnishing Long Reach Excavator 10 for Three Thousand and 00/100 /DAY(8 HOURS) 3 3700 00 Dollars Cants PER DAY Furnishing Crawler Mounted Front End Loader with 2 C.Y.Capacity Bucket 11 for Two Thousand Eight Hundred and 00/100 /DAY(8 HOURS) s 2,800 00 Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 3 C.Y.Capacity Bucket 12 for Three Thousand Two Hundred and 00/100 IDAY(8 HOURS) s 3,200 00 Dollars Cents PER DAY Furnishing Front End Wheel Loader with 6 C.Y.Capacity Bucket 13 for Two Thodsand Six Hundred and 00/100 /DAY(8 HOURS) s 2,600 00 Dollars Cents PER DAY Furnishing 10 Wheel Dump Truck 14 for One Thousand Six Hundred and 00/100 /DAY(a HOURS) s 1,600 00 Dollars Cents PER DAY Furnishing Off-Road Articulated Dump Truck 15 for Three Thousand Two Hundred and 00/100 /DAY(aHOURS) s 3,200 00 Dollars Cents PER DAY Proposal Package 10 of 11 AUTHORIZED SIGNATURE PRINT NAME James Uerry TITLE Co President DATE June 13, 2019 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Suffolk ss.: On the 13th day of June in the year 2019 before me, the undersigned, personally appeared, James C. Terry , 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. �Z NOTARY PUBLIC HEIDI STRANO NOTARY PUBLIC-STATE OF NEW YORK No. O1 ST6294532 Qualified in Suffolk County My commission Expires December 23, 20� Proposal Package 11 of 11 TERRY-3 OP ID: LC ACORO" CERTIFICATE OF LIABILITY INSURANCE DATE(MMfDD/YYYY) 06/13/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 516-576-0166 CONT NAME ACT Lisa Cassano Affiliated Agency,Inc. PHONE 516-576-0166FAx 516-576-0168 255 Executive Dr.Suite 308 (Arc,No,Ext): (A/C,No) Plainview,NY 11803 E-MAIL Icassano@aaiinsurance.com ADDRESS: INSURER(SI AFFORDING COVERAGE NAIC# INSURER Great Divide Insurance Co 25224 INSURED INSURERS Starr Indemnity&Liability Co 38318 Terry Contracting 8 Materials, Merchants Preferred Ins Co 12901 Inc. INSURER C 1146 Osborn Ave Shelter Point 81434 Riverhead,NY 11901 INSURER D E INSURER E j INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADD SUB POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE a OCCUR ECP2026846-10 07/31/2018 07/31/2019 DAMAGES( RENTED 100,000 X X PREMISES a accurre ce $ X Contractual Liab MED EXP(Any oneperson) S 5,000 X Pollution Liab PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 2,000,000 POLICY jE� F LOC PRODU1,000,000 CTS-COMP/OP AGG S OTHER AUTOMOBILELIABILITYLIABILITY COMBINED SINGLE LIMIT E Ea a dent $ 1,000,000 X ANY AUTO X X CAP9117499 07/31/2018 fEEE'07/31/2019 BODILY INJURY Perperson) S OWNED SCHEDULED BODILY INJURY Per accident 3 AUTOS ONLY AUTOS p X AUTOS ONLY X AUOTOS ONLY PeOacadentDAMAGE $ B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAR CLAIMS-MADE X X MASILNY00054618 07/31/2018 07/31/2019 AGGREGATE g 5,000,000 DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/NSTATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? F-] N/A (Mandatory in NH) E L DISEASE-EA EMPLOYE 3 If yes,describe under { DESCRIPTION OF OPERATIONS below E t_DISEASE-POLICY LIMIT i D Disability D220943 01/01/2018 01/01/2020 NYS Statutory B Marine Liability MASILNY00001918 07/31/2018 07/31/2019 $2Mil Agg $I Mil Occ DESCRIPTION OF OPERATIONS f LOCATIONS/VEHICLES (ACORD 101,Addittonal Remarks Schedufe,may be attached if more space is required) Project: Dredging&other services within the Town of Southold-Bid 6/13119 Town of Southold is included as Additional Insured as required by written contract on a primary&non-contributory basis for both Ongoing&Completed Operations with respects to General Liability perform#ECP 1004 0816, Umbrella Liability per Starr Marine Blanket Additional(See Notes) CERTIFICATE HOLDER CANCELLATION TOWNSOU SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town of Southold THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 53095 Main Road Southold, NY 11971 AUTHORIZED REPRESENTATIVE I 6x4a —)-X� I ACORD 25(2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD HOLDER CODE TOWNSOU TERRY-3 'PAGE 2 ° NOTEPAD. INSURED'S NAME Terry Contracting& Materials, OP ID: LC Date 06/13/2019 Assured/Waiver of Subrogation Endorsement Clause A-E & Automobile Liabxlity per form #MU 8389 0615. Waiver of Subrogation applies in favor of the Additional Insureds on the General Liability, Umbrella Lxabilxty & Automobile Liability policies as required by wra-tten contract. GL coverage has no exclusions or limitations for Contractual Liability; independent contractors; products & completed operations; bodily injury to an employee or the employee of a subcontractor. New York State Insurance Fund Workers'Compensation&Disability Benefits Specialists Since 1914 199 CHURCH STREET,NEW YORK,N.Y.10007-1100 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE 0 ,0 ` `^,^^^" 113046011 LOVELL SAFETY MGMT CO,LLC r 110 WILLIAM STREET 12TH FLR ❑i ' i NEW YORK NY 10038 SCAN TO VALIDATE AND SUBSCRIBE POLICYHOLDER CERTIFICATE HOLDER TERRY CONTRACTING&MATERIALS, INC TOWN OF SOUTHOLD 1146 OSBORN AVENUE 53095 MAIN-ROAD RIVERHEAD NY 11901 SOUTHOLD NY 11971 POLICY NUMBER CERTIFICATE NUMBER POLICY PERIOD DATE G2434185-1 25667 04/01/2019 TO 04/01/2020 6/13/2019 THIS IS TO CERTIFY THATTHE POLICYHOLDER NAMED ABOVE IS INSURED WITH THE NEW YORK STATE INSURANCE FUND UNDER POLICY NO. 2434185-1, COVERING THE ENTIRE OBLIGATION OF THIS POLICYHOLDER FOR WORKERS' COMPENSATION UNDER THE NEW YORK