HomeMy WebLinkAboutRemove/Transfer Scavenger WasteClient#: 79051 14NORTHSTARW
ACORDT. CERTIFICATE OF LIABILITY INSURANCEDATEIM.DE ,
12/17/03
PRODUCER THIS CERTIFICATE IS ISSUED AS A MA'Iq'ER OF INFORMATION
J. Smith Lanier & Co.-Atlanta ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
11330 Lakefleld Drive Ste 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Duluth, GA 30097
770 476-1770 INSURERS AFFORDING COVERAGE NAIC #
~NSURED INSURERA: Zurich American Ins. Co.
North Star Waste, LLC
INSURER B: American Intl Spec Lines
dlbla Earthcare Co. of New York
INSURERC: Everest National Ins. Co.
972 Nichols Road
~REURER 0: Gulf Underwriters Ins. Co
Deer Park, NY 11729
INSURER E:
Cr~VERAGES
~ HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDtCATED. NOTVVITHSTANDING
;'~Y REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR
li~ .\Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
~"'OLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
A_. GE~NERAL LIABILITY GLO5395400-01 12/20/03 12120/04 PREMISES DAMAGE EACH OCCURRENCE TO fee RENTED occurreq~) $1,000,000
, X COMMERCIAL GENERAL LIAEILITY $500~000
I CLAIMS MADE [] OCCUR MEDEXP(Anyoneperson) $5,000
-- PERSONAL & ADV INJURY $110001000
-- GENERAL AGGREGATE s2,000,000
-] o cY JED.
A -- AUTOMOBILE UABILITY BAP5395401-01 12/20103 12/20104 COMBINED SINGLE LIMIT
X ANY AUTO (Fa accident) $1,000,000
B EXCESS/UMBRELLA U^E~UW 1745507 12120103 12120/04 LAC, OCCURRENCE $1010001000
X~ OCCUR [] C~IMS MADE AGOREC~TE S10,000,000
C WORKERS COMPENSATION AND CA00000086031 12115103 12115104 X ToRyWC STATU'L M TS IOE3RH'
S~ECIAL PROVISIONS below E.k. DISEASE - POLICY LIMIT S500,000
D Contr. Pollution ou282869~ECEIVED 12120/03 12/20104 $1,000,000151,000,000
r~ERCRIPTIO. OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
' 2 2 2003
. , $outhold fown Cle
CEr~TIFICATE HOLDER CANCELLATION
Town Of Southhold
Town Hall, 53095 Main Road
Sou,hold, NY 11971
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~n DAYS WPJI~EN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALl.
IMPOSE NO OBUGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, IT~ AGENTS OR
REPRESENTATIVES.
ACORD 25 (2001108) 1 of 2 #M140383 e ACORD CORPORATION t988
11330 Lakefleld Ddve, Ste, 100
Duluth, GA 30097-1508
Phone: 77C).476-1770 er 'l-800.226-4516 Ext 7235
Fax:
To: Elizabeth Neville From: Jamila Ellison
Fax: 63t .76S.6145 Pa~: May 22, 2003
Phone'. Pmgeea 2
Re: COl CCi K'Kn Polfz~- 631-586-O530
[] Urgent [] For Review ~ Please Comment [] Please Reply [] Please Recycle
· Comments: Here is ~le certificate of insurance per your request.
Thank yeulr 0
P.
05/22/03
hlRY. ~£. 2003 4: 25_P.,~nt#: 3*,:..S.MZTH LRNTER & CO. 14NORTHS,.N~O...??7
ACO_E CERTIFICATE OF LIABILITY INSURANCE
JSL & Co. of Atlanta
11330 t.akefield Drive Ste 100
Duluth, GA 30097
770 476-1770
Earthcare Company of New YorldRGM
972 Nichole Road
Deer Park, NY 11729
COVERAGES
THIS CERTIFICATE IS ISSUED AS A MAI'i'ER OF INFORMA'nON
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. YH 8 CERTIFICATE DOES NO¥ AMEND, EXTEND OR
ALTER THE COVERAGE AFEORDED BY THE POE C ES BELOW,
INSURERS AFFORDING COVERAGE
;NSU~E~ A~ Zurich American
t~SUR;..: Ste.~.clf:a_ s_t l_ns__ura@c?._C.o.~mmEa_ny
~EUREfl D:
THE POLIO~E8 OF INSURANCE LISTED BELOW HAVE BEEN 18SUED TO THE INEUR~ NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO~ITH~OING
ANY REQUIREMENT, TERM OR ~NDmON OF ANY ~N~ACT OR O~ER DOCU~E~ ~TH R~P~ TO ~ICH THI90ERTIFICATE MAY BE ISSUED OR
NAY PERTAIN, ~E INSUR~CE ~FORO~O DY ~E ~g~CIES DESCRIBED H~N IS 8U~E~ TO ~L THE TERMS~ ~CLUSIONS ~D CONDITIONS OF SUCH
POLICIES. AGGR~ATE UMIT8 SHOWN MAY HAVE BEEN REDUC~ BY PAiD
c~ ~PE OFINSURANeE ~LICY ~UMB~R ~ ~) ~ U~ITS
A ~c ~m~Y GLO539~000 I ~20/02 ~ ~20/03 E~H OCCURRE~E $1,000,000
A AU~OMOBI~ UABIUW BAP539540100 12/20/02 12/20/03 ~MBiNED 81NG~ LIMIT ~%000,000
.... H(REO AUTOS ~OD Ly iHJURY
B sx~.= ~a~Y 9UO539~200 I~20102 1~Z0103
B , o~. Pollution PLCS39539900 12120102 12120103 $1,000,000151,000,000
CERTIFICATE HOLDER I I ADDmONALINSUREDdNSURER!-EIrTEP~ CANCELLAllON
Town Of Southhold DA~ ~E~, ~E ~lNO INSURER Wl~ ENDEAVOR TO~LA~ CA. WReN
Southold, ~ 11971 IM~ENOOBLIGA~ONORLIABILI~OF~Y~ND U~NmEINSURER,ITS~GENTSOR
JXE ® ACORD CORPORATION 1968
ACORO ~-S (7~97) 1 of 2 #M92029
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
May 5, 2003
Steve Plosker, Serv/ce Center Manager
Earth Care Company of New York
972 Nicolls Road
Deer Park, New York 11729
Dear Mr. Plosker,
Enclosed please find two (2) copies of the conlxact between the Town of Southold and Earth
Care Company for your signature. Please sign both copies, remm the TOWN COPY in the self-
addressed envelope and retain the other one for your files. Thank you.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
ELIZABETH A. NEV~IJ.E
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF $OUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 260 OF 2003
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 22, 2003:
RESOLVED that the Town Board of the Town of Southold authorizes and directs Supervisor
Joshua Y. Horton to sign an agreement with Earth Care Company of New York for the
removal and disposal of scavenger waste from thc scavenger waste facility, all in accordance
with the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
CONTRACT
CONTRACT 1N QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
April 8 ~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein calledthe TOWN), and Earth Care Company of NY (herein
called the CONTRACTOR). WlTNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the sum of: .066t45¢ PER
Tota I
~ GALLONg ($132,900 ]I~)0X~I.K)I~) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, finn or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAll3 TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantifies of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be d~,ermined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such trait prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
detonnined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIOI~ OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the stma of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accide~al death, as well as fi.om 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,
and the amounts of such Insurance shall be as follows:
(t)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HLrNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising fi.om the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liabihty and Property Damage Insurance -The Contractor
shall tal~ out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal 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 any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF iNSURANCE
The Contractor shall fumish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work mom than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where ~h work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
3~
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or contr~to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keel~e (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the FLOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from,aris own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHI-IOLD PAYMENTS
The TOWN may withhold ~from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure th~,~payment of just claims then due and unpaid of any persons
supplying labbr or materials for the work;
B. To protect the TOWN fi.om loss due to defective work not remedied; or
To protect the TOWN fi.om loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
fight, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If.'
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, inclunting reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN fi:om and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS YvHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
J~3uper~i~orrJosh-ua Y. ]:F6rton
Earth Care Company o,f New York
37
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
April 8 ~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and Earth Care Company of NY (herein
called the CONTRACTOR). WlTNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the sum of: .066q5¢ PER
Total
Xl3gOt3gl~ GALLONg ($132,900 /g{~00~) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste fi.om the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantifies of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, hots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
2B
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal 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,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal 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 any one directly or
indirectly employed by either of them and the mounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall fumish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be pemfitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
3O
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt fi.om the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct fi.om the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages,
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
:~,under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractom shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less ot~en than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials fumished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
cmmection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or other~vise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTiVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
· ~.~,The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the ~1 OWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that f~om his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be flee from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN fi.om loss due to defective work not remedied; or
To protect the TOWN fi.om loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If:
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ord'mances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages. ,~-
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged fi.om any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the'requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbmh, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions fi.om the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
36
under this Contract, then upon authorization from the Engineer to prevent such threatened inj~y
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the mariner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUI1LED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS ~3:IEREOF, the parties hereto have set their hands and seals the day and year first
above written.
/S~uperviso~-' Jos ua Y. Horton
Earth Care Company of New York
37
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southaldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 232 OF 2003
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 8, 2003:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Earth
Care Co. of New York~ for the removal, transportation, and disposal of scavenger waste
from the Southold Scavenger Waste Plant at Greenport, in the amount of $0.06645 per
gallon with a total price of $132,900.00, all in accordance with the bid specifications and the
approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESOLUTION
APRIL 8, 2003
V - 232
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Earth
Care Co. of New York, for the removaL transportation, and disposal of scavenger waste
from the Southold Scavenger Waste Plant at Greenport~ in the amount of $0.06645 per
gallon with a total price of$132~900.00, all in accordance with the bid specifications and the
approval of the To~vn Attorney.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
2003 SCAVENGER WASTE REMOVAL & TRANSFER
BID OPENING
10:00 A.M., Thursday, February 13, 2003
Received Four (4) Bids:
Earthcare Company of New York
of New York
972 Nichol's Road
Deer Park, N.Y. 11729
Wind River Environmental, LLC
10 LoGrande Court
Bohemia, NY 11716
Don Patanjo Cesspool Service
19 Stiriz Road
Brookhaven, NY 11719
Per Gallon
$ 0.06645
$ 0.075
$68.60/sq. yard
Total
$132,900.00
$150,000.00
$137,200.00
Russell Reid Waste $ 0.0917 $183,400.00
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
/ ~ ~ 'v~ ~{ ~,o0
~D~SS: ,/ a ~
8
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day perio~t._
PRICE PER GALLON · __ DOLLARS
. DOLLARS
lo
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO L1QUDATED DAMAGES 1N THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND~FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND 1NAN AMOUNT OF 25% OF THE TOTAL BID PRICE.
12
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southotd, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indenmifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated dmnages for such default; otherwise, said check or bid bond will be returned to the
undemigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BUSINESS ADDP:~ESS OF
DATED AT:
t ~THE ~'~ ---DAY OF_ 2003.
~4
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
~IG~ED BY: /;
TITLE:
8
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON · 0 A~.~ ~l,d~/~ ~
TOTAL ~' / ~d2/~. ~ O DOLLARS
,~,~,~ ,&,,e.a~,o,~Z ,~,,~ :~,~.'~¥~k ------
10
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (I 2) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FWE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FWE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5~ DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Comract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full nantes and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BIDDER
BUSINESS ADDRESS OF
BIDDER /~:~ d.~:~~
DATED AT:
THE ,&:9'~ DAY OF ,~',~-/ ,2003.
14
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we Wind River Environmental, LLC
as Principal, hereinafter called the Principal, and Continental Casualty Company
CNA Plaza, Chicago, Illinois 60685
a corporation duly organized under the laws of the State.of -Illinois as Surety, hereinafter called the Surety,
are held and firmly bound unto Town of Southold, 53095 Main Road, Southold, NY 11971
as Obligee, hereinafter called the Obligee, In the sum of
Five Hundred ....... Dollars ($500.00 ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Scavenger Waste Treatment Facility waste transport
and disposal, Town of Southold, NY
NOW, THEREFORE, if the Ob~igee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or, Contract Documents
with good and sufficient surety for the faithful performance of such Contract and for the prompt paymentlof labor and material
furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract a~nd give such bond or
bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in
said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered
by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 10th day of February
2003
Wind River Environmental. LLC
(Principal)
(Seal)
(Title)
(Witness)
Continental Casualty Company
Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies,
The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond. February 1970 Edition.
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
m p ss:
SIGNED
TITLE:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
./
i0
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. 1F THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FWE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND 1N AN AMOLfNT OF 25% OF THE TOTAL BID PRICE.
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BIDDER ~ ~) /g~o
BUSINESS ADDRESS OF
DATED AT:
THE DAY OF
__,2003.
14
J
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
Russell Reid Waste Haulin8
~d Disposal Service Co.,
200 Smith Street
FIRM NAME:
~ '~K~asbey, NJ 088'103~32
S GNED
TITLE:
David $. Dam
l~xccutivo Vice President
8
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Famishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximatgly 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 9.0 day period.
/
PRICE PER GALLON f,' ~ ?//~ _t~//~_~DO~
DOLLARS
l0
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FiVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES 1N THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FiVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND 1N AN AMOUNT OF ~5% OF THE TOTAL BID PRICE.
12
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furrdsh the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice fi.om the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
GA~ M. WU~tR
22 CONVENTRY DRIVE
WAYSIDE, RI 07712
NAME OF
BIDDER
WF. NDY Wr-iN C-R
RUNTS ROAD
OLINTON, NJ 08809
tlA¥1D 1. DAM
54 WESTGAIE DRIV~
ANN/~31DALL NI 08801
BUSINESS ADDRESS OF
BIDDER
MITCHELL WEINER
16 SLEEPY HOLLOW ROAD
RED BANK, NJ 07701
Russell Reid Waste Hauling
and Disposal Service Co., Inc.
200 Smith $~reet
P.O. Box 130
Keasbey, NJ 08832
,DATE2?
,2003.
14
THE AMERICAN INSTITUTE OF ARCHITECTS
BOND # G-50-492
AIA Document A3 ] O
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
RUSSELL REID RESPONSIBLE WASTEWATER MANAGEMENT 200 SMITH STREET KE~SBEY, NJ 08832
(Here insert full name And address or legal title of Contractor)
as Principal, hereinafter called the Principal, and GREENWICH INSURANCE COMPANY ONE EXCHANGE PLACE
SUITE 501 JERSEY CITY, NJ 07302
a corporation duly organized under the laws of the State of California
as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SMITHOLD 83095 MAIN ROAD
SOUTHOLD, NY 11971
as Obligee, hereinafter called the Obligee, in the sum of
~ 'I~I~DII~, Altl) OOIlO0 '-
DOLLARS ($500.00)
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submined a bid for
TRANSPORTATION AND/OR DISPOSAL OF WASTEWATER
(14¢r¢ insert full name, addrosa and description of project)
NOW, THEREFORE, if the Obligee Shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation
shall be null and voiotherwise to remain in fall force and effect.
Signed and sealed this 3rd day of Eebruary 2003
/ 22 CONVENeRs'
AIA DOCUMENT A310 BID BOND ~ FEBRU~Y 1970 ED THE ~E~cAN
~STITUTE OF ~CI4ITECTS, 1735 N.Y. AVE. N.W, WASH~GTON, DC. 20006
WSS fEW, R
Executlve Vice~ '
GREE~ICH INSU~NCE COMPANY
(Title)
Anna B. D~aI~ , Attorney-in-Fact
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnishedherewith, theoffici~ofprior to the
bid. ~
(Signed) ~.~V-~'~-~(~
(Corporate Title) \
(if any) ~
printed Name ?--)~.~ ¢~:~'~ ¥ \
Company Name
Bid on YEAR 2003 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (1) year (minimum of five (5) such
projects):
ADDRESS:
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day periot:l._
PRICE PER GALLON ~ .0~6 /~51~ DOLLARS
TOTAL , DOLLARS
l0
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
NUMBER:
TOTAL
BID
Unit prices bid per gallon shall b'e-'dsed as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the fight to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the fight to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
12
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUS 1NES S:
., EMERGENCY:
13
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to famish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BIDDER
BUSINESS ADDRESS OF ' co
DATED AT:
~t ,~THE ~%AYOF ~2003.
14
PROPOSAL
NON-COLLUSIVE BDD1NG CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and beliefi
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
SIGNED
BY:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached: ~
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
~IG~IED BY: / '
TITLE:
8
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON , O ~t[5 ~d,~ ~
lO
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CONTACT
PERSON: gt' d
FACILITY CONTACT PHONE
TOTAL B~
TOTAL
DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the fight to select the Total Bid or reject a bid ifa contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. 1F THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES 1N THE
AMOUNT OF FWE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS: /~ ~.~
SIGNED BY: ~
TITLE: ,~'~-,~"
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS: bJ't, ~',,o~,.~ ~, t~ ?
EMERGENCY: ~7/. $3/"
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter imo a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
NAME OF
BIDDER
BUSINESS ADDRESS OF .
DATED AT:
THE ,/t:~''~ DAY OF ,,~'a~l~ff' ,2003.
14
PROPOSAL
NON-COLLUSIVE BDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
FIRM
NAME:
FIRM ADDRESS:
SIGNED
BY: ~
TITLE:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we Wind River Environmental, LLC
as Principal, hereinafter called the Principal, and Continental Casualty Company
CNA Plaza, Chicago, Illinois 60685
a corporation duly organized under the laws of the State.of Illinois as Surety, hereinafter called the Surety,
are held and firmly bound unto Town of Southold, 53095 Main Road, Southold, NY 11971
as Obligee, hereinafter called the Obligee, in the sum of
Five Rundred ....... Dollars ($500.00 ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Scavenger Waste Treatment Facility waste transport
and disposal, Town of Southold, NY
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or, Contract Documents
with good and sufficient surety for the faithful performance of such Contract and for the prompt paymantlof labor and material
furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract ahd give such bond or
bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in
said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered
by said bid, then this obligation shall be null and void, otherwise to remain in full fome and effect.
Signed and sealed this 10th day of February
,Y~ 2003
Wind River Environmental. LLC
(Principa0
(Seal)
(Title)
(Witness)
Continental Casualty Company
(Surety) (Seal)
Amelia H. Stolberg (T e) A or~y- n- ac
Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies.
The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond - February 1970 Edition.
CNA
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
A DU SS: //7/'7
T1TLE:
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON ''~ ~. ~, ~ O ~ ], ~P OO ~.~ DOLLARS
To,ALl//.3 _
~ 0 0 '- DOLLARS
lO
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CONTACT
PERSON: ~3 ,D ,,~ ~-- ~ t_ Jr...
FACILITY CONTACT PHONE
TOTAL BID
TOTAL f'//3 '-?. c~O Z> '- DOLL.S
/
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the fight to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
11
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FiVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BD PRICE.
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS: 'Z/t/Va--- .//d ¢ , EMERGENCY: ~7~' ~7 q~5;:vO~''
13
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BUS1NESS ADDRESS OF
BIDDER
DATED AT:
THE DAY OF
,2003.
//7/¢
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Co)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
Russell Reid Waste Hauling
and Disposal Service Co., ~
FIRM NAME: 200 Smith Street
~..- -lg~easbey, NJ 08832"~
ADDRESS.5/.'~/
SIGNED :
TITLE:
David J, Dam
Exccutivo Vice President
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
David J. Dam
Executive Vice President
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 9.0 day period.
PRICE PER GALLON
DOLLARS
l0
PROPOSAL
TOWN OFSOUTHOLD
SUFFOLK COUNTY, NEWYORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME:
FAC~ITY
ADDRESS:
FACILITY CONTACT
PERSON: '~o
FACILITY CONTACT PHONE
TOTAL BID
TOTAL /i//',~/. ~"e~ O,- DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
Russell Reid Waste Hauling
and Disposal Service Co., Inc.
