Loading...
HomeMy WebLinkAboutSolid Waste Haul & Disposal Bid ~. 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 Fsx (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. 140 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 11,2003: RESOLVED that the Town Board of the Town of South old hereby accepts the bid of Trinitv Transportation Corporation. 214 Blvdenburl!h Road. Islandia. New York 11749 as submitted on June 6. 2002 for the haulinl! and disposal of municipal solid waste received at the Cutchogue Transfer Station for the years 2002 - 2007 at the following costs: July I, 2002 through June 30, 2003 - $74.98 per ton July I, 2003 through June 30, 2004 - $75.72 per ton July 1,2004 through June 30, 2005 - $76.47 per ton July I, 2005 through June 30, 2006 - $77.00 per ton July I, 2006 through June 30, 2007 - $77.65 per ton consistent with the tenns of the RFP issued by the Town and agreed to by Trinity Transportation, and all in accordance with the review and approval of the Town Attorney. /"~c?~-.tïL.. Elizabeth A. Neville Southold Town Clerk ·' . BIDDER'S SOLICIT A nON SOLID WASTE HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK TOWN Of SOUTH OLD May 2001 t i' i' il I 'I I LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that the Town of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00 A. M. (LATE BIDS WIn NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The ternI of this Agreement shall be five (5) years commencing on July I, 2002. The Town at its sole discretion, shall have the option ofrenewing the Agreement for two (2) additional one year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the ternI. Bids must be made in writing on the fOrnIS furnished and shall be accompanied by a Bid Guaranty in the FOrnI of certified check, money order, bank draft or standard fOrnI letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a performance Bond and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest of the Town of South old. Bid Solicitation may be examined rree of charge and at the following location on weekdays rrom 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold. New York 11971 . :: I! . , Upon payment of non-refundable fIfty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre- bid conference to be held at 9:00 A.M, Thursday, May 23, 2002 at: Southold Town Hall Meeting Hall 53095 Main Road Southold, New York 11971 , " i ,. For further information regarding bidding requirements, contact Elizabeth A. Neville (631) 765-1800. For information regarding Town Of South old waste program and haul- disposal operations, contact James Bunchuck (631) 734-7685. .' I I All bids must be signed and sealed in envelopes plainly marked "Bid On Solid Waste Haul-Disposal Services ", 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: May 3,2002 I: ELIZABETH A. NEVInE SOUTHOLD TOWN CLERK * * * PLEASE PUBLISH ON MAY 9, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: I II I, The Suffolk Times Town Board Members Town Attorney Accounting Jim Bunchuck Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board ~ , , . 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: Print name Corporate Title (if any) Company Name Mailing Address Phone Number BID ON Solid Waste Haul & Disposal JAMES BUNCHUCK SOLID WASTE COORDINATOR P.O. Box 962 Cutchogue. New York 1 t935-0962 Tel: (631) 734-7685 Fax: \6311 734-7976 SOUTHOLD TOWN SOLID WASTE DISTRICT May 24, 2002 RECEIVED MEMORANDUM TO: John Whitten, Trinity Transportation Corp. Rob Balbierz, American Ref-Fuel All Future Recipients of Bid Package(s) MAY 2 8 2002 Southold Town Clerk FROM: Jim Bunchuck SUBJ: Clarification RE: Solid Waste HaullDispose Bids As per our discussion at yesterday's Pre-Bid Conference, this memorandum is intended to clarify the italicized Note at the end of Section 6.2, of the bid packages; such Note found on page 27 of the "Solid Waste Haul Services" bid package, and on page 29 of the "Solid Waste Haul and Disposal Services" bid package; such note addressing use of "Equipment." The "Note" is hereby amended as follows: THE "NOTE" IS HEREBY STRICKEN IN ITS ENTIRETY FROM THE BID DOCUMENTS. CONTRACTOR IS NOT ASKED FOR PRICE PROPOSAL(S) BASED ON THE POTENTIAL USE OF ANY TOWN-OWNED HAULING EQUIPMENT. USE OF TOWN-OWNED HAULING EQUIPMENT IS NOT CONTEMPLATED WITHIN THE CONTEXT OF THIS REQUEST FOR BIDS. Signed c9~~.. /L,-,-,,~ James Bunchuck, Solid Waste Coordinator Date ,,~~ ;}.L/-tf.r- cc: Greg Yakaboski, Town Attorney NOTICE TO BIDDERS Solid Waste Haul-Disposal Services The Town of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 . TIME: 10:00 AM (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: . A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The ternI of this Agreement shall be three (3) years commencing on Julv L 2002. If the Town enters into an inter-municipal solid waste haul/disposal Agreement, the Town-may tenninate the Agreement at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion, shall have the option ofrenewing the Agreement for two additional one year ternIS by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the tenn. Bids must be made in writing on the forms furnished and shall be accompanied by a Bid Guaranty in the FOrnI of certified check, money order, bank draft or standard fOrnI letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of South old. The successful Bidder shall be required to furnish a perfornIance Bond. and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. 2 A Bidder may not withdraw his bid within forty-fi\'c (45) days atìer the opening ufthc bicls. but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive infornIalities, should this action be in the best interest of the Town of South old. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding tonns may be examined free of charge and at the tollowing location on weekdays from 8:00 A.M. to 4:00 P.M.: Oftìce of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 . Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Oftìce of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M, Thursdav, Mav 23, 2002 at: Southold Town Hall, Meeting Room 53095 Main Road Southold, New York 11971 . All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (631) 734- 7685. Elizabeth A. Neville Town Clerk For further infornIation regarding bidding requirements, contact Elizabeth A. Neville (631) 765- 1800. For information regarding Town Of Southold waste program and haul-disposal operations, contact James Bunchuck (631) 734-7685. 3 . . TABLE OF CONTENTS GLOSSARY OF TERMS 7 SECTION A- SUBMISSION REQUIREMENTS 1.0 Project Purpose 2.0 Schedule 3.0 Examination Of Agreement Documents 4.0 Infonnation to be Submitted 4.1 Contractual Bid 4.2 Supplemental Iníormation 5.0 Bid Fonnat 5.1 Binding 5.2 Fonn Preparation 6.0 Submission of Bid 6.1 Withdrawal Of Bids 6.2 Questions & Addenda 7.0 Bid Guaranty 8.0 Execution Of Agreement 9.0 Consideration Of Bids 10.0 Selection Of Contractor 11.0 Acceptance of Bid 12.0 Assignment 13.0 Limitation Of Funds Available 14.0 Insurance and Bonds 14.1 Insurance 14.2 Bonds 15.0 Indemnity (Hold Hannless) 16.0 Payments 17.0 Default 18.0 Term of Agreement 19.0 Service Agreement 20.0 Subcontracts 21.0 Rights and Options 10 11 II 12 13 13 13 15 15 15 15 15 16 16 16 17 17 18 18 18 18 18 20 20 21 21 21 21 22 22 SECTION B - BID SPECIFICATION 23 1.0 Requirements 24 2.0 Program Goals and Objectives 25 3.0 Potential Regulatory and Operational Changes 25 4.0 Character Of The Solid Waste 15 4.1 Quality and Characteristics 25 5.0 Program Activities 26 5.1 Collection 26 5.2 Loading Mode 26 5.3 Town of Southold Accident and Damage Policy 17 4 . 5.4 N'{SDEC Part 360 Pennit to Operate 6.0 Haul Services 6.1 Work Included 6.1 Equipment 6.3 Weighings 6.4 Routing Mode - Contractor's Responsibility 7.0 Disposal Services Program Activities 7.1 Work Included 7.1 Operational Capacity 7.3 Pennit Requirements 7.3.1 Disposal Sites Inside State Of New York 7.3.2 Disposal Sites Outside State of New York 7.4 Weighings 8.0 Safety and Health Regulations 9.0 Operations and Procedures 9.1 Supporting Data SECTION C - TOWN OF SOUTHOLD SOLID WASTE HAUL/DISPOSAL SERVICES 1.0 Intent 1.0 General Bid Statement 3.0 Unit Price Bid Schedule 3.1 Compensation 3.2 Evaluation Unit Bid Price Fonnula 4.0 Bid Security Acknowledgment 5.0 Infonnation Schedules . Information Schedule A Infonnation Schedule B Infonnation Schedule C Intònnation Schedule D Inforn1ation Schedule E Infonnation Schedule F Intònnation Schedule G Iníònnation Schedule H Infonnation Schedule I Information Schedule J Infonnation Schedule K Iníònnation Schedule L Iníòrmation Schedule M 17 17 27 18 29 19 29 29 30 30 31 31 33 33 34 34 36 37 37 40 40 41 42 42 5 . . SEcnON D - APPENDICES Appendix A Sample Operating Agreement Appendix B New York State Department of Environmental Consen'ation Pennit Appendix C Accident Report 6 GLOSSARY OF TERM ADMINISTRATOR -Shall mean the Coordinator of municipal solid waste (or his agent) of the Town of South old. New York. AGREEMENT - Shall mean a Fonn operating agreement set forth by the Town and resulting from this Bid Solicitation between the Town of South old and the successful Bidder to be executed in 1997. AGREEMENT DOCUMENTS -Shall include the notice to bidders, instructions. bid solicitation. bid Forn1s, inforn1ation schedules, proposal, payment bond. bid bond, Agreement, perfonnance bond. certificates of insurance, glossary oftenns any general conditions or special conditions. and any addenda. The Agreement Documents will Fonn a part of the Agreement. . AGREEMENT YEAR -Shall mean the period from _fulyl_, of a calendar year to June 30, of the next calendar year. BIDDER -Shall mean any party or parties submitting in proper fonn a bid to perforn1 the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perforn1 the specified work will thereafter be known as the Contractor. BID PRICE -Shall mean the unit cost to detennine the ranking of bidders. BID SOLICIT A TION-Shall mean this document, specifications, and any bid addenda issued. COMMENCEMENT DATE -Shall mean Julv I. 2002 . . CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) -Shall mean solid waste resulting from the construction, renovation, equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, bricks, concrete and other masonry materials, soil, rock, wood. wall coverings, plaster, drywall, non-asbestos insulation and roofing shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C &D) DISPOSAL SITES -Shall mean any site designated by the Contractor where construction and demolition debris is disposed of in a manner that minimizes environmental hazards and is pennitted under the design and operation requirements of 6NYCRR Part 360 or alternatively outside the State of New York. is pennitted under design and operation requirements meeting the requirements of I) that jurisdiction's applicable regulatory agency and 2) Town of South old's minimum standards. GLOSSARY-I 7 CONTRACT DOCUMENTS - Shall have the same meaning as Agreement Documents. CONTRACT YEAR - Shall have the same meaning as Agreement Year. CONTRACTOR - Shall mean the party contracting to perfonn the work, or the heirs, executors, administrators, agents, or successors thereof. COORDINATOR - Shall mean the coordinator of municipal solid waste for the Town of Southold. COUNTY - Shall mean Suffolk County, State Of New York. DAIL Y - Sunday to Saturday. inclusive. EP A - Environmental Protection Agency (Federal). . HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars for each ton of solid waste actually hauled rrom the Town Of South old Transfer Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Designated Disposal Site. . HAZARDOUS WASTE - Shall mean (I) any "hazardous waste" as defined under the Resource Conservation and Recovery Act, 42 U.S.c. Section 6901 et seq.. or "hazardous substance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.c. Section 9601 et seq., or "hazardous waste" as defined under New York Environmental Conservation Law Section 27-0901 et seq., as each such law may be amended from time to time, and the regulations promulgated thereunder, and any analogous or succeeding FederaL state or local law, rule or regulation and regulations promulgated thereunder and (2) any other material which any governmental agency or unit having appropriate jurisdiction shall detennine from time to time cannot be processed at the tàcility because it is hannful, toxic or dangerous. NonCE OF AWARD - Shall mean written notice rrom the Town of Southold to the successful Bidder that the Town of Southold intends to award an Agreement to the successful Bidder, subject to compliance with all their tenns and conditions of the Agreement Documents. NYSDEC - New York State Department Of Environmental Conservation. OSHA - Federal Williams-Steiger Occupations Safety & Health Act of 1970, plus subsequent reVIsIOns. GLOSSARY - 2 8 . . OWNER - Shall mean the Town Of Southold, New York. Also may be referred to as the Town. PERMIT - Shall mean any and all pennits, licenses, approvals, certitìcates of public convenience and necessity, Franchises or authorizations which must be issued by any Govenunental Body hm'ingjurisdiction thereof to legally enable the Contractor to transport and/or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid pennit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SOLID WASTE DISPOSAL SITE(S) - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and Is pemÜtted under the design and operation requirements of 6NYCRR Part 360 - Solid Waste Management Facilities, or alternatively outside of the State of New York, is pennitted under design and operation requirements meeting the requirements of I) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual, finn or corporation having a direct contract with the Contractor for services, equipment, materials and/or labor. GLOSSARY-3 9 SECTION A . SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS . 10 . . SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMA nON, INSTRUCTIONS AND AWARD BASIS 1.0 PROJECT PURPOSE The Town of Southold expects that it will receive and need to dispose of approximately 10,000 tons of solid waste during the agreement year. It is possible that the Town of SouthoId will contract with another town to receive and dispose of their solid wastes. If this happens the quantity of wastes to be hauled and disposed of under this Agreement will increase. This Bid Solicitation will ensure Town of South old's solid waste will continue to be I) hauled From the Town of South old Transfer Station to Disposal site(s) and 1) disposed of at permitted Disposal Site(s). 2.0 SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as finn dates or deadlines due to. the multiple parties involved in the decision making process. EVENT DATE Transfer Station Visits By Appointment Pre-Bid Conference 9:00 AM, Thursdav, May 23, 1001 Bid Opening 10:00 AM Thursday, June 6, 2002 Town Board Approval June 18, 2002 Agreement Executed On or Before June 28, 2002 Operations Commencement Julv I, 2002 II 3.0 EXAMINA nON OF AGREEl\!ENT DOCUMENTS, FAl\[[UARITY WITH THE WORK It is the responsibility of each Bidder before submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly; (b) visit the site of the Town of South old Transfer Station; (c) attend and be tàmiliar with the outcome of the pre-bid conference (d) become tàmiliar with conditions at the Town of Southold Transfer Station and Disposal Sites that may affect cost, progress, pertonnance or furnishing of the work; (e) become familiar with and consider all federal, state and local laws, regulations ordinances, pennits, approvals and orders that may effect the cost, progress, pertonnance or fumishing of the work: (I) study and carefully correlate the Bidder's observations with the Agreement Documents; and (g) notify the Town Clerk of all contlicts, errors or discrepancies in the Agreement Documents. . Reference is made to the following Appendices which contain supplemental intonnation which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Penn it Appendix C: Town of South old Accident Report Reference is made to the Following infomlation which is available for review by Bidders at the Town Clerk's Office during nonnal business hours - 8:00 A.M. to 4:00 P.M. Monday through Friday. l. Pending conceptual plans for the proposed Town of Southold Transfer Station. . 11. Town of South old Solid Waste Management Plan. This infonnation is presented solely for the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall fonn their own conclusions and opinions rrom this infonnation and shall confinn any intormation contained therein regarding facilities and equipment through site visits. The Town does not guarantee the accuracy of any infonnation contained in these documents. Before submitting a Bid, each Bidder shall, at the Bidder's own expense, make or obtain any additional inspections, examinations, or 'studies and obtain any additional data and infonnation which may affect cost, progress, perfonnance or fumishing of the work and which Bidder deems necessary to detennine its bid for perforn1Ïng and fumishing the work in accordance with the time, price and other tenus and conditions of the Agreement Documents. The failure or omission of the Bidder to receive and examine any fonn, instrument or document, or make required inquiries and inspections, shall not relieve the Bidder from any obligation contained in the Agreement Documents. The Town will be 11 . 