WORKERS' COMPENSATION LAW WITH RESPECT TO ALL OPERATIONS IN THE STATE OF NEW YORK, EXCEPT AS INDICATED BELOW. IF YOU WISH TO RECEIVE NOTIFICATIONS REGARDING SAID POLICY,INCLUDING ANY NOTIFICATION OF CANCELLATIONS, OR TO VALIDATE THIS CERTIFICATE,VISIT OUR WEBSITE AT HTTPS://WWW.NYSIF.COM/CERT/CERTVAL.ASP.THE NEW YORK STATE INSURANCE FUND IS NOT LIABLE IN THE EVENT OF FAILURE TO GIVE SUCH NOTIFICATIONS. THE POLICY INCLUDES A WAIVER'OF SUBROGATION ENDORSEMENT UNDER WHICH NYSIF AGREES TO WAIVE ITS RIGHT OF SUBROGATION TO BRING AN ACTION AGAINST THE CERTIFICATE HOLDER TO RECOVER AMOUNTS WE PAID IN WORKERS'COMPENSATION AND/OR MEDICAL BENEFITS TO OR ON BEHALF OF AN 'EMPLOYEE OF OUR INSURED IN THE EVENT THAT, PRIOR TO THE DATE OF THE ACCIDENT, THE CERTIFICATE HOLDER HAS ENTERED INTO A WRITTEN CONTRACT WITH OUR INSURED THAT REQUIRES THAT SUCH RIGHT OF SUBROGATION BE WAIVED. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS NOR INSURANCE COVERAGE UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICY. NEW YORK STATE INSURANCE FUND DIRECTOR,INSURANCE FUND UNDERWRITING VALIDATION NUMBER:828627 Policy#ECP2026846-10 ENDORSEMENT This endorsement forms a part of the policy to which it is attached. Please read it carefully - ='}` - - ----;r. ���... .rte==' --- ;�•.,_�-;��� _��, _ This endorsement modifies insurance provided under the following: ENVIRONMENTAL COMBINED POLICY In consideration of the premium charged and notwithstanding anything contained in this policy to the contrary, it is hereby agreed and understood that this endorsement shall apply only to the Coverage Part(s) corresponding with the box or boxes marked below. COVERAGES PARTS A AND B—GENERAL LIABILITY ® COVERAGE D—CONTRACTORS POLLUTION UABILITY SECTION III —WHO IS AN INSURED is amended to include as an insured, with respect to Coverage A, B and D, any person(s) or organization(s) when you and such person(s) or organization(s) have agreed in a wntten contract or wntten agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such written contract or written agreement must be in effect prior to the performance of your work which is the subject of such written contract or written agreement. Such additional insured status applies only: 1. Under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY for claims or suits resulting(rom- a. Your work performed for such person(s) or organization(s) in the performance of your ongoing operations for the additional insured;or b. Your work performed for such person(s) or organizations(s) and included in the products-completed operations hazard. 2. Under COVERAGE D CONTRACTORS POLLUTION LIABILITY for claims or suits arising out of pollution conditions that are the result of: a. Your work performed for such person(s) or organization(s) in the performance of your ongoing operations for the additional insured; or b. Your work performed for such person(s) or organizations(s) and included in the products-completed operations hazard. With respect to damages caused by your work, as described above, the coverage provided hereunder shall be primary and not contributing with any other insurance available to those person(s) or organization(s) with which you have so agreed in a written contract or written agreement. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. ECP 1004 08 16 Page 1 011 Pohcy#ECp2U2G84G-10 ENDORSEMENT This endorsement forms a part of the policy to which it is attached. Please read it carefully. It is agreed that the Company, /n the event of any payment under this po|icy, waives its right of recovery against any Principal, but only at the specific written request of the Named Insured either before or after loss,wherein such waiver has been included before loss as part of a contractual undertaking by the Named Insured. This waiver shall apply only with respect to losses occurring due to operations undertaken as per the specific contract existing between the Named Insured and such Principal and shall not be construed to be owaiver with respect to other operations of such Principal in which the Named Insured has no contractual interest. Nowaiver ofsubrogation oho|| directly or indirectly apply to any nmp|nyen, employees or agents ofeither the Named Insured or of the Principal, and the-Company reserves its right or lien to be reimbursed from any recovery funds obtained byany injured employee This waiver does not apply in any jurisdiction or situation where such waiver is held to be illegal or against public policy or in any situation wherein the Principal against whom subrogation is to be waived is found to be solely negligent ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. ENV u0o*Uom Page 1 of 1 1 y1 ECENEU zJl1N ='=4 X2.019' , TOWN Od` ,SO l J 1 HOLD' p ChesterfieldgAssociates,°•Inc. FURNISH HEAVY EQUIPMENT WITH OPERATOR _. _. IN CONNECTION WITH DREDGING AND OTHER SERVICES=WITHIN THE TOWN OF SOUTHOLD SOUTHOLD, SUFFOLK;COUNTY,,NEW YORK Prenured By: TOWN OF SOUTHOLD• gin Eneering Department 53`095 Mahllpad Southold,.•New York-1'1971 May 30,2019 (631)765-1560 t r 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: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 30, 2019 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 13,2019 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 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$5.00 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). The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. 