200 Smith Street
P.O. Box 130
Keasbey, NJ 08832
SIGNED BY:
TITLE:
:~ ' David J. Dam
Executive Vice President
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS: f~ '-~'~ ~/,fi:r~(5/~, EMERGENCY:
13
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indenmifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice fi.om the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's cheek or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
GARY M. wumE~
22 CONVENIRY DRIVE
WAYSIDE, NJ 07712
NAME OF
BIDDER
~V~.NDY W~.iN~-H
11 HUNTS ROAD
CLINTON, NJ 08809
DAVID J. DAM
54 WESTGATE DRIVE
ANNANDALE NJ 08801
BUSINESS ADDRESS OF
BIDDER
MITCHELL WEINER
16 SLEEPY HOLLOW ROAD
RED BANK, NJ 07701
Russell Reid Waste Hauling
and Disposal Service Co., lno.
'"99 Sm!th Street
P.O. Box 130
Keasba¥, NJ 08832
DATED AT:/
~f~b~T~E 7_ DAY OF ~::~ ,2003.
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
FIRIVl
NAME:
FIRM ADDRESS:
Russell Reid Waste Hauling
and Disposal Service Co., Inc.
200 Smith Street
P.O_ -~ex
Keasbey, NJ 08832
SIG '" /
TITLE:
David ]. Dam
Exccu'.ive XJice President~
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
THE AMERICAN INSTITUTE OF ARCHITECTS
BOND # G-50-492
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
RUSSELL REID RESPONSIBLE WASTEWATER MANAGEMENT 2oo SMITH STREET KEASBEY, NJ 08832
as Principal, hereinafter called the Principal, and GREENWICH INSURANCE COMPANY ONE EXCHANGE PLACE
SUITE 501 JERSEY CITY, NJ 07302
a corporation duly organized under the laws of the State of California
as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SMITHOLD 53095 MAIN ROAD
SOUTHOLD, NY 11971
as Obligee, hereinafter called the Obligee, in the sum of
FIVE m~rtqnmm, AlqD 00/100 '-
nOLLARS ($500.00)
for the payment of which sum well and truly to be maci~, the said Principal and the said Suretyl bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
TRANSPORTATION AND/OR DISPOSAL OF WASTEWATER
(Here insert f~[I name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation
shall be null and voiotherwise to remain in full force and effect.
Signed and sealed this 3rd day of February 2003
RUSSE~J~
W~I~EW
// ~2 CONVENTRY [)F:tVE
Davi,,~. llat
Executive ¥ice~--
GREEN~V1CH INSURANCE COM~PANY
(Title)
Anna B. Diale , Attorney-in-Fact
(Seal)
AIA DOCUMENT A310 BID BOND AIA® FEBRUARY 1970 ED THE AMERicAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE,, N,W, WASHINGTON, D.C. 20006 1
ELIZABETH A. NEVII.I.E
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLEHK
TOWN OF $OUTHOLD
September 10, 2004
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Steven Plofker
Earth Care Co.
972 Nicolls Road
Deer Park, NY 11729
Dear Mr Plolker:
The Southold Town Department of Public Works has advised this office
that the contract has been fulfilled for the Removal and Disposal of Scavenger
Waste for the year 2003. Returned herewith is the certified check you submitted
with this bid. Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
Enc.
JAMES C. McMAHON
Director
Telephone (631) 765-1283
Fax (631) 765-9015
Town Hall, 53095 Main Road
P:O. Box 1179
Southold, New York 11971
TOWN OF SOUTHOLD
DEPARTMENT OF PUBLIC WORKS
MEMO ttCE aO
8EP - 9 2004
To: Lynda Bohn
From: Jim McMahon $outhold Town Clerk
Subject:
Date:
Bids
September 9, 2004
The following jobs have been completed and the deposit checks can be returned to the
contractors:
West Road Bulkhead Project, South Shore Docks
Orient/East Marion Park, Paul Corazzini & Sons
Scavenger Waste Removal, Earth Care
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BIDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified, shall not be
considered.
2. DESCRI?TION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
6. BIDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. 1NTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be retthmed promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
Attorney. [ as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
q~ ZI S'=:'°}Ooo.
ADDRESS:
8
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period._
PRICE PER GALLON · DOLLARS · I
DOLLARS
l0
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
NUMBER:
TOTAL BID
Unit prices bid per gallon shall b'c'~ised as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid ifa contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS:
., EMERGENCY:
13
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Comract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter imo a contract
in accordance with this bid within ten (10) days after due notice fi.om the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BIDDER
BUSINESS ADDP~SS OF
DATED AT:
14
PROPOSAL
NON-COLLUSIVE BDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
FIRM
If this bidder cannot make the foregoing certification, a statement signed by the bidder is(~
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
~5
BUILDERS RISK INSURANCE~ INDEMNITY~ LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,0000, or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
17
GENERAL CONDITIONS (CONT'D.)
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be famished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole .judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded fi:om observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBiLITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
GENERAL CONDITIONS (CONT'D,)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLA1MS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town aga'mst the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
20
GENERAL CONDITIONS (CONT'D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
P~T1 GE~L
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of comract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES pen:nit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use ora clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
ofbiodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL~ TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker tracks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WlTNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the sum of: PER
THOUSAND GALLONS ($. /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: Thc term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The mount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
fi.eight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S iNSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as fi:om claims for property damage which may arise
fi:om 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,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising fi:om the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there fi:om, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract f~om claims for damages
for personal injury, including accidental death as well as from claims for property
damage which may arise fi:om operations under this Contract, whether such
operations be by himself or by any subcontractor, or by any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less ofien than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or fimaished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the vi OWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amotmt so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
Iff
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution aga'mst injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To fi'equently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions fi.om the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to exlra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The mount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN fi.om and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enfomed as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30, SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS ~HEREOF, the parties hereto have set their hands and seals the day and year first
above written.
37
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 9, 2003
Earthcare Company of New York
or~/q~TNichol' s Rd
/Deer Park NY 11729
Dear Sirs:
Congratulations. The Southold Town Board, at its regular meeting of
April 8, 2003, accepted the bid of Earthcare Company of New York for Removal
and Transfer of Scavenger Waste for the Town of Southold. A certified copy of
the resolution is enclosed. Your bid checks will be returned to you upon signing
of the contract. Thank you.
Very truly yours,
Southold Town Clerk
Enclosure
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 232 OF 2003
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 8, 2003:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Earth
Care Co. of New York~ for the removal~ transportation~ and disposal of scavenger waste
from the Southold Scavenger Waste Plant at Greenport, in the amount of $0.06645 per
gallon with a total price of $132~900.00, all in accordance with the bid specifications and the
approval of the Town Attorney.
Elizabeth A. Neville
Southoid Town Clerk
ELIZA.~ETH A. 1N]~VIT.T,I~,
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF LNFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southald, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 10, 2003
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Russell Reid Waste Hauling & Disposal Service Co., Inc.
200 Smith St
P 0 Box 130
Keasbey NJ 08832
Dear Sirs:
The Southold' Town Board, at its regular meeting of April 8, 2003,
accepted .the bid Earth Care Company of New York for the removal,
transportation, and disposal of scavenger waste from the Southold Town
Scavenger Waste Plant. A certified copy of the resolution is enclosed. Also,
returned herewith is your bid bond. Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
ljc
Enclosures
ELIZABETH A. NEVH,LE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O, Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 232 OF 2003
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 8, 2003:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Earth
Care Co. of New York, for the removal, transportation, and disposal of scavenger waste
from the Southold Scavenger Waste Plant at Greenport, in the amount of $0.06645 per
gallon with a total price of $132,900.00. all in accordance with the bid specifications and the
approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
BOND # G-50-492
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
RUSSELL REID RESPONSIBLE WASTEWATER MANAGEMENT 200 SMITH STREET KE~SBEY, NJ 08832
(Here inser~ f~ll name ,and address or legal title of Conlractor)
as Principal, hereinafter called the Principal, and GREENWICH INSURANCE COMPANY ONE EXCHANGE PLACE
SUITE 501 JERSEY CITY, NJ 07302
a corporation duly organized Under the laws of the State of California
as Surety, hereinafter called the Surety, are held and firmly bbund unto TOWN OF SMITHOLD 53095 MAIN ROAD
SOUTHOLD, NY 11971
as Obligee, hereinafter called the Obligee, in the sum of
rxvu'tlllND~ RED, AI~D 00/100- ..........
O0~.Z.ARS ($5oo.oo)
for the payment of which sum well and truly to be mac~, the said Principal and the said Suretyl bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
TRANSPORTATION AND/OR DISPOSAL OF WASTEWATER
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the
bidding or Contract DocUments with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation
shall be null and voiotherwise to remain in full force and effect.
Signed and sealed this 3rd day of February 2003
- / (~I.'WEINER
~ ' 22 CONVENTRY []RIVE
(Scsi)
Executive
GREEN~VICH INSURANCE COI~PANY
(Title)
Anna B. O~me , Attorney-in-Fact
AIA DOCUMENT A310 BID BOND ,MA ® FEBRUARY 1970 ED THE AMEPdCAN
INSTITUTE OF ARCH TECTS. 1735 N.Y. AVE., N.W. WASHINGTON. D,C. 20006
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the mveme
so that we can return the card to you.
· Attach this card to the back of the meilpiece,
or on the front if space permits.
1. Article Adclresaed to:
"'p ~ c'3 13o
A. Received by (Please Print C~edy) B. Date of Delive~7
C. Signature
[] Agent
I X [] Addressee
D. Is delive~/ address different from item l ? r'lye~
If YES, enter delivery address below: [] No
3. ~ervi ype
4. Restricted Deliver? (Extra Fee) [] Ye.~
2. Article Number (Copy from s~'vice ~el)
PS Form 3811, July 1999
Domestic Return Receipt
,~ 05 7 {oo ~ ~
102595-00-M-0952
$
/. '73-
ELIZABETH A. NEV~ J.E
TOWN CLEHK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Taiephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLEP, K
TOWN OF SOUTHOLD
April 10, 2003
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Wind River Envrionmental LLC
10 LoGrande Ct
Bohemia NY 11716
Dear Sirs:
The Southold Town Board, at its regular meeting of April 8, 2003,
accepted the bid Earth Care Company of New York for the removal,
transportation, and disposal of scavenger waste fi.om the Southold Town
Scavenger Waste Plant. A certified copy of the resolution is enclosed. Also,
retumed herewith is your bid bond. Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
ljc
Enclosures
ELIZABETH A. NEVILLE
TOWN CLER~
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 232 OF 2003
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 8, 2003:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Earth
Care Co. of New York, for the removal~ transportation~ and disposal of scavenger waste
from the Southold Scavenger Waste Plant at Greenporh in the amount of $0.06645 per
gallon with a total price of $132~900.00, all in accordance with the bid specifications and the
approval of the Town Attomey.
Elizabeth A. Neville
Southold Town Clerk
ACKNOWLEDGMENT OF PRINCIPAL
(Indivi&~] ~r Parmers)
STATE OF
County of_
Onth~ dayof
20_0 before mo innonally appeared
known to me to be tile individual descril~d herein and who executed the foregoing inslrum~t and
acknowledged to mc that he ~xecuted the same.
County Notary Public
ACKNOWLF. r~GMENT OF PRINCIPAL
(Corporate Office)
Cmmty of ss :
of
who acknowledg~l to be ~e
a corporation, and that a~ such officer being authorized so to do, ex. ec~cd the £~egoing instrument for~
My camm~ssJ~ ~pk'~s:
Notary Public, Siam of New York County
NO. 01L05068050
Qualified in Suffolk
Commission Expires Oct. 28,o,,.,,--,.~ ~C~INOWLEDGMENT OF SURETY
(Corporate Office)
STATE OF
County of Hennepin ss
Signed and sworn before me, a Notary Public, ea this I 0 th day of
Feb ruary ,200_~3
befccemep~mmailyappeated Amelia H. Stolberg
, who aclmowledgcd to
be the Attorney-M-Fact of Continental Casualty ~m~orporaffcm, and that s_he~ being authorized
so to do, executed the foregoing instrument foe the purpose therein contained, by signing their name as such
Attorney-In-Fact.
My commission expires:
County
Nota~ Public
Total Postage & Fee;
· Complete~tems 1, 2, and 3. AJso compJete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reveme
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
2. Article Number (Copy from service label)
PS Form 3811. July 1999
B, Date of Delivery
C. Signature
X [] Agent
[] Addressee
D. Is delivery address different Eom item 1 ? [] Yes
If YES, enter delivery address below: [] No
3. Serv' e Type
~J~Ce~ified Mail [] Express Mail
[] Registered [] Return Receipt for Merchandise
[] Insured Mall [] C.O.D.
4. Restricted Delivery? (Extra Fee) [] Yes
Domestic Return Receipt
102595-00-M-0952
ELIZABETH A. NEV~,I,E
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldt own.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 10, 2003
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Don Patanjo, President
Don Patanjo Cesspool Service Corp.
19 Stiriz Rd
Brookhaven NY 11719
Dear Mr. Patanjo:
The Southold Town Board, at its regular meeting of April 8, 2003,
accepted ' the bid Earth Care Company of New York for the removal,
transportation, and disposal of scavenger waste from the Southold Town
Scavenger Waste Plant. A certified copy of the resolution is enclosed. Also,
returned herewith is your bid check. Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
Enclosures
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO.-232 OF 2003
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON APRIL 8, 2003:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Earth
C~are Co. of New York~ for the removal~ transportation~ and disposal of scavenger waste
from the Southold Scavenger Waste Plant at Greenporh in the amount of $0.0664~ per
gallon with a total price ors 132~900.00, all in accordance with the bid specifications and the
approval of the Town Attomey.
Elizabeth A. Neville
Southold Town Clerk
'. Corn ~ 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
.5'£/to/; ~
1
B. Date of Delivery
C. Signature
[] Agent
X [] Addressee
D. Is delivery address different from item 1 ? [] Yes
If YES, enter delivery address below: [] No
3. S ice Type
~Certifled Mail [] Express Mail
[] Registered [] Return Receipt for Merchandise
[] Insured Mail [] C.O.D.
4. Restricted Deliveo]? (Extra F~e) [] Yes
2. Article Number (Copy from sergice label)
PS Form 3811, July 1999 ~m~tic Return Re~ipt
102595-OO-M*0952
Postage
Certified Fee
Return Receipt Fee
(Endorsement Required)
Restricted Deliver~ Fee
(Endorsement Required)
Total Postage & Fee~
Postmark
Here
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
2003 SCAVENGER WASTE REMOVAL & TRANSFER
BID OPENING
10:00 A.M., Thursday, February 13, 2003
Received Four (4) Bids:
Earthcare Company of New York
of New York
972 Nichol's Road
Deer Park, N.Y. 11729
Wind River Environmental, LLC
10 LoGrande Court
Bohemia, NY 11716
Don Patanjo Cesspool Service
19 Stiriz Road
Brookhaven, NY 11719
Per Gallon
$ 0.06645
$ 0.075
$68.60/sq. yard
Total
$132,900.00
$150,000.00
$137,200.00
Russell Reid Waste $ 0.0917 $183,400.00
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
JAN ~. 7 20~3
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.~THURSDAY~ FEBRUARY 13~ 2003
iNDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
Page Number
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
2
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE
11971, not later
Thursday, Fe?.~v 1 q. 9OO~at which time they will be publicly opened and
for the follo.wiXl~project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the right to reject any and ail bids and waive any and ail informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and seaied in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2002, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX
1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.~THURSDAY~ FEBRUARY 13~ 2003
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Corporate Title)
(if any) .~_~ ~]
Printed Name x~0tO gtc[ ~9'I~'T/~{O,iO
CompanyName.d~) /~Tt~A/~]o ~-¢~d,~p~I S~.~/~
Address }~/ ,~T'll41>..- ~. ~O~41~,~T~d
/t/pt /i 7/7
Bid on YEAR 2003 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on
behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New
York 11971, not later than 10:00 A.M., Thursday, February 13, 2003 at which time
they will be publicly opened and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold
will be required for a set of specifications. The above referenced specifications, may be
seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New
York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or
certified check in the amount of $500.00.
The Town Board reserves the fight to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of Southold to
do so.
All bids must be signed and sealed in envelopes pla'rely marked "Bid on Scavenger
Waste Transport", and submitted to the Office of the Town Clerk. The bid price shall
not include any tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2003, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN
CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
INDEX
TOWN OFSOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
Page Number
INDEX PAGE
NOTICE TO BIDDERS
iNSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
2
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, February 13, 2003 at which time they will be publicly opened and
read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the fight to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2002, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX
1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
3
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BIDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for trait prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BD
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
4
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
6. BDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder fi.om any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will he returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the fight to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
6
INSTRUCTIONS TO BIDDERS/WAGE RATES (COW
! 5. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
7
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
DDm SS:
SIGNED B~)~.~.~
TITLE:
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON
DOLLARS
DOLLARS
lo
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CONTACT
PERSON: ~3 o ,g F: th t_ Iq
FACILITY CONTACT PHONE
NV BEP %Z'd/&
TOTAL BID
TOTAL ~d//3 V. ~O ~) r-,, DOLLARS
/
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the fight to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHiN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN o£ SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
12
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (I~ ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
~' //7/ ~
TITLE:
DATE:
FEDERAL D NO. OR
SOCIAL SECURITY NO.: //- ~-~
TELEPHONE NO: BUSINESS:
, EMERGENCY:
13
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
BIDDERNAME OF
BUSINESS ADDRESS OF
DATED AT:
THE DAY OF
//
,2003.
~4
PROPOSAL
NON-COLLUSIVE BDD1NG CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the propose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
BUILDERS RISK INSURANCE, INDEMNITY~ LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,000.), or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
GENERAL CONDITIONS (CONT'D.)
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded fi.om observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
GENERAL CONDITIONS (CONT'D.~
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will he permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
19
GENERAL CONDITIONS (CONT'D~)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
20
GENERAL CONDITIONS (CONT'D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
P~T1 GE~L
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Sonthold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transfen'ing and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES permit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
ofbiodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL~ TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contempts will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker tracks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
.~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WITNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the stun of: ~, ,4 t9 PER
THOUSAND GALLONS ($ [~, ~t:¢1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste fi.om the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations fi.om the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUiDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out o£the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUiDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as from claims for property damage which may arise
fi:om 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,
and the anaounts of such Insurance shall be as follows:
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising fi:om the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall fumish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal 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 any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000., for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer ~nsudng the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
3O
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defmed, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly miuimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and ail hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
Generai Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shail replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and~or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the natm-e and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall he deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If.'
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
35
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions fi'om the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS WHEREOF, me parties hereto have set their hands and seals the day and year first
above written.
37
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.~THURSDAY~ FEBRUARY 13~ 2003
1NDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
Page Number
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
LEGAL NOTICE
NOTICE TO BDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, February 13, 2003 at which time they will be publicly opened and
read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured fi:om the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, fi:om which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2002, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX
1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
3
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEI?T AND OPENING OF BDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS 1N BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
4
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
6. BIDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission ora bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the trait price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
5
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an mount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTiNG HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
7
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
Russell Reid Waste Hauling
and Disposal Service Co., lno.
FIRM NAME: 200 Smith Street
ADDKESS:.-.' ~'~
SIGNED B~~'~
TITLE:
David $. Dam
Executive Vice President
8
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
Da¥id J.
]ExecUtive Vice President
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 9.0 day period.
lO
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACiLITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
FACILITY CONTACT
FACILITY CONTACT PHONE
N=, ER: b_r/- - 5//o 7
TOTAL BID
TOTAL /i///~t~//, ,c~5~eSP.~-- DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days afro' notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
12
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
Russell Reid Waste Hauling
and Disposal Service Co., ln~
200 Smith Street
P.O. Box 130
Keasbey, NJ 08832
SIGNED BY:
TITLE:
David J. Dam
Executive Vice Presiden!