4.0 4.1 . justitied in rejecting any claim based on facts or conditions of which the Contractor should hm'e been cognizant. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Bid Solicitation. that without exception the Bid is premised upon performing and furnishing the work required by the Agreement Documents, and that the Agreement Documents are sut1ìcient in scope and detail to indicate and convey understanding of all tenns and conditions for perfonning and furnishing the work. Bidders will be allowed to ask questions regarding the Bid Documents during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold. New York 11971 INFORMATION TO BE SUBMITTED WITH PROPOSAL Contractual Bid For the purpose of assisting the Town in detennining the responsible Bidders for this Bid Solicitation, the Bidder is required to submit the following minimum information with his bid: I. Il. Ill. IV. Contractor Bid Fonn Bid Security or Bid Bond Information Schedules A through M as applicable Supplemental Infonnation as described in 4.2 4.2 Supplemental Information In addition to the aforementioned forms, the Bidder is. required to submit the following supplemental infonnation with his bid: I. Operational Plan: A plan describing the Bidder's assessment of the requested operation set forth in Exhibit M. This section shall be divided into the following subsections: o Haul A detailed summary of requirements for manpower, materials and supplies, mobile equipment, etc., shall be included to provide the Town with general anticipated guidelines tor perfonnance under the Agreement. 13 o Disposal A detailed summary of requirements of site capacity_ useful life, hours and days of the week, operation, etc., shall be included to provide the Town with general anticipated guidelines for perfonnance under the Agreement. A copy of the current Permits to Construct and Pennits to Operate shall be included. If the Solid Waste Disposal Site is located outside the State of New York. a copy of the current applicable laws and regulations goveming the design. construction and operation of the Disposal Site shall additionally be included. 11. Litigation: A section briet1y describing any current litigation which in any way may affect the Bidder's operational capability of useful life of the Solid Waste Disposal Sites. 111. . IV. . Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. In addition, it is the policy of the Town of South old to encourage the participation of Minority Business Enterprises (MBE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason, the Agreement will require Contractor to use its best efforts to include among its subcontractors MBE and WBE finns. In the event the successful Bidder intends to subcontract in excess of twenty-five percent (25%) of the work, the Bidder will be required to submit to the Town an MBE/WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site identitìed in its Bid, the Bidder shall furnish a statement, signed by an authorized representative of the Disposal Site, which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents. THE SUPPLEMENTAL INFORMATION REQUIREMENTS MAY BE SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A-tv!) IF THE SCHEDULE PROVIDES THE INFORMATION REQUESTED AND IS INCLUDED IN THE BID. 14 5.0 BID FORl\.IA T 5.1 Binding The document(s) if bound shall be in a manner that will provide tòr easy evaluation access (to lie t1at when opened). Printing on both sides of the sheets, provided a quality paper is Utilized that will prevent the type from showing through, is acceptable. Paper with substantial recycled content is preferred. 5.1 Fonn Preparation . Bids shall be submitted in the tònn described in this Bid Solicitation. All blank spaces tòr bid prices shall be properly filled in, in ink or typed, in both words and numerals tòr all bid categoties required. In the event a price shown in words and its equivalent shown in tigures do not agree, the written words shall be binding on the Binder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specitication is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing intònnation. 6.0 SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or betòre the time and at the place designated in the Notice to Bidders. Bids received after the time set tòr the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: . Office of the Town Clerk Town of South old 53095 Main Road Southold, New York 11971 Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. 6.1 Withdrawal of Bids Any Bidder will be given pennission to withdraw its Bid upon receipt of a properly notarized written request made no later than the time set tòr opening. At the time of opening of the bids, if such Bid is included, it will be returned to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 15 6.2 Questions & Addenda All questions about this Bid Solicitation must be submitted in writing to the following: Town Clerk Town of South old 53095 Main Road Southold, New York 11971 No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda, whether or not received by the Bidders . All questions must be received at least ten (10) calendar days before bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries concerning any addenda issued. All addenda will be on tile at the Town Clerk's office at least twenty-four (24) hours before bids are opened. The Town will not be bound by oral clarifications. 7.0 BID GUARANTY Each Bid must be accompanied by a bid guaranty (Section C, Schedule 5.0.K), without condition or qualification, which shall be in the sum of one hundred thousand dollars ($100,000.00). . The guaranty may be certified check, bank draft, money order, standard fot1n irrevocable letter of credit, or a bid bond in the fonn attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty, certified check, money order or bank draft must be made payable to the order of the Town of South old. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the furnishing of the surety bond or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds insurance and other Agreement Documents are received from the successful Bidder. 8.0 EXECUTION OF AGREEMENT/ FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents for Haul/disposal services. The successful Bidder shall, at its own cost and expense, procure, execute and deliver to 16 the Town the tòllowing documents within ten (10) days of fÒm1al Notice of Award by the Town. Perfonnance Bond - A Pertònnance Bond shall be in an amount of one million dollars ($1,000,000.00). . This bond (as shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense for the tenn of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may detennine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may sutTer as the result of such breach. The Town's rights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specitically reserves any and all other rights against the Contractor as a result of his failure to perforn1 as required by these documents. 9.0 CONSIDERATION OF BIDS The Town of South old reserves the right to reject any/or all bids for haul and disposal services if such action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation, each Bidder shall: A. Provide equipment, labor, maintenance and management services to haul and dispose of solid waste rrom the Town of Southold Transfer Station to Contractor designated Solid Waste Disposal Site(s) as set forth in Section B - Bid Specifications. B. Reserve and provide a minimum available capacity of 15,000 tons (52 weeks/year) yearly, allowing for seasonal and other peak periods. . C. Provide evidence of all current valid state and Federal penn its, licenses, local ordinances, etc" required by law to receive solid waste at the designated Disposal Site(s). D. Provide evidence of physical and financial capability to perfonn services described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved fonn of bid guaranty. Only bids solicited from tirms or combinations thereof, who have sufficient management, engineering capabilities, operating, and maintenance experience to fulfill the Town's goals and comply with the applicable local, state, Federal laws, ordinances, regulations e.g. New York State Department of Environmental Conservation, Resource Conservation Recovery Act and Federal Environmental Protection Agency guidelines will be accepted. The Town will review the bids and make a selection recommendation based on the 17 e\'aluation critetia included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose Evaluation Unit Bid Ptice is the lowest. The Town of Southold reserves the right, in its sole discretion, to reject at bids submitted in response to this Bid Solicitation. 11.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to execute the Agreement and other Agreement Documents. 12.0 ASSIGNMENT . The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transtèr, convey, sublet, or otherwise dispose of the Agreement or of his right, title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. 13.0 LIMITATION OF FUNDS AVAILABLE The Contractor specifically agrees that any Agreement shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds appropriated on the date of execution of the Agreement by the Town for the said purpose. 14.0 INSURANCE AND BONDS . 14.1 Insurance For the period from Agreement commencement date until one (I) year after Agreement tennination date, Contractor must maintain insurance acceptable to the Town in the kinds and amounts set forth below, All such insurance coverage, shall be provided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of Southold and its agent shall be named as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall furnish to the Town, certificates of insurance, in a fonn satisfactory to the Town Attorney, evidencing such insurance. The kinds and amounts of insurance are as tollows: A. Contractor's Insurance - Insurance for liability for damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the Agreement, 18 whether perfonned by Contractor or his subcontractors. The kinds and amounts of insurance are as follows: ( I) Worker's Compensation Insurance - A Policy coveting the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, known as the Worker's Compensation Law, covering all operations Of the Contractor, whether perfom1ed by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage for the benefit oC and keep insured duting the life of said Agreement such employees in compliance with provisions of the Worker's Compensation Law. . (2) General Liability (Comprehensive Fom1) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work performed by him under the Agreement. The following insurance coverage shall be included: (a) Independent Contractor's Protective Liability - Covering work perfom1ed by subcontractors. (b) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad Fonn Property Damage (e) Personal Injury. . NOTE: If any of the rating classitications embody property damage exclusions C or U, coverage for eliminating such exclusions must be provided. Coverage for the above will be required in not less than the following amounts: SINGLE LIMITS OF LIABILITY: AGGREGATE LIMITS OF LIABILITY: $ 1,000,000.00 $10,000,000.00 (3) Automobile Liability Insurance - Policy shall include coverage for all owned as well as non-owned and hired vehicles, and limits shall not be less than the following amounts: BODIL Y INJURY LIABILITY Aggregate: $3,000,000.00 PROPERTY DAMAGE LIABILITY Aggregate: $3.000,000.00 19 Each Person Each OCCutTence $ I ,000,000.00 Each OccutTence $ I ,000,000.00 14.1 Bonds Prior to the execution Of the Agreement. the successful bidder shall fumish to the Town a Perfonnance Bond wherein the named obligee is the Town of Southold. The Perfonnance Bond's purpose is to secure the faithful perfonnance of the Agreement. The bond' amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Sutfolk County, New York. The form shall be acceptable to the Town of South old and shall have a tenn through the completion of services. . As an a altemative to the Perfonnance Bond, the successful Bidder may fumish a certitìed check, bank draft, money order, or a standard fonll irrevocable letter of credit, certified check, bank draft or money order must be made payable to the order of the Town of Southold. The standard fonn irrevocable letter of credit shall be in a forn1 acceptable to the Town of South old. In the event the Contractor secures a Perfonnance Bond rrom any of its subcontractors, said bond shall also name the Town of South old as a dual obligee. Should the Town designate another public or private gent of contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town, upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) . Contractor shall agree to defend, indemnify and save harmless the Town against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the tenns of such Agreement, or the failure to carry out any of the revisions, duties, services or requirements of such Agreement, whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal, state or local government agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, survive the term of the Agreement and include, but not be limited to, claims concerning non-sudden environmental impaim1ents. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all 20 necessary appeals which may be necessary, in the opinion of the Town. 16.0 P A "y'MENTS 17.0 . 18.0 . 19.0 Contractor shall receive monthly payments for services perfonned during the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of municipal solid waste haul trips from the Town of South old Transfer Station including the tonnage of municipal-solid waste and the manitèst number for each load of municipal solid waste removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the' Transtèr Station. The Town shall be entitled to deduct from any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. DEFAULT In the event the Contractor fails to perfonn its obligations under the Agreement, the Town may terminate such Agreement, and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Perfonnance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to tenninate the Agreement for just cause. TERM OF AGREEMENT The tenn of this Agreement shall be three (3) years commencing on Julv L 2002. Ifthe Town enters into an inter-municipal solid waste haul/disposal agreement the Town may terminate the agreement at any time during years two (1) and three (3) by giving six (6) months written notice to the Contractor. The Town, at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one (1) year tenns by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the tenn. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit' status of its Disposal Site. In the event that Bidder wishes to submit a bid for a Disposal Site for which Bidder does not currently have all necessary federal and state permits, Bidder shall at its sole risk and expense, be responsible for obtaining and/or renewing its pennits or providing to the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. This is a full service Agreement and failure of the successful Bidder to provide the identitied Disposal Site or acceptable alternative Disposal Site, on or after the commencement date for services under the Agreement Documents awarded hereunder shall constitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations 11 hereunder by reason of any tàilure to obtain or maintain its pennits at the identitied Disposal Site. 10.0 SUBCONTRACTS In the event Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement Bidder shall: (l) fumish to the Town a copy of the signed Agreement between Bidder and the Disposal Site Contractor which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents; (2) require the Disposal Site Contractor to fumish to Contractor and the Town a pertonnance bond guaranteeing the availability of the Disposal Site throughout the tenn of the Agreement; . (3) require the certiticates Contractor to provide insurance naming the Town as additional insureds on all policies maintained by Contractor. 21.0 RIGHTS AND OPTIONS The Town of Southold, New York, reserves and holds at its discretion the following rights and options upon issuing this Bid Solicitation: I. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. . 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualitications and conduct investigations or interviews with respect to the qualitìcations of each Bidder. 5. To designate another public body, private or public agency, group, or authority to act in its behalf tor evaluation and Agreement negotiations. 6. To designate another public body, private or public agency, group, or authority to act in its behalf tor contract administration of this project at any time during the Agreement period. 22 SECTION B BID SPECIFICATIONS . (TECHNICAL/MANAGEMENT) . 