9 a ' TABLE OF CONTENTS TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD Title Page ------ Invitation to Bid ----- Table of Contents ------ Instructions to Bidders IB-1 thru IB-5 Standard Insurance Requirements SIR I thru SIR 3 Proposal Form Package Pages I— 11 r r t INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Rejection of Bids 4. Bidders Responsibility 5. Bid Reservations 6. Non-Collusive Statement 7. Addenda and Interpretations 8. Method of Award 9. Single Price Bid Analysis 10. Municipal Exempt Status 11. Labor Law 12. Wage Rates 13. Insurance Required by the Town of Southold 14. Quantities IB- 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services Within the Town of Southold, 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, June 131', 2019,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. 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. 1B-2 INSTRUCTIONS TO BIDDERS 4. 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 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. 5.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. 6.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, IB-3 INSTRUCTIONS TO BIDDERS 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. 7. 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. 8. 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. 9.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. 10.MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 11. 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. 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. 12. 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 IB-4 . r r INSTRUCTIONS TO BIDDERS 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. 13. 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 14. 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. IB-5 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corpomtion/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. CERTIFICATE 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 Description of operations/locations/etc.Box must include the statement: THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL,INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OYSOUTHOLD ._ _- 53095 MAIN ROAD A,' SOUTHOLD,NY 11971 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 Town of Southold "Furnish Meavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold" PROPOSAL PACKAGE BID OPENS: June 13, 2019 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! 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 11 • J 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. 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. 0' Vendor Information Sheet and Address Record Form. Assumed Name Certification. Proposal Package 2 of 11 VENDOR NAME: Chesterfield Associates,Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 11-2467864 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 1978 IF APPLICABLE: DATE FILED: 08/16/1978 STATE FILED: New York If a non-publicly owned Corporation: 1 CORPORATION NAME: C�PS�e&r� A ASSOUCACS Inc.. LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) Please see attached list of Stockholders/Owners LIST OFFICERS AND DIRECTORS: NAME TITLE Please see attached list of Stockholders/Owners --------------------------------------------------------------------------------- If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 11 • 1 r ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Chesterfield Associates,Inc. ADDRESS: _56 S. Country Road,PO Box 1229 Westhampton Beach,NY 11978 CONTACT: Seth Allan TELEPHONE: 631-288-5100 FAX: 631-288-5161 E-MAIL: info@ca-inc.net ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: PO Box 1229 Westhampton Beach,NY 11978 TELEPHONE: 631-288-5100 FAX: 631-288-5161 CONTACT: Seth Allan E-MAIL: info@ca-inc.net ONLY if different- MAIL PAYMENT TO: ADDRESS: PO Box 1229 Westhampton Beach,NY 11978 TELEPHONE: 631-288-5100 FAX: 631-288-5161 CONTACT: Seth Allan E-MAIL: info@ca-inc.net J Proposal Package 4 of l l VENDOR NAME: Chesterfield Associates,Inc. 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 EA Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL SQUALIFY BIDDER. AUTHORIZED SI NATURE Seth Allan,Vice President Proposal Package 5 of 11 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 any 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 g rso gni t 's ' , under the penalties of perjury,affirms the truth thereof. /y7SWORN TO BEFORE ME THIS Signature&Company Positiotf .f h J int Seth Allan,Vice President DAY OF 20 t4, Type Name&Company Position Chesterfield Associates,Inc. 1A 1 Company Name NOTARY PUBLIC 06/11/2019 JANETA.DIOMEDE Notary Public,State of New York Date Signed Reg.No.01D16077055 11-2467864 Qualified in Suffolk County Federal I.D.Number Commission Expires Expires July 1,20 Proposal Package 6 of 11 THE PROPOSAL FORM Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold VENDOR NAME: Chesterfield Associates,Inc. VENDOR ADDRESS: PO Box 1229, 56 S.Country Road Westhampton Beach,NY 11978 TELEPHONE NUMBER: 631-288-5100 FAX: 631-288-5161 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 11 IMPORTANT NOTICE TO ALL BIDDERS READ BEFORE FILLING OUT PROPOSAL The undersigned further understands and agrees that he is to furnish all labor, equipment,supplies and other facilities necessary and/or required to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold in strict accordance with the Bid Documents and the unit cost price as bid in the Itemized Proposal Form. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased,the undersigned accepts the unit price bid as full compensation for furnishing all labor,supplies, equipment and other related items necessary for the proper functionality of the equipment being furnished. All quoted prices shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2)years from the date of the contract with the option of a One (1)year extension upon the mutual agreement of both the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4)day's unit bid price daily rate Demobilization: One-quarter(1/4)day's unit bid price daily rate Proposal Package 8 of 11 Chesterfield Associates,Inc. Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for. Town of Southold ITEM NO. DESCRIPTION OF ITEM UNIT BID PRICE (Fill in Unit Price Written In Words) DOLLARS CENTS Furnishing Barge Mounted 15 Ton Crane with 5/8 C.Y.Capacity Dragline Bucket or 5/8 C.Y. i 1 Capacity Clamshell Bucket far Five Thousand Two Hundred Dollars and Zero Cents /D_AY(8 HOURS) $ 5,200 00 Dollars Cents PER DAY Furnishing Tow Boat 2 for Three Thousand Seven Hundred Fifty Dollars and Zero Cents /Dqy(8 HOURS) $ 3,750 00 Dollars Cents PER DAY Furnishing 15 Ton Crawler Crane with 5/8 C.Y.Capacity Dragline Bucket or 5/8 C.Y. 3 Capacity Clamshell Bucket for Two Thousand One Hundred Fifty Dollars and Zero Cents /DAY(8 HOURS) $ 2,150 00 Dollars Cents PER DAY Fumishing Track Loader with Bucket-9.000 lbs 4 for One Thousand Four Hundred Twenty-Five Dollars and Zero Cents /pqY(8 HOURS) $____1,425 00 Dollars Cents PER DAY Furnishing Dozer with Blade-13,000 lbs 5 for One Thousand Five Hundred Fifty Dollars and Zero Cents /DAY(8 HOURS) $ 1,550 00 Dollars Cents PER DAY Furnishing Front End Wheel Loader with 2-1/2 C.Y.Capacity Bucket 6 for One Thousand Seven Hundred Twenty-Five Dollars and Zero Cents /DAY(8 HOURS) $ 1,725 00 Dollars Cents PER DAY Furnishing Front End Wheel Loader with 4 C.Y.Capacity Bucket 7 for One Thousand Eight Hundred Fifty Dollars and Zero Cents /DAY(8 HOURS) $ 1,850 00 Dollars Cents PER DAY Furnishing Excavator with 1-1/2 C.Y.Capacity Bucket 8 for_ Two Thousand Twenty-Five Dollars and Zero Cents lDAY(8 HOURS) $ 2,025 00 Dollars Cents PER DAY Furnishing 20 Ton Crawler Crane with 3/4 C.Y.Capacity Dragline Bucket or 3/4 C.Y. 9 Capacity Clamshell Bucket for Two Thousand Three Hundred Fifty Dollars and Zero Cents /DAY(a HOURS) $ 2,350 00 Dollars Cents PER DAY Proposal Package 9 of 11 Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for. Town of Southold ITEM N0, DESCRIPTION OF ITEM UNIT BID PRICE (Fill in Unit Price Written In Words) DOLLARS CENTS Furnishing Long Reach Excavator 10 for Two Thousand Nine Hundred Fifty Dollars and Zero Cents /DAy(8 HOURS) $ 2,950 00 Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 2 C.Y.Capacity Bucket 11 for Two Thousand Twenty-Five Dollars and Zero Cents _ IDAY(8 HOURS) g 2,025 00 Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 3 C.Y.Capacity Bucket 12 for Two Thousand Two Hundred Fifty Dollars and Zero Cents IDAY(8 HOURS) g 2,250 00 Dollars Cents PER DAY Furnishing Front End Wheel Loader with 6 C.Y.Capacity Bucket 13 for Three Thousand Nine Hundred Dollars and Zero Cents /DAY(8 HOURS) $ 3,900 00 Dollars Cents PER DAY Furnishing 10 Wheel Dump Truck 14 for One Thousand Five Hundred Twenty-Five Dollars and Zero Cents /DAY(8 HOURS) $ 1,525 00 Dollars Cents PER DAY Furnishing Off-Road Articulated Dump Truck 15 for Three Thousand One Hundred Dollars and Zero Cents /DAY(8 HOURS) S 3,100 00 Dollars Cents { PER DAY r Proposal Package 10 of 11 AUTHORIZED SIGNATURE Lh PRINT NAME Seth Allan TITLE Vice President DATE 06/11/2019 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Suffolk )ss.: On the 11 day of June in the year 2019 before me, the undersigned, personally appeared, Seth Allan ,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. i)�' TARP PUBLIC JANET A.DIOMEDE Notary Public,State of New York Reg.No.01D16077055 QualifiednS�ik County l 9,20 Zz Commission Exp' Exp ires Proposal Package 11 of 11 WRITTEN UUNSE,NW OF THE 5UI-.l SI1 ARE.1-101,DER 1-iom)iNG VOTING SI-IARL:5 OF CTIESTE.11FI L.D ASSUCLA` ES. INC. The undersigned.beim the sole holder ul'voting shares of CI II ESTERFIELD ASSOCIATES. INC'.. a New York corporation(the"Corporation").sloes herby consent to tale adoption of the: following resolution by written consent, pursuant to Section 615(a)of the New York Business Corporation Law: RESOLVED.that the following person is llcreby elected to stave at the pleasure of the Board of Directors in the oil ice of the Corporation set opposite her name in accordance with the 13ylaws of the Corporation and-until her successor has been elected and qualified: JeanMarie L.aVallee—Vice President RtS(?1.VlD, that the officers of the Corporation.and each of them, are hereby authorized and empowered, in the name and on behalfof the Corporation,to execute such documents and to take such additional action as they or any of them may deem necessary or desirable in order to implement the intents and purposes of al10 r the I10rgointc resolution. RF�SUI,Vl-'D. that a litcsimile signature to this consent shall be deemed to be an original for alt purposes. IN \FITNESS WI-I1 R1,01 , the undersigned has executed this Written Consent , of September 30. 