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.: ..-~,
TELEPHONE NO: BUSINESS: f/PO '.~ '-FT/fixff, EMERGENCY:
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
GARY M. w~qNER
22 CONVENTRY DRIVE
WAYSIDE, NJ 07712
NAME OF
BIDDER
WENDY WEiNE~
11 HUNTS ROAD
CLINTON, NJ 08809
DAVID J. DAM
54 WESTGATE DRI~
ANNANDALE NJ 0~801
BUSINESS ADDRESS OF
BIDDER
MffCHELL WEINER
16 SLEEPY HOLLOW ROAD
RED BANK, NJ 07701
Russell Reid Waste Hauling
and Disposal Service Co., Inc.
200 ~m~.th
P.O. Box 130
Keasbey, NJ 08832
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the propose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
FIRM
NAME:
FIRM ADDRESS:
Russell Reid Waste Hauling
and Disposal Service Co., Inc.
200 Smith Street
P.O. Be× !30
Keasbey, NJ 08832
BY: ~-- ~-"g'~-'~ ' ~'~'~
TITLE:
David 1. Dam
Exc,;..:,9_,,,~ Vice president
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
BUILDERS RISK INSURANCE~ INDEMNITY~ LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREM1UM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees fi.om any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,000.), or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
17
GENERAL CONDITIONS (CONT'D.)
(d)
(e)
General Specifications
General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enfomed. Such sanitary conveniences shall be constructed in compliance with all laws,
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations goveming these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws &the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
19
GENERAL CONDITIONS (CONT'D,)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction &the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
20
GENERAL CONDITIONS (CONT'D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
2~
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
P~T1 GE~L
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219~ SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES pen-nit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste fi.om the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
of biodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker trucks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shali know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WlTNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the sum of: PER
THOUSAND GALLONS ($ /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste f~om the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations t~om the estimated quantities set forth
in the Proposal.
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction ora
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of F1VE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as fi:om 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,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amotmt not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and]or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and]or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and]or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal 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 any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
0)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HLrNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Mtmicipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
31
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any stun or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eFuninated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, banders, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
Iff
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
35
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
37
THE AIV CAN INSTITUTE OF A 'HITECTS
BOND # G-50-492
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
RUSSELL REID RESPONSIBLE WASTEWATER MANAGEMENT 2o0 SMITH STREET KEASBEY. NJ 08832
as Principal, hereinafter called the Principal, and GREENWICH INSURANCE COMPANY ONE E, XCHANGE PLACE
SUITE 501 JERSEY CITY. N,1 07302
a corporation duly organized under the laws of the State of California
as Surety, hereinal~er called the Surety, are held and firmly bound unto TOWN OF SMITHOLD 53095 MAIN ROAD
SOUTHOLD, NY 11971
as Obligee, hereinafter called the Obligee, in the sum of
. ~ 'RllltnRgo. AlfO oo/loo -
DOLLA1L.q ($500.00)
for the payment of which sum welt and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS. the Principal has submitted a bid for
TRANSPORTATION AND/OR DISPOSAL OF WASTEWATER
NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Con~'act
with the Obligne in accordance with the terms of such bid and give such bond or bonds as may be specified in the
bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation
shall be null and voiotherwise to remain in full force and effect.
Signed and sealed this 3rd day of February 2003
~ (~A~/WEINER
/ 22 CONV£NTRY I. iRIVE
W~A~SfEWA~ga
(P i~¢ipal~ /.," (Seal}
Executive Vice ~ ~
GREE~ICH INSU~NCE COMPANY
~~) ~ ~ (Saal)
Anna B. Dime , Attorney-in-Fact
AIA DOCUMENT A310 BID BOND AIA ® FEBRUARY 1970 ED THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N,Y. AVE., N.W. WASHINGTON, D,C. 20006 1
CONSENT OF SURETY
The Greenwich Insurance Company, a corporation organized and existing
under the laws of the State of California, hereby guarantees the proposal of Russell Reid
Responsible Wastewater Management to Town of Smithold for Transportation
and/or Disposal of Wastewater and further guarantees that if the contract is awarded to
the said Russell Reid Responsible Wastewater Management that the said Russell Reid
Responsible Wastewater Management will execute said contract within the period of
time required after its delivery for that purpose; and further guarantees that if the contract
is so awarded to the said Russell Reid Responsible Wastewater Management that it
will become surety on bond guaranteeing the faithful performance of said contract.
In Witness Whereof, the said Greenwich Insurance Company has caused this
agreement to be signed by proper officers and its corporate seal to be hereunto affixed,
this 3rd day of February 2003.
GREENWICH INSURANCE COMPANY
Anna B. Dime, Attorney-in-Fac~
Bond No. G-50-492
a CAlifornia horl]otAtiso ~ at 70 Seaview Avenu~
ppoint
liMatUna, An~ Karen L. Martin :
s ueang awftt Aff~ ney(~,n~Fnc,a~ .. .;. .... ..... and~chdthem~bawfudpoweTtoactwithouttheot~o ':
e~ensions, agreements ~lv~rs, ~¢~ts or sBp~latio~s re~aNng to such ~n~ or bndedak~'g~ dr~vided, ~weve~,,~at nd ~h~le bond or undeff~klng s'e ~de, executed and ddivered shall o~i~e "'~,;
oKton of the penal s~m thereof p ex~s G he sum of ,
purposes, when duty executed by said aEorney(s)qmfact, she I be bindin{ if s
of the following fesol~O~ aeom~d;~ t{~ B~add of Directors of the Corooration by ~ant~,Wr~ O~sent ~
.%RE~; ' ~'."; 'r J'P.'"-'.'"" , ~ ~" "J "' .' 't~' '"'~f *:)' ' ~'} ~. '¥ :~ i '¢]f B~0rs 0f he Co~, ¢--~t'a ~ d~ ~a ed a~ he d on March 11
~,,: '.' ,,~ ~','n ~.;e,"'~ ........ .,~ :: ~ :~, ~*"' 5 ::,'.,',; '~,'h¢, :-..J';'.¥. '
su( : .... . .' . ·.. · ~ :'=' .' , · . · ',' · upon the Corporationln the future with respe~ to an~ bond or un~e~aking to
Stamford 8mq~ctIcut.
GREENWICH INSURANCE COMPANY
~',*. / to n~ kri~wn.wbo bein'O hy mt~ ~iDly ~oi'r,, did depose and ~ay thatr(s)he resid~;i~
~ ~walk. ~ - r ~ .that ts)he Is a ~ice Pm~id~t ........ of GREENWICH INSURANCE COMPAN~
.-j ~ ....~., ...:; ~. ,i,~ ;. ~: :i '; .~ ' p ~'p~ ~o~qt ~ ~t~ a xed ~sad~fumentiss~hco~te~a
· ..:r :. ',&l' , ...... : :'. '~ , '. '.' .'.." , ~e thgret9 ~ kke o~der.
STA?I~ 0P ~ONNECTICUT
~OUN~Y O'F FAIRFIELD
Karen M, aane.n.t.e,
CERTIFICATE
Assistant SecFetary ... ot'GREEN~IGH'IN~URANCE 60MPC~Y.
r and on behali of the Coroorauon.
IN WYfNE~S 'C/HEREOF. I fiiv~ hdCCunto s~l my hand and affix~ tl~ corpor~te,~a~ ~s
tCoroorat~ Seall
- Lynn M.' Psfillf :
bonds, un~e tek ngs ~r
Kamen M. Manente
State of
County of__
On this
day of__, before me personally came
to me known, and know to me to be the individual described in and who executed the
foregoing instrument, and acknowledged to me that (s)he executed thc same.
Notary Public
State of
County of
On this day of
~ before me personally came
to me known, and know to me to be a member of the firm of
described in and who executed the foregoing instrument, and that
(s)he thereupon acknowledged to me that (s)h¢ executed the same ~ and for the act and deed of said firm.
My commission expires
Notary Public
Sram of
County of
On this
day of
· befor~ me personally came
to me known, and being by me duly sworn, did depose and say that (s)h¢ is thc
of
descril~d in and which executed the above instrument; that (s)he knows the seal of said
corporation; that the seal affixed to said instrument is such corporate seal; that is w~ so affixed by order of the Board of Directors of
said corporation, and that (s)h¢ signed his/her name thereto by like order,
My commission expires
Notary Public
State of_New York
Coun~ of Richmond
On this 3rd day 0f February , 2003 , before me personally came
Anna B. D/me to me known, who, being by me duly sworn, did depose and say that (s)he is an
Attorney-in-Fact of C..roon.a{ eh ln~qn'ranee Company the corporation
described in and which executed the within instrument; that (s)he knows the corporate seal of said corporation; that the s~al affixed to
within instrument is such corporat~ seal, and that (s)he signed the said instrument and affixed the said seal a~ Atto(ney-in-Fact by
und e Standing Resolutions thereof.
authorityMy commission of thc Board expires of DirectorsNotary°f said/-[O$~MC. FIY INn, Public, O'IIM U60'1~772 corporation State lVof UflO tNow and bYyor, authority i of this officelQ n~e Standi ta~p b te~~
Qua iliad in RlchmonrJ O~un!.y a(,
GREENWICH tNSUPJt. NCE CO{~{PANY
STATUTORY STATEMENT OF ADMITTED ASSETS
~.iABILtTtES. CAPITAL AND SUD. PLUS
December 31 2001
Liabil~[ies:
Funds held by or oeposi'~ed
92.441 722
21,277.166
113,S03,99~..
71.'51,533
12,063,442
67.208.201
1,387.152
53,862.108
Claims payable
Funds b~.~ld oy comD;tny
Other liabilities
Total Lia bili'6es
Capital and Surplus:
Common cao[tal s~oc~.
Gross paid in and con~rlbu[ad ~urplus
Unassigned surplus
53 907,659
58.949 341
8.570,112
82.315.727
82.559.254
23.105,924
289.408.027
3,558,100
55,915.853
(29.607.548)
29.866,40S
· . 319 274,432
IN WI'FNESS WHEREOF. nave hereunto se~ my hand and affixeQ
~~ ~den~ ~A~sis,ant Controller
Christine Todd Whitman
Department of Environmental Protection
Bureau of Background Disclosure Review
CN-414
Trenton, NJ 08625-0414
Phone: (609) 530-8210
Fax: (609) 530-8899
Robert C. Shinn, Jr.
Commissioner
Mr. Mitchell Weiner
Russell Reid Waste Hauling & Disposal Co., Inc.
200 Smith Street
Keasby, NJ 08832
RE: Solid Waste Transporter License
N.J,S,A. 13:1E-126 et seq,
Dear Mr. Weiner:
This is to advise you that the investigative report from the Attorney General
required under N.J.S,A. 13:1E-126 et seq, has been received by the Department of
Environmental Protection.
Based on our review of the investigative report, the disclosure statement, your
other application papers and the Department's enforcement history, the Department is
issuing a solid waste transporter license to:
RUSSELL REID WASTE HAULING & DISPOSAL CO., INC.
This letter will serve as documentation that a solid waste transporter license has
been issued. This license must be renewed annually by filing the annual license update
form and any other information concerning your company or its operation as required by
the Department.
Questions regarding this solid waste transporters license or your Certificate of
Public Convenience and Necessity should be directed to the Bureau of Background
Disclosure Review at (609) 530-8210. Questions regarding vehicle registration should be
directed to the Bureau of Registration at (609 530-4004.
Sincerely,
AK/rh
Alan Kaczor~
Bureau of Background Disclosure Review
New JorSoy is an Equal Opportunity Employer
Recvcled Paper
Russell Reid Waste Hauling and
Disposal Service Co., Inc.
D/B/A
Mr. John Portable Sanitation Units, Inc.
200 Smith Street
P.O. Box 130
Keasbey, NJ 08832
Certification 6723
CERTIFICATE OF EMPLOYEE INFORMATION REPORT
This is to certify that the contractor listed below has submitted an Employee Information Report pursuant
to N.J A,C 17 27-1.1 et seq and the State Treasurer has approved said report, This approval will remain in
effect for the pedod of 15 ~'J-'~'2002 to15-J'M~-2005
ROSSELL REID WASTE HAULING & DISPOSAL
200 SMITH ST., P.O. BOX 130
KEASBEY NJ 08832
Acting State Treasurer
Russell Reid Waste Hauling and
Disposal Service Co., Inc.
D/B/A
Mr. John Portable Sanitation Units, Inc.
200 Smith Street
P.O. Box 130
Keasbey, NJ 08832
tees~x~ STATE OF ~ J]ERS]EY
DIVISION OF SOLID ~ARDOUS WAS~
B~U of Ha~do~ W~te Re~tion
PO BOX 414
Trenton, N] 08625-0414
(609)-292-7081
06130/02
Expiration ~me:
0012677
Decal No. :
Vehicle ID#: 2NPNLDgX72MS80835
AF738Z
License #
RUSSELL REID WASTE HAULING
Certified 200 SMITH STREET
KEASBEY NJ 08832
DEP No.
07911 S
Type:
RUSSELL REID WASTE HAULING
200 SMITH STREET
KEASBEY Nd 08832
Document #:
Transporter Vehicle Reg~tration Card
SEE BACK FOR INSTRUCTION$ONMOUNTING
YOUR DECAL~
SOLID WASTE
STATt[ OF NEW XERSI~Y
DIVISION OF SOLID AND HAZARDOUS WASTE
Bureau of ltBzardous Waste Regulation
PO BOX 414
Trcntoa, NJ 08625-0414
(609)-292-'/081
Expiration Date:
0012676
Decal No.
Vehicle ID#
License #
Certified
2NPNHD7X82M580184
AF739Z
RUSSELL REID WASTE HAULING
200 SMITH STREET
KEASBEY NJ 08832
07911 S
DEP NO. : ~ Type:
RUSSELL REID WASTE HAULING
200 SMITH STREET
KEASBEY.NJ 08832
Document
STATE OF NEW ~ERSEY
DIVISION OF SOLID AND HAZARDOUS WASTE
Bureau of Hazardous Wasto Regulation
PO BOX 414
Trenton, NJ 08625-0414
(609)-292-'/081
RUSSELL REID WASTE HAULING
200 SMITH STREET
KEASBEY Nd 08832
Transporter Vehicle Registration Card
SEE ~CK FOB iMsrsucrtote, s o~ MOUNTtMG
YOUR DECALS.
SOLID WASTE
06~30~02
Expiration Datedo 1267S
Decal No.
Vehicle ID#
License #
Certified
2NPNHDTX62M590193
AD723K
RUSSELL REID WASTE HAULING
200 SMITH STREET
KEASBEY NJ 08832
07911 S
DEP No. : Type:
Transporter Vehicle Registration Card
SEE BACK FOR INSTRUCTIONS ON MOUNTING
YOUR DECALS.
SOLID WASTE
ev. 1/00
RENEWAL
· STATE OF NEW JERSEY i
Division of Con--tract Compliance & Equal EmploymT'~ff Opp~rtun~y
EMPLOYEE INFORMATION REPORT /,~ -z-.~(L/Q - O~..-
IMPORTANT - READ INSTRUCTIONS ON BACK OF FORM CAREFULLY BEFORE COMPLETING FOR YPE OR PRINT IN SHARP
BALLPOINT PEN. FAILURE TO PROPERLY COMPLETE THE ENTIRE FORM MAY DELAY ISSUANCE OF YOUR CERq'IF[CATE DO NOT
SUBMIT EEO- 1 REPORT FOR SECTION B, ITEM 1 I.
SECTION A -- COMPANY IDENTIFICATION
FID. NO OR SOCIAl. SECURITY 2. TYPE OF BUSIN, fi~SS 3 TOTAL NO. EMPLOYEES l'q
[3 4. RETAIL 'q 5 OTHER
4 COMPANY NAME
5 STREET CITY
6. NAMfi OF PARENT OR AffFILIATED COMPANY (IF NONE. SO INDICATE)
7. CHECK ONE: IS THIS COMPANY: [-~] SINGLE-ESTABLISHMENT EMPLOYER
COUNTY STATE ZIP CODE
8. IF MULTI-ESTABLISHMENT EMPLOYER, STATE THE NUMBER OF ESTABLISHMNTS tN NJ
9. TOTAL NUMBER OF EMPLOYEES AT ESTABLISHMENT WHICH HAS BEEN AWARDED THE CONTRACT
CITY STATE ZIPCODE
[~ MUL~I ~TABL[S~MENT EMPLOYE~
10, PUBLICAGENCYAWARDINGCONTRACT [ NOTAPPLICABLE I CITY COUNTY STATE ZIPCOOE
OFFICIAL USE ONLY
DATE RECEIVED
INAUG. DATE
ASSIGNED CERTIFICATION NUMBER
SECTION B ~ EMPLOYMENT DATA
I I. Report all permanent, temporary and pamtime employees ON YOUR OWN PAYROLL. Eater ~he appropriate figures on all lines and in aH coIumns. Where lhere
are no employees in a particular category, enter a zero. Include ALL employees, not just those in miaority/nomminority categories, in columns I, 2, & 3. DO NO7
SUBMITAN EEO-I REPORt
JOB
CATEGORIES
Office Managers
Professionals
Technicians
Sales Workers
Off~ce & Clerical
Craflworkers
(Skilled)
Operatives
(Semi-Skiged)
Laborers
(Unskilled)
Service Workers
TOTAL
~lbtal employment
from previous
Report {If an}')
Temporary & Part-
Time Employees
I ~ ttOW WAS [NFORM~ ATION AS TO RACE OR ETHNIC GROUP IN SECTION B OBTAINED?
II Visual Survey : ~ 2. Employment Record [ ] 3. OIher (Specify
NON
MIN.
,, D^TES~;~YROL~;;TSED
,2 ~ ~he data below shall NOT be included in the figures for the appropriate catego~es above.
~.~1 ~ ]So vTeklel isa fTo}JmE a ,l~i oRriS T I ' 5 ' [~FENp~ ~-~ sSEBLM/~FF E D ?
Re,~ NOT APPLICABi~
SECTION C -- SIGNATURE AND IDENTIFICATION
16 NAME OF PERSON COMPLETING FORM (Print or Type) t SIQNAI~UR.E~ TITLE DATE ,~. ~/ O
17. ADDRESS NO. & STREET CiTY COUNTY STA~E ZIP CODE PHONE (Area Code, No, Extension}
Mitchell Weiner, Presiden=
Russell Reid . -
200 ~m~th Street
P. O. Box 130
Keasbey, NJ 08832-0130
February 8, 1993
Re: Wage Determination for Sewage Sludge
Transpor~ and Disposal
Dear Mr. Welter:
I am in receipt of your letter dated February 4, 1993 regarding service
contracts for sludge removal and disposal concerning its coverage under
the New Jersey Prevailing Wage Act.
Please be advised that a public works contract calling for only the
removal of liquid sludge and transporting of same for disposal from
sewerage plants does not fall under the jurisdiction of the New Jersey
Prevailing Wage Act.
if you require any additional assistance, please feel free to contact me
directly.
RJV:nd
Very truly yours, /
Robert J. Venezia, Chief
Public Contracts Section
Office of Wage & Hour Compliance
(609) 292-2259
~ VENDOR I.D. NO. 4556
CASINO CONTROL COMMISSION
Russell Reid Waste Hauling and Disposal Service Co., Inc.
tJa Russell Reid Responsible Wastewater Management
200 Smith Street
Keasbey, NJ 08832
on this Fifth (5th) day of September 2000, having established the
qualifications set forth in the Casino Control Act, N.J.S.A. 5:12-1 et seq.
and the regulations of this Commission, N.J.A.C. 19:40-1 et seq., is
hereby issued a
CASINO SERVICE INDUSTRY LICENSE
and is hereby authorized by the Casino Control Commission to
offer goods or services not directly related to casino or gaming activity to a
casino casino applicant and their employees or agents.