13 SECTION B BID SPECIFIC A TIONS TECHNICALMANAGEt\IENT 1.0 REQUIREMENTS This request for bids is issued for the Town of South old, State of New York, Town Hall, 53095 Main Road, Southold, New York, 11971 (Telephone (516) 765-1800) The effort, shall be known as the Town of SOuth old Solid Waste Haul Disposal Service. . The Town of South old desires to issue an Agreement with a qualified Contractor to haul and dispose ofa portion of its Solid Waste. The Town will need to dispose of approximately 10,000 tons of solid waste during the agreement years The Contractor will ensure the Town that solid waste will continue to be; I ) hauled from the Town of Southold's transter Station to disposal site(s), and; 2) disposed at pennitted disposal site(s). The following general services are sought in this request: . HAUL Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling solid waste from the Town of South old transfer Station to Contractor designated disposal site(s) as set fOt1h herein. Transportation equipment shall be in accordance with New York. State Department of Transportation, Interstate Commerce Commission, United States Department of Transportation, as defined in the Code of Federal Regulations, or other applicable state and federal regulatory requirements. . Disposal . Reserve capacity and provide equipment, labor, maintenance, management and policies to receive and dispose of solid waste from the Town of Southold Transfer Station as set forth herein. The Contractor's New York State Solid Waste Disposal Site(s) must be in compliance with all State of New York Department Of Environmental Conservation's and U.S. Government's Regulatory requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. Disposal Sites outside New- York State shall be pennitted by applicable local. state and Federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment than those outlined in this specification. Disposal alternatives that will be considered include land disposal. incineration, composting, etc., as long as they comply with regulatory requirements and environmental standards. 24 2.n PROGRAI\I GOALS AND OBJECTIVES The goal of this project is the continued safe and reliable hauling and disposal of the solid waste materials tì-om the Town Of South old Transfer Station at minimum cost to the citizenry. It is also the objective of the Town of South old to ensure that the haul-disposal operations proceed according to the provisions of this document and subsequent agreements/amendments are upheld. 3.0 POTENTIAL REGULATORY AND OPERATIONAL CHANGES . During the tenn of the Agreement, there may be a number of regulatory and operational changes which may affect the quantities and types of solid waste received at the Town of Southold Transfer Station and delivered to the Disposal Site; the manner in which solid waste is handled by the Town prior to the loading of waste for transfer; and the equipment maintained and used by Town forces in the handling of waste to be transferred. This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor or the specific operational techniques and/or equipment to be employed by the Town in the handling of waste at the Town transfer station. The Town reserves the right to designate another public body, private or public agency, group or authority to act in its behalf for administration of the Agreement at any time during the tenn of Agreement. 4.0 CHARACTER OF THE SOLID WASTE . The wastes which are to be hauled and disposed of under tenns of this bid solicitation are to include typical municipal wastes from a rural community. This will include all waste types generated in private households, and, therefore, can include broken furniture, small appliances, and other wastes generated in a private home or apartment as allowed under 6NYCRR Part 360- 1.2(a) regulations and the Garbage, Rubbish and Refuse Law, Chapter 48 of the Code of the Town of South old. Commercial waste may also be included in the solid waste stream. It may include any waste which is typically disposed of in dumpster or roll-off type container boxes at restaurants, small businesses, light industries, hospitals, office buildings etc. It should not include any wastes covered by special waste pennits Such as pathogenic or hazardous materials, but the Town cannot guarantee that the waste stream does not contain same. Special costs associated with handling noncompliance loads will be compensated under Forced Accounting (Appendix A-9). 4.1 Quality and Characteristics 25 The Town Of Southold's historical solid waste quantities and characterization data are included in the Appendices. Bidders are cautioned that actual quantities may differ significantly from these data. Recycling programs may affect the quantity and characteristics of the waste received at the Town of South old Transfer Station. If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of [he noncompliance waste in accordance with local, state and Federal regulations. Compensation tor such waste disposal services shall be provided tor under Forced Accounting (Appendix A-9). The Town makes no specitìc representations in the toregoing disclosure. 5.0 PROGRAM ACTIVITIES 5.1 Collection . The Town of South old Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to 5:00 P.M. The Contractor will be expected to collect and remove solid waste rrom the Transfer Station duáng the following hours: Monday through Friday 7:00 A.M. to 4:00 P.M. The Transfer Station is closed on the tollowing holidays: . New '{ear's Day Martin Luther King Day President's Day Easter Sunday Memorial Day Independence Day Labor Day Columbus Day Election Day Veteran's Day \/, Thanksgiving Eve Thanksgiving Day y, Chástmas Eve Christmas Day !/, New Years Eve The Contractor must make transfer containers available tor loading seven days a week. if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on Sundays is rrequently not required during the winter months. The Contractor will be expected to provide enough containers to empty the Transfer Station tipping floor on a daily basis, delivery and staging of an adequate number of containers for this purpose will be coordinated with Transtèr Station Staff as needed. 5.2 Loading Mode The Contractor shall fully prepare transfer containers for loading, including assuring that container covers or empty containers are left open. [SEE NOTE AT END OF SECTION 6.2.] 26 5.3 . 5.4 . 6.0 Solid Waste will be loaded by the Town at its Transfer Station using a front end wheel loader. After loading, Contractor will bt1ng transfer containers to the Town's truck sC¡lles for weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to leaving the site. If required by any local, state or Federal regulations or law, the contractor shall provide sealed containers for loading. This service shall be at the Contractor's expense and included in the unit price bid. Town Of South old Accident and Damage Policy The Contractor shall be required to prepare an Accident Report (See Appendix C) Of any accidents and/or damage that occur while perfonning services under the ternl of the Agreement. The Town of Southold shall immediately be notified of any major occurrences such as bodily injury of structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. The offending Parts or representative/e thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. All accident and/or damage reports will be included in reports to the Town NYSDEC Part 360 Pennit to Operate The Town Of South old operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC) Part 360 Pennit to Operate. A copy of NYSDEC Permit is included as Appendix B. HAUL SERVICES For Solid Waste Haul-Disposal Services-Agreement, the following services will include the tasks, responsibilities and perfonnance required as outlined herein. 6.1 Work Included The Contractor shall provide the following major essential services or equipment and any other non-specified items without limitations, to maintain a reliable haul services operation in a manner that will meet the needs of the Town of Southold. . Management and operation of a fleet to accommodate the transport of solid waste rrom the Town transtèr Station to Solid Waste Disposal Site(s) n accordance with all local, n 6.2 . . state, and Federal regulations. [SEE NOTE AT END OF SECTION 6.2.) . Financial liability and maintenance responsibility of tranSpOt1 equipment, i.e., dump trailers, transfer trailers bulk matetial containers, vehicles, personnel and services for open-top loading solid waste hauling activities. . Coordination of haul services with disposal services. Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment, along with personnel to operate and maintain a reliable haul services system in a manner that will satisfy the needs of the Town of Southold. The minimum level of haul services equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and containers, etc. The contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal solid waste including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet the Town of Southold Transfer Station requirements. Each bidder is therefore responsible for familiarizing itself with the Town of South old Transfer Station site. solid waste, etc., to assure equipment compatibility. Transport equipment may be open-top bulk material containers, dump trailers, roll-off containers or open-top transfer trailers, provided that all such equipment is suitable for convenient loading given existing configurations of the Town of South old Transfer Station. Transport equipment shall be: I) Registered with the State of New York Department of Motor Vehicles or equivalent agency; 2) designed to preclude spillage of waste; 3) loaded within their design capacity and New York State Department of Transportation regulations; 4) well maintained in good working order. Corroded defective, bent, defonned or punctured trailers, roll-off boxes, or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting solid waste in open-top transport equipment. The bidder shall clearly indicate [he quantity and type of transport equipment/vehicles it plans to use, their availability date, state of repair, and that such units are compatible with the Town of South old Transfer Station scales and New York State DOT regulations, United States Department of Transportation, as defined in the Code of Federal Regulations or equivalent. The Contractor will promptly remove from use any transport equipment/vehicle that does not confonn with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own off-site maintenance shop facilities for servicing 28 6.3 . 6.4 7.0 . 7.1 the tranSpOt1 equipment and vehicle tleet. unless it elects to subcontract for these set'\'ices. No major maintenance may be done at the Town of Southold Transfer Station site. NOTE: [n the course of this Agreement, the Town may, at its discretion, provide [ or more transfer trailers for use by the Contractor. The Town warrants that any such equipment pl'Ovided would be compatible with hauling vehicles (tractors) generally standard in the wa,5te hauling indu.5try. [n the event that the Town wishes to provide such equipment for U.5e by the Contractor, the Contractor together with the Town shall develop an addendum to this agreement goveming .\'uch U.5e. Weighings The Town of Southold will provide certitìed weighing at the Town of Southold Transfer Station. The Contractor will accept these weights for invoicing pUtposes. All weights will be generated on current certitìed weigh scales. Routing Mode - Contractor's Responsibility Contractor will have the right to select the routers) for travel rrom the Town of Southold transfer Station to the Disposal Site(s). Contractor WatTants and guarantees that, in selecting and utilizing such routers). Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town hannless rrom any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. DISPOSAL SERVICES PROGRAM ACTIVInES For Solid Waste Haul-Disposal Service Agreement, the following disposal services will include the tasks, responsibilities and perfonnance requirements as outlined herein. Work Included The Contractor shall provide the following major essential services or equipment and any other non-specified items, without limitations, to maintain a reliable disposal services operation in a manner that will meet the needs of the Town Of South old. . Liability insurance, perfonnance and payment bonds. . Safety equipment. 19 7.2 Operational Capacity The bidder shall identify in its proposal, the following intonnation: · Disposal Site capacity. · Flexibility of Disposal Site capacity to allow tor seasonal variances in waste generation and sufficient to pennit service in the tonnages bid. · Hours and days of the week that the designated Disposal Site will be open tor receiving solid waste trom the Town of South old, including weekends, holidays and special closure periods. 7.3 Penuit Requirements . Throughout the tenu of Agreement that may result from this Bid solicitation. the Contractor must maintain all current and valid local, state and Federal pennits, licenses, or other authorizations, (either temporary and permanent) which are required by law to receive solid waste at any and all Disposal sites designated by the bidder. Because of the varying tenus of Solid Waste Disposal Site penn its, it is possible that a pennit will expire during the term of Agreement. The responsibility of obtaining and/or renewing a penuit to operate is solely upon the Contractor. . In the event a Contractor fails to maintain or obtain any necessary current and valid local state and Federal Penn its., licenses, or other authorizations, allowing the lawful use of its designated Disposal Site then the Contractor will be solely responsible for obtaining the utilization of an alternate Solid Waste Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain pennits by the Contractor be considered a change in conditions, in the event the Contractor is unable to tind an alternate Disposal Site. it shall be deemed to be in default of the Agreement and liable for damages, bonds forfeitures and other expenses as provided in the Agreement. In the event the individual and/or entity submitting a bid in response to this bid solicitation is not the individual and/or entity named as the pennit holder on any necessary current and valid local, state or federal pennits, licenses or other authorizations. required by law to receive solid waste at any disposal site designated by the bidder or any alternate disposal site, the bidder is required to provide satisfactory evidence to the Town of Southold of a binding contractual relationship between the bidder and the pennit holder which provides the bidder with the irrevocable right to utilize the solid waste disposal site during the tenn of Agreement, or portion thereot; in a manner which is in complete compliance with this bid solicitation and the bidder's bid 30 7.3.1 . . 7.3.2 submission. The agreement between the bidder and the peonit holder shall include provisions that: 1. Provide Town with the right to discuss operational matters with the peonit holder whenever necessary. ~ Require the pennit holder to comply with directives of the Town which are consistent with and pursuant to the Agreement which shall result from this bid solicitation. Disposal Sites Inside State of New York The Contractor's Solid Waste Disposal Sites, iflocated within the State of New York, must be in compliance with all State of New York Department of Environmental Conservation's and U.S. Environmental Protection Agency regulators requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Site must have valid construction and operating peonits in accordance with all applicable laws in the jUlisdiction in which it is located. It shall be pennitted to accept Town of South old solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. Disposal alternatives that will be considered include land disposal, incineration, compo sting, etc., as long as they comply with all the above governing regulators requirements and environmental standards. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of South old based upon review ofinfonnation submitted with the bid describing in detail the nature of the disposal process and other inti.mnation reasonably requested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the environment and its design, construction and operation complies with all applicable laws. Disposal Sites Outside State of New York The Contractor's Solid Waste Disposal Sites, iflocated outside the State of New York must be in compliance with all the applicable local, state and Federal laws and regulations and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Sites must have valid constnlction and operation permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be pennitted to accept Town of Southold solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. If the Solid Waste Disposal Site is a landfill, it must comply with the following minimum standards: 31 . Liner Svstem, All proposed landfills under the Agreement shall be provided with at least a single liner system to restrict the migration of leachate and prevent pollution of underling soil or groundwater. Liner systems shall consist oflow pemleability soil admixtures. clays or synthetic materials. Liners are at a minimum to consist of materials having a demonstrated hydraulic conductivity and chemical and physical resistance not adversely affected by waste emplacement or sanitary landfill leachate, including synthetic geo-membranes and soils such as clay or other semi-impervious admixture. Liner systems may consist of an impervious liner composed of at least two feet of clay with demonstrated hydraulic conducti vity oflx 10-> cm/sec or a synthetic single lining system of a thickness of at le¡lst 60 mils. Thicknesses down to 40 mils may be acceptable for composite liners which include imper\'ious clay. . Foundation: The proposed landfill shall be designed and constructed on an appropriate foundation which provides finn, relatively unyielding planar surtàces to support the liner system and which is capable of providing support to the liner and resistance to the pressure gradient above and below the liner resulting from settlement, compression or uplift. .