2011. 1 . Davies Allan AFFIDAVIT OF SOLE SHAREHOLDER ENTITLED TO VOTE OF CHESTERFIELD ASSOCIATES.INC. STATE OF NEW YORK ) ) ss.. COUNTY OF SUFFOLK ) E. DAVIES ALLAN,being duly sworn,deposes and says: 1. I am the President and the sole owner of stock entitled to vote of Chesterfield Associates,Inc., a New York Corporation(hereinafter the"Chesterfield")with offices located at 56 South Country Road,Westhampton Beach,New York 11978, and I make this affidavit to induce the Office of Consumer Affairs of the County of Nassau to proceed with the issuance of a Home Improvement License to the Chesterfield. 2. Chesterfield was formed on August 16, 1978,on which date its Certificate of Incorporation was filed with the State of New York Department of State. 3. I believe the Filing Receipt for the Certificate of Incorporation has been lost or misplaced. As a result,I am having delivered to the Office of Consumer Affairs of the County of Nassau together with this Affidavit a certified copy of the filed Certificate of Incorporation, which demonstrates the date on which Chesterfield was duly incorporated. I am also having delivered a recently issued Certificate of Good Standing,which demonstrates Chesterfield's good standing in the State of New York as of December 2009. 4. I also believe that certain corporate minutes and written shareholder and director consents have been lost or misplaced. To my knowledge,Chesterfield's corporate book contains all the minutes of meetings of shareholders and directors,as well as certain written consents of shareholders and directors, from their initial meetings on August 31, 1978,through and including January 5, 1993. The corporate minutes and written shareholder and director consents from January 5, 1993,through May 24, 2007,have been lost or misplaced. 5. _ On May 11,2007,the Certificate of Incorporation of Chesterfield was,amended to,among other things, increase the number of shares to 1,000,create two classes of shares with 1 voting share and 999 non-voting shares, and to add a new paragraph (7)to Chesterfield's Certificate of Incorporation to read as follows: (7) The number of the Board of Directors of the Corporation shall be zero. The,business of the Corporation shall be managed by the shareholders by a vote of a majority of the outstanding shares entitled to vote. Each share certificate now or hereafter held by a shareholder shall clearly state that the business of the Corporation shall be managed by the shareholders entitled to vote. 6. I am having delivered to the Office of Consumer Affairs of the County of Nassau together with this Affidavit a certified copy of the filed Certificate of Amendment to the Certificate of Incorporation of Chesterfield Associates,Inc.',which was filed on May 11,2007. 7. From May 24,2007, through the date hereof,I have been the sole owner of the one(1) share of voting stock of Chesterfield, and there have been four(4) shareholders holding non-voting stock of Chesterfield,namely: a. The Dodge Trust c/o Alexander Thomas Allan 49 Seashore Avenue P.O.-Box 241 East Quogue,New York 11942 b. The Island Trust c/o Seth Davies Allan 74 Eisenhower Drive East Quogue,New York 11942 C. Jeffrey E. Grube 756 Hamilton Avenue Westhampton Beach,New York 11978 d. JeanMarie LaVallee 152 Dahlia Drive Mastic Beach,New York 11951 2 8. From May 24,2007,through the date hereof,there have been no directors of Chesterfield because the Certificate of Amendment to the Certificate of Incorporation of Chesterfield Associates, Inc.,which was filed on May 11,2007, set the number of directors to zero and further states that"the business of the Corporation shall be managed by the shareholders by a vote of a majority of the outstanding shares entitled to vote." 9. All persons that were directors of Chesterfield prior to May 24,2007,have resigned and Chesterfield has accepted their resignations. 10. From May 24,2007,through the date hereof,the officers of Chesterfield have been and are: Name of Officer Title E.Davies Allan President Alexander Thomas Allan Vice President Seth Davies Allan Vice President Jeffrey E. Grube Secretary and Treasurer 11. By virtue of the fact that I am the sole holder of shares entitled to vote,there.have been no annual meetings of shareholders and thus no annual minutes of meetings. Instead, in accordance with Section 615(a)of the New York Business Corporation Law, I have executed written consents that elect officers of Chesterfield on an annual basis. E. ES ALLAN Sworn to before me on this .,21 qday of December,2009. ?W4Noteary ublic JANET A.OioMEOE Notary Public,St*of NOW York No.oicU6077055 Qual'Pl In ULY 1 2 Y�IF�A� 3 7 n � ♦ s WRITTEN CONSENT OF THE SOLE SHAREHOLDER HOLDING VOTING SHARES OF CHESTERFIELD ASSOCIATES,INC. The undersigned,being the sole holder of voting shares of CHESTERFIELD ASSOCIATES, INC., a New York corporation(the"Corporation"), does hereby consent to the adoption of the following resolution by written consent,pursuant to Section 615(a) of the New . York Business Corporation Law: RESOLVED,that the following persons are hereby