HomeMy WebLinkAboutSnow Removal ®�®SWMCI,
41®
DENIS NONCARROW r yam. Town Hall,53095 Main Road
TOWN CLERK ® s �� P.O.Box 1179
f° Southold,New York 11971
REGISTRAR OF VITAL STATISTICS Fax(631)765-6145
MARRIAGE OFFICER ��® t,_- ��®�s Telephone(631)765-1800
RECORDS MANAGEMENT OFFICER www.southoldtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
2023 Fishers Island Snow Removal
Bid Opening 1/5/2023 2:00 P.M.
NO BIDS WERE RECEIVED
TOWN OF SOUTHOLD
FURNISH SNOW REMOVAL EQUIPMENT WITH OPERATOR FOR EMERGENCY
USE FISHERS ISLAND,TOWN OF SOUTHOLD
SOUTHOLD, SUFFOLK COUNTY,NEW YORK
Cz
Prepared By:
TOWN OF SOUTHOLD
Highway Department
P.O. Box 178
275 Peconic Lane
Peconic,New York 11958-0178
December 19, 2022 (631) 765-3140
TOWN OF SOUTHOLD
53095 MAIN ROAD, SOUTHOLD,NEW YORK 11971
PHONE: 631-765-1800 /FAX: 631-765-6145
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
BID NAME: "FURNISH SNOW REMOVAL EQUIPMENT WITH OPERATOR
FOR EMERGECY USE FISHERS ISLAND, TOWN OF
SOUTHOLD"
Definite specifications may be obtained at the Southold Town Clerk's Office beginning
December 22,2022
PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF
OPENINGS:
TOWN OF SOUTHOLD January 5;2022 2:00 PM
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD,NY 11971
CONTACT PERSON: Daniel J. Goodwin—Superintendent of Highways
Town of Southold, 631-765-3140
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.
2
SNOW REMOVAL FISHERS ISLAND
TABLE OF CONTENTS
TOWN OF SOUTHOLD
FURNISH SNOW REMOVAL EQUIPMENT WITH OPERATOR FOR EMERGENCY
USE FISHERS ISLAND, TOWN OF SOUTHOLD
Title Page ------
Invitation to Bid ------
Table of Contents ------
Instructions to Bidders IB-1 thru IB-5
Standard Insurance Requirements SIR 1 thru SIR 3
Proposal Form Package Pages 1 — 11
3
SNOW REMOVAL FISHERS ISLAND
INSTRUCTION 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
4
SNOW REMOVAL FISHERS ISLAND
INSTRUCTION TO BIDDERS
1. RECEIPT AND OPENING OF BIDS
The Town of Southold invites bids on the forms herein provided to Furnish Snow Removal
Equipment with Operator for Emergency Use Fishers Island,Town of Southold. 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, January 5, 2023, 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.
5
SNOW REMOVAL FISHERS ISLAND
INSTRUCTION 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) 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.
(c) 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.
(d) 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.
(e) 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, 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.
6
SNOW REMOVAL FISHERS ISLAND
INSTRUCTION TO BIDDERS
7. ADDENDA AND INTERPRETATIONS
Every request for information or interpretation of the Contract Documents must be addressed in
writing to the Town Highway Department of Southold P.O. Box 178 Peconic, New York 11958
(fak) 631-765-1750, 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 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.
SNOW REMOVAL FISHERS ISLAND
INSTRUCTION TO BIDDERS
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.
8
SNOW REMOVAL FISHERS ISLAND
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 parry 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.
9
SNOW REMOVAL FISHERS ISLAND
CONTRACT 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& expiration dates of policies
G. Limits of liability for all policies included on certificate.
included on certificate
io
SNOW REMOVAL FISHERS ISLAND
__:... .... . ........... ......... .... ......... _. ._ Y: _... ...................... .. ......
Description:of operations/locations/etc..Box must includeahe statement:
- „"THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL:INSURED" ' 3
CERTIFICATE HOLDER SHALL BE LISTED AS:
TOWN OF`SOUTHOLD ,
53095 MAIN ROAD::„ a
,
SOUTHOLD,NY. 11971 i
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.