~ Leachate Collection: The proposed landtìll shall be equipped by a leachate drainage and removal system. The leachate drainage system-shall consist of collection pipes and a drainage layer. The system shall be designed to ensure that the leachate head on the liner does not exceed one foot at any time. A leachate removal system shall be provided to remove leachate within the drainage system to a central collection point for treatment and disposal. . =' Leachate Treatment and Disposal: Leachate shall be treated and disposed of in accordance with all applicable taws, including applicable pretreatment standards and discharge limitations. cj<p Gas Collection and Venting: The proposed landfill shall be equipped with a suitable gas collection and/or venting system which complies with all air pollution requirements and other applicable laws. .7ð? Surface Drainage Systems: The proposed landfill shall be designed with an appropriate surface drainage system which isolates the landfill rrom adjacent surface water drainage in a controlled manner, as well as controlling run-off from the landfill itself ,~ Monitoring Svstem: The proposed landfill shall be equipped with appropriate systems to monitor groundwater quality, gas production, leachate volume, quantity. slope and settlement status. The number and location of ground water monitoring wells shall be suftìcient to define and detect any potential migration of contaminants. However, no fewer than one up-gradient monitoring well and two down-gradient monitoring wells 32 . 7.4 . 8.0 shall be provided in any event. A regular sampling and analysis program shall be in place to \'erify that no groundwater contamination results trom the landtill. J5' Closure: The proposed landfill shall have in place a written closure plan which contònns to applicable taws and standard industry practice. The closure plan shall, be designed to insure that contamination does not spread from the landtìll during) the post closure period. Bidder must clearly specify their intended disposal alternatives and support same with copies of appropriate experience, site location, pennits, agreements et at.. as outlined in this bid solicitation. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of South old based upon re\'iew ofinfonnation submitted with the bid describing in detail the nature of the disposal process and other intònnation reasonably requested by the Town. The Contractor shall be solely and completely Responsible for any and all liability relative to contractor's tàilure to dispose of solid waste at an approved site. Weighings The Town will compensate the Contractor for waste material hauled and disposed of on a net tonnage basis (short tons = 2000 pounds). The certified weighings will be made at the Southold Town Transfer Station. The Disposal Site will accept these weights tòr invoicing purposes. All weights will be generated on current certified weigh scales. In the event of any dispute over differences in net weights between the Town and Disposal Sites scales and weight records, the Town may make payment upon the weight it deems to be most correct. until the dispute is reconciled. Any claims for ditTerences must be filed in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed final and binding between the parties. SAFETY AND HEAL TH REGULATIONS The Contractor shall comply with all current Federal Department of Labor, Safety and Health Regulations under the Occupational Safety and Health Act, 1972 (PL 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (PL 91-54). Specific consideration shall be given, but not limited to the following major areas: a. Maintenance safety procedures - guards and Shields on dynamic equipment, guards, railings, electrical lockouts, vehicle wheelblocks, audio vehicle backup alarn1s, vehicle wheel chocks, etc. b. Employee safety orientation, education, teaching, first-aid training, cardiopulmonary resuscitation, etc. C. Noise and dust control, ear protection, respirators, hard-hats, safety shields, glasses, protective clothing, sanitary tàcilities, etc.. 33 . 9.0 . d. Fire and explosion preventions, control, equipment (tire blankets, extinguishers. tirst aid hoses, etc.) and persOlUlel escape alternatives. e. Traffic t10w control patterns. f Accident or injury reporting system (the Town shall received copies of al reports and immediate verbal notitication). g. Employee health safeguards. h. Mechanic's lien safeguard against work interference. The Contractor shall comply with all local, state and Federal regulations, laws and Statutes, which apply to the work and to satèty in particular. The Contractor shall comply with New York State Department of Labor current requirements. The Contractor shall be solely and completely responsible tòr operational safety during pertònnance of the Agreement. The obligation exists twenty-four (24) hours a day, each and every day throughout the term of the Agreement. The Town of Southold shall not have any responsibility for means, methods, sequences of techniques selected by the Contractor for satèty precautions and programs, or for any tàilure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and perfonning the services under the tenns of the Agreement. OPERA nONS AND PROCEDURES The Contractor will be required, prior to commencement of operations, to provide the following operational plans to the Town for review and acceptance. Revisions, modification's, and updates shall be forwarded to the Town throughout the term of the Agreement. Organization personnel and structure, showing the chain of command, names and telephone numbers and staffing requirements. Operational plan - shifts, hours, etc. Safety, disaster, and emergency procedures. Transportation plan, including available transport equipment, vehicle t1eet and reserve capabilities. Inclement Weather Plan - This shall describe the bidder's plan should inclement 34 weather alter nOt111al daily operations as described in the bidder's operations plan. The inclement weather plan shall include hauling operations and disposal operations. The bidder's means of assessing inclement weather conditions (weather and road conditions), method of reporting to the Town and the altematives shall be described. 9.1 Supporting Data In the event the Town requires any inforntation in support of Town held licenses and permits at the Town, County, State and Federal level, the Contractor will be required to fumish all licenses, pennits and inspection reports regarding equipment and disposal sites which may be required by Town, County, State or Federal law. In the event the Contractor requires any infonnation in support of Contractor held licenses and penn its at the Town, County, State and Federal level, the Town will cooperate in furnishing such infonnation as it applies to the Southold Town operations. . Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that allows for easy retrieval and analysis. The Town, or its designee, may upon 24 hours notice inspect the contractor's records. Such records shall he kept, available by Contractor for a period of two (2) years after tennination of this Agreement. In the event the Town requires additional .infonnation for reporting purposes, the Contractor will supply same. The Town, or its designee, may call upon the Contractor at an}1ime tor an oral review of any technical matter. The Contractor shall file and update the following infonnation as specitied herein. . Items Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Disposal Accident Reports Licenses, Pennits and Inspection Reports Pat1 360 Permit All Bid Infonnation Schedules Due as changes occur on occurrence on occurrence on occurrence as changes occur as changes occur 35 . SECTION C CONTRACTOR BID FORM . 36 . . SECTION C TOWN OF SOUTHOLD SOLID WASTE HAUL-DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide for unifonnity in bid evaluations. The fonnal Agreements resulting from this Bid Solicitation shall be in a tònn provided by the Town. These documents are intended to depict complete Solid Waste Haul-Disposal Services Agreement and theretore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder rrom furnishing the same. No oral statement shall in any manner or degree modify of otherwise affect the tenns of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID. STATEMENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Bidders: The undersigned Bidder has carefully examined the fonns and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, perfonnance bond, certificates of insurance, genera! conditions, bid specifications, and addenda, has tàmiliarized itself with the sites of work, and hereby proposes to fumish all necessary services, 37 pennits, labor. materials, equipment. vehicles, and tools required to perfom1 and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold tl1r this project. The undersigned Bidder agrees to abide by all conditions stated, intended, or implied both particularly and generally by the tenns of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satisfactory per!onnance bond, and insurance all within ten (10) calendar days. . SECOND: To begin Solid Waste Haul-Disposal services operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor contractual agreements, and ancillary facilities, etc.; to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it may incur as a result of the Contractor's failure to 'pertonn all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnification or, payment of such damages. FOURTH: as follows: During the perfonnance of this Agreement, the Contractor hereby agrees . a. The Contractor shall not discriminate against any employee or applicant tor employment because of age, race, creed, color, sex, marital status, national origin, physical disability, and shall take affinnative action to ensure that they are atforded equal employment opportunities without discrimination because of age, race, creed, color, sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or tem1Ïnation, rates of pay, or other fonns of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. b. The Contractor shall comply with the provisions of Sections 290 through 30 I of the Executive Law, Shall fumish all infonnation and reports deemed necessary by the State Commission for Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and shall pennit access to his books, records, and accounts by the State Commission for Human Rights, the Attorney General. and the Industrial Commissioner for purposes of investigation to 38 . . ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law and Ci\'il Rights Law. c. This Agreement may be fot1hwith cancelled, ternlinated, or suspended, in whole or in part, by the Town upon the basis of a tinding made by the State Commission for Human Rights that the Contractor has not complied with these nondiscrimination clauses, and the Contractor may be declared ineligible for future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission tor Human Rights that he has established and is carrying out a program in confonnity with the provisions of these nondiscrimination clauses. Such findings shall be made by the State Commission tix Human Rights after conciliation et10rts by the Commission have failed to achieve compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been given to the Contractor, and an opportunity has been afforded to him to be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in addition to sanctions and remedies otherwise provided by law. d. No laborer, workman or mechanic in the employ of the Contractor or subcontractor shall be pennitted or required to work more than eight hours in any one calendar day, or more than five days in anyone week except as otherwise provided in Labor Code Section 220. e. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a mmmer that such provisions will be binding upon each subcontractor or vendor as to operations to be perfonned within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct, including sanctions and remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder cet1ifies, and in case of a joint bid each party thereto certities as to its own organization, under penalty of perjury that to the best of his knowledge and belief: a. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement tor 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 have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. 39 . . c. No attempt has been made nor will be made by the Bidder 10 induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. 1 ~. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally inspected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, and waives all rights to claim any misunderstanding, omissions or errors regarding the same which such inspection and observation would have disclosed. The undersigned further understands and agrees that it is or they are to furnish and provide in return for the respective Evaluation Unit Bid Price, all the necessary materials, machinery. vehicles, implements, tools, labor services, and other items of whatever nature. and to do and perfonn all work necessary under the aforesaid conditions, to complete operations of the aforementioned Solid' Waste Haul-Disposal Services operations in accordance with the Bid Solicitation requirements. which requirements are a part of this response, and that it or they will accept in full compensation therefore. the compensation provided for in Section C-3. , J. The undersigned submits herewith a bid guaranty within the fonn provided by the applicable bid documents in the amount of $1 00,000.00 for any option or combination thereof. In the event this proposal is accepted, and the undersigned fails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the fonn provided by the Town or fails to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty Shall be forfeited and be retained by the Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise, the total amount of bid guaranty liquidated will be returned to the Bidder. 4. The undersigned acknowledges the receipt of the following addenda, but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have knowledge of all addenda. ADDENDUM NUMBER AND DATES Number I - Dated: Number 2 - Dated: Number 3 - Dated: Number 4 - Dated: Number 5 - Dated: 40 . . 5. The Bidder has completed the Contract Bid Fonn and Unit Price Schedules in both words and numerals in accordance with these bid requirements. 3.0 UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TOWN, NEW YORK 3.1 COMPENSATION The undersigned hereby submits the following price bid to fumish Solid Waste Haul- Disposal Services, to Southold Town, New York for the tenns through HAUL-DISPOSAL SERVICES The Haul-Disposal Service applicable unit price per ton for agreement year IS cents ($ ).(Cl) The Haul-Disposal Service applicable unit price per ton for agreement year IS cents ($ ). (C2) The Haul-Disposal Service applicable unit price per ton for agreement year IS cents ($ - ~ ). (C3) The Haul-Disposal Service applicable unit price per ton tòr agreement year IS cents ($ ). (C4) The Haul-Disposal Service applicable unit price per ton for agreement year IS cents ($ ). (C5) 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price ~ (C I) I 0,000+(C2) I 0,000+(C3) I O,000+.5(C4) I O,OOO+.5(C5) 10.000 40,000 tons do liars and dollars and dollars and dollars and dollars and 41 E\'aluation Unit Bid Price = $ The e\'aluation unit bid price fotmula is designed to evaluate years four and ti \'e at .5 the e\'aluate of each of the tirst three (3) years. Bidder: Finn-Corporation Address By: Authorized Representative Date . 4.0 BID SECURITY ACKNOWLEDGEMENT I have attached the required bid security to this bid. 5.0 INFORMA nON SCHEDULES I agree to tÌlmish and include the following infonnation schedules in addition to the information submitted with this proposal, as a part of this bid: A. Certitìcation that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation-involving the Town of South old, State of New York (Schedule A, attached hereto). B. Location and address of the Bidder's main oftìce and the main office of parent companies (if applicable) and Certitied Statements of Ownership (Schedule B, attached hereto). . C. Identitìcation of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C. attached hereto ). D. Identitìcation of all currently registered parent bidding subsidiary corporate oftìcers, and their addresses, and identification and certification of oftìces authorized to execute an Agreement on behalf of the finn (Schedule D. attached hereto ). E. Detailed financial statement for the Bidder, and if applicable, for parent companies (Schedule E, attached hereto). F. Statement of Bidder's Qualifications and related experiences (Schedule F, attached hereto). 