elected to serve at the pleasure of the Board of Directors in the offices of the Corporation set opposite their respective names in accordance with the Bylaws of the Corporation and until their respective successors have been elected and qualified: E. Davies Allan—President Alexander Thomas Allan—Vice President Seth Davies Allan—Vice President Jeffrey E. Grube- Secretary and Treasurer RESOLVED, that the officers of the Corporation,and each of them, are hereby authorized and empowered, in the name and on behalf of the Corporation,to execute such documents and to take such additional action as they or any of them may deem necessary or desirable in order to implement the intents and purposes of all of the forgoing resolutions. RESOLVED,that a facsimile signature to this consent shall be deemed to be an original for all purposes. IN WITNESS WHEREOF,the undersigned have executed this Written Consent as of January 2, 2009. E.,bavies Allan este rf i e I d Contractors & Engineers ssociates Since 1968 Inc. n C P.O. Box 1229 • Westhampton Beach,NY 11978 phone:631-288-5100 • fax: 631-288-5161 E-mail:Info@ca-Inc.net www.ca-inc.net Stockholders/Officers The following is a list of shareholders/Corporate officers of Chesterfield Associates, Inc. with their home addresses: E. Davies Allan, President (only voting share) 123 West Shore Road, Westport Island, ME 04578 Date of Birth: 07-13-1940 Seth Allan, Vice President (40%) 56 South Country Road, Westhampton Beach, NY 11978 Date of Birth: 12-06-1962 Alexander T. Allan, Vice President (40%) 49 Seashore Avenue, East Quogue, NY 11942 Date of Birth: 10-03-1966 JeanMarie LaVallee, Vice President (5%) 48 Bay Run, Jamesport NY 11947 Date of Birth: 11-21-1968 Jeffrey E. Grube, Secretary/Treasurer (15%) 136 Dahlia Drive, Mastic Beach, NY 11951 Date of Birth: 12-Q6-1957 New England Division: 123 West Shore Road•Westport Island, Maine 04578• phone: 207-882-5400•fax: 207-882-9308 #0002355660 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Kimberly Gersic 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 anneked is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks(s),successfully commencing on 05/30/2019 Principal Clerk --ASworn to before me this day of2019 . alsm. INSKI NOTARY PUBLIC-STATE OF NEW YORK No 01V06105050 Qualified in Suffolk County My Commission Expires Fenruory 28,2020 TYPESETS Thu May 23 11:51:47 EDT 2019 w LEGAL NOTICE 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 FOL- LOWING: BID NAME: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office begin- ning May 30,2019 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 DATE OF OPENINGS: June 13,2019 TIME OF OPENINGS: 2:00 PM 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 ENVE- LOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders,and General Conditions,which out- line 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 $5 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) The Town of Southold welcomes and en- courages minority and women-owned busi- nesses to participate in the bidding process Dated May 23,2019 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK 2355660 TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD SOUTHOLD, SUFFOLK COUNTY,NEW YORK Prepared By_ TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold, New York 11971 May 30,2019 (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: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 30, 2019 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 13,2019 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 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$5.00 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). The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders IB-1 thru I13-5 Standard Insurance Requirements SIR 1 thru SIR 3 Proposal Form Package , Pages 1 — 11 INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Rejection of Bids 4. Bidders Responsibility 5. Bid Reservations 6. Non-Collusive Statement 7. Addenda and Interpretations 8. Method of Award 9. Single Price Bid Analysis 10. Municipal Exempt Status 11. Labor Law 12. Wage Rates 13. Insurance Required by the Town of Southold 14. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services Within the Town of Southold, 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, June 13'', 2019, 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. 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. IB -2 INSTRUCTIONS TO BIDDERS 4. 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 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. 5.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. 6.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, 113 -3 INSTRUCTIONS TO BIDDERS 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. 7. 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. 8. 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. 9. 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. 10.MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 11. 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. 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. 12. 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 IB -4 INSTRUCTIONS TO BIDDERS 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. 13. 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 14. 