IER D. STORCELLA JAMES R. HURLEY
Director, Division of Licensing Chairman
This license expires on September 30, 2003
N~ 7488
DEPARTMI!x~r OF ENVIRONMENTAL PROTECTION
~ECDTIVE OFFICES
59-17 ~ON BL~.. 1~ ~ CORONA. ~ YO~ 11368-~107
lO~ ~ ~.~ ~ P~ CO~SIO~
(718) 595~5 F~: (718) 595-35~
~ ;~ele~my~.~t
December 19, 1997
and l)~pos~ Service Co- Inc.- - '
2O0 S~th Street
Keas y, 08 2
Certified Mail, Return Receipt Requested
Re: New York City
Scavenger Waste
Pe, Mt(s)
Petit Number(s)
98-43. 98-44, 98-45
9~-46. 98-47. ~f~.. 9~ q_~-~q
G~ntlemen:
Enclosed please find the above referenced Scavenger Waste Permit(s). Each permit is
issued for a ,specific vehicle and must be camed on that vehicle at all times. The peavit must
be produced upon the request of any pemonnel of this Depmm~nt or any law enforcement
officer.
You should _re~cl the permit carefully. It contains important limitafiom on the type of
wastes that can be transported and discharged. The disclmrge of wastes collected fi'om outside
New York City is strictly prohibited. Additionally, the p~mdt limits the time of day when
discharg/~'ng is au~to~ Also included in the pemllt are hl~portant reporting requfi~ments.
Please note: the reporting format has been revised.
It should be noted that New York City Scavenger Waste Pcm~its do not satisfy the
registration, licensing or p~mltting requirements of any other city, state or federal agency.
Your Scavenger Waste Peru,it(s) is valid until midnight, December 31, 1998. You are
responsible to apply for a renewal of this permit prior to December [, [998.
If you have any questions concerning your Scavenger Waste Peanit, please telephone Ms.
Kin Fong Tong at (718) 595-4725.
THE CITY OF NEW YORK
TRADE WASTE COMMISSION
253 BROADWAY, 10TH FLOOR
NEW YORK, NEW YORK 10007
TEMPORARY PERMISSION TO OPERATE WITHOUT A REGISTRATION
Permission is hereby granted by ,the New York City Trade Waste Commission (the "Commission"),
pursuant to Section 14(c) of Local Law 42 of 1996, for the temporary operation of Russell Reid Waste
Hauling and Disposal Service Co., Inc. ("the Applicant"), pending completion of a full review of its
application (# [338), submitted on August 2, 1999, tbr a Class 2 registration ~ a business solely engaged in
the removal of waste materials resulting from building demolition, construction, alteration, or excavation in
the City of New York, subject to the Conditions and Provisions Regarding Termination set forth hereto.
The Applicant, by its signature below, signifies its acknowledgment and acceptance of the Conditions and
Provisions Regarding Termination set forth herein. Refusal to accept the terms and provisions of this
temporary permission to operate without a license or registration shall in no way affect the Commission's
review of the Applicant's application or determination regarding the issuance ora trade waste registration.
1. Conditions. Cooperation with the Commission and Compliance with Applicable Law:
This permission to operate on a temporary basis is conditioned on full cooperation by the Applicant in any
investigation conducted by the Commission in connection with the Applicant's pending application for
registration, and compliance by the Applicant with the provisions of Local Law 42 of 1996 and all rules
promulgated thereunder and all other applicable federal, state, and local laws, rules, and regnlations;
2. Provisions Regarding Termination. 'l-his temporary permission to operate without a
registration shaii terminate upon the earlier of: (a) a determination by the Commission regarding the
registration application of the Applicant; (b) a determination by the Commission, after notice and an
opportunity to be heard, that the Applicant has failed to comply with the provisions of Paragraph I herein;
(c) a determination by the Commission during the course of its review and investigation of the application
submitted by the Applicant that there is reasonable cause to believe that the Applicant or any of its
principals may lack good character, honesty, and integrity; (d) a determination that it would be in the best
interests of the City to terminate this temporary permission pending completion of the back~ound
investigation; or (e) November 1, 1999.
Acknowledgment and Agreement
To Terms and Conditions:
Russell Re~, ~s~e H~a,uling,~d Disposal
TITLE
DATE
Service Co., [nc.
The Trade Waste Commission
Edward T. Ferguson [El, Chair
August [7. 1999
i~/ASTE TRANSPORTER PERMITO
AUTHORIZED VEHICLE LIST
RUSSELL REID WASTE DISPOSAL SERVICE CO
200 SMITH ST P O BOX 130
KEASBEY, NJ 08832-1159
TELEPHONE NUMBER: 732.225.2238
COUNTY: OUT OF STATE
PERMITTEE IS AUTHORIZED TO OPERATE THE FOLLOWING VEHICLES TO TRANSPORT WASTE:
FiVE (5) PERMITTED VEHICLE(S) .-. IN_D_USTRIAL:
NJ AB898D/~ NJ AB940D~/ - NJ AB967D 3ofZ
NJ AC296W 3-&7 NJ AD639N Z¢-~
*'* END OF PERMIt-FED VEHICLE(S) LISTING - INDUSTRIAL ***
THIRTY-SEVEN (37) PERMITFED VEHICLE(S) - SEPTAGE:
NJ 678TVK /7o NJ 957~-~F /$o NJ AB901D /¢~ NJ AB902D ~? ~ NJ AB906D;¢
NJ AB909D ~o NJ AB941D ~'~ NJ AB944D ~3~ NJ AB946D~36 NJ AB947D---'
NJ AB954D -~ NJ AB963D ~,~,~o NJ AB964D ~?o NJ AB965D ~?/ NJ AB966D~:
NJ AB968D 2~s" NJ AC595V /74, NJ AC864R ~/? NJ AC883E J5/ NJ AD143PZ;-
NJ AD725K J~ ~ NJ AD877S ~5~ NJ AE213C ~77 NJ AE327B_~,~ NJ AE329B-''~
NJ AE330B ~J- NJ AE696J ~?~ NJ T44D5A .~;'o NJ T708XC ~J'J NJ T716ER~:
NJ T7E942 ~7 NJ T7L445 ~' c~ NJ T7T499 ~(. NJ T9G769~Z~/. NJ T9G903_- ~
NJ X20L40 ~ NJ X63L45 fl£? ........................
END OF PERMITTED VEHICLE(S) LISTING - SEPTAGE
WASTE TRANSPORTER PERMIT NUMBER: NJ-146 PAGE 3 OF 3
4.7-20-3 {2~95] --26a
NYSDEC PERAalT NU/~gER
JA-l&6
THIS IS TO CERTIFY THAT:
NEW YORKa~,~TE DEPARTAAENT OF ENVIRONMENTAL CONSERVATION
DIVISION OF RE(~JORY AFFAIRS · BUREAU OF RECULATOR]~III~MqACEMEHT
'~J~OLF ROAD. ALBANY. NEW YORK 12233-1760 ~
WASTE TRANSPOFIT£R PFRMIT
Pursuant to 6 NYCRR Part 364 and Part 381 No. of Addi~io.al Sheet~ Attached
NJO98053343& I SEE iL[ST OF VEHZCr'ES
WASTE'DISPOSAL, SERVICE CO
sT Po aox'. 1
cz~ I cou.r~ I s'r^Tt I z.' CODe
KEASBEY. OUT,OF STATE NJ" 08832
Having compli~ with ~e provisions of the Environmental Conse~ation Law Titles 3 and 15, o~ Article 27, is hereby au~oriz~
to engage in waste ~ansponing within the State of N~ Yo~ in ~e manner descri~ herein.
TYPE OF WASTE ,~lo LDCAI'ION OF TREATMENT. STOR.~CE'OR DISPOSAL FACILITY:
TSDF # 1 INL~ORMATION WASTE WASTE DESCRIPTION
00014 N903
PARSIPPANY-TROY HILLS WWT N909
IO01.PARSIPPANY 8LVD
PARSIPPANY 'NJ:O?OS&
CESSPOOL SLUDGE
SEPTAGE
TSDF # t INFORMATION
WASTE WASTE DESCRIPTION
00002615~
'gOWERY BAY.WPCP
45-01 BERRIAN 3LVD
ASTORIA NY 11102
N908 ~PORTABLE TOILET WASTE
N909 SEPTAGE
,TSDF # 3 INFORMATION
WASTE WASTE DESCRIPTION
00002617& N908 PORTABLE TOILET WASTE
,OAKWOOD BEACH WWTP N909 SEPTAGE
EMMET AVE & MILL RD
STATEN :SLAND NY 10306
************************ CONTINUED ON NEXT PAGE ***************************
PAGE 1 OF 4 PAGES
AUGUST 31 '96
A ~16 . AUGUST 95
NOTE: This Permit do~ not relieve the transporter O~ the res~mibili~ of complyln~ with ~n? o~er appli~ble
federal, state or Io~1 resulation~ Please refer to warnin~ ~tice on ba~ of ~is P~it.
..pa_f[~e..n.t._of Environmental Protection
![~-- t'~.~l~l~l'~ Rachel Carson State Office Building - .:
~'~ ~ - P.O. Box 8472
Harrisburg, PA 17105-8472
July' 16, 1997
Bureau of Land Recycling
and Waste Management
(717) 787-7381
David J. Dam
Russell Reid Waste Hauling and Disposal Service Co., Inc.
200 Smith St.
Keasbey, NJ 08832
Dear Mt. Dam:
Thank you for your submission of the septage hauler registration form provided by
the Department of Environmental Protection. The Department has assigned a transporter
number of 99008 to your business. PA Title 25, Chapter 285.225 (c) requires that you
display this number on the sides and rear of each vehicle that you use to haul septage.
These regulations also require that the numbers be at least three inches high in a color
contrasting to the background. If you do not comply with the regulations, you may be
subject to enforcement action. Thank you for your cooperation in this matter. Any
questions should be directed to C.D Vu in the Division of Wastewater Management at
(717) 787-8184.
Sincerely,
William F. Pounds, Chief
Division of Municipal and Residual Waste
CC: Regional Office
Jd ~RI 01:45
GROU~RTER iqGMT FR× NO. 302~17764
DIVISION OF WATER RE$OURCE~
P. 02
Russell Reid Waste ~auling and
Disposal Service Co., Inc.
P.O- B0x 130
200 Smith Street
Keasbey, New Jersey 08832
permit Number: WH - 239
Issue Date: July 16, 1999
Pursuant to the provisions of 7 Del. C., Chapter 60 and the Guidance and
Regulations Governing the Land Treatment o~ Wastes, permission is hereby
grahted to Russell Reid Waste Hauling and Disposal Service Co., inc., P.O. Box
130, Keasbey, New Jersey 08832 to operate and maintain the vehicle{s) ils=ed in
the permit application and any supplemental submissions =o =he Department,
operated by Gary M. Weiser for the purpose of removing, ~ranspor=ing and
disposing of sludges and the solid and liquid contents of sep=ic tanks,
cesspools, seepage pits, grease traps, portable toilets and holding tanks, in
Pennsylvania, New Jersey and New Castle County, Delaware. A copy of ~his
l~e~-mit must accompany e~ch pezmitteci vehicle, and be presente~ upon r~q~e~, ~o
any law ~n~o=cement officer or representative of the Depa~'-.ent of Natural
Resources ~nd Environments] Cont_~ol. '
This permit is issued subject to the following conditions:
1. Disposal site(s) for all wastes listed above shall be the
following:
a. Gloucester P.O.T.W., Thoro£are, New Jersey.
b. Atlantic County Utilities Authority, Atlantic City, New
Jersey.
Delcora P.O.T.W., Chester, Pennsylvania.
All waste material collected by the above firm shall be transported
and disposed of in accordance with ~he provisions and regulations
of the Department and upon authorization by the municipali~y(ies).
If authorization by the municipality(les) is revoked, ~his permit
will be considered null and void, unless the Department approves
the alternate disposal site(s) as an amendment to this permit.
The permit n~%ber, the owner's name ~nd address show?, above a~d ~he
words, "For Sanitary Sewage Only", mus~ oe disp!~ye~ ~n ¢ontrast~hg
colors On both sides of the tank compartment of the vehicle(s) in
Russell Reid,
RESFON~B~ WAST~'WA~RMANAGEMENT
Municipal Hauling Contract Referral List
Bear Mountain Park
Administration Building
Bear Mountain, NY 10911
Brian J. Bumett
$44,500.00 4/l/99
[1] 914-786-2701
9/3.0/99.
CAPE MAY COUNTY M.U.A.
US ROUTE 9
P.O. BOX 610
CAPE MAY, NJ 08210
[ 1 ] 609-465-9026
$40,000.00 5/l/98 4/30/99
FRENCHTOWN BOROUGH OF
MUNICIPAL BUILDING
SECOND STREET
FRENCHTOWN, NJ 08825
JOHN BUTLER [l] 908-996-4524
$21,082.50 1/1/99 12/31/99
HANOVER SEWERAGE AUTH.
HANOVER MUNICIPAL BUILD
1000 RT. 10
W-HIPPANY, NJ 07981
Michael Wynne [ 1 ] 201-428-2477
$51,450.00 12/1/98 11/30/00
SECAUCUS MUN. UTILITIES AUTH.
1100 KOELLE BLVD.
SECAUSUS, NJ 07094
Brian Bigler [l] 201-330-2089
$54,600.00 4/I/99 3/31/00
MAIN OFFICE:
200 Smith Stmcl 3~ W. Commodor~ Bird 2157 Rt 31 285 S. Shore Road I Gilchns Lan¢
CREDIT REFERENCES
Shell Fueling Services
77 Second Street
P.O. Box 974
Somerville, NJ 08876
Attn: Jerry Donaty
F & S Tire
2510 Woodbridge Avenue
Edison, NJ 08837
Wright Express
P.O. Box 390024
Boston, MA 02241-0924
Del Vel Chem Company
424 A Kelley Drive
West Berlin, NJ 08091
Attn: Cam
BANK REFERENCE
908-725-7737
Fax 908-725-7746
732-985-8935
Fax 732-572-9379
800-492-0669
Fax
800-699-9903
Fax 609-768-0502
Commerce Bank
1001 Durham Avenue
South Plainfield, NJ 07080
Contact: Jeffrey Statmore
Account No.: 00-210-95187
908-791-4278
Dun & Bradstreet: 05-220-1704
ACORD_,. CERTIFICATE OF LIABILITY INSURANCE · [
FAX
[ Naste & Septage Haulers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
J c/o Charter Partners ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
' -~ 3 Rupe'l'l Road
~mpton, N3 08827 INSURERS AFFORDING COVERAGE
I~NSURED Russell Re~d Naste Hauling & D~sposal Services ~NSURERA: American Alternative Ins Corp
200 Smith Street ~.~URERE;
Keasbey, N3 08832 ~NSURERC:
COVERAGES
THE POLICtES OF INSURANCE LISTED BELOW HAVE SEEN iSSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT~NITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE IBSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DF~CRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
DENTSU. UAmU'rY £7AZCPO000011-03 10/01/2001 10/01/2002 EACH OCCURRENCE $ 1 ~ 000 ~ 00(
~- COMMERCIAL GENERA/_ LIABILrFY~ FIREDAMAGE(Anyoneflre} $ ~OOpO0(
I c~s u~ ~Xl occur ~ ~xP(~ o~ p~ $ S,00{
A __ RE~SON~L & ~DV ~mUR¥ $ 1 ~ 000,00¢
GENERAL AGGREGATE S 2,000 ~ 00(
~-N'L AGGREGATE u~4n' APPLIES PER: PRODUCTS - COMP/DP AGG $ 2,000~00(
^m'OMOmLE u~,~LrrY CTA2CPO00OOll-03 10/01/2001 10/01/2002 COMBINED SINGLE LIMIT
1,000,00(
A --
~UAmurY :TA2CPO000011-03 10/01/2001 10/01/2002 ~CHOCCURRENC~ S 10,000~000
~ occur [] CL~S ~ AOO~ca*rE s 10,000,000
A
RETENTION S 10,00( S
CO PEN A O. ^.0 I I'
· e Certificate Holder ~s Loss Payee & Additional Insured as respects a 2001 InternatSonal 4900,
~IN# 1HTSDAANXIH314144, Value $42,000/ACV, Physical damage deductibles are $500 Comprehensive
md $500 Co11~s~on.
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.~THURSDAY~ FEBRUARY 13~ 2003
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed) ~/.~_~~
(Corporate Title)
(if any) ~C~.~w~a~
Printed Name ,~a4t/~ ~.)'
Company Name ~.,Jt',~ a~4~,,~,a/~,~l~
Bid on YEAR 2003 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
INDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALII~ICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
Page Number
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
2
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, February 13, 2003 at which time they will be publicly opened and
read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the mount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2002, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX
1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
trait-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
4
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
6. BIDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
5
INSTRUCTIONS TO BIDDERS]WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS]WAGE RATES (CON'
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT TI-IE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
Thc Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of thc Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies thc Town Clerk with a
Performance Bond in thc sum of 25% of thc total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of thc bid bond.
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
~IG~qED BY: /:
TITLE:
8
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item #1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
PPdCE PER GALLON ,07 ,.~t~ tfld~/-J~b~r tga3LLA~'S
lO
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME:
FACILITY
ADDRE S S:
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
TOTAL BID
TOTAL
DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid ifa contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES 1N THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY): ~/~
ADDENDUM NO.
DATED
SIGNED BY: ~
TITLE:
FEDERAL D NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS:
EMERGENCY:
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
NAME OF
BIDDER /.,6/~/'~1~ (~d'///~,,~n~'~.~, ~.~.~.
BUS.ESS ~D~SS OF .
BINDER /~ Z~~
DATED AT:
THE ~ DAY OF ~ ,2003.
/
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
(b)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
FIRM
FIRM ADDRESS:
SIGNE~
BY:
TITLE:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
ACKNOWLEDGMENT OF PRINCIt'AL
(individual or Partners)
STATE OF
County of
On this day of
,20__~ before me personally appem~i
known to me to be the individual~described h~ein and who executed the foregoing insU'ument and
acknowledged to me flare he exe~med the same.
My co.im~i~n expire&
County Notary Public
ACKNOWl JiDGMENT OF PRINCIPAL
(Corporate Officea')
STATE OF ~-~
County of 0'~'/'/~ ss
who acknowledged to be the
a corporafico, and that as such officer being authorized so to do, executed the foregoing instrument ~..~
Notary ;-'uo,c, Skate oi/',i~w 'fork County
No. 01L05068050
Qualified in Suffolk Cou~/i~,
Commission Expires Oct. 28, ACKN'OWL]EDGIVlENT OF SURETY
(Corporate O~ce~)
STATE OF Mi nna~nl-~
County of gennepin
Signed and sworn before me, a Notary Public, m this
day of~ ,
before me pa'sonally appeared Amelia H. Stolberg
, who acknowledged to
be the Attorney-In-Fact of Continental Casualty Cm.corporafio~ and that s_he, being authorized
so to do, executed the foregoing instrument for the purpose therein contained, by sign/ag their name as such
AtWrney-ln-Fact
My commissi~m exp/ms:
I.-
County Notary Public
POWER OF ATTO~IEY APPOINTING INr)IVIDUAL A~ORNEY-IN-FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, a Connecticut corporation, and Amedcan Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called
"the CNA Companies"), are duly o~ganized and existing corporations having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
Amos Rosenbioom, Philip M. Rosenbioom, Kathleen B. Waterman, Amelia H. Stolberg, Susan M. Martinsen, Individually
of Bloomington, Minnesota
their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
-- In Unlimited Amounts --
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations
and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse
hereof, duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused those presents to be signed by their Vice President and their corporate seals to
be hereto affixed on this 16th day of January, 2002.