11
SNOW REMOVAL FISHERS ISLAND
Town of Southold
"Furnish Snow Removal Equipment with Operator for Emergency Use
Fishers Island, Town of Southold"
PROPOSAL PACKAGE
BID OPENS:
January 5, 2023
2:00 pm
REMINDER NOTE! !!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY! !
All line items on the Proposal Form must be filled in and
readable! 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!
12
SNOW REMOVAL FISHERS ISLAND
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.
13
SNOW REMOVAL FISHERS ISLAND
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:
I
LIST PARTNERS NAMES:
14
SNOW REMOVAL FISHERS ISLAND
VENDOR NAME:
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
CONTACT:
TELEPHONE:
CELL PHONE:
FAX:
E-MAIL:
ONLY if different-
MAIL PURCHASE ORDER TO:
CONTACT:
TELEPHONE:
CELL PHONE:
FAX:
E-MAIL:
ONLY if different-
MAIL PAYMENT TO:
CONTACT:
TELEPHONE:
CELL PHONE:
FAX:
E-MAIL:
15
SNOW REMOVAL FISHERS ISLAND
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 ❑
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
16
SNOW REMOVAL FISHERS ISLAND
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.
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
17
SNOW REMOVAL FISHERS ISLAND
THE PROPOSAL FORM
FURNISH SNOW REMOVAL EQUIPMENT WITH OPERATOR FOR
EMERGENCY USE FISHERS ISLAND, TOWN OF SOUTHOLD
VENDOR NAME:
VENDOR ADDRESS:
CONTACT:
TELEPHONE:
CELLPHONE:
FAX:
E-MAIL:
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
18
SNOW REMOVAL FISHERS ISLAND
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 Snow Removal Equipment with
Operator for Emergency Use Fishers Island, Town of Southold in strict accordance with the Bid
Documents and the unit cost price as bid in the Itemized Proposal Form.
AVAILABILITY
Must be available to respond to Fishers Island Highway Facility within One (1)hour of verbal
notification and issuance of a Town Purchase Order authorizing work to commence.
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 Highway
Department. These unit prices shall remain in effect for a period of One (1)year 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 SERVICES
The contractor shall be entitled to payment of a minimum of Four(4) hours of the hourly rate per
event. Any time beyond the initial Four(4) hours will be billed at the bid rate. Equipment
breakdown time will be deducted from the overall hours and or Four(4)hour minimum payment.
EQUIPMENT INSPECTION
The bidder shall include a list of equipment with general information including make,model,
year, vehicle mileage and plow/spreader specifications for the appropriate bid item. If multiple
vehicles per type are available please attach a separate sheet.
J
19
SNOW REMOVAL FISHERS ISLAND
Furnish Snow Removal Equipment with Operator for Emergency Use Fishers Island 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 I CENTS
Furnishing 3/4 Ton Single Rear Wheel Vehicle With Snow Plow and Operator
for /HOUR $
1 Dollars Cents PER HOUR
Make Model Year Mileage Plow Spec.
Furnishing 1 Ton Single Rear Wheel Vehicle With Snow Plow and Operator
for /HOUR $
2 Dollars Cents PER HOUR
Make Model Year Mileage Plow Spec.
Furnishing 1 Ton Dual Rear Wheel Vehicle With Snow Plow and Operator
for /HOUR $
3 Dollars Cents PER HOUR
Make Model Year Mileage Plow Spec.
Furnishing 6 Wheel Dump Truck With Snow Plow and Operator
for /HOUR $
4 Dollars Cents PER HOUR
Make Model Year Mileage Plow Spec.
20
SNOW REMOVAL FISHERS ISLAND
AUTHORIZED SIGNATURE:
PRINT NAME:
TITLE:
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK,
COUNTY OF ss.:
On the day of in the year 2023 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
21
SNOW REMOVAL FISHERS ISLAND
TOWN OF SOUTHOLD
53095 MAIN ROAD, SOUTHOLD,NEW YORK 11971
PHONE: 631-765-1800 /FAX: 631-765-6145
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
BID NAME: "FURNISH SNOW REMOVAL EQUIPMENT WITH
OPERATOR IN CONNECTION WITH CLEARING TOWN
OWNED ROADS ON FISHERS ISLAND, NEW YORK"
Definite specifications may be obtained at the Southold Town Clerk's Office beginning
December 22,2022
PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS:
TOWN OF SOUTHOLD January 5,2023 2:00 PM
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD,NY 11971
CONTACT PERSON: Dan Goodwin, Superintendent of Highways
Town of Southold, 631-765-3140
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.