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. IB -5 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. CERTIFICATE 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 Description of operations/locations/etc.Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD,NY 11971 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 Town of Southold "Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold" PROPOSAL PACKAGE BID OPENS: June 13, 2019 REMINDER NOTE! !!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! 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 11 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. e ❑ 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 Proposal Package 2 of 11 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 11 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 11 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: Insurance Certificate as requested is attached El 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 11 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. r' 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 any 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, actor 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 11 THE PROPOSAL FORM Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold 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 11 IMPORTANT NOTICE TO ALL BIDDERS READ BEFORE FILLING OUT PROPOSAL The undersigned further understands and agrees that he is to furnish all labor, equipment, supplies and other facilities necessary and/or required to Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold in strict accordance with the Bid Documents and the unit cost price as bid in the Itemized Proposal Form. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased, the undersigned accepts the unit price bid as full compensation for furnishing all labor, supplies, equipment and other related items necessary for the proper functionality of the equipment being furnished. All quoted prices shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2)years from the date of the contract with the option of a One (1)year extension upon the mutual agreement of both the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4) day's unit bid price daily rate Demobilization: One-quarter(1/4) day's unit bid price daily rate Proposal Package 8 of 11 Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for: Town of Southold ITEM NO DESCRIPTION OF ITEM UNIT BID PRICE (Fill in Unit Price Written in Words) DOLLARS CENTS Furnishing Barge Mounted 15 Ton Crane with 5/8 C Y.Capacity Dragline Bucket or 5/8 C Y 1 Capacity Clamshell Bucket for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Tow Boat 2 for /DAY(8 HOURS) $ Dollars Cents - PER DAY Furnishing 15 Ton Crawler Crane with 5/8 C.Y.Capacity Dragline Bucket or 5/8 C Y. 3 Capacity Clamshell Bucket for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Track Loader with Bucket-9,000 lbs 4 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Dozer with Blade-13,000 lbs 5 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Front End Wheel Loader with 2-1/2 C Y Capacity Bucket 6 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Front End Wheel Loader with 4 C.Y.Capacity Bucket 7 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Excavator with 1-1/2 C Y.Capacity Bucket 8 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing 20 Ton Crawler Crane with 3/4 C Y.Capacity Dragline Bucket or 3/4 C Y. 9 Capacity Clamshell Bucket for /DAY(8 HOURS) $ Dollars Cents PER DAY Proposal Package 9 of 11 Furnish Heavy Equipment with Operator in Connection with Dredging and Other Services within the Town of Southold Itemized Proposal for: Town of Southold ITEM NO. DESCRIPTION OF ITEM UNIT BID PRICE (Fill in Unit Price Written in Words) DOLLARS CENTS Furnishing Long Reach Excavator 10 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 2 C.Y.Capacity Bucket 11 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Crawler Mounted Front End Loader with 3 C.Y Capacity Bucket I 12 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Front End Wheel Loader with 6 C.Y Capacity Bucket 13 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing 10 Wheel Dump Truck 14 for /DAY(8 HOURS) $ Dollars Cents PER DAY Furnishing Off-Road Articulated Dump Truck 15 for /DAY(8 HOURS) $ Dollars Cents PER DAY Proposal Package 10 of 11 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2019 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 11 of 11 Doroski, Bonnie From: legals <legals@timesreview.com> Sent: Thursday, May 23, 2019 11:53 AM To: Doroski, Bonnie; Denise Civiletti; Lisa Finn; Noncarrow, Denis; Norklun, Stacey; Rudder, Lynda; Duffy, Bill; Hagan, Damon; Silleck, Mary; Dinizio,James; Doherty,Jill; Ghosio, Bob; Louisa Evans; Russell, Scott; Standish, Lauren;Tomaszewski, Michelle;William Ruland Subject: Re: Emailing: heavy equipment with operator Attachments: Ad_Order_Form[8].pdf,Ad_Image_Preview[4].