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Michael Congler
Group Vice President
State of Illinois, County of Cook, ss:
On this 16th day of January, 2002, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose
and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of Continental Casualty Company, an Illinois
corporation, National Fire Insurance Company of Ha~ford, a connecticut corporation, and American Casualty company of Reading,
Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations;
that the seals affixed to the said instrument ara such corporate seals; that they were so affixed pursuant to authority given by the Boards of
Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of
said corporations.
DIANE FAULKNER ~
Notary Public, State of Illineis ~
My Commission Expires 9/17/05 }
My Commission Expires September 17, 2005
Diane Faulkner Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, a Connecticut col~poraflon, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify
that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of
the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said corporations this day of __,
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
MaryA. Rtbikawskis
Assistant Secretary
(Rev. 10/11/01)
BUILDERS RISK INSURANCE, INDEMNITY~ LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full mount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,000.), or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted fi.om the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
17
GENERAL CONDITIONS (CONT'D.)
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be famished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT '
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient fi'equency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATWE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
GENERAL CONDITIONS (CONT'D~)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or mling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
20
GENERAL CONDITIONS (CONT'D,)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
P~T1 GE~L
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste fi.om the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall fumish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES permit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, gdt, scum, and other products
ofbiodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker macks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
t~'~· [3 ~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and /,d~'~.M~,~ ~t//~tada,t~[~'~. (herein
called the CONTRACTOR). WITNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the sum of: · ~.~ ~) PER
THOUSAND GALLONS ($ ~',$;~t) /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation apply/ng labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the trait prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAiVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
fi.eight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinaRer provided or relieve the
Contractor fi.om full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal injury, including
accidental death, as well as from claims for property damage which may arise
fi.om 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,
and the amounts of such Insurance shall be as follows:
O)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there fi'om, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal 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 any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000.) for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall fumish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for dally or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other tmderground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free fi.om any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold from the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
Iff
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
35
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or dan~ages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enfomed as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
IN WITNESS WHEREOF, the parties hereto have s%t thei~J~ands and~d year first
above written. /,~t~ ~_
///'--,-'F
37
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.THURSDAY~ FEBRUARY 13~ 2003
INDEX
TOWN OF SOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
Page Number
iNDEX PAGE
NOTICE TO BIDDERS
iNSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK iNSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, February 13, 2003 at which time they will be publicly opened and
read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2002, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX
1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
3
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for trait prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BD
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
4
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
6. BIDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand of the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
ADDRESS:
SIGNED BY:
TITLE:
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to famish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
Item # 1
Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,000,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between March 1, 2003 to February 28, 2004.
The Town will notify the contractor within the 90 day period.
PRICE PER GALLON
DOLLARS
TOTAL DOLLARS
l0
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
ITEM 2 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME:
FACILITY
ADDRESS:
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
NUMBER:
TOTAL BID
TOTAL DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within five (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the fight to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF TWELVE (12) MONTHS. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: FEBRUARY 13, 2003
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS:
, EMERGENCY:
~3
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice fi'om the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
NAME OF
BIDDER
BUSINESS ADDRESS OF
BIDDER
DATED AT:
THE
DAY OF
,2003.
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: January 14, 2003.
Respectfully submitted,
FIRM
NAME:
FIRM ADDRESS:
SIGNED
BY:
TITLE:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
BUILDERS RISK INSURANCE~ INDEMNITY~ LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees fi.om any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,000.), or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everyth]ng required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
17
GENERAL CONDITIONS (CONT'D.)
(d)
(e)
General Specifications
General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enfomed. Such sanitary conveniences shall be constructed in compliance with all laws,
GENERAL CONDITIONS (CONT'D.}
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
11.0 CONTRACTOR'S REPRESENTATWE
The Contractor, in case of its absence from the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages and provide a reasonable reply
as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
19
GENERAL CONDITIONS (CONT'D,)
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge from the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
20
GENERAL CONDITIONS (CONT'D~)
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress from whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification from
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the propose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOVAL TRANSPORTATION AND
DISPOSAL
PART 1 GENERAL
1.1
SECTION INCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transfemng and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES permit, and
supervisor's name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use of a clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
ofbiodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219- SCAVENGER WASTE REMOVAL~ TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste fi.om the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker trucks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; amount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
~ 2003, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (herein called the TOWN), and (herein
called the CONTRACTOR). WITNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 3/1/03 TO 2/28/04 for the sum of: PER
THOUSAND GALLONS ($. /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties hereto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
25
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
26
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction ora
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties h~reto as the LIQUIDATED DAMAGES, including overhead charges,
27
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor fi.om full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
28
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal 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,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amount not less than FIVE HUNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages ar/sing out of bodily injuries
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
29
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal injury, including accidental death as well as fi.om claims for property
damage which may arise fi-om operations under this Contract, whether such
operations be by himself or by any subcontractor, or by any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
(1)
Automobile Public Liability Insurance in an amount not less than FIVE
HUNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000. for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer ~nsudng the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
30
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 220B of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct fi'om the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty ora misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN fi'om all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties fi'om any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
32
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to furnish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
33
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed from the site.
The Contractor expressly warrants that his equipment shall be free fi'om any, and agrees to
correct any defects immediately.
34
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold fi.om the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN from loss due to defective work not remedied; or
To protect the TOWN fi.om loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If:
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
35
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To frequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions from the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization from the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work tinder this Contract, nor assign or
transfer any work or money due under this contract without first obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
1N WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
37
LEGAL NOTICE
NOTICE TO B1D~BERS
PLEASE TAKE NOTICE Tlt^f
sealed bids will be r~eived by ~ Town
Bo,ud, on behalf of ~ Town of
So~ath~oid, i~ tbe Town 1-hll, 53095 Main
Road, Southold, New York 11971, ~o~
later than 10:00 a.m., Thursday,
February 13, 2003 at which time they
for the following project:
SCAVENGER WASTE
TREATMENT FACILITY
WASTE TRANSPORT
AND DISPOSAL
A non-rcfuedable fec of Twenty-
Five Dollars ($25.00) payable to the
Town of $outhold will be required for a
set of specifications. The above rnfcr-
enced specifications may be seen at or
pwcured from the office of the Town
Clerk, 53095 Main Road, Southold,
New York 11971.
Each bid shall be accompanied by a
non-collusive bid certificate and bank
draft or ceffified check in the amount of
The Town Board reserves thc right to
and all informality in any bid should it
Town of $outhoid to do so.
All bids must be signed and sealed in
envelopes plainly marked "Bid on
Scavenger Waste Transport", and sub-
mitted to the Office of the Town Clerk.
The bid price shall not include any tax,
Town of Southold is exempt.
Dated: October 22, 2002
SOUTHOLD TOWN CLERK
STATE OF NEW YORK)
)SS:
..~U~.4/TY QF SUFFOLK)
.~/,~'~-//'/~--~"d;=~.'"~-._ of Mattituck, in said
county, being duly sworn, says that he/she is
Principal clerk of THE SUFFOLK TIMES, a weekly
newspaper, published at Mattituck, in the Town of
Southold, County of Suffolk and State of New York,
and that the Notice of which the annexed is a printed
copy, has been regularly published in said Newspaper
once each week for / weeks succes-
sively, co~mmencing on the ~ day
of ~.,~/~.~ 20~'.L~
y ~ncipal Clerk
Sworn to before me this
day of TT.J-r~ 20 ~
LAURA [--. BONDARCHUK
Notary Public, State of New
No 01 B06067958
Q:ialified in Suffolk Ooui'lty
My Commission Expires Dec. 24, 20_~~)
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on
behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New
York 11971, not later than 10:00 A.M., Thursday, February 13, 2003 at which time
they will be publicly opened and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refimdable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold
will be required for a set of specifications. The above referenced specifications, may be
seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New
York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or
certified check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of Southold to
do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger
Waste Transport", and submitted to the Office of the Town Clerk. The bid price shall
not include any tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 23, 2003, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN
CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
Scavenger Waste Plant R. Bednoski
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly
that on the I ~ day of ~ , 2003 she affixed a notice of
sworn,
says
0~
which the annexed printed notice is a true copy, in a pro-per and substantial manner, in a
most public place in the Town of Southold, Suffolk County, New York, to wit: Town
Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, New York.
Legal Notice -Notice to Bidders for Year 2003 Bid for" Scavenger Waste Treatment
Facility Waste Transport And Disposal ", bid opening at 10:00 a.m., Thursday,
February 13, 2003.
tl~zabeth A. Neville /
Southold Town Clerk
Sworn to before
~_~___day of
~ ot~eubl?c
LYNDA M. BOHN
NO'I'ARY PUBLIC, State of New York
No. 01B06020932
Qualified in Suffolk Count~
Terrll Expires March 8, 20 ~
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)
(Corporate Title)
(if any)
Printed Name
Company Name
Address
Bid on YEAR 2003 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAL
CONSTRUCTION INFO - 800 962-0544
DODGE REPORTS 293-5456
BROWN'S LETTERS 244-9576
BURRELLE'S INFO - 800 524-3329
DATA CONSTRUCTION 888 232-9941
BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145
January. 14~ 2003
"BIDS" ADVERTISEMENT/PUBLICATION
Number of Pages (including cover): 3
If total transmittal is not received, please call 631 765-1800.
COMMENTS:
Please acknowledge receipt of this information by signing below and returning a faxed copy to
me at 631 765-6145, attention: Betty Neville.
Thank you.
Received by Date
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 21 OF 2003 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JANUARY 7, 2003:
RESOLVED that the Town Board of the Town of Southold hereby reiects any and all bids
received at the December 19~ 2002 bid opening of 2003 Scavenger Waste
Removal/Transport, and be if further
RESOLVED that thc Town Clerk hereby be authorized and directed to re-bid the 2003
Scavenger Waste Removal/Transport bid.
Elizabeth A. Neville
Southold Town Clerk
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTR. AR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFOi~EViATION OFFICER
Town Hall, 53095 Ma~n Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
2003 SCAVENGER WASTE RE. MOVAL & TRANSFER
BID OPENING
10:00 A.M., Thursday, December 19, 2002
Received One (1) Bid Only:
Earthcare Company of New York
972 Nichol's Road
Deer Park, N.Y. 11729
Item # I $196,988.00; Item #2 $223,850.00 Total Sum: $420,838.00
,,,
F'ARTHCARE COMPANY DEBTOR IN POSSESSION
RECEIVED
DEC 1 9 2~02
Southold Town Cie&
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTI4OLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the~_Owner, the~Lo..eat!qn, the Date of Co~ction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a slmilar nature constructed a~d/or pefformedbY' the undersigned, and which has been
completed and in operation for a period of not less than one CO year (minimum of five (5) such
projects):.,
A~DRESS:
8
EIVED
DEC 20O2
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
ITEM 1 - Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport to
and dispose of approximately 2,200,000 gallons of scavenger waste to an approved disposal
location for a contract period between April 1, 2003 to December 31, 2003.C°r
oSqSq
PRICE PER GALLON %,~'~ Z~ fO flr'a~Jc ~i~J~" ~ II~'~Or ~-2~OU-O ~ i~[~)OLLARS
ITEM 2 - Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to remove, transport
and dispose of approximately 2,500,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between January 1, 2003 to December 31, 2003.
The Town will notify the contractor within the 90 day period prior to expiration of Item I if~t
will select this alternate bid. F' .~,~q,~,t ~'~ '~
DOLLARS
l0
PROPOSAL
TOWN OF SOUTHOLD
.SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIIVIE: 10:00 A.M.
ITEM 3 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
FACILITY
ADDRESS:
FACILITY CONTACT
FACILITY CONTACT PHONE
NU ER: q 6&-q e'6
TOTAL BID (SUM OF ITEMS 1 AND 2)
a - I '1
U~t pfice~ bid per gallon shall be used as additions or deductiom b~ed on ~e actual
qu~ti~ of scaveng~ w=te remov~ ~d ~Dosed of. Work must enmenc, M~ fiw (5)
comecutiw c~d~ days a~er notice to proceed.
The Town hereby reserves the fight to select the Total Bid or reject a bid if a contractor's
stated unit prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
ROpOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OK
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS: b3~ ,'6%-COO'L- , EMERGENCY:
13
pROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
inderrmifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAIVlE
NAME OF
BIDDER
BUSlNESS ADDRESS QF
DATED AT:
THE . _
~ elS%AY OF ~"~'~C: t ,2002.
14
pROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each pan'y ~hereto certifies as to its own orgmization, under
penalty of perjury, that to the best of its knowledge and beliefi
(a) The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: October 22, 2002.
Respectfully submitted,
FIRM
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting fo~h in detail the reasons therefor.
Indicate if statement is attached:
12~0~002
License Type/Fee Type License #
Bid Specifications & Fees 1
(2003 Boiler)
Town Of Southold
General Licensing Report
For License Type: Bid Specifications & Fees
Date Range: 11/10/2002 to 12/20/2002
Page:
Issue Date/
Expiration Date Licensee
Total Notes
1 2/12/2002
Kolb, Mechanical
P.o. Box 106
Mattituck, NY 11952
$10.00
Bid Specifications & Fees 10
(2003 Boiler)
Bid Specifications & Fees
(2003 Boiler)
Bid Specifications & Fees
(2003 Scavenger Waste
Removal)
Bid Specifications & Fees
(2003 Boiler)
Bid Specifications & Fees
(2003 Boiler)
2
2003-1
22440
3
12/19/2002
12/12/2002
12/03/2002
12/17/2002
12/16/2002
Dominion, Construction Corp.
108 Allen Blvd.
Farmingdale, NY 11735
$10.00
(631) 249-0888
Petro, Oil Co $10.00
30 Old Duck Road
Yaphank, NY 11980
(516) 686-1600
41 Sandpiper Lece
Coram, NY 11272
732-8631
(631)
Heating, & Pipine Specialties $10.00
P~r."'Box 477
Laurel, NY 11948
(631) 298-2006
East, Coast Mechanical
'~,O '8'and r a Ave.
West Islip, NY 11795
$10.00
Bid Specifications & Fees
(2003 Boiler)
4
12/16/2002
Best, Quality Water Corp.
P.o. Box 1215
Mattituck, NY 11952
$10.00
Bid Specifications & Fees
(2003 Boiler)
Bid Specifications & Fees
(2003 Boiler)
5
1 2/17/2002
12/18/2002
Reel, Mechanical Contractors
~ Keyland Court
Bohemia, NY 11716
(631) 588-1350
Baxter, Plumbing
5805 Main Bayview Rd.
Southold, NY 11971
$10.00
$10.00
Bid Specifications & Fees
(2003 Boiler)
1 2/19/2002
Cole, Mechanical
119 Lake Drive
Mahopac, NY 10541
(845) 621-9288
$10.00
Quantity Sub Total: 10
Amount Sub Total: $115.00
Quantity Grand Total: 10
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
2003 SCAVENGER WASTE REMOVAL & TRANSFER
BID OPENING
I0:00 A.M., Thursday, December 19, 2002
Received One (1) Bid Only:
Earthcare Company of New York
972 Nichol's Road
Deer Park, N.Y. 11729
Item # I $196,988.00; Item 02 $223,850.00 Total Sum: $420,838.00
EARTHCARE COMPANY DEBTOR IN POSSESSION
PLEASE DETACH AND RETAIN THIS STATEMENT-ATTACHED CHECK IS IN PAYMENT OF ITEMS DESCRIBED ABOVE.
RECEIVED
DEC 19 2o0~
Southold Tovm Cie&
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
'The following is a list showing the name of the Owne..r, the Location, the Date o£Co_n.s_.t3~u, ction
Md/or Performance, a General Description oftl~ Work, and the Amottnt of the Contract Work
of a similar nature constructed ~d/or performed by. the undersigned, and which has been
completed and in operation for v. period of not less than one (1) year (minimum of five (5) such
projects): ..
A~DRESS:
{~E¢ ] ~ 2002 PROPOSAL
TOWN OF SOUTHOLD
'S~thold Tort,, Cledl SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion off
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
ITEM 1 - Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, equipment, permits and supplies necessary to-remove, transport to
and dispose of approximately 2,200,000 gallons of scavenger waste to an approved disposal
location for a contract period between April 1, 2003 to December 31, 2003.
PRICE PER GALLON ~1~.~- Z~ r0 fi&+ ~ i/~- ~ 0~)f- G GeD ~ ~)0LLARS
~TEM 2 - Scavenger W~tc Removal ~d Tr~spo~ to ~ Approved Disposal Location
Furnishing all labor, materials, equipment, pemaits and supplies necessary to remove, transport
and dispose of approximately 2,500,000 gallons of scavenger waste to an approved disposal
location for a twelve (12) month contract period between January 1, 2003 to December 31, 2003.
The Town will notify the contractor within the 90 day period prior to expiration of Item I if~t
will select this alternate bid.k~tr' ~ c{ ~ c{ ~!'x~,
PRICE PER GALLON gi/~f ~¥O Ct~et4~ J~iD~ ~0~- ~0 r C~l~b {)~ G~}}2~OLLARS
lo
PROPOSAL
":3, ~;I' (i ]? SOUTHOLD
! iJ ;F( ,1.31; ( ~OUNTY, NEW YORK
IOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
] 5]! } ! ! · ] ~)BNTIFICATION OF APPROVED DISPOSAL LOCATION,
A: 1][;'I] d:ONTACT
A: ;:1 ;1 ~. CONTACT PHONE
I
(; n t prices bid per Ballon shall be used ~ ¢ditions or d~ucfio~ b~ed on the ae~al
u~ ~d ;,, y scavenger w~te removed ~d disposed of. Work m~t co~enee wi~n five (5)
m ~(x t:(:;~ 3 ,::flend~ days a~er notice to proceed.
own hereby reserves the ngh to select the Total Bid or reject a bid if a contractor,s
prices are evaluated as unreasonable.
;; 13 :, I?own also reserves the right to void this contract after fifteen days notice.
11
ROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM TI-IE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS: (~-~ ~z~o--60(Y'c- , EMERGENCY:
13
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter into a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice fi.om the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice fi.om the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said check or bid bond will be returned to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME
ADDRESS
NAME OF
BDDER
BUSINESS ADDRESS
BIDDER
DATED AT:
_LTHE ~ C~%AY OF
,2002.
14
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person si~ing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and belief:
(a) The prices in this bid have been independently arrived at without collusion,
cousultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for th~s project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
paxtnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Soathold, New York
Dated: October 22, 2002.
Respectfully submitted,
F/RM
TITLE
If thi:~ bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that
sealed bids will be received by the
Town Board, on behalf of the Town
of Southold, in the Town Hall, $3095
Main Road, Southold, New York
11971, not later than 10 a.m.,
Thursday, l)eeember 19, 2002 at
which time they will be publicly
opened and read aloud, for the fol-
lowing project:
SCAVENGER WASTE
TREATMENT FACILITY
WASTE TRANSPORT
AND DISPOSAL
A non-refundable fee of Twenty-
Five Dollars (S25.00) payable to the
Town of Southold will be required
for a set of specifications. The above
referenced specifications, may be
seen at or procured from the office of
the Town Clerk, 53095 Main Road,
Southold, New York 11971.
]Each bid shall be accompanied by
a non-collusive bid certificate and
bank draft or certified check in the
amount of $500.00.
The Town Board reserves the right
to reject any and ali bids and waiv6
any and ali informality in any bid
should it be deemed in the best inter-
est of the Town of Southold to do so.
All bids must be signed and sealed
in enveinEes plainly marked "Bid on
Scavenger Waste Transport", and
submitted to the Office of the Town
Clerk, The bid price shall not include
any tax, federal, state, or local, fxom
which the Town of Southold is
~xempt.