42 G. !\!ajor Subcontractors - (Schedule G, attached hereto). H. Equipment- (Schedule H, attached hereto). l. Maximum Specified Capacity- (Schedule L attached hereto). J. Intonnation on Bidder's Solid Waste Disposal Site(s) (Schedule J attached hereto ). K. Fonn of Bid Bond (Schedule K, attached hereto). L. Perfonnance Bond (Schedule L, attached hereto). . M. Dated: Operation Plan (Schedule M. attached hereto). Name of Bidder: Address of Bidder: By: Signature Title Corporate Seal . (If a Corporation) Incorporated under the laws of the State of Names and addresses of officers of the corporation: (President) Name Address (Secretary) Name Address (Treasurer) Name Address (If an individual or partnership) 43 . . Names and addresses of all principals or partners 44 . . INFORMATION SCHEDULE A Town of South old Bid Project Solid Waste Haul-Disposal Services This Bidder herein certi ties that as a (Bidder's legal name) Bidder, it does not currently owe delinquent taxes or other outstanding Funds, of having pending or currently involved in any litigation involving the Town of South old, State of New York. Name ofSidder: By: Date: (Authorized Signature) NOTE: If blank not applicable, fill in with N/A (1) (2) If bidder owes the Town taxes or is involved in any litigation, a statement of explanation will be attached hereto. Tax/Litigation Certitication BID (PROPOSAL) FORM Schedule 5.0.A Page I of I 45 . . INFORMA nON SCHEDULE B Town of South old Bid Project Solid Waste Haul-Disposal Services The following is infonnation on the undersigned Bidder's office locations: Bidder's Main Office Bidder's Parent Corporation Main Ot1ice Manager's Name (Contact) Manager's Name (Contact) Finn's Legal Name Parent Finn's Legal Name Street Address (Box Numbers) Street Address (Box Numbers) City State Zip State Zip City Telephone Number Telephone Number The Bidder herein certifies that the Finn is partially/wholly owned subsidiary of Parent Finn This is owned Parent Finn By ~'ó or is a public/private stock corporation. Bidder Office Locations/Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page I of 2 46 . . INFORMA nON SCHEDULE B - (Continued) Name of Bidder: By: Date: Note: (1) Any attachments or modifications to this form shall be labeled Schedule 5.0.B, and properly integrated into the Bid Form, (2) If blank not applicable, fill in with N/A. Bidder Office Location/Ownership Certitìcation BID (PROPOSAL) FORM Schedule 5.0.B Page 2 of2 47 . . lNFORMA nON SCHEDULE C Town of South old Bid Project Solid Waste Haul-Disposal Services This is identification that will be the Surety Company for the Bidder, on this project and that the named Surety Company herein provides written certification that the named Surety Company will provide the Perfonnance Bond, specified in the Contract Documents, in the event the Bidder enters into an agreement with the Town. The Surety Company herein certifies that such Company is licensed to do business in the State of New York. (L.S.) Principal (SEAL) Surety Company By: Surety Verification BID (PROPOSAL) FORM Schedule 5.0.C 48 . . INFORl\IA nON SCHEDULE D Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder herein certitìes that the below named individuals are the current registered corporate otÌÌcers, along current pennanent addresses, and designates their authority to execute an Agreement on behalf of the tìnn OtÌÌcer's Name Officer's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City State, Zip State, Zip Officer's Name OtÌÌcer's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City State, Zip State, Zip Officer's Name Officer's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City State, Zip State, Zip Current Corporate Officers BID (PROPOSAL) FORM Schedule 5.0.D Page I ofl 49 . . INFORMATION SCHEDULE D - (Continued) Officer's Name Subsidiary Corporate Title Address City State, Zip_ Officer's Name Parent Corporate Title Address City State, Zip Name of Bidder: Corporate Seal By: Date: NOTE: If blank not applicable, till in with N/ A Current Corporate Oftìcer BID (PROPOSAL) FORM Schedule 5.0.D Page2of2 50 . . INFORl\IATION SCHEDULE E Town of Southold Bid Project Solid Waste Haul-Disposal Services STATEMENT OF BIDDER'S FINANCIAL CONDITION I. This Bidder agrees to provide for any subsidiary and parent finn, and hereto attaches a current or the most recent audited tinancial Statement(s) including as a minimum the tirms opinions, notes, revenue/expense statements, conditions of cash, etc. The attached statement provided includes: Accounting Finn Name Address Financial Period To Statement Date 2. The bidder certifies that he currently has an available line of credit in the amount of $ . A supporting documentary evidence attached to this fonn is supplied by: Name Address Date 3. The undersigned Bidder certifies to the validity of statement and agrees to furnish any other infonnation upon request that may be required by the Town of Southold, New York. Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Pagelof2 51 . . INFORMAnON SCHEDULE E - (continued) The undersigned hereby authOt1zes and requests any person, finn or corporation to fumish any infonnation requested by Town of South old. New York in veritication of the tinns financial condition. Dated at This day of ,20 Name of Bidder Title State of New York, County of being duly swom deposes and saws that he IS of Title Name of Organization and that the answers to the tòregoing questions and all statement therein contained are true and COtTect. Swom to me this day of .20 Notary Public My Commission expires: NOTE: (I) (Bidder may submit additional infonnation desired as Schedule E attachments.) (2) If blank not applicable, fill in with N/A Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page 2 of2 52 INFORl\.IA nON SCHEDULE F Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder herein certifies that it is qualified to perforn1 the work covered by this proposal, and that it is not acting as a broker on the behalf of others. To substantiate these qualitications, the Bidder offers the following related information and references in order that the Town may evaluate the Bidder's qualifications and experience. 1. 2. . 3. 4. 5. 6. 7. 8. . 9. 10. Bidder's Legal Name: Business Address: Street City State Zip State incorporated: Year incorp.: New York State; Business License No.: No. Years in contracting business under above name: years. Has tirm ever defaulted on a contract; Yes No Gross Value - work under current contract: $ Number of Current Contracts: Brief description general work perfonned by tinn: Has Finn ever failed to complete work awarded? Yes No If yes, attach supporting statement as to circumstances. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page I of3 53 INFORMA nON SCHEDULE F - (continued) 11. Related Experience Reference (within previous 5 years) 11.1 Project Title: Owner's Name: Address: . Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 11.1 Project Title: Owner's Name: Address: . Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 2 of3 54 . . 11.3 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 12. Principal Finn Members' Background/Experience (3 members minimum). Attach current resumes as Schedule 5.0.F supplement or give concise description by individual. Name of Bidder: By: Date: (Authorized Signature) NOTE: Any supplemental attachments or modifications to this fonn shall be labeled Schedule 5.0.F, and shall be properly integrated into this Bid Fonn. Ifblank not applicable, fill in with N/A. Qualiíications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 3 of 3 55 . . INFORMA nON SCHDULE G Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it proposes, if awarded an Agreement to use the following haul sub-contractors on this project. 2. 3. 4. 5. 6. 7. 8. 9. 10. NOTE: Sub-Contractor Contract Individual 1. Address Phone # Name of Bidder: By: Trade! Specialties Date: (Authorized Signature) If blank not applicable, lìll in with N/A Subcontractors BID (PROPOSAL) FORM Schedule 5.0.G 56 . . IFORMA nON SCHEDULE H Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder states that it owns the following pieces of equipment that are available for use on the project, if awarded the agreement. Equipment Item Proposed Project Use Name of Bidder: By: Current Equipment Location Date: NOTE: Any supplemental attachments or modifications to this fonn shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Fonn. If blank not applicable, fill in with N/A Construction Equipment BID (PROPOSAL) FORM Schedule 5.0.H 57 . . INFORMA nON SCHEDULE I Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it will be prepared to dispose of up to the following Maximum Specitied Yearly Capacities in tons of Town of South old solid waste if awarded an agreement Contract Year -- -- -- --- -- Name of Bidder: Maximum Tons per Contract Year By: Date: Maximum Specified Capacity BID (PROPOSAL) FORM Schedule 5.0.1 58 INFORlvlA nON SCHEDULE J Town of South old Bid Project Solid Waste Haul-Disposal Services NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE SOLID WASTE DISPOSAL SITE, AN INFORMATION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The following is intom1ation on the undersigned Bidder's Solid Waste Disposal Site: I. GENERAL A. Disposal Site Location Name: . Address: Phone: B. Disposal Site mailing address (if different than I) Address: II. CURRENT OPERATIONS . A. Operations Pennit 1. Pennittee: 2. No.: 3. State: 4. Date of Issue: 5. Date of Expiration: 6. Copy Enclosed: Yes: No: Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.1 Page I of7 59 INFORMA nON SCHEDULE J- (continued) B. Hours of Operations I. What are the PERMITTED operating hours', DAY Monday Tuesday Wednesday Thursday Friday Saturday Sunday A.M. . 1 Are there any PERMITTED closure periods stipulated? to to to to to to to P.M. 3. What are the ACTUAL operating hours? DAY Monday Tuesday Wednesday Thursday Friday Saturday Sunday A.M. . 4. What holiday or other period is the Disposal Site typically closed? DAY New Year's Memorial Independence Labor Thanksgiving Christmas Other (specify) YES Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM to to to to to to to to to to to to to to P.M. NO Schedule 5.0.J Page 2 on 60 . . INFORMATION SCHEDULE J - (continued) 4. Will the ACTUAL operating hours be extended up to the PERMITTED operating hours in Question 11.8.1 in order to accommodate Town of Southold solid waste'? Yes No 6. Are there any local agreements, ordinances. etc. which would prohibit extending the ACTUAL operating hours in Question 11.8.3 up to the PERMITTED operating hours in Question 11.8.1'1 Yes No 8. What is the PERMITTED annual capacity in tons? 20 10 20 20 10 D. At the PERMITTED levels in Question H.C., what is the projected useful life in years? E. What is the annual RECEIVING6 level today? F. At the RECEIVING levels in Question [I.E, what is the projected useful life in Years? Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 301'7 61 INFORl\IATION SCHEDULE J - (continued) G. How much of the RECEIVING level in Question II.E is committed to under contract in tons~ 20 20 20 20 10 H. Does the Disposal Site have special waste restrictions? . Yes No Gate Fee ($) I. Construction/Demolition 2. Asbestos 3. Wastewater Treatment Sludge 4. Hazardous Waste -- I. Are there any existing agreements with local municipalities which prohibit: Item . 1. Routing to site 2. Weight limits between state coeds and site 3. Number of vehicles 4. Vehicle size 5. Solid waste importation outside jurisdictional area 6. Host Community Benefits Yes No -- -- Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 4 01'7 62 lNFORl\lATlON SCHEDULE J - (Continued) III. EXPANSION PLANS A. Application Pennit . l. Pennitee: 1 No.: , State: J. 4. Date of Submission: 5. Copy Enclosed: Yes 6. Submission Status: No a. Expansion of current site or new site b. Local Citizenry Reaction c. Regulatory agency d. Litigation . e. Likelihood to succeed Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 5 01'7 63 . . INFORMA nON SCHEDULE J - (Continued) B. I(you are successful in Question !ILA.. what is the additional annual DESIGN capacity in tons (do not include figures from Question ILC.)? 10 20 20 10 ------ ------ ------ 20 ------ C. At the annual DESIGN levels in Question m.B.. what would be the projected useful life in years? D. Would you be willing to share with the Town of South old engineering reports utilized for the preparation of the Operating Pennits on Expansion Application? Yes No E. Bidder's Disposal Site(s) Engineer of Record Finn's Name Finn's Address Project Engineer Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.1 Page 6 on 64 . . INFORMA nON SCHEDULE J - {Continued} Are you willing to meet with the Town of Southold to discuss your shot1 and long tenn disposal capabilities" '{ es __ No The undersigned hereby cet1ifies that services, material, equipment to be furnished as a result of this bid will be in accordance with Town of South old specifications applying thereto unless exceptions are indicated above and an explanation attached. Bidding Company Address City State Zip By (Please Print or Type) NAME AND nTLE Sih'Ilature Phone No. Date CORPORATE SEAL Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 70f7 65 INFORI\IA TION SCHEDULE K FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and finnly bound unto as for the payment of which, will Owner in the sum of and truly be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this __ day of _~~_, 20__. The condition of the above obligation is such that whereas the Principal has submitted to the . Town of South old a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, tor the hauling and disposal of solid waste: NOW, THEREFORE, (a) If said Bid shall be rejected or in the alternate, (b) If said Bid shall be accepted, and the Principal shall execute and deliver an Agreement in the fonn off the Sample Operating Agreement attached hereto (properly completed in accordance with said Bid) and shall furnish certificates of insurance and a bond for this faithful perfornlance of said Agreement, and for the payment of all persons perfonning labor or furnishing materials in connection therewith, and shall in all other respects perfonn the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. . The Surety, tor value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. Fonn of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page lof3 66 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seats, and such of them as are corporations ha\e caused their corporate seals to be hereto at1ìxed and these presents to be signed by their proper officers, the day and year tirst set forth ab()\'e. (LS.) Principal Surety By: ----- Address of Surety: -- . SEAL (ACKNOWLEDGEMENT BY CONTRACTOR, IF A CORPORA nON) STATE OF: -) COUNTY: -- ) SSN: . On this day of _____, 20 before me personally came , to me known. who being duly sworn, did depose and say that he resides in ____ ; that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of corporation; that the seal affixed to the instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of the corporation: and that he signed his name thereto by like order. - Notary Public Fonn of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 2 of3 67 . . (ACKNOWLEDG~!ENT BY CONTRACTOR, IF A PARTNERSHIP) STATE OF: COUNTY: --> SSN: On this day of ,20 before me personally came , to me known, and known to me to be a member of the timl of , and known to me to be an individual described in. and who executed the foregoing instrument in the tinn name of and he duly acknowledged to me that he executed the same for and in the behalf of said finn for the uses and purposes mentioned therein. Notary Public (ACKNOWLEDGHIENT BY INDIVIDUAL CONTRACTOR) STATE OF: ) COUNTY: ) SSN: On this day of , 20__ before me personally came , to me know, and known to be the person described in and who executed the foregoing instrument and duly acknowledged that he executed the same. Notary Public Fonn of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 3 on 68 INFORMATION SCBEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinatìer called the "Surety") are held and finll1y bound to the Town of South old (hereinatìer called the "Owner") in the full and just sum of ____ dollars ($ --> good and lawful money of the United States of America, tor the payment of which sum of money, well and truly to be made and done, the Principal binds himselt~ his heirs, executors, administrators and assigns and the Surety binds itset[ its successors and assigns, jointly and severally, tinnly by these presents. . WHEREAS, the Principal has entered into a certain written Agreement bearing date on the __ day of , 20 _' with the Owner tor the Town of Southold Solid Waste Haul-Disposal Services, a copy of which Agreement is atmexed to and hereby made part of this bond as though herein set forth in full. . NOW, THEREFORE, the conditions of this obligation are such that if the Principal, his