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. Kimberly Gersic Sales Production Assistant 631.354.8013(direct) kgersic@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. Kimberly Gersic Sales Production Assistant 631.354.8013(direct) kgersic@timesreview.com www.timesreview.com On 5/23/19, 9:05 AM, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.nv.us>wrote: > Please publish in the 5/30 edition of the Suffolk Times and on the Town >of Southold website. Thank you. >Bonnie J. Doroski 1 >Deputy Town Clerk >Your message is ready to be sent with the following file or link >attachments: >heavy equipment with operator Aote:To protect against computer viruses, e-mail programs may prevent >sending or receiving certain types of file attachments. Check your >e-mail security settings to determine how attachments are handled. z Times Review Media Media Group Mattltuckl NY 11952 Phone:(6�1)298-3200 INVOICE/RECEIPT Ad/Order#:0002355660 05/23/2019 SOUTHOLD TOWN Salesperson:LEGAL NOTICES T/R BOARD-LGL 178826 Description: PO BOX 1179 SOUTHOLD TOWN BOARD/LN, SOUTHOLD NY 11971-0959 (631)765-4333 Phone:(631)765-4333 LYNDA.RUDDER@TOWN.SOUTHOLD.NY.US Promo Code: Size: 1.02 x 7.20 Color: Total Weeks: l Product Category Classification Insertions Period SUFFOLK TIMES CLASSIFIED LEGALCL LEGALS 05/30/19 Pricing Information: Sub Total: 44.10 Total Due: 44.10 Ad Taker:LEGAL NOTICES T/R Times Reviie�wp Media Group Mattl�tuckl NY 11952 Phone:(61)298-3200 LEGAL NOTICE 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 FOL- LOWING: BID NAME: 1°FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office begin- ning May 30,2019 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 DATE OF OPENINGS: June 13,2019 TIME OF OPENINGS: 2:00 PM 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 ENVE- LOPE 1)NAME&ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders,and General Conditions,which out- line bidding rules of the Town of Southold Upon submission ofbid,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 $5.00 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) The Town of Southold welcomes and en- courages minority and women-owned busi- nesses to participate in the bidding process Dated:May 23,2019 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK 2355660 PLEASE NOTE CANCELLATION POLICY FOR LEGAL NOTICES: 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. TYPESET Thu May 23 11 51 24 EDT 2019 LEGAL NOTICE 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 FOL- LOWING: BID NAME: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office begin- ning May 30,2019 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 DATE OF OPENINGS: June 13,2019 TIME OF OPENINGS: 2:00 PM 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 ENVE- LOPE 1)NAME&ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders,and General Conditions,which out- line 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 $5 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). The Town of Southold welcomes and en-' courages minority and women-owned busi- nesses to participate in the bidding process Dated,May 23,2019 ELIZABETH A NEVILLE SOUTHOLD TOWN CLERK 2355660 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 23 day of May , 2019, a notice of which the annexed printed notice is a true copy, 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. Re: Heavy Equipment with Operator Elizabeth A. Nevill Southold Town Clerk Sworn before me is o� day of , 2019 &Vlr,�t 06,w, Notary P is BONNIE J.D SKI Notary Public,State of New York No,01DO6095328,Suffolk county commission Expires July 7,20 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: "FURNISH HEAVY EQUIPMENT WITH OPERATOR IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 30, 2019 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 13, 2019 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 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 $5.00 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). The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated: May 23, 2019 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 30, 2019, 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 Town Clerk's Bulletin Board Jamie Richter Doroski, Bonnie From: Doroski, Bondie Sent: Thursday, May 23, 2019 9:06 AM To: Denise Civiletti; Lisa Finn; Noncarrow, Denis; Norklun, Stacey; Rudder, Lynda (lynda.rudder@town.southold.ny.us); Suffolk Times Legals; Duffy, Bill; Hagan, Damon; Silleck, Mary; Dinizio,James; Doherty,Jill; Ghosio, Bob; Louisa Evans; Russell, Scott; Standish, Lauren;Tomaszewski, Michelle;William Ruland Subject: Emailing: heavy equipment with operator Attachments: heavy equipment with operator.doc Please publish in the 5/30 edition of the Suffolk Times and on the Town of Southold website. Thank you. Bonnie J. Doroski Deputy Town Clerk Your message is ready to be sent with the following file or link attachments: heavy equipment with operator Note:To protect against computer viruses, e-mail programs may prevent sending or receiving certain types of file attachments. Check your e-mail security settings to determine how attachments are handled. 1 Southold Town Board - Letter Board Meeting of May 21, 2019 3�gUFiO(,c RESOLUTION 2019-483 Item# 5.21 ADOPTED DOC ID: 15260 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2019-483 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 21, 2019: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for Heavy Equipment with Operator for 2019. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:Robert Ghosio, Councilman AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated May 29, 2019 Page 30