Dated: Octol~ 22, 21B2
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
?na~-tT N27
STATE OF NEW YORK)
)SS:
C~ QF SUFFOLKL ~
~,~-/¢//~x../t'/~/_-~'~'~,~ of Mattituck, in said
county, being duly sworn,-says that he/she is
Principal clerk of THE SUFFOLK TIMES, a weekly
newspaper, published at Mattituck, in the Town of
Southold, County of Suffolk and State of New York,
and that the Notice of which the annexed is a printed
copy, has been regular y published in said Newspaper
once each week for / weeks succes-
,.~>/ day
sively, .com.menc!ng on the
of~ 20
/~' ~drincipal Clerk
Sworn to before me this ~ ~7
day of ~. 20~,~
LAURA E. BONDARCHUK
Notary Public, Stale of NewYorK
No 01B06067958
Qualified in Suffotk County /~ -
My Commission Expires Dec. 24, 20~'3
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on
behalf of the Town of Southold, in the Town Hall, 53095 Main Road, Southold, New
York 11971, not later than 10:00 A.M., Thursday, December 19, 2002 at which time
they will be publicly opened and read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold
will be required for a set of specifications. The above referenced specifications, may be
seen at or procured from the office of the Town Clerk, 53095 Main Road, Southold, New
York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or
certified check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all
informality in any bid should it be deemed in the best interest of the Town of Southold to
do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not
include any tax, federal, state, or local, fi'om which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON NOVEMBER 27(?), 2002, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN
CLERK, TOWN HALL, P.O. BOX 1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
II
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 ~t~..~r~ day of ]~(Ot ) ,2002 she affixed a notice of
which the annexed printed notice is a tree 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, Southold Town Hall, 53095 Main Road, Southold, New York.
Legal Notice -Notice to Bidders for Year 2003 Bid for" Scavenger Waste Treatment
Facility Waste Transport And Disposal ", bid opening at 10:00 a.m., Thursday,
December 19, 2002.
Nevillet/
Southold Town Clerk
Sworn to before me this
~'~o~ dayof &IOO
~ ' (] N~-~'aryPublic
~uaflft~:l In Suffolk
Expires March 8,
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)
(Corporate Title)
(if any)
Printed Name
Company Name
Address
Bid on YEAR 2003 SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
Nov-22-O2 O1:14P P.O1
22/11 '0R FRI 12:21 FAX Sl 35 $145 SOUTHOLI) Cllll( -~-,-~ SUffolk Times [~001
Town H,~I, 53095 M~in Roacl
P.O. ~ 1179
~outhold, l~w York 11971
F~x (631) 765.61&1~
Talaphm~Q (6il) 765-1800
~uilloldt~wn.northfork.net
OFFICE OF 'l'~t~ 'IOW'iN' CLERK
TOWN OF $0UTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAL
THE SUF-~OLK TIM~S A'I~F: JOAN ANN
11/22/2002
LEG~t~L NOTICES I?OR PUBLICATION IN 2002
Number of pages being faxcd ~ including coverpage
Ii'total ITansmittal is not r~c¢ivcd, please call 631 '/65-1g00.
Bids: Scav~s~ waste
P/.F.,~£ ACKNOWLEDGE P~CEIPT 0~ THIS LEGAL NOTICI~ ~F/'ti~/N ONE (1) HOU~
BY SIGNING BF-I.,OW AND RETUR.NiNG BY FAX TO 76~-6~,~, ATTENTION: BETTY
NEVILLE. TH~ YOU.
Received By
Datc
22/11 '02 FRI 12:22 FAX 516 765 6145 SOUTROLD CLERK ~001
*** TX REPORT
TRANSMISSION OK
TX/RX NO
CONNECTION TEL
CONNECTION ID
ST. TIME
USAGE T
PCS. SENT
RESULT
3979
2983287
Suffolk Times
22/11 12:21
00'50
2
OK
ELIZABETH A. NEVILLE
T Ol;~i'q CLEI{K
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall. 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
~outholdto wn,nor th fork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAL
THE SUFFOLK TIMES ATT: JOAN ANN
LYNDA M. BOHN
11/22/2002
LEGAL NOTICES FOR PUBLICATION IN 2002
Number of pages b~ing faxed 2 including cover page
If total transmittal is not received, please call 631. 765-1800.
Bids: Scavenger Waste
PLF.,4SE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE FFITtFIN ONE (1) HOUR
BY SIGNING BELOW AND RETURNING BY FAX TO 765-61,~5, ATTENTION: BETTY
NEVILLE. THANK YOU.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAL
CONSTRUCTION INFO - 800 962-0544
DODGE REPORTS 293-5456
BROWN'S LETTERS 244-9576
BURRELLE'S INFO - 800 524-3329
DATA CONSTRUCTION 888 232-9941
BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145
November 22, 2002
"BIDS" ADVERTISEMENT/PUBLICATION
Number of Pages (including cover): 2
If total transmittal is not received, please call 631 765-1800.
COMMENT S:
Please acknowledge receipt of this information by signing below and returning a faxed copy to
me at 631 765-6145, attention: Betty Neville.
Thank you.
Received by Date
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.nor th fork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAL
THE SUFFOLK TIMES ATT: JOAN ANN
LYNDA M. BOHN
11/22/2002
LEGAL NOTICES FOR PUBLICATION IN 2002
Number of pages being faxed 2 including cover page
If total transmittal is not received, please call 631 765-1800.
Bids: Scavenger Waste
PLEASE ACKNOWLEDGE RECEI]?T OF THIS LEGAL NOTICE F/ITHIN ONE (1) HOUR
BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY
NEVILLE. THANK YOU.
Received By Date
INVITATION TO BIDDERS FOR
THE FOLLOWING PROJECT:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
BID OPENING: 10:00 A.M.THURSDAY~ DECEMBER 19~ 2002
INDEX
TOWN OFSOUTHOLD
CONTRACT
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE
SCAVENGER WASTE TREATMENT FACILITY
Page Number
INDEX PAGE
NOTICE TO BIDDERS
INSTRUCTIONS FOR BIDDERS/WAGE RATES
QUALIFICATIONS OF BIDDER
PROPOSAL
BUILDER'S RISK INSURANCE
GENERAL CONDITIONS
SECTION 13219- SCAVENGER WASTE REMOVAL,
TRANSPORTATION AND DISPOSAL
CONTRACT
2
3
4-7
8
9-15
16
17-21
22 - 24
25 - 38
2
LEGAL NOTICE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that sealed bids will be received by the Town Board, on behalf of the
Town of Southold, in the Town Hall, 53095 Main Road, Southold, New York 11971, not later
than 10:00 A.M., Thursday, December 19, 2002 at which time they will be publicly opened and
read aloud, for the following project:
SCAVENGER WASTE TREATMENT FACILITY
WASTE TRANSPORT AND DISPOSAL
A non-refundable fee of Twenty-Five Dollars ($25.00) payable to the Town of Southold will be
required for a set of specifications. The above referenced specifications, may be seen at or
procured from the office of the Town Clerk, 53095 Main Road, Southold, New York 11971.
Each bid shall be accompanied by a non-collusive bid certificate and bank draft or certified
check in the amount of $500.00.
The Town Board reserves the right to reject any and all bids and waive any and all informality in
any bid should it be deemed in the best interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on Scavenger Waste
Transport", and submitted to the Office of the Town Clerk. The bid price shall not include any
tax, federal, state, or local, from which the Town of Southold is exempt.
Dated: October 22, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON NOVEMBER 27, 2002, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, P.O. BOX
1179, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Dodge Reports
Browns Letters
Burrelle's Information Services
Data Construction
Town Clerk's Bulletin Board
3
INSTRUCTIONS TO BIDDERS/WAGE RATES
1. RECEIPT AND OPENING OF BIDS
The Town Board, of the Town of Southold, Southold, New York (herein called the
"Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in
appropriately and completely including the attached non-collusive bidding certificate.
Proposals shall be enclosed in opaque sealed envelopes plainly marked, TOWN OF
SOUTHOLD, NEW YORK, PROPOSAL FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY, and the name and address of the bidder. Bids may be forwarded by mail at the sole
risk of the Contractor. If mailed, they must be registered and the sealed envelope containing the
proposal and marked as directed above, must be enclosed in another envelope properly addressed
for mailing.
The Town may consider informal any bid not prepared and submitted in accordance with
the provisions hereof, and may waive any information in or reject any and all bids. Any bid may
be withdrawn prior to the above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified, shall not be
considered.
2. DESCRIPTION OF THE WORK
Said work is more particularly described in the attached specifications. The specifications
are attached to and are a part of the contract documents.
3. PREPARATION OF PROPOSAL
Proposals shall be submitted on the prescribed form. All blank spaces for unit prices,
lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both
words and figures.
4. ERRORS IN BID
In the event there is a discrepancy between the unit prices and/or lump sums written in
words and written in figures, the unit prices and/or lump sum written in words will govern. In the
event there is a discrepancy between the unit price and the total price for a particular item, the
unit-price will govern.
5. APPROXIMATE QUANTITIES
The quantities given in the proposal are approximate only, being given as a basis for the
uniform comparison of bids, and the Town does not expressly or by implication agree that the
actual amount of work will correspond therewith.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
The actual quantities of materials used will be measured on site of work by the Engineer
or his representative.
6. BIDDERS TO CHECK APPROXIMATE QUANTITIES
Bidders must satisfy themselves by personal examination of the location of the proposed
work, and by such other means as they may choose, as to the actual conditions and requirements
of the work and the accuracy of the estimate of the Town, and shall not, at any time after the
submission of a bid, dispute or complain of such statement or estimate of the Town, nor assert
that there has been any misunderstanding in regard to the nature or amount of the work to be
done.
7. PRICES NOT CHANGED BY CHANGE IN QUANTITIES
An increase or decrease in the quantity for any unit price item shall not be regarded as
sufficient grounds for an increase or decrease in the unit price of that item, nor in the time
allowed for the completion of the work, except as provided in the Contract.
8. INTENT OF CONTRACT DOCUMENTS
The intent of the Contract Documents is to obtain a complete job, satisfactory to the
Town. It shall be understood that the bidder has satisfied himself as to the full requirements of
the Contract, and has based his proposal upon such understanding. Compensation for all work
and materials required to complete the Contract shall be considered included in the various unit
price and lump sum bids on the items as listed in the proposal.
9. CONDITIONS OF WORK
Each bidder must inform himself fully of the conditions relating to the construction and
labor under which the work will be performed; failure to do so will not relieve a successful
bidder of his obligation to furnish all material and labor necessary to carry out the provisions of
the Contract Documents and to complete the contemplated work for the consideration set forth in
his bid.
At the time of the opening of bids, each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents, including all
addenda. The failure or omission of any bidder to receive or examine any form, instrument or
document shall not relieve any bidder from any obligation in respect of his bid. Site inspection
shall include surface and subsurface conditions.
5
INSTRUCTIONS TO BIDDERS/WAGE RATES (CONT'D)
Bidders are notified that it is obligatory upon them to obtain by their own means information
which they may require as to the existing physical conditions. The Town will make available to
the bidder any information obtained by investigations previous to opening bids, but makes no
guarantee with respect to the accuracy of such information, and each bidder in bidding represents
that he relies exclusively upon his own investigations and he makes his bid with a full knowledge
of all conditions, and the kind, quality and quantity of work required.
10. QUALIFICATION OF BIDDERS.
The Town may make such investigations as it deems necessary to determine the ability of
the bidder to perform the work, and the bidder shall furnish the Town all such information and
data requested for this purpose.
11. BID SECURITY
Each bid shall be accompanied by a certified check or bank draft payable To The Order
of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid
bond executed by the bidder and an acceptable surety on the Form of Bid Bond attached hereto,
duly executed by the bidder as principal and having as surety thereon a surety company approved
by the Town, in an amount not less than five hundred dollars. Such bid security will be promptly
returned to all except the three lowest bidders within three (3) days after the opening of bids, and
the remaining bid security will be returned promptly after the Town and the accepted bidder have
executed the Contract, or if no Contract has been so executed, within 90 days after the date of the
opening of bids, upon demand &the bidder at any time thereafter so long as he has not been
notified of the acceptance of his bid.
12. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
The successful bidder, upon his failure or refusal to execute and deliver the Contract,
insurances and bonds required within five (5) days (Saturdays and Sundays excepted) after he
has received notice of the acceptance &his bid, shall forfeit to the Town as liquidated damages
for such failure or refusal, the security deposited with his bid.
13. BASIS OF AWARD
The Contract will, at the discretion of the Town be awarded on the basis of competitive
bids to the lowest responsible bidder.
It is the purpose of the Town not to award the Contract to any bidder who does not
furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability,
experience and plant to enable him to prosecute the work successfully, and to fulfill all the
requirements of the Contract.
INSTRUCTIONS TO BIDDERS/WAGE RATES (CON'
14. REJECTION OF BIDS
The Town reserves the right to reject any or all bids, or to accept any bid should it deem
it to be for its best interest so to do. Bids not prepared and submitted in accordance with the
provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure;
or which contain additions not called for, erasures, alterations or irregularities of any kind, may
be rejected as informal.
15. POWER OF ATTORNEY
Attorneys in fact who sign contract bonds must file with each bond a certified copy of
their power of attorney to sign said bonds.
16. VISIT TO SITE
THE CONTRACTOR IS REQUIRED TO VISIT THE WORK SITE PRIOR TO
SUBMITTING HIS BID.
17. SPECIFICATIONS FEE
The Twenty-five Dollars ($25.00) fee for each set of specifications is non-refundable.
18. LABOR RATES
The Contractor shall pay not less than the minimum hourly wage rates on this Contract as
established in accordance with Section 220 of the Labor Law and in accordance with all other
applicable laws.
19. PERFORMANCE BOND
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
QUALIFICATIONS OF BIDDERS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
The following is a list showing the name of the Owner, the Location, the Date of Construction
and/or Performance, a General Description of the Work, and the Amount of the Contract Work
of a similar nature constructed and/or performed by the undersigned, and which has been
completed and in operation for a period of not less than one (I) year (minimum of five (5) such
projects):
FIRM NAME:
ADDRESS:
SIGNED BY:
TITLE:
8
PROPOSAL
TO THE TOWN BOARD, TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW
YORK, acting for and on behalf of the TOWN OF SOUTHOLD.
BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or
persons interested in this bid or proposal as principal or principals is or are named herein; and
that no other person than herein named has any interest in this proposal or in the contract
proposed to be taken; that this bid or proposal is made without any connections with any other
person or persons making a bid or proposal for the same purpose; that the bid or proposal is in all
respects fair and without collusion or fraud; that it has examined the site of the work, the
Contract and Specifications and the Drawings referred to; and has read the Notice to Bidders,
Information for Bidders and General Conditions hereto attached and fully understands all the
same; and it proposes and agrees, if this proposal is accepted, it will contract with the TOWN
BOARD of the TOWN OF SOUTHOLD in the Contract accompanying this bid to perform all
the work required in accordance with the Plans and as mentioned in said foregoing Information
for Bidders, General Conditions, Notice to Bidders, Contract and Specifications; and it will
accept in full payment therefor the following sums to wit:
9
PROPOSAL
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
BASE BID
The undersigned further understands and agrees that he is to furnish all labor, material,
equipment, permits, supplies and other facilities necessary and required for the execution and
completion of:
REMOVAL, TRANSPORTATION AND DISPOSAL
OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT FACILITY
in strict accordance with the contract documents for:
ITEM 1 - Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing all labor, materials, e~quipment, permits and supplies necessary to remove, transport to
and dispose of approximately 2!I/00,000 gallons of scavenger waste to an approved disposal
location for a contract period between April 1, 2003 to December 31, 2003.
PRICE PER GALLON
TOTAL
DOLLARS
DOLLARS
ITEM 2 - Scavenger Waste Removal and Transport to an Approved Disposal Location
Furnishing ~.aterials, equipment, perm~d supplies necessary to remove, transport
and dispose of approx~l,~tely 2,500,000 gallons of slinger waste to an approved disposal
location for a twelve (12)'t~th contract period betwee/t'~I~uary 1, 2003 to December 31, 2003.
The Town will notify the conf~or within the 90 day perio~or to expiration of Item I if it
will select this alternate bid. ~ '~
PRICE PER GALLON ~_~..._~ ~ DOLLARS
TOTAL DOLLARS
l0
PROPOSAL
TOWN OFSOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
ITEM 3 - IDENTIFICATION OF APPROVED DISPOSAL LOCATION,
FACILITY
NAME:
FACILITY
ADDRESS:
FACILITY CONTACT
PERSON:
FACILITY CONTACT PHONE
NUMBER:
TOTAL BID (SUM OF ITEMS 1 AND 2)
TOTAL
DOLLARS
Unit prices bid per gallon shall be used as additions or deductions based on the actual
quantity of scavenger waste removed and disposed of. Work must commence within ftve (5)
consecutive calendar days after notice to proceed.
The Town hereby reserves the right to select the Total Bid or reject a bid ifa contractor's
stated trait prices are evaluated as unreasonable.
The Town also reserves the right to void this contract after fifteen days notice.
THE CONTRACT PERIOD WILL BE FOR A PERIOD OF NIINZ (9) MONTHS UNDER
ITEM 1, A PERIOD OF TWELVE (12) MONTHS UNDER THE ALTERNATE BID ITEM 2,
AND A PERIOD OF TWENTY ONE (21) MONTHS UNDER ITEM #3. IF THE
CONTRACTOR DOES NOT PERFORM THE WORK WITHIN FIVE (5) CALENDAR DAYS
OF BEING NOTIFIED BY THE TOWN of SOUTHOLD TO REMOVE SCAVENGER
WASTE, THE CONTRACTOR WILL BE SUBJECT TO LIQUIDATED DAMAGES IN THE
AMOUNT OF FIVE HUNDRED DOLLARS ($500.00) PER DAY FOR EACH AND EVERY
CALENDAR DAY BEYOND FIVE (5) DAYS. THE CONTRACTOR MUST POST A
PERFORMANCE BOND IN AN AMOUNT OF 25% OF THE TOTAL BID PRICE.
PROPOSAL (CONT'D.)
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
REMOVAL, TRANSPORTATION AND DISPOSAL OF SCAVENGER WASTE
FROM THE SCAVENGER WASTE TREATMENT FACILITY
BID DATE: DECEMBER 19, 2002
TIME: 10:00 A.M.
THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING
ADDENDA (IF ANY):
ADDENDUM NO.
DATED
CONTRACTOR:
ADDRESS:
SIGNED BY:
TITLE:
DATE:
FEDERAL ID NO. OR
SOCIAL SECURITY NO.:
TELEPHONE NO: BUSINESS:
_, EMERGENCY:
PROPOSAL
Enclose certified check or bid bond for five hundred dollars as stipulated in the foregoing
Information for Bidders.
The Bidder hereby agrees to enter imo a Contract within seven (7) days (Saturdays and Sundays
excepted) after due notice from the Town Board, Town of Southold, that the Contract has been
awarded to it and is ready for signature; such notice to be given in writing within ninety (90)
days of opening of the bids and, on the signing of such Contract by the Bidder, to furnish the
indemnifying bonds as provided in the Contract.
The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract
in accordance with this bid within ten (10) days after due notice from the Town Board that the
Contract has been awarded to it and is ready for signature, as given in accordance with the
Information for Bidders and/or its failure to execute and deliver the bond as provided in said
Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the
Town Board shall (at the option of said Board) become due and payable as ascertained and
liquidated damages for such default; otherwise, said cheek or bid bond will be retnmed to the
undersigned.
The full names and residences of all persons and parties interested in the foregoing bid as
principals are as follows:
NAME ADDRESS
NAME OF
BIDDER
BUSINESS ADDRESS OF
BDDER
DATED AT:
THE
DAY OF
,2002.