or its representatives or assigns, shall well and faithfully comply with and perforn1 all the tenns, covenants and conditions of said Agreement or his (their, its) part to be kept and pertonlled and all moditications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save hanllless the Owner from all cost and damage which it may suffer by reason oftàilure so to do, and shall fully reimburse and repay the Owner for all outlay and expense which the Owner may incur in making good any such detàult, and shall protect the said Owner against, and pay any and all amounts, damages, costs and judgments which mayor shall be recovered against said Owner or its otÌÌcers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal. or his (their, its) agents or servants or the improper perfonnance of the said work by the said Principal, or his (their, its) agents or servants, or the infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or otherwise, then this obligation shall be null and \'oid, otherwise to remain in full force and effect; Performance Bond BID (PROPOSAL) FORM Schedule 5.0.L Page I of2 69 PROVIDED HOWEVER, the Surety, for the value received, hereby stipulates and agrees. if requested to do so by the Owner, to fully perfOtll1 and complete the work mentioned and described in said Agreement, pursuant to the temlS, conditions, and covenants thereof, if tor any cause the Principal fails or neglects to so fully perfOtll1 and complete such work and the Surety further agrees to commence such work of completion within ten (10) calendar days after written notice thereof from the Owner and to complete such work within ten (10) calendar days from the expiration of the time allowed the Principal in the Agreement ti)r the completion thereot; and further . PROVIDED HOWEVER, the Surety, for value received, for itselt: and its successors and assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no may impaired or affected by an extension of time, modification, work to be perfotll1ed thereunder, or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof or by any assignment, subletting or other transfer of any work to be perfOtll1ed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation co assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto sec his (their, its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of , 20_ Principal (If Corporation add Seal and Attestation) By: . Attest: Surety Add Corporate Seal By: Attest: Address of Surety: Perfonnance Bond BID (PORPOSAL) FORM Schedule 5.0.L Page 2 of2 70 . . [NFORMATION SCHEDULE]\[ OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the following operational plan to haul and dispose of Municipal Solid Waste (MSW) from the Town of South old Landfill if awarded an Agreement. I. Haul Summarize the manpower and equipment you will make available to perfonn under this Agreement. --- ----- ---- ------ -- ---- II. Disposal Summarize the identity and location of the primary and secondary sites you plan to use for disposal of the solid waste. Describe the arrangements between your company and the disposal site for use of the site. Describe any treatment the MSW will undergo during transport or upon arrival at the disposal site. Attach copies of the pennits to construct and pennits to operate the disposal site. Site No.1 NAME LOCATION ------ CONTACT PERSON AND PHONE NO. ------ ARRANGEMENTS FOR USE ------- TREATMENT OR UNUSUAL CONDITIONS -- Operational Plan BID (PROPOSAL) FORM Schedule 5.0.M Page I of 2 71 . . Site No.2 NAME LOCATION CONT ACT PERSON AND PHONE NO. ARRANGEMENTS FOR USE TREATMENT OR UNUSUAL CONDITIONS Operational Plan BID (PROPOSAL) FORI\· Schedule 5.0.M Page 2 of 2 72 APPENDIX A . SAMPLE OPERATING AGREEMENT . 73 THIS AGREEMENT, made on the day of , 10 by and between the Town of South old, a municipal corporation of the State of New York having its Principal place of business at 53095 Main Road Southold, New York hereinatìer called the "Town" and hereinatìer called the "Contractor." WITNESSETH . WHEREAS, Contractor has submitted to the Town a bid dated 20 _, ("Bid") in response to the Town's Bid Solicitation tor Solid Waste Hauling- Disposal Services dated , 20 , ("Solicitation"); and WHEREAS, the Town Board of the Town of Southold by resolution No. adopted on _ authorized the Town Supervisor to enter into an agreement with the Contractor to perform certain services in connection with the handling of solid waste, NOW, THEREFORE, it is mutually covenanted and agreed by and between the parties hereto as follows: . 1. DEFINITIONS - Tenns detined in the Bid Solicitation shall have the same meaning as if defined herein. [1. SCOPE OF SERVICES - The Contractor shall perfonn the services in accordance with the description of those services as set forth in the Solicitation. III. TERM OF AGREEMENT The tenn of this Agreement shall be Three (3) years commencing on , 20 __. Ifthe Town enters into an inter-municipal solid waste APPENDIX A-I 74 . . haul disposal af,'reement the Town may terminate the agreement at any time <luting Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion. shall have the option of renewing the Agreement for two (1) additional one year tenus by giving Contractor written notice of its intention to renew at lease thirty (30) days prior to the expiration of the tenn. IV. PRICE SCHEDULE!COMPENSA nON The unit bid price schedule for the services to be furnished by Contractor is found in Section C - 3.1,3.2, Contractor's bid which is incorporated into this Agreement. V. PAYMENTS A. The Contractor shall receive monthly payments for services performed during the prior calendar month. The Contractor shall submit a request for payment on a Town approved voucher fonn along with Contractor's invoice which shall include a daily summary of tonnage hauled by Contractor to a Disposal Site and disposed by Contractor at a Disposal Site as applicable. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. The Town shall be entitled to deduct from any payment owning to Contractor any sums expended by the Town to cure any default or other Agreement non-compliance by Contractor or to protect the Town rrom loss on account of claims filed or reasonably anticipated to be tiled. VI. CONTRACTOR'S WARRANTIES AND REPRESENT A nONS Contractor makes the following warranties and representations: A. Contractor represents that the Town has made no commitment under this Agreement with respect to the volume solid waste to be handled by Contractor during the ternl of this Agreement. B. Contractor warrants that Contractor shall comply with all federal, state and local laws, ordinances regulations applicable to ail of the services to be performed Contractor. APPENDIX A-2 75 . . C. Contractor represents that the infonnation fumished by Contractor in the equipment schedules included in the bid is accurate and complete and Contractor acknowledges that Town has relied upon the accuracy and completeness of that infonnation in the selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilize its best efforts to insure that Minority and Women Owned Businesses (MBE's and WBE's) have the opp0t1unity to participate as subcontractors under this Agreement. In the event the contractor subcontracts twenty-five percent (25~'o) or more of its work hereunder, Contractor shall submit to the Town an and a WBE Utilization Plan, prior to execution of this Agreement, D. In the event the Contractor's Disposal Site is unable to receive and dispose of the Town's waste for any reason (including failure to obtain or maintain necessary pennits or licenses), Contractor shall be responsible for providing to the Town an alternate Disposal Site for the Town's use at no additional cost to the Town, and shall indemnify the Town against any additional hauling cost by the Town or its agent because of the location of the altemate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or tàilure or inability to obtain or maintain necessary pennits by the Contractor be considered a change in conditions. In the event the Contractor is unable to find an alternate Disposal Site(s), he shall be deemed to be in default of this Agreement and liable for damages, bond forfeitures and other expenses as provided in the Agreement. VII. INDEMNIFCATION INSURANCE/BONDS A. Contractor agrees to defend, indemnify and save hannless the Town of Southold against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of what ever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or perfonning under the tenns of this Agreement, or failure to carry out any of the provisions, duties, services or requirements of this Agreement, whether such losses and damages are suftèred or sustained by the Town directly or by its employees. licensees, agents, engineers, citizens or by other persons or corporations. including any of Contractor's employees or agents APPENDIX A-3 76 . . who may seek to hold the Town liable therefore. This obligation shall be ongoing, shall survive the tenn of this Agreement and include, but not be limited to. claims concerning non-sudden environmental impainnents, The Contractor shall join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the Town, may be necessary. B. Contractor shall procure and maintain the insurance described in Section A of the Solicitation for a period commencing on the date of this Agreement and tenninating no earlier than one year following tennination of services under this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thirty (30) days written notice has been gi\'en to the Town. All such insurance shall be issued by a company duly authorized, to transact business in the State of New York and acceptable to the Town and shall include all riders and additional co\'erage necessary to insure that Contractor will be tinancially able to meet its obligations under the foregoing indemnification. C. Contractor shall, for the period of the pertonnance of services hereunder, maintain a Perfonnance Bond in the amount of one million ($ 1,000,000.00) dollars wherein named obligee is Town of Southold. The Bond shall be in a tonn acceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety. VI11. FORCE MAJEURE If either party is delayed or prevented rrom fulfilling any of its obligations under this Agreement due to any act, event or condition, whether affecting the Town, the Contractor, the Disposal Site or any of the Town's or the Contractor's respective subcontractors or suppliers, to the extent that it materially and adversely affects the ability of either party to pertorm any obligation hereunder (except for pa}ment obligations), and if such act, event or condition is APPENDIX A-4 77 . . beyond the Å“asonable control and is not also the result of the willful or negligent action. inaction. or fault of the party relying thereon as justitication for not perfonning an obligation or complying with any condition required of such party under the Agreement. the time for fultilling that obligation shall be extended day-by-day tor the period of the uncontrollable circumstance; provided, however, that the contesting in good faith or the failure in good tiÜth to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the toregoing, such acts or events shall include the ti)lIowing: (I) an act of God (but not including reasonable anticipated weather conditions for the geographic area of the Town or Disposal Site) hurricane, landslide, lightning, earthquake, tire, explosion, tlood, sabotage or similar occurrence, acts of a public enemy, extortion, war, blockade or insurrection, riot or civil disturbance; (2) the failure of any appropriate federal, state, county, town or local public agency or private utility having Jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, services, water and sewer lines and power transmission lines which are required for the operation or maintenance of the Transfer Station or Disposal Site: (3) governmental pre-emption of materials or sef\'ices in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the transfer Station or Disposal Site; and (4) the presence of hazardous waste upon, beneath or migrating rrom the Transtèr Station. It is specifically understood that none of the following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or intlation rates, or currency tluctuations; (b) the financial condition of the Town, the Contractor, any of its affiliates or any sub-contractor; (c) union work rules, requirements or demands which have the effect of increasing the number of employees employed othef\vise increase the cost to the Contractor of operating its haul operation or the Disposal Site (d) equipment failure; (e) any impact of prevailing wage law, customs practices on the Contractor's costs; (f) any act, event or APPENDIX A-5 78 circumstanÅ“s occurring outside of the United States, or (g) any change in law or in the pennit conditions or status of the Transfer Station Disposal Site or altemate Disposal Site. IX. SUBONTRACTS . Contractor shall not enter into any subcontracts in connection with the services to be perfonned by Contractor hereunder without the prior wtitten approval by the town of such subcontracts. All such subcontracts shall make express reference to the tenns and conditions of this agreement and shall obligate the subcontractor to comply with all applicable federal, state and local laws, ordinances or regulations relating to the services to be perfonned under the subcontract. In the event the subcontractor is required to fumish any insurance or bonds for the benefit of Contractor, the Town shall also be named as an additional insured or obliges. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the New York State Labor Law relating to the payment of prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal. In the event that at any time during performance under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such requirement, all costs be bome exclusively by Contractor. XI. FORCED ACCOUNTING . In the event the Town directs the Contractor, by written authorization signed either by the Town Supervisor or Town's Solid Waste Coordinator. to perfonn additional services beyond the scope of those described in this Agreement, the Contractor shall be compensated for such additional services on the following basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES = DIRECT LABOR COST I- DIRECT MATERIAL COST + OVERHEADO + PROFIT For the purposes of this Section: APPENDIX A-6 79 . A. DIRECT LABOR COST shall include hourly wages. including o\'ertime premiums actually paid plus the tollowing tìinge benetits-associated with those wages - group medical, b'TOUP life insurance, pensions, FICA, unifonns, safety equipment or special tools. These tìinge benetits shall be separately identitied and shall not duplicate fringe benetits paid in connection with work pertonned within the scope off the Agreement. B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor tor materials utilized by Contractor in pertonnance of the additional services. The costs tor such materials shall not include sales tax tor any materials which constitute personal property incorporated into the structures, buildings, or real property of the Town since such personal property is exempt from taxation York State Tax Law, under Section ¡ 115 of the New York State Tax Law. C. OVERHEAD shall be 10% of the total of the Direct Labor Costs and the Direct Material Costs, D. PROFITS shall be 5% of the total of the Direct Labor Costs, the Direct Material Costs and the Overhead. XII. CONTRACTOR'S OPERA nONS AND PROCEDURES REPORTS . Contractor will provide the operating plan and supporting data listed in Sections A and B ofthe Solicitation to the Town for review and acceptance. Contractor will update the plan as necessary and furnish copies of those updates to the Town. XIII. DEFAULT In the event the Contractor tàils co' perfonn its obligations under the Agreement, the Town may tenninate the Agreement, procure the services rrom other sources and hold the Contractor responsible tor any costs incurred. This Town also may deduct such costs rrom payments owing to the Contractor and/or draw upon the Pertonnance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to tenninate the Agreement tor just cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit status of its Disposal Site. In the event that Contractor submits a APPENDIX A-7 80 . . Bid for a Disposal Site for which Contractor does not cU1Tently have all necessary federal and state pelmits, or which atier the acceptance of the Bid loses its pennitted status. Contractor shall, at its sole risk and expense. be responsible for obtaining and/or renewing its pennits or providing the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. The parties agree that this is a full service Agreement and tàilure of the Contractor to provide the identified Disposal Sits or acceptable altemative Disposal Site. on or after the commencement date shall constitute a breach of this Agreement. The Contractor accordingly shall not be excused trom its obligations hereunder by reason of any failure to obtain or maintain its penn its at the identitied Disposal Site. XV. LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extant of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XVI. DISPUTES/ARBITRATION Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, any actions or claims by either party hereto shall be commenced in Supreme Court, Suftòlk County. New York. In the event the parties agree to arbitrate a dispute, such arbitration shall be conducted in accordance with the rules of the American-Arbitration Association. In no event shall any demand tòr arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators following any such arbitration shall be final and Judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. XV!!. MISCELLANEOUS A. This Agreement shall be govemed by the laws of the State of New York. S. Contractor shall not assign, conveyor otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. APPENDIX A-8 81 . . C. This A~,'Teement, including all Exhibits and documents referred to herein, along with the Specitications, Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the SeJ'\'ices to be perfom1ed hereunder. This Agreement may be modified only by written agreement of Contractor and the Town. D. To the extent of any inconsistency among the documents constituting the agreement of the parties, the priority among those documents shall be: I. This Agreement 2. Exhibits hereto; 3. The Solicitation including Appendices; 4. Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for the bene tit of creditors or s receiver is appointed for the Contractor or any insolvency arrangement proceedings are instituted by or against the Contractor, the Town may tenninate this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither held themselves out nor claim to be an officer or employee of the Town of South old nor make claim to any right accruing thereto including, but not limited to, Worker's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. G. If any provision of this Agreement shall for any reason he held to be invalid or unenforceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be enforced as if such invalid and unentorceable provision had not been contained herein. H. Contractor agrees that it shall not discriminate and that it shall cause there to be no discrimination against any employee who is employee in the work, or against any APPENDIX A-9 82 applicant tor such employment, because of race, religion, color, sex, age, mati tal status, handicap or national origin in any manner prohibited by the laws (lfthe United States or of the State of New'{ork. These requirements shall include, but not be limited to, the following: emplo)ment; upgrading, demotion or transfer; recruitment or recruitment adVet1ising; layoff or temlination; rates of payor other forms of compensation; and selection for training. XVIII. ]'-IOTICES All notices required to be given hereunder shall be made in writing by tirst class mail addressed as follows: If to the Town: Supervisor of the Town of Southold Town Hall 53095 Main Road Southold, New York 11971 . With a copy to: Solid Waste Coordinator Town of South old 53095 Main Road Southold, NY 1197! If to the Contractor: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. . TOWN OF SOUTHOLD By: Joshua Y. Horton, Supervisor By: APPENDIX A-IO 83 APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT . . 84 APPENDIX C . Town of Southold Accident Report . 87 OVERVIEW OF TRANSFER STATION OPERATIONS I. DESCRIPTrON OF RESOURCES No changes to the District's funding mechanisms or management structure is anticipated at this time, although development of a long-range plan for the District is now underway. 2. WASTE RECEIVING AND TRANSFER . The Town transfer station operates under a temporary penn it rrom the DEC (pending approval of plans for a new!re-designed transfer station). It receives municipal solid waste generated within the Town by residential and commercial sources. Approximately 10,000 tons are received annually. The waste is delivered individually both by residents and small commercial contractors bringing their own waste. (self-haulers) as well as by commercial garbage carters. All waste to be transferred is deposited into a cement pit, or trench, inside the existing collection building where it resides until the long-haul trailer(s) arrive to be "live- loaded. n The trench can hold approximately 300 cubic yards of waste. Pennit conditions require all waste to be removed within 48 hours of being recei ved. Upon arrival and weighing at the scale, transfer trailers drive in a temporary loading "slot'" located outside the collection building approximately 75 yards rrom the trench containing the waste to be loaded. The transfer trailers rest on an asphalt surface approximately 4 feet below the loading grade. All loading is done with a front end bucket loader fitted with hydraulic clamps to grab and hold the garbage. Waste is packed, or pressed down, into the trailer by the pay loader bucket. . Once filled with waste, the transfer vehicles pulls out of the slot and proceeds to the scale to be weighed. If too much weight is on the trailer, the truck will retum to the loading slot where the payloader operator will remove enough waste to bring the truck to a legal weight. Ifmore waste can be accepted, the operator will add it to the load. Upon being properly loaded, the truck will "scale out," receiving a weight ticket, and pull off to a convenient location where the driver will tarp the load. PLEASE NOTE: The New Transfer Station Currently Being Planned Will Allow for Indoor Loading and Tarping of the Waste. The Town Anticipates Construction of the New Station Will Be Completed Sometime in 1998. 3. RECYCLING OPERATIONS a) Following is a description of key elements of South old Town's source separation and recycling program. APPENDIX E 89 I. Procedures for implementing the current program. Collection Methods. Recyclables are brought to the Collection Center in two ways: a) selt~hauled by residents, and b) hauled ÍÌ'om curbside by pri\'ate carters. a) Self-hauled recvclables are accepted duting the Collection Center's regular hours, 7:00 am - 5:00 pm, Monday through Sunday. Selt~haulers deposit the following items at the recycling drop-off station: I) glass bottles separated by color; 1) tin and aluminum cans into separate 2-cu. yard containers; 3) plastic containers; 4) polystyrene (PS)(#6 plastic); 5) mixed paper; and newspaper (ONP). Cmrugated cardboard is also accepted, but at an outdoor "bunker" away from the main recycling drop-off station. . The glass is deposited into 2-cu. yd containers. When full, the glass containers are carried via forklift from the drop off station to roll-off containers located at a below-grade storage area outdoors, approx. 60 feet to the north of the main collection building; the tin/aluminum cans are brought to an outdoor "bunker" (a 30' by 40' paved area enclosed on 3 sides by movable concrete block walls 4' in height); the plastic is hand-sorted to remove HDPE and PET containers, which are then baled none of two small vertical downstroke balers. The remaining plastic consists of a mix of #2 color containers and other miscellaneous plastic. This mix is removed -n a container via forklift and dumped in another outdoor bunker; the PS is placed into bags set up in one of two PVC frame bins at the drop-off station. There are separate PS bags for "peanuts" used in shipping packages, block used to pack electronic equipment, and food service containers. . Mixed paper is dropped off into 4-cu. toot size gaylord boxes, which are then loaded via ìorklift into a van-type trailer for hauling to the recycler. Conllgated cardboard is deposited in an outdoor "bunker" to hold until there is enough to load an open-top trailer for hauling to the recycler. The corrugated bunker is shared with carters bringing in corrugated from curbside. ONP is deposited into small catts used to transport the paper to roll-off containers stationed at the outdoor storage area. The ONP is then hauled out under arrangement with a private finn. b) Private Carters deliver source-separated curbside recyclables consisting of all the same items as self-haulers with the exception of polystyrene (#6 plastic). The glass bottles (also separated by color) are delivered directly to the roll-off containers at the bi-Ievel drop area; the tin/aluminum cans, plastic containers, and corrugated cardboard are brought directly to the outdoor "bunkers" that were mentioned above, the curbside plastic comes in at too fast a rate to allow it to be sorted to extract the valuable HDPE and PET. It is merely loaded loose into an open top trailer for hauling to the recycler. The haulers bring mixed paper to the same gaylord boxes used by the selt~hauling public. They bring ONP directly to the roll-off in the bi-level area mentioned above. 90 . . Process in I! Desil!n/Description - The tàcility to which selt~haulers bring their recyclables is a section of a large building (the Collection Center) that also houses an enclosed facility for the residential and commercial delivery of garbage, a mechanic workshop, and the Center's central office. The main residential selt~hauler recycling drop-off area is on a covered concrete slab 50' by 15', open on one 50' side. It contains containers and bins for the drop oIl of glass (sorted into clear, green, and brown), plastic, tin and aluminum cans and polystyrene. It also contains the vertical balers used to bale HDEP and PET plastic, which is separated from the mixed plastic stream by facility staff The corrugated is deposited at an outdoor bunker that is also used by haulers delivering corrugated from curbside. Mixed paper is deposited, by both selt~ haulers and curbside haulers, to the gaylord boxes that are lined up along one wall of the residential garbage drop-off !loor. Curbside glass and ONP are delivered to roll-offs located in the bi-Ievel drop area; curbside cans, plastic, and corrugated are delivered to the outdoor bunkers. 4. ACCOMPLISHMENTSINEW ISSUES a) The 1996 period saw several significant and unique developments that contribute towards the MSW management goals set out in the SWMP. I) Acquisition of Yard Waste Processing Equipment. In anticipation of receiving ultimate approval of the Town's compost plan, the District acquired the necessary equipment to process and compost all of the yard waste currently generated within the Town. 2) Enhancement of Source-Separation Recvcling Program. The Town adopted a design concept for a new transfer station that reinforces its ability to handle existing source-separated recyclables from both self-haulers and carters, and which provides for future expansion of the source-separation program. This demonstrates the Town's commitment to source-separation as the operating principle behind all of its recycling efforts, and as the means to achieving the recycling rates envisioned in the SWMP. Southold is unique in this regard. 3) Addition of Polystyrene to Source-Separated Recycling Program. Southold became the first Town on Long Island to initiate a Town-wide polystyrene recycling program by participating in a pilot-project sponsored by the American Plastics Council (APC) and the County of SuÅ’olk. Starting in t\!ay 1996, the recycling center collected and shipped to a Long Island vendor 3 grades of polystyrene (#6 Plastic). Approximately 2 tons of this extremely light material (600 cu. Yds.) were collected and moved. One of the grades, packaging "peanuts," were delivered directly to package shipping outlets for re-use. 91 4) "Cans for Kids" Program. The Town initiated a drop-otTprogram to collect $0.05 deposit aluminum beverage cans for use by a local youth environmental organization. We estimate approximately $15,000 worth of these cans are deli\-ered to the recycling center each year. The Town solicited and received the cooperation of local beverage disttibutors and sales outlets to accept cans delivered by youth group members who will use the income to fund group activities, which include nature area cleanups, ecosystem study sessions, and recreational camping and tield trips. The drop off facility is designed to keep cans sorted into the required brand-name groupings, thus making it easier for the group to redeem them. b) Issues with a potential et1ect on MSW haul and disposal atTangements are listed below. Item . New Transter Station . Pennit for Full Scale Yard Waste Compost Facility Capping and Closure of Landfill Issue Town plans to construct a new tàcility for receiving and transterring waste and recyclables adjacent to the existing transfer station. A conceptual design has been approved. Engineering specifications for the new station will be completed by early summer and submitted to the Town tor approval and permit application to the DEe. Construction is expected to begin late in 1997. Existing loading patterns will be changed to accommodate construction activities. The Town will work with the contractor in advance to address any changes in loading arrangements, including any effects on the location- where long-haul trailers are to be staged for loading or the time or days of week available for loading. DEC approval of plan submitted in 1995. (May depend on ultimate approval of Closure Plan). Town continues with previously approved small-scale compo sting program as well as volume reduction of excess yard waste (shredding and chipping) for give-away program or use on-site as ground cover or slope-stabilizing medium. The Town is planning to begin capping and closure operations of the now inactive landfill (which is adjacent to the transfer station) within the next two years. This activity may have minor impacts on SW transfer operations due to increased traftic at the site or occasional diversion of resources to activities other than loading MSW. The Town will notify the contractor in advance if it appears that such impacts may result in delayed or postponed loading operations. 92 , " .f F{f LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that the Town of South old will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the To'W'D Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TTh,fE: 10:00 A. M. (LATE BIDS WIn NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: I I I Ii I A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be five (5) years commencing on July L 1002. The To\\'D at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one year ternlS by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the ternl. Bids must be made in writing on the forms furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard fonn letter of credit made payable to Town of Southold. or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold, The successful Bidder shall be required to furnish a perfonnance Bond and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal. state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest of the Town of South old. Bid Solicitation may be examined rree of charge and at the following location on weekdays rrom 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 II ~ I Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders "ill be allowed to ask questions regarding the Bid Solicitation during a pre- bid conference to be held at 9:00 A,M, Thursday, May 23, 2002 at: 1/ II I Southold Town Hall sleeting Hall 53095 Main Road Southold, New York 11971 For further infonnation regarding bidding requirements, contact Elizabeth A. Neville (631) 765-1800. For information regarding Town Of Southold waste program and haul- disposal operations. contact James Bunchuck (631) 734-7685. " " ¡ All bids must be signed and sealed in envelopes plainly marked "Bid On Solid Waste Haul-Disposal Services ". 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 Southolù is exempt. Dated: May 3. 1002 I' I ELIZABETH A. NEV¡nE SOUTHOLD TO\\7N CLERK * * * PLEASE PUBLISH ON !\fAY 9. 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK. TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Accounting Jim Bunchuck Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board " e,· r <.", "~~"... I, 'I' ,....\,. .."., "- "\' . ..;.;.;,.. ,;::'\ /"1 , 'r r , I-·<~I.Ì , .... .. ) ~ . 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 o[its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond tùmished herewith prior to thc official opening of the bid. o ~/~- Signed: &- i!I!£>? Print name ? c.. +r-: cJ c... Ì)¡ M c¡ -H~c> Corporate Title (if any) S",-df /rf'~H_ I Company Name -rr-;I\;~y ír-<,f1Sj>"r+",t-;uf\ (Of() ~!ailing Address ale¡ 1.,//",,6/1.')1. In J.5h.¿:c. tJ"P' 117'f$ Phone Number (,.10 '3'fd-.-Ç<Oì"1 BID ON Solid Waste Haul & Disposal <' . BIDDER'S SOLICIT A nON SOLID WASTE HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD ST ATE OF NEW YORK TOWN Of SOUTH OLD May 2001 < . NOTICE TO BIDDERS Solid Waste Haul-Disposal Services The Town of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specitied which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00 AM (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be three (3) years commencing on Julv 1, 1002. If the Town enters into an inter-municipal solid waste haul/disposal Agreement, the Town-may tenninate the Agreement at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion. shall have the option of renewing the Agreement for two additional one year tenns by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the tenn. Bids must be made in writing on the fonns furnished and shall be accompanied by a Bid Guaranty in the Fonn of certified check, money order. bank drati or standard fonn letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a perfonnance Bond. and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax. Federal. state, or local. from which the Town of Southold is exempt. ~ , , A Bidder may not withdraw his bid within forty-tive (45) days after the opening of the bids. but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive infonnalities. should this action be in the best interest of the Town of South old. Bid Solicitation containing submission requirements, instructions, technical specitications, and bidding fonns may be examined rree of charge and at the following location on weekdays from 8:00 A.M. to 4:00 P,M.: Oftìce of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M, Thursdav. Mav 23. 