The Town of Southold welcomes and encourages minority and women-owned businesses to participate in
the bidding process.
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
Denis Noncarrow, Town Clerk of the Town of Southold,New York being duly sworn,
says that on the 1911 day of December, 2022, a notice of which the annexed printed
notice is a true copy was affixed, in a proper and substantial manner, in a most public
place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's
Bulletin Board, 53095 Main Road, Southold,New York and the Southold Town website,
www.southoldtownny.gov .
2023 Snow Removal on Fishers Island
Denis Noncarrow
Southold Town Clerk
Sworn before me this
19th day of December , 2022.
r � ,
Notary Public
LYNDA M. RUDDER
Notary Public,State of New York
No.01 RU6020932
Gualified in Suffolk county
commission Expires March 8,20
12/16/22,12:30 PM FI School RFP for Snow Removal-Fisherslsland.net
FI SCHOOL RFP FOR SNOW REMOVAL
Fishers Island School
78 Greenwood Road µ° t
PO Box 600
Fishers Island, NY 06390
RFP for Snow Removal
Fishers Island Union Free School District Request for Proposals for Snow Removal
Closing Date: December 19, 2022 (12:00 p.m. EST)
Fishers Island Union Free School District(FIUFSD) seeks proposals for snow removal services at Fishers
Island School for the 2022-2023 school year(December 22-June 30, 2022). /
Service Details
Snow removal of playground parking lot and perimeter sidewalks around Fishers Island School building.
Snow removal must be completed by noon on each day of snow accumulation (see appendix A for
reference map).
Submission Requirements
1. Hourly rate for snow removal per accumulation.
2. Estimated number of hours for snow removal per accumulation. 3. Description of service (i.e. how the
snow will be removed).
Vendor Requirements
Vendors must be authorized to work on Fishers Island, NY and Vendors must hold applicable insurance.
Rejection of Proposals
The District reserves the right to accept or reject any and all proposals and to waive any minor
discrepancies or technicalities in the proposal or specifications, or when deemed to be in the best interest
of the District.
Appendix A: Map for School Snow Removal "
https://fishersisland.net/2022/12/fi-school-rfp-for-snow-removal/ 1/2
12/16/22, 12:30 PM Fl School RFP for Snow Removal'Fishors|slanu.m$
^/^�� ` �
� *rea�forsnom/ rernova| |ndudethep|aygroundparWng |otasmael| asthepehnnetersidexva|ksanmund1he |
school (outlined inred and including,steos).
| !
!
� �
!
�
'
/
1 �
`
`
|
�
!
' |
i
� |
\ '
`
. �
J �
1
�
. �
|
|
|
/
| |
|__....... _____�_ ,_________.__ __� _ _ __ __
https://fishersisland.net/2022/12/fi-school-rfp-for-snow-removal/ 2/2
�
`
'
F-----
)PS
Town of Southold
"Furnish Heavy Equipment with Operator in Connection with Dredging
and Other Services within the Town of Southold"
PROPOSAL PACKAGE
BID OPENS: July 14, 2022
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:
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:
VENDORNAME:
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
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.
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.
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.Nmnber
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 furnislied. 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
l
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 518 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 2-112 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 314 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
1.0
for /DAY(8 HOURS) $
Dollars - Cents PER DAY
Furnishing Crawler Mounted Front End Loader with 2 C.Y.Capacity Bucket
11
for /DAY(B HOURS) $
Dollars Cents PER DAY
Furnishing Crawler Mounted Front End Loader with 3 C.Y.Capacity Bucket
12
for /DAY(8 HOURS) $
Dollars Cents PER DAY
Furnishing Front End Wheel Loader with 6 C.Y.Capacity Bucket
13
for '/DAY(B 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) S
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 2022 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), an�thiat,by,hi'§/her/their signature(s) on the instrument,the individual(s),or.the person
upon behalf of whidli1he individual(s)acted,executed the instrument.
I;Sfrr
NOTARY PUBLIC
Proposal Package 11 of 11