~4
PROPOSAL
NON-COLLUSIVE BIDDING CERTIFICATE
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies;
and, in the case of a joint bid, each party thereto certifies as to its own organization, under
penalty of perjury, that to the best of its knowledge and beliefi
(a)
The prices in this bid have been independently arrived at without collusion,
consultation, communication or agreement with any other bidder or with any
competitor for the purpose of restricting competition as to any matter relating to
such prices with any other bidder or with any competitor.
Co)
Unless otherwise required by law, the prices which have been quoted in this bid
proposal have not been knowingly disclosed and will not be knowingly disclosed
by the bidder, directly or indirectly, to any other bidder or competitor prior to the
opening of the bids for this project; and
(c)
No attempt has been or will be made by the bidder to induce any other person
parmership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
Southold, New York
Dated: October 22, 2002.
Respectfully submitted,
FIRM
NAME:
FIRM ADDRESS:
SIGNED
BY:
TITLE:
If this bidder cannot make the foregoing certification, a statement signed by the bidder is
attached setting forth in detail the reasons therefor.
Indicate if statement is attached:
15
BUILDERS RISK INSURANCE~ INDEMNITY~ LIMITATION OR LIABILITY
1. BUILDERS RISK INSURANCE
The Contractor shall purchase and maintain during the course of construction until
issuance of the "APPROVAL OF FINAL PAYMENT", an ALL RISK. Builders Risk coverage
insurance policy in the full amount of the contract. The policy shall name as co-insureds the
CONTRACTOR and the OWNER. The original copy of the policy shall be delivered to the
OWNER, stamped PREMIUM PAID.
2. INDEMNITY
The Contractor and all sub-contractors performing work in connection with this contract
shall HOLD -HARMLESS, INDEMNIFY and defend the OWNER, their consultants, and each
of their officers, agents and employees from any and all liability, claims, losses or damage
arising out of or alleged to arise from the Contractor's or sub-contractor's negligence in the
performance of the work described in the contract documents, but not including liability that may
be due to the sole negligence of the OWNER or its officers, agents and employees.
3. LIMITATION OF LIABILITY
The Contractor and all sub-contractors agree to limit the liability of the OWNER due to
the Owner's professional negligent acts, errors, or omissions, such that the total aggregate
liability of the Owner to those named shall not exceed Fifty Thousand Dollars ($50,000.), or 5%
of the contract award amount, whichever is greater.
GENERAL CONDITIONS
1.0 GENERAL CONDITIONS
The "General Conditions" are hereby made a part of these Specifications and are attached herein.
Where any article of the General Conditions is supplemented hereby, the provisions of such
article shall remain in effect. All the supplemental provision shall be considered as added thereto.
Where any such article is amended, voided or superseded thereby, the provisions of such article
not so specifically amended, voided or superseded shall remain in effect.
Work, materials, plant, labor and other requirements :of the General Conditions shall be
furnished by the Contractor. No direct payment shall be made for these General Conditions, and
payment shall be deemed to be included in the Contract price of the various items of the entire
Contract.
2.0 CONTRACT DOCUMENTS
The Contract Documents include, but are not limited to, the General Conditions, General
Specifications, Detailed Specifications, Plans, Proposal, Contract and other sections as are either
cited on the index page(s) or actually included in the bound documents.
Each section of the Contract Documents is intended to be complementary to the other sections.
It is intended that they include all items of labor and materials and everything required and
necessary to complete the work, even though some items of work or materials may not be
particularly mentioned in every section or may have been inadvertently omitted from the
Drawings or Specifications or both.
3.0 APPROVAL OF SUBCONTRACTORS AND MATERIALS
Prior to commencing any work under this Contract, the Contractor shall submit to the Town for
approval a list of all the subcontractors and material suppliers it proposes to use for this Contract.
No subcontractor or material supplier will be permitted to deliver materials or perform any work
on this Contract until it has been approved by the Town.
17
GENERAL CONDITIONS (CONT'D.)
4.0 INTERPRETATION OF DRAWINGS, ETC.
In the event of discrepancies between the Drawings and the Specifications, the following order
shall be given preference when making interpretations
(a) Addenda (later dates to take precedence over earlier dates);
(b) Drawings (schedules or notes to take precedence over other data shown on
Drawings);
(c) Detailed Specifications
(d) General Specifications
(e) General Conditions
All work that may be called for in the Specifications, shall be furnished and executed by the
Contractor. Should any work or material be required which is not denoted in the Specifications,
either directly or indirectly, but which is necessary for he proper carrying out of the intent
thereof, it is understood and agreed that the same is implied and required, and that the Contractor
shall perform such work and furnish such materials as if they were completely delineated and
described.
5.0 ADDITIONAL WORK
Additional work, if required to be performed under this contract, will be in accordance with the
applicable paragraphs of the Contract. The Engineer shall be the sole judge as to whether such
work was intended as part of the Contract or is in addition thereto.
6.0 OCCUPATIONAL SAFETY AND HEALTH ACT
The Contractor shall meet all standards of the Occupational Safety and Health Act of 1970, and
subsequent revisions. This shall include, but not be limited to, the following areas:
Sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective
equipment, fire protection, waste disposal, electrical hazards, scaffolds and
ladders, floor holes and wall openings, heavy equipment and permit-required confined spaces.
All specific requirements of the Act shall be adhered to.
7.0 SAFETY PROVISIONS
The Contractor shall take every precaution and shall provide such equipment and facilities as are
necessary or required for the safety of its employees. In case of an accident, first aid shall be
GENERAL CONDITIONS (CONT'D.}
administered to any who may be injured in the progress of the work. In addition, the Contractor
shall also be prepared for the removal to the hospital for treatment of any employee either
seriously injured or ill.
8.0 SANITARY REGULATIONS
In addition to compliance with the Occupational Safety and Health Act, the Contractor shall
erect and maintain necessary sanitary conveniences for the use of employees on the work. Such
conveniences shall be properly secluded from observation, and their use shall be strictly
enforced. Such sanitary conveniences shall be constructed in compliance with all laws,
ordinances and regulations governing these facilities. The contents of the same shall be removed
with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Engineer.
The Contractor shall obey and enforce such other sanitary regulations and orders and shall take
such precautions against infectious diseases as may be deemed necessary .In case any infectious
diseases occur among its employees, it shall arrange for the immediate removal of the patient
from the work and his isolation from all persons connected with the work.
The building of shanties or other structures for housing the workers, tools, machinery or supplies
will be permitted only at approved places, and the sanitary condition of the grounds in and at
such shanties or other structures must, at all times, be maintained in a satisfactory manner.
9.0 RESPONSIBILITY OF CONTRACTOR
The Contractor is responsible for complete conformance to the Plans and Specifications; proper
construction procedures; coordination with subcontractors, other contractors and utilities; and
safe working conditions for its employees.
10.0 LABOR
All contractors and subcontractors employed upon the work shall and will be required to
conform to the Labor Laws of the State of New York and the various acts amendatory and
supplementary thereto, and to all other laws, ordinances and legal requirements applicable
thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. The standards of the work required throughout shall be of such grade as
will bring results of the first class only.
19
GENERAL CONDITIONS (CONT'D~)
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor, in case of its absence t~om the work, shall have a competent representative or
foreman present, who shall follow without delay all instructions of the Engineer or his assistants
in the prosecution and completion of the work in conformity with this Contract, and shall have
full authority to supply labor and material immediately. The Contractor shall also have a
competent representative available to receive telephone messages i and provide a reasonable
reply as soon as possible, but not later than 24 hours.
12.0 SCHEDULE OF VALUES
N/A
13.0 INCOMPETENT EMPLOYEES
The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon
request of the Engineer in writing, the Contractor shall suspend or discharge fi.om the work any
disobedient, disorderly or incompetent person or persons employed thereon, and will not again
employ any person so suspended or discharged without the consent of the Engineer.
This requirement shall not be made on the basis of any claim for compensation or damages
against the Town or any of its officers or agents.
14.0 CLAIMS OR PROTESTS
If the Contractor considers any work required of it to be outside the requirements of the Contract
or considers any record or ruling of the Town as unfair, it shall ask for written instructions or
decisions immediately, and then file a written protest with the Town against the same within five
(5) days thereafter, or be considered as having accepted the record or ruling.
15.0 NOTIFICATION. INTERFERENCE AND INJURY TO UTILITIES
The Contractor shall cooperate in every way with the utility companies.
All excavation shall be done in compliance with Article 36 of the General Business Law and
notices given as provided by CLS General Business Law, Part 761.
All conduits, water mains and gas mains encountered in the construction shall be properly and
safely taken care of by the Contractor, who shall, upon encountering same, notify the public
corporation to whom they belong in order that they may be changed in such a manner as not to
interfere with the final construction.
In case any damage shall result to any service pipe for water or gas, or any private or public
sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall,
without delay and at its own expense, repair the same to the satisfaction of the Town. If such
20
GENERAL CONDITIONS (CONT'D,)
repairs are not made promptly or satisfactorily, the Town may have the repairs made by another
Contractor or otherwise, and deduct the cost of same from any moneys due or to become due the
Contractor.
16.0 INFRINGEMENT OF PATENTS
The Contractor further agrees to hold itself responsible for any claims made against the Town for
any infringement of patents by the use of patented articles in anyone phase of construction of the
work and the completion of same, or any process connected with the work agreed to be
performed under this Contract or of any materials used upon said work, and to save harmless and
indemnify the Town from all costs, expenses and damages which the Town shall be obliged to
pay by reason of any infringement of patents used in the construction and completion of the
work.
17.0 DAMAGES
All damages, direct or indirect, of whatever nature either resulting from the performance of or
resulting to the work under this Contract during its progress fi.om whatever cause shall be borne
and sustained by the Contractor, and all work shall be solely at its risk until the date of the final
payment request, as prepared by the Town.
18.0 GUARANTEE/WARRANTY
The Contractor shall guarantee and warrant its work and that of its subcontractors against defects
in workmanship and/or materials for a period of one (1) year from the date of the final payment
request, as prepared by the Town, except as otherwise specified. Upon written notification fi.om
the Town, the Contractor shall repair, replace or reconstruct such defects to the satisfaction of the
Town, at no cost to the Town.
19.0 STANDARDIZATION
The Detailed and General Specifications indicate specific manufacturers and/or catalog numbers,
etc., for the purpose of standardization within the Town in order to minimize stockpiling of
replacement parts.
20.0 DEFINITIONS
The words "or approved equal", as hereinafter used, shall refer to the use of an equal product that
has received prior approval by the Engineer for the Town.
The word "Engineer" refers to James Richter, Town Engineer for the Town of Southold or other
employee designated by the Town Board to administer this contract,
The word "Owner" shall refer to the Town of Southold.
21
SECTION 13219- SCAVENGER WASTE REMOV TRANSPORTATION AND
DISPOSAL
PART 1 GENERAL
1.1
SECTION 1NCLUDES
A. Pump/remove, transport and dispose of the contents of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility.
1.2 REGULATORY REQUIREMENTS
The Contractor shall be a New York State licensed scavenger waste hauler for the
transportation of scavenger waste. The Contractor shall maintain an approved
waste hauler license in accordance with 6 NYCRR Part 364 throughout the d
ration of the contract.
Permits for transport through other states to the disposal location shall also be
maintained.
Obtain all local, county and state permits, and all fees associated with the
removal, testing, transportation and disposal of the scavenger waste. The
Contractor will be required to transport scavenger waste to an approved disposal
location. The Contractor will be allowed to remove scavenger waste only between
7:00 AM and 3:00 PM, Monday through Friday excluding holidays observed by
the Town of Southold.
1.3 SUBMITTALS
Within one week of contract execution and prior to beginning any transferring and
transporting of scavenger waste, the Contractor shall submit to the Town, in
writing, that all applicable permits have been obtained for transporting and
disposing the scavenger waste, and attach with that copies of all permits. All
expenses, including permit fees, toll payments, and disposal fees, shall be borne
by the Contractor.
If transfer stations and temporary storage facilities are utilized prior to disposal, or
if additional treatment or processing is performed prior to the disposal, the
Contractor shall furnish copies of the appropriate permits for such facilities.
Within seven (7) days of contract execution and at least forty-eight (48) hours
before disposing of the initial volume of scavenger waste, the Contractor shall
notify the Town that the proper disposal facility has been identified, and that the
facility is being operated in accordance with all applicable regulations. The
information shall be submitted in writing and include name, location and address
22
SECTION 13219- SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
of the disposal facility, EPA and/or State facility identification number,
SPDES/NPDES permit, and
supervisor% name and telephone number. Should the Contractor change the
proposed disposal location, submittal of the above required information for the
new location shall be made to the Owner prior to removal of scavenger waste.
PART - 2 PRODUCTS NOT USED
NOT USED
PART - 3 EXECUTION
3.1 REMOVAL OF SCAVENGER WASTE
The Contractor shall remove, transport and dispose of scavenger waste from the
equalization tank at the Town of Southold Scavenger Waste Treatment Facility,
Remove approximately 150,000 gallons per month during the months
Of December, January, and February; approximately 180,000 gallons per month
during the months of October, November and March; and 225,000 gallons per
month during the months of April, May, June, July, August and September.
The Contractor shall remove the scavenger waste from the equalization tank
located in the southwest comer of the site. Access to the tank will be through an
opening in the tank approximately two feet above grade. Provide a system of
pumps and hoses to remove scavenger waste from the tanks into transportation
vehicles.
The Contractor will be required to certify with the Scavenger Waste Treatment
Facility personnel the volume of the transportation vehicle prior to and after
pumping operations. This certification shall include either measuring the volume
of the transportation vehicle with a dipstick or through the use ora clean site tube
on the side of the vehicle, at the discretion of the Owner.
Scavenger waste includes sand, gravel, supematant, grit, scum, and other products
ofbiodegradation from residential and commercial sanitary wastewater systems.
The Contractor shall employ whatever means are necessary to remove scavenger
waste. These include:
pumping;
vacuum pumping; and
other acceptable methods as required.
23
SECTION 13219~ SCAVENGER WASTE REMOVAL, TRANSPORTATION AND
DISPOSAL (CONT'D}
The transfer of scavenger waste from the equalization tank shall be performed in a
clean manner without creating any spillage, nuisance or other health hazards at
the Town of Southold Scavenger Waste Treatment Facility. Dilution of the
equalization contents will not be allowed.
3.2 TRANSPORTATION OF SCAVENGER WASTE
Transport scavenger waste to the disposal location in closed containers such as tanker trucks, in
such a manner that spillage of material does not occur during loading or transferring, hauling and
unloading operations. It is the responsibility of the Contractor to know and follow all applicable
local, county and state transportation and safety regulations, and obtain all roadway permits
necessary for transporting the scavenger waste.
3.3 DISPOSAL OF SCAVENGER WASTE
Following removal of the scavenger waste, the Contractor shall be required to transport and
dispose of the scavenger waste to an approved disposal location. The approved disposal location
and all intermediate storage and processing facilities shall be operated in accordance with all
federal, state, local and other applicable regulations. It is the responsibility of the Contractor to
locate such a facility and to determine that the facility is a proper disposal facility.
Submit to the Owner receipts from the disposal facility showing the date and time of scavenger
waste pick-up; the date and time of scavenger waste disposal; mount of scavenger waste
disposed of; and the location, regulatory identification number and an authorizing signature of
the disposal sites. Receipts shall be submitted within two weeks of scavenger waste removal.
Payment will not be processed unless a receipt from the disposal facility is provided.
The Contractor shall know and follow, all applicable standards and regulations governing the
disposal of the scavenger waste, and obtain all necessary permits. All expenses, such as permit
fees, laboratory testing and disposal fees, shall be borne by the Contractor.
END OF SECTION
24
CONTRACT
CONTRACT IN QUADRIPARTITE FOR REMOVAL, TRANSPORTATION AND
DISPOSAL OF SCAVENGER WASTE FROM THE SCAVENGER WASTE TREATMENT
FACILITY AT TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, dated
.~ 2002, BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF
SOUTHOLD, SUFFOLK COUNTY, NEW YORK, acting for and in behalf of the TOWN OF
SOUTHOLD (h~rein called the TOWN), and (herein
called the CONTRACTOR). WlTNESSETH, that the TOWN and the CONTRACTOR, in
consideration of the premises and of the mutual covenants, considerations and agreements herein
contained, agree as follows:
This Contract is hereby awarded to the CONTRACTOR for the work and material called for
under his bid in the Proposal section of the Contract and designated as Items:
1. SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 4/1/03 TO 12/31/03 and if required by the Town, Items:
2 SCAVENGER WASTE REMOVAL AND TRANSPORT TO AND DISPOSAL AT AN
APPROVED DISPOSAL LOCATION 1/1/03 TO 12/31/03 for the sum off PER
THOUSAND GALLONS ($. /1000 GALLONS) DOLLARS for the unit and/or lump
sum price(s) as listed in the Proposal herein. Item #3 a total of Item 1 and Item 2.
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Information for Bidders, Proposal, Contract and Specifications, together
with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding
upon the parties h~reto as if they were herein fully set forth. The titles, headings, headlines and
marginal notes contained herein are solely to facilitate reference to the various provisions of the
contract documents and in no way affect, limit or cast light upon the interpretation of the
provisions to which they refer.
25
Whenever the term "contract documents" is used, it shall mean and include this Contract, the
Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General
Conditions and Proposal. In case of any conflict or inconsistency between the provisions of the
Contract and those of the Specifications, the provisions of the Contract shall govern.
WORK: The term WORK, as used herein, refers to all of the work involved in removing
and properly disposing of scavenger waste from the Southold Scavenger Waste Treatment Plant.
EXTRA WORK: The term EXTRA WORK, as used herein, refers to and includes all work
required by the TOWN which, in the judgment of the Town, involves changes in or additions to
work required by the Plans, Specifications and any Addenda in their present form.
SUBCONTRACTOR: The term SUBCONTRACTOR as used herein, shall mean any
person, firm or corporation applying labor and material for work at the site of the project, but not
including the parties to this Contract.
ENGINEER: In the performance of the work, the TOWN shall be represented by the Town
Engineer (herein called the ENGINEER), or other employee designated by the Town Board to
administer this contract.
NOTICE: The term NOTICE, as used herein, shall mean and include written notice. Written
notice shall be deemed to have been duly served when delivered to, or at the last known business
address of, the person, firm or corporation for whom intended or to his, their, or its duly
authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or
envelope addressed to such person, firm, or corporation at his, their, or its last known business
address and deposited in a United States Mail Box.
DIRECTED, REQUIRED, APPROVED, ACCEPTABLE: Whenever they refer to the work, or
its performance "directed" "required" "permitted" "ordered" "designated" "prescribed" and words
of like import shall imply the direction, requirement, permission, order, designation or
prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of',
and words of like import, shall mean approved or acceptable to, or satisfactory to, in the
judgment of the Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and
things necessary or proper for or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with, the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by the Contract.
26
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
Agreed Prices: It is understood and agreed that the Contractor will accept as
payment in full the actual quantities of waste removed, as determined by the
Town's measurements by the unit prices bid, no allowance being made for
anticipated profit or for reason of variations from the estimated quantities set forth
in the Proposal.
Extra Work and/or Changes: The TOWN may, at any time, by a written order,
and without notice to the sureties, require the performance of such extra work or
changes in the work as it may find necessary or desirable. The amount of
compensation to be paid to the Contractor for any extra work, as so ordered, shall
be determined as follows:
(1) By such applicable unit prices, if any, as set forth in the contract; or
(2)
If no such unit prices are set forth, then by unit prices or by a lump sum
mutually agreed upon by the TOWN and the Contractor; or
(3)
If no such unit prices are set forth, and if the parties cannot agree upon
unit prices or a lump sum, then by actual net cost in money to the
Contractor of the materials, permits, wages, or applied labor, premium for
Workers' Compensation Insurance, payroll taxes required by law, rental
for plant and equipment used (excluding small tools) to which total cost
will be added 20 percent as full compensation for all other items of profit,
costs and expenses, including administration, overhead, superintendence,
insurance, insurance other than Workers' Compensation Insurance,
material used in temporary structures, allowances made by the Contractor
to subcontractors, additional premiums upon the Performance Bond of the
Contractor.
4. TIME OF ESSENCE
Inasmuch as the provisions of this Contract relating to the time for performance and completion
of the work are for the purpose of enabling the TOWN to proceed with the construction of a
public improvement, in accordance with a predetermined program, such provisions are of the
essence of this Contract.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work, after signing this Contract, on April 1,
2003 and that the day he commences work shall constitute the first of the consecutive calendar
days allowed for completion of the work. The Contractor agrees to remove waste, in a quantity to
be determined by the Town, within five days of notice by the Town.
27
6. LIQUIDATED DAMAGES FOR DELAY
The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees
that the TOWN shall be, and is hereby authorized to deduct and retain out of the money which
may be due or may become due to said Contractor under this agreement, the sum of FIVE
HUNDRED DOLLARS ($500.00) per day, which amount is hereby agreed upon, fixed and
determined by the parties hereto as the LIQUIDATED DAMAGES, including overhead charges,
services, inspector's wages, and interest on the money invested, that the TOWN will suffer by
reason of such default, for each and every day during which the aforesaid work may be
incomplete over and beyond the time herein stipulated for its completion, provided, however,
that the TOWN shall have the right to extend the time for the completion of said work.
7. EXTENSIONS OF TIME - NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to Acts
of God or of any public enemy, acts or neglect of the TOWN, acts or neglect of any other
Contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion or
freight embargoes, the period herein above specified for completion of his work shall be
extended by such time as shall be fixed by the TOWN.
No such extension of time shall be considered a waiver by the TOWN of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided or relieve the
Contractor from full responsibility for performance of his obligations hereunder,
8. CONTRACT SECURITY
The Contractor shall not commence any work until he supplies the Town Clerk with a
Performance Bond in the sum of 25% of the total bid price, in a form approved by the Town
Attorney. Such bond must be provided as a prerequisite to entering into a contract for this work,
and failure to provide such a bond will result in forfeiture of the bid bond.
9. CONTRACTOR'S INSURANCE
The Contractor shall not commence any work until he has obtained and had approved by the
TOWN all of the insurance required under this Contract, as enumerated herein:
Compensation Insurance
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's (TOWN) Protective Public Liability and Property Damage Insurance
Automobile Public Liability and Property Damage Insurance
28
The Contractor shall not permit any subcontractor to commence any operation on the site until
satisfactory proof of carriage of the above required insurance has been posted with, and approved
by, the TOWN.
Compensation Insurance - The Contractor shall the out and maintain, during the
life of this Contract, Workers' Compensation Insurance for all of his employees
employed at the site of the project, and in any case of any of the work being
sublet, the Contractor shall require the subcontractor similarly to provide
Workers' Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by the Contractor.
Public Liability and Property Damage Insurance -The Contractor shall take out
and maintain during the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor performing work
covered by this Contract for claims for damages for personal 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,
and the amounts of such Insurance shall be as follows:
(1)
Public Liability Insurance in the amount not less than FIVE HLrNDRED
THOUSAND DOLLARS ($500,000.) for bodily injuries, including
wrongful death to anyone person, and subject to the same limit for each
person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Property Damage Insurance in an amount not less than ONE HUNDRED
THOUSAND DOLLARS ($100,000.) for damages on account of any one
accident and in an amount of not less than TWO HUNDRED
THOUSAND DOLLARS ($200,000.) for damages on account of all
accidents.
Liability and Property Damage Insurance -The above policies for public liability
and property damage insurance must be so written as to include Contractor's
Protective Liability and Property Damage Insurance to protect the Contractor
against claims arising from the operations of any subcontractor.
Owner's Protective Public Liability and Property Damage Insurance -(TOWN,
and/or TOWN BOARD, TOWN OF SOUTHOLD as OWNER) -The Contractor
shall furnish to the TOWN with respect to the operations he or any of his
subcontractors perform, a regular Protective Public Liability Insurance Policy for
and in behalf of the TOWN and/or TOWN BOARD, TOWN OF SOUTHOLD as
OWNER, providing for a limit of not less than FIVE HUNDRED THOUSAND
DOLLARS ($500,000.) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of ONE
MILLION DOLLARS ($1,000,000.) for all damages arising out of bodily injuries
2o
to, or death of, two or more persons in anyone accident; and regular Protective
Property Damage Insurance providing for a limit of not less than ONE
HUNDRED THOUSAND DOLLARS ($100,000.) for all damages arising out of
injury to, or destruction of, property in anyone accident and subject to that limit
per accident a total (or aggregate) limit of TWO HUNDRED THOUSAND
DOLLARS ($200,000.) for all damages arising out of injury to, or destruction of
property during the policy period. The insurance must fully cover the legal
liability of the TOWN and/or TOWN BOARD), TOWN OF SOUTHOLD. The
coverage provided under this policy must not be affected if the TOWN performs
work in connection with the project either for, or in cooperation with, the
Contractor or as an aid thereto, whether the same be a part of the Contract or
separate there from, by means of its own employees or agents, or if the TOWN
directs or supervises the work to be performed by the Contractor.
Automobile Public Liability and Property Damage Insurance -The Contractor
shall take out and maintain during the life of the Contract such automobile public
liability and property damage insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages
for personal 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 any one directly or
indirectly employed by either of them and the amounts of such insurance shall be
as follows:
O)
Automobile Public Liability Insurance in an amount not less than F1VE
HLrNDRED THOUSAND DOLLARS ($500,000.) for bodily injuries,
including wrongful death by any one person, and subject to the same limit
for each person in an amount not less than ONE MILLION DOLLARS
($1,000,000.) on account of one accident.
(2)
Automobile Property Damage Insurance in an amount of not less than
ONE HUNDRED THOUSAND DOLLARS ($100,000.) for damages on
account of any one accident and in an amount of not less than TWO
HUNDRED THOUSAND DOLLARS ($200,000. ~ for damages on
account of all accidents.
10. PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the TOWN with certificates of each insurer insuring the
Contractor or any subcontractor under this Contract, except with respect to subdivision D. of
paragraph 9. In respect to this paragraph, the Contractor shall furnish the TOWN with the
original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limit or limits of liability there under. Both the
30
certificates and the policy shall be further endorsed to provide the TOWN with any notice of
cancellation at least ten (10) days prior to the actual date of such cancellation.
11. COMPLIANCE WITH LABOR AND PENAL LAWS
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Laws, as amended, provide that no laborer, worker or mechanic in the employ of the Contractor,
subcontractor or other person doing or contracting to do the whole or a part of the work
contemplated by this Contract, shall be permitted or required to work more than eight (8) hours
in anyone calendar day, except in cases of extraordinary emergency caused by fire, flood, or
danger to life or property; that no such person shall be employed more than eight (8) hours in any
day or more than five (5) days in any week, except in such emergency; that the wages to be paid
for a legal day's work as hereinbefore defined, to laborers, workers, or mechanics upon the work
called for under this Contract, or for any materials used upon or in connection therewith shall not
be less than the prevailing rate for a day's work in the same trade or occupation in the locality
within the State where such work is to be done and each laborer, worker, or mechanic employed
by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages
herein provided; that employees engaged in the construction outside the limits of cities and
villages are no longer exempt from the provisions of the Labor Laws which required the payment
of the prevailing rate of wages and the eight (8) hour day.
Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State or any City, County, Town or Village or
other civil division of the State, of any sums due on account of a contract for a public
improvement, it is the duty of the Comptroller of the financial officer of the Municipal
Corporation to require the Contractor and each and every subcontractor to file a certified
statement in writing, in satisfactory form, certifying to the amounts then due and owing to any
and all laborers for daily or weekly wages on account of labor performed upon the work of the
Contract, setting forth therein the names of the persons whose wages are unpaid and the amount
due each, respectively.
Section 22OB of the Labor Law, as amended, provides that any interested person who shall have
previously filed a protest in writing objecting to the payment to any Contractor or subcontractor
to the extent of the amount or amounts due or to become due to him for daily or weekly wages
for labor performed on the public improvement for which the Contract was entered into, or if, for
any other reason, it may be deemed advisable, the Comptroller of the State or other financial
officer of the Municipal Corporation may deduct from the whole amount of any payment on
account thereof the sum or sums admitted by any Contractor or subcontractor in such statement
or statements so filed to be due and owing by him on account of labor performed and may
withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose
wages are unpaid as shown by the verified statements filed by any Contractor or subcontractor
and may pay directly to any person the amount or amounts so shown to be due for such wages.
Section 220C of the Labor Law, as amended, provides the penalty for making of a false oath or
verification.
Section 220D of the Labor Law provides that the advertised specifications for every
Contract for the construction, reconstruction, maintenance and/or repair of highways to which
the State, County, Town and/or Village is a party shall contain the provision stating the
minimum rate of hourly wage that can be paid, as shall be designated by the Industrial
Commissioner, to the laborers employed in the performance of the Contract, either by the
Contractor, subcontractor or other person doing or contracting to do the whole or part of the
work contemplated by the Contract and the Contract shall contain a stipulation that such laborers
shall be paid not less than such hourly minimum rate of wage. Any person or corporation that
willfully pays after entering into such Contract less than such stipulated minimum hourly wage
scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense
by a fine of Five Hundred Dollars ($500.) or by imprisonment for not more than thirty (30) days,
or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars
($1,000.) and, in addition thereto, the Contract on which the violation has occurred shall be
forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any
officer, agent or employee of the State pay the same or authorize its payment from the funds
under his charge or control to any person or corporation for work done upon any contract, on
which the Contractor has been convicted of second offense in violation of the provisions of this
Section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract, are as set forth in the INFORMATION FOR BIDDERS.
12. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on this project under this Contract in full (less deductions made mandatory by law) in cash and 1
not less often than once each week.
13. PAYMENTS
Monthly: At the end of each calendar month during the progress of the work, the
Contractor shall submit a payment requisition to the Town. The Town will review the
requisition and prepare payment based on the estimated amount of work performed and
the quantity of materials furnished, as based on the prices set forth in the Proposal. In
consideration of the work done and the materials furnished, the TOWN will pay or cause
to be paid to the Contractor the above less such additional amount as may be necessary to
satisfy any claims, liens or judgments against the Contractor which have not been suitable
discharged. The making of any such payment made thereon shall not be taken or
construed as an acceptance by the TOWN of any work so estimated and paid for.
14. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release
to the TOWN from all claims and all liabilities to the Contractor for all things done or furnished
connection with this work, and for every act and neglect of the TOWN and other relating to, or
arising out of, this work, excepting the Contractor% claims for interest upon the final payment, if
32
these payments be improperly delayed. No payment, however, final or otherwise, shall operate to
release the Contractor or his sureties from any obligations under this Contract or the Performance
Bond.
15. ACTIVITY REPORTS
The Contractor shall submit to the Engineer prior to the commencing of any work under this
Contract a detailed schedule and plan of operation, indicating the manner in which the
Contractor proposes to prosecute the work, and a time schedule therefore. Such schedules are not
intended to bind the Contractor to a predetermined plan or procedure, but rather to enable the
Engineer to coordinate the work of the Contractor with work required of and to be performed by
others.
16. PLANS AND SPECIFICATIONS -INTERPRETATIONS
The Contractor shall keep one (1) copy of the Specifications signed and identified by the
Town. In case of any conflict or inconsistency between the Proposal and Specifications, the
Proposal shall govern. Any discrepancy between the Proposal and Specifications shall be
submitted to the Engineer, whose decision therein shall be conclusive.
17. PROTECTION OF WORK, PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property
and work. The safety provisions of applicable laws, building and construction codes shall be
observed. Machinery equipment and all hazards shall be guarded or eliminated in accordance
with the safety the Manual of Accident Prevention in Construction, published by the Associated
General Contractors of America, to the extent that such provisions are not in contravention of
applicable law. The Contractor shall furnish entirely at his own expense any and all additional
safety measures deemed necessary by the TOWN or its Engineer to adequately safeguard the
traveling public. The Contractor shall give notice to the owners of all utilities which may serve
the area and request their assistance in predetermining the location and depth of the various
pipes, conduits, manholes and other underground facilities.
The Contractor shall, at all hours of the day, safely guard and protect his own work and
adjacent property from any damage and shall replace or make good any such damage, loss or
injury unless such be caused directly by errors contained in the contract documents, or by the
TOWN or its duly authorized representatives.
The Contractor shall provide and maintain such watchers, barriers, lights, flares and other
signals, at his own expense, as will effectively prevent any accident in consequence of his work
for which the TOWN might be liable. The Contractor shall be liable for all injury or damage
caused by his act or neglect, or that of his employees.
33
18. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
That he is financially solvent and that he is experienced in and competent to
perform the type of work involved under this Contract and able to ftmaish the
plan, materials, supplies and/or equipment to be furnished for the work; and
That he is familiar with all Federal, State and Municipal Laws, ordinances and
regulations which may in any way affect the work of those employed hereunder,
including but not limited to any special acts relating to the work; and
That such work required by these contract documents as is to be done by him can
be satisfactorily constructed and used for the purpose for which it is intended and
that such construction will not injure any person or damage any property; and
That he has carefully examined the Plans, Specifications, and the site of the work,
and that from his own investigation he has satisfied himself as to the nature and
location of the work, the character, location, quality and quantity of surface and
subsurface materials, structures and utilities likely to be encountered, the
character of equipment, and other facilities needed for the performance of the
work, the general local conditions which may in any way affect the work or its
performance.
19. AUTHORITY OF THE ENG1NEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at
such time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work,
shall interpret the plans, specifications, contract documents and any extra work orders and shall
decide all other questions in connection with the work. Upon request, the Engineer shall confirm
in writing any oral orders, directions, requirements or determinations. The enumeration herein or
elsewhere in the contract documents of particular instances in which the opinion, judgment,
discretion or determination of the Engineer shall control, or in which work shall be performed to
his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar
to those enumerated shall be so governed and so performed, but without exception all the work
shall be governed and so performed. Nothing herein shall be construed to give the Contractor a
claim for extra work unless prior thereto an appropriate Change Order has been executed by the
TOWN and Contractor for such work.
20. CHANGES AND ALTERATIONS
The TOWN reserves the right to make alterations in plant site, or any part thereof, either before
or after the commencement of the construction.
34
21. CORRECTION OF WORK
All work and all materials, whether incorporated into the work or not, all processes of
hauling and all methods of disposal shall be, at all times and places, subject to the inspection of
the Engineer who shall be the final judge of quality, materials, processes suitable for the purpose
for which they are used. Should they fail to meet his approval they shall be corrected, by the
Contractor at his own expense. Rejected materials shall immediately be removed fi.om the site.
The Contractor expressly warrants that his equipment shall be free from any, and agrees to
correct any defects immediately.
22. THE TOWN'S RIGHT TO WITHHOLD PAYMENTS
The TOWN may withhold fi.om the Contractor so much of any approved payments due him as
may, in the judgment of the TOWN, be necessary:
To assure the payment of just claims then due and unpaid of any persons
supplying labor or materials for the work;
B. To protect the TOWN fi.om loss due to defective work not remedied; or
To protect the TOWN from loss due to injury to persons or damage to the work or
property of other contractors or subcontractors or others, caused by the act or
neglect of the Contractor or any of his subcontractors. The TOWN shall have the
right, as agent for the Contractor, to apply any such amount so withheld in such
manner as the TOWN may deem proper to satisfy such claims or to secure such
protection. Such application of such money shall be deemed payments for the
account of the Contractor.
23. THE TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If.'
The Contractor shall file for any form of bankruptcy relief or make an assignment
for the benefit of creditors; or
A receiver or liquidator shall be appointed for the Contractor for any of his
property and shall not be dismissed within twenty (20) days after such
appointment, or the proceedings in connection therewith shall not be stayed on
appeal within the said twenty (20) days; or
C. The Contractor shall violate any provision of this Contract; or
The Contractor shall fail or refuse to regard laws, ordinances, regulations, or the
instructions of the Engineer and/or the TOWN;
then, and in any such event, the TOWN without prejudice to any other rights or remedy it may
have, and after seven (7) days written notice to the Contractor and Contractor's Surety may
35
terminate the employment of the Contractor and take possession of the premises and all material,
tools and appliances therein, and complete the work by contract or otherwise, as the TOWN
solely may deem expedient. In such case, the Contractor shall not be entitled to receive any
further payment until the work is finished.
24. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or any public authority, Federal or State
agency, for a period of three (3) months through no act or fault of the Contractor or any of his
agents, servants, employees, material men, or subcontractors, the Contractor may, upon ten (10)
days notice to the TOWN, discontinue his performance of the work and/or terminate the
Contract.
If the Contract is terminated by the Contractor, the liability of the TOWN to the Contractor shall
be for all work executed and for any proven loss sustained upon any materials, equipment, tools,
construction equipment, including reasonable profit and damages.
25. RESPONSIBILITY OF WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause, either by act or commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the TOWN and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove of any work by the Engineer at or before the time of a
partial payment or other estimate shall not be construed to be an acceptance of any defective
work.
26. USES OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
To take every precaution against injury to persons or damages to property;
To store his apparatus; materials, supplies and equipment in such orderly fashion
at the site of the work as will not unduly interfere with the progress of his work or
the work of any of his subcontractors, or other contractors;
To fxequently clean up all refuse, rubbish, scrap materials and debris caused by
the operations to the end that at all times the site of the work shall present a neat
and orderly and workmanlike appearance;
27. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency which threatens loss or injury to property and/or safety to life, the
Contractor will be permitted to act as he sees fit without previous instructions fi.om the TOWN
He shall notify the TOWN thereof immediately thereafter and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the TOWN for approval and Change Order executed by the TOWN and the
Contractor.
Where the Contractor has not taken action but has notified the Engineer of an emergency
indicating injury to persons or damage to adjoining property or to the work being accomplished
under this Contract, then upon authorization fi.om the Engineer to prevent such threatened injury
or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by
the Contractor on account of any such action shall be determined in the manner provided herein
for the payment of extra work and shall be incorporated into a Change Order executed by the
TOWN and Contractor.
28. SUITS AT LAW
The Contractor shall indemnify and save harmless the TOWN from and against all suits,
claims, demands or actions for any injury sustained or alleged to be sustained by any party or
parties in connection with the construction of the work or any part thereof, or any commission or
omission of the Contractor, his employees or agents or any subcontractors and in case any such
action shall be brought against the TOWN, the Contractor shall immediately take care of and
defend the same at his own cost and expense.
29. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and the Contract shall be read and enforced as though it
were included herein, and if through mistake or othenvise any such provision is not inserted or is
not correctly inserted, then upon the application of either party the Contract shall be physically
amended to make such insertion.
37
30. SUBLETTING AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract, nor assign or
transfer any work or money due under this contract without fncst obtaining the written consent of
the Town. This Contract shall insure to the benefit of and shall be binding upon the parties
hereunder and upon their respective successors and assigns.
1N WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first
above written.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 663 OF 2002
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON OCTOBER 22, 2002:
RESOLVED that the Town Board of the Town of Southold hereby authorizes the Town Clerk
to advertise for bids for the following items for 2003:
Milk for the Human Resource Center
Purchase of Police Department Uniform Clothing
Cleaning of Police Department Uniform Clothing
Gasoline for Town Vehicles
Heating Fuel Oil for Town Buildings
Diesel Fuel Oil for Highway Department and Transfer Station
Bulk Ice Control Rock Salt for the Highway Department
Bulk Ice Control Sand for the Highway Department
Removal and Transfer of Scavenger Waste
Removal of Household Hazardous Waste from the Transfer Station
Removal of Scrap Tires from the Transfer Station
Removal of Scrap Metal from the Transfer Station
Town Yellow Garbage Bags
Elizabeth A. Neville
Southold Town Clerk