2001 at: Southold Town Hall. Meeting Room 53095 Main Road Southold, New York 11971 All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (631) 734- 7685. Elizabeth A. Ne\'ille Town Clerk For further information regarding bidding requirements. contact Elizabeth A. Neville (631) 765- 1800. For infonnation regarding Town Of Southold waste program and haul-disposal operations. contact James Bunchuck (631) 734-7685. 3 , , TABLE OF CONTENTS GLOSSARY OF TERMS SECTION A- SUBMISSION REQUIREMENTS 1.0 Project Purpose 1.0 Schedule 3.0 Examination Of Agreement Documents 4.0 Infonnation to be Submitted 4.1 Contractual Bid 4.2 Supplemental Information 5.0 Bid Fonnat 5.1 Binding 5.2 Fonn Preparation 6.0 Submission of Bid 6.1 Withdrawal Of Bids 6.1 Questions & Addenda 7.0 Bid Guaranty 8.0 Execution Of Agreement 9.0 Consideration Of Bids 10.0 Selection Of Contractor 11.0 Acceptance of Bid 12.0 Assignment 13.0 Limitation Of Funds Available 14.0 Insurance and Bonds 14.1 Insurance 14.2 Bonds 15.0 Indemnity (Hold Hannless) 16.0 Payments 17.0 Default 18.0 Term of Agreement 19.0 Service Agreement 20.0 Subcontracts 21.0 Rights and Options SECTION B - BID SPECIFICATION 1.0 Requirements 2.0 Program Goals and Objectives 3.0 Potential Regulatory and Operational Changes 4.0 Character Of The Solid Waste 4.1 Qualitv and Characteristics 5.0 Program Activities 5.1 Collection 5.2 Loading l\lode 5.3 Town of South old Accident and Damage Policy 7 10 II II 12 13 13 13 15 15 15 15 15 16 16 16 17 17 18 18 18 18 18 20 20 21 21 21 21 11 11 23 24 25 25 ,- -) 25 26 16 26 27 4 · 5.4 NYSDEC Part 360 Pennit to Operate 6.0 Haul Set\ices 6.1 Work Included 6.2 Equipment 6.3 Weighings 6.4 Routing Mode - Contractor's Responsibility 7.0 Disposal Set\'ices Program Activities 7.1 Work Included 7.1 Operational Capacity 7.3 Pennit Requirements 7.3.1 Disposal Sites Inside State Of New York 7.3.2 Disposal Sites Outside State of New York 7.4 Weighings 8.0 Safety and Health Regulations 9.0 Operations and Procedures 9.1 Supporting Data SECTION C - TO\VN OF SOUTHOLD SOLID WASTE HAUL/DISPOSAL SERVICES l. 0 Intent 2.0 General Bid Statement 3.0 Unit Price Bid Schedule 3.1 Compensation 3.2 Evaluation Unit Bid Price Fonnula 4.0 Bid Security Acknowledgment 5.0 Infonnation Schedules Infoffi1ation Schedule A Information Schedule B Information Schedule C Infonnation Schedule D Infonnation Schedule E Information Schedule F Information Schedule G Infonnation Schedule H Infonnation Schedule I Infonnation Schedule J Infonnation Schedule K Information Schedule L Infonnation Schedule M 27 27 27 28 29 29 29 29 30 30 31 31 33 " JJ 34 34 36 37 37 40 40 41 41 42 5 , SECTION D - APPENDICES Appendix A Sample Operating Agreement Appendix B New York State Department ofE!1\'ironmental Conset\Jtion Pennit Appendix C Accident Report 6 GLOSSARY OF TERM ADMINISTRATOR -Shall mean the Coordinator of municipal solid waste (or his agent) ofthc Town of South old, New York. AGREEMENT- Shall mean a Fonn operating agreement set forth by the Town and resulting trom this Bid Solicitation between the Town of Southold and the successful Bidder to be executed in 1997. AGREEMENT DOCUMENTS -Shall include the notice to bidders. instructions. bid solicitation. bid Fonn~, information schedules, proposal, payment bond, bid bond. Agreement. perfonnance bond, certificates of insurance. glossary oftenns any general conditions or special conditions, and any addenda. The Agreement Documents will Fonn a part of the Agreement. AGREEMENT YEAR -Shall mean the period rrom Julv I . ofa calendar year to June 30. of the next calendar year. BIDDER -Shall mean any party or parties submitting in proper fonn a bid to perforn1 the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perfonn the specified work will thereafter be known as the Contractor. BID PRICE -Shall mean the unit cost to detennine the ranking of bidders. BID SOLICIT A T10N-Shall mean this document, specifications, and any bid addenda issued. COMMENCEMENT DATE -Shall mean Julv 1.2002 . CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) -Shall mean solid waste resulting trom the construction. renovation. equipping. remodeling. repair and demolition of structures and roads. Such waste includes, but is not limited to. bricks. concrete and other masonry materials. soil. rock. wood. wall coverings, plaster. drywall. non-asbestos insulation and rooting shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) DISPOSAL SITES -Shall mean any site designated by the Contractor where construction and demolition debris is disposed of in a manner that minimizes environmental hazards and is pennitted under the design and operation requirements of6NYCRR Part 360 or alternatively outside the State of New York. is pennitted under design and operation requirements meeting the requirements of I) that jurisdiction's applicable regulatory agency and 1) Town of South old's minimum standards. GLOSSARY-. 7 < CONTRA.CT DOCUMENTS - Shall ha\'e the same meaning as Ah'feement Documents. CONTRACT '(EAR - Shall have the same meaning as Agreement Year. CONTRACTOR - Shall mean the party contracting to perforn1 the work. or the heirs. executors. administrators. agents. or successors thereof. COORDINATOR - Shall mean the coordinator of municipal solid waste tor the Town of Southold. COUNTY - Shall mean Suffolk County, State Of New York. DAIL Y - Sunday to Saturday, inclusive. EP A - En\'ironmentalProtection Agency (Federal). HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars for each ton of solid waste actually hauled rrom the Town Of South old Transfer Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Desih'11ated Disposal Site. HAZARDOUS VI' ASTE - Shall mean (I) any "hazardous waste" as defined under the Resource Conser\'ation and Recovery Act. 42 U.S.c. Section 6901 et seq.. or "hazardous suhstance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.c. Section 960 I et seq.. or "hazardous waste" as detined under New York Environmental Conser\'ation Law Section 27-0901 et seq.. as each such law may be amended from time to time. and the regulations promulgated thereunder, and any analogous or succeeding Federal, state or localla\\'. rule or regulation and regulations promulgated thereunder and (2) any othcr material which any governmental agency or unit ha\'ing appropriate jurisdiction shall detennine trom time to time cannot be processed at the facility because it is hannful, toxic or dangerous. NOTICE OF A VI' ARD - Shall mean written notice trom the Town of Southold to the successful Bidder that the Town of Southold intends to award an A!,'feement to the successful Bidder. subject to compliance with all their tenns and conditions of the Agreement Documents. NYSDEC - New York State Department Of Environmental Conser\'ation. OSHA - Federal Williams-Steiger Occupations Satèty & Health Act of 1970, plus subsequent reVISions. GLOSSARY - 2 8 O\VNER - Shall mean the Town Of South old. New York. Also may be refetTed to as the To\\n, PERMIT - Shall mean any and all pennits, licenses, approvals. certitìcates of public convenience and necessity, Franchises or authorizations which must be issued by any GO\'emmental Body having jurisdiction thereof to legally enable the Contractor to transport and or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid pennit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances. including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes. and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SOLID WASTE DISPOSAL SITE(~ - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and Is pennitted under the design and operation requirements of6NYCRR Part 360 - Solid Waste Management Facilities. or alternatively outside of the State of New York. is pennitted under design and operation requirements meeting the requirements of I) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual. finn or corporation having a direct contract with the Contractor tor services. equipment, materials and/or labor. GLOSSARY-3 9 , SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS 10 , SECTION A SUBMISSION REQU[REMENTS BIDDERS INFORMATION. INSTRUCT[ONS AND AWARD BASIS 1.0 PROJECT PURPOSE The Town of Southold expects that it will receive and need to dispose of approximately 10,000 tons of solid waste during the agreement year. [t is possible that the Town of Southold will contract with another town to receive and dispose of their solid wastes. [I' this happens the quantity of wastes to be hauled and disposed of under this Agreement will increase. This Bid Solicitation will ensure Town of South old's solid waste will continue to be I) hauled From the Town of Southold Transfer Station to Disposal site(s) and 2) disposed of at pennitted Disposal Site(s). 2.0 SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as firm dates or deadlines due to. the multiple parties involved in the decision making process. EVENT DATE Transfer Station Visits By Appointment Pre-Bid Confenince 9:00 AM. Thursday. Mav 13, 2002 Bid Opening 10:00 AM Thursdav, June 6, 2001 Town Board Approval June 18. 2002 Agreement Executed On or Before June 28. 1001 Operations Commencement July 1. 2001 II 3.0 EXAl\IINATION OF AGREEMENT DOCUMENTS, FAl\lIUARITY WITH THE WORK [t is the responsibility of each Bidder before submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly; (b) \'isit the site of the Town of South old Transfer Station; (c) attend and be familiar with the outcome of the pre-bid conference (d) become familiar with conditions at the Town of South old Transfer Station and Disposal Sites that may affect cost, progress, perfonnance or furnishing of the work; (e) become tàmiliar with and consider all federaL state and local laws. regulations ordinances. pennits, approvals and orders that may eftèct the cost. progress. perfonnance or furnishing of the work: (f) study and carefully correlate the Bidder's observations with the Agreement Documents; and (g) notify the Town Clerk ofal! conflicts, errors or discrepancies in the Agreement Documents. Reference is made to the following Appendices which contain supplemental infonnation which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Pennit Appendix C: Town of South old Accident Report Reference is made to the Following infonnation which is available for review by Bidders at the Town Clerk's Office during normal business hours - 8:00 A.M. to 4:00 P.M. Monday through Friday. I. Pending conceptual plans for the proposed Town of Southold Transtèr Station. 11. Town of South old Solid Waste Management Plan. This infonnation is presented solely for the convenience of the Bidders and does not constitute pan of the Agreement Documents. Bidders shall fonn their own conclusions and opinions trom this infonnation and shall confinn any information contained therein regarding tàcilities and equipment through site visits. The Town does not guarantee the accuracy of any information contained in these documents. Before submitting a Bid. each Bidder shall, at the Bidder's own expense, make or obtain any additional inspections, examinations. or 'studies and obtain any additional data and infonnation which may affect cost, progress, perfonnance or furnishing of the work and which Bidder deems necessary to determine its bid for perfonning and furnishing the work in accordance with the time. price and other tenns and conditions of the Agreemcnt Documents. The failure or omission of the Bidder to receive and examine an\' fonn . ' instrument or document. or make required inquiries and inspections, shall not relieve the Bidder from any obligation contained in the A~"reement Documents. The Town will be 12 justitìed in rejecting any claim based on tàcts or conditions of which ¡hc ClH1tract<)r should ha\e been cognizant. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Bid Solicitation. that without exception the Bid is premised upon perfonning and furnishing the work required by the Agreement Documents, and that the Agreement Documents are suftìcient in scope and detail to indicate and convey understanding of all tenns and conditions for perforn1ing and furnishing the work. Bidders will be allowed to ask questions regarding the Bid Documents during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold. New York 11971 4.0 INFORMA nON TO BE SUBMITTED WITH PROPOSAL 4.1 Contractual Bid For the purpose of assisting the Town in detennining the responsible Bidders tor this Bid Solicitation, the Bidder is required to submit the tollowing minimum intonnation with his bid: I. Contractor Bid Fonn II. Bid Security or Bid Bond III. lnfonnation Schedules A through M as applicable 1\. Supplemental Intonnation as described in 4.2 4.1 Supplementallntonnation In addition to the aforementioned fonns, the Bidder is. required to submit the tollowing supplemental intorn1ation with his bid: I. Operational Plan: A plan describing the Bidder's assessment of the requested operation set forth in Exhibit M. This section shall be divided into the tollowing subsections: o Haul A detailed summary of requirements for manpower. materials and supplies. mobile equipment, etc., shall be included to provide the Town with gcneral anticipated guidelines for performance under the Agreement. 13 o Disposal A detailed summary of requirements of site capacity. useful life. hours and days of the week, operation. etc., shall be included to provide the Town with general anticipated guidelines for perfonnance under the Agreement. A copy of the current Pennits to Construct and Pennits to Operate shall be included. If the Solid Waste Disposal Site is located outside the State of New York. a copy of the current applicable laws and regulations goveming the design. construction and operation of the Disposal Site shall additionally be included. II. Litigation: A section briefly describing any current litigation which in any way may affect the Bidder's operational capability of useful life of the Solid Waste Disposal Sites. 111. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of [he subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. In addition. it is the policy of the Town of South old to encourage the participation of Minority Business Enterprises (MBE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason, the Agreement will require Contractor to use its best etforts to include among its subcontractors MBE and WBE finns. In the event the successful Bidder intends to subcontract in excess oftwenty-fi\'e percent (15~o) of the work. the Bidder will be required to submit to the Town an MBE;WBE Utilization Plan acceptable to the Town pIÌor to the Town's execution of the Agreement. IV. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site identified in its Bid, the Bidder shall furnish a statement, signed by an authoIÌzed representative of the Disposal Site, which provides tor Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Ab'reement Documents. THE SUPPLEMENTAL INFORMATION REQUIREt\'IENTS MAY BE SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A-M) IF THE SCHEDULE PROVIDES THE INFORt\IA TION REQUESTED AND IS INCLUDED IN THE BID. 14 5.0 BID FORI\1.A. T 5.1 Binding The document(s) if bound shall be in a manner that will provide for easy evaluation access (to lie t1at when opened). Printing on both sides of the sheets, provided a quality paper is Utilized that will prevent the type rrom showing through. is acceptable. Paper with substantial recycled content is preferred. 5.2 Fonn Preparation Bids shall be submitted in the form described in this Bid Solicitation. All blank spaces for bid prices shall be properly filled in, in ink or typed, in both words and numerals for all bid categories required. In the event a price shown in words and its equi valent shown in figures do not agree, the written words shall be binding on the Binder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing infonnation. 6.0 SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set for the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: Oftìce of the Town Clerk Town of South old 53095 l\lain Road Southold, New York 11971 Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. 6.1 Withdrawal of Bids Any Bidder will be given pennission to withdraw its Bid upon receipt of a properly notarized written request made no later than the time set for opening. At the time of opening of the bids, if such Sid is included, it will be returned to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 15 6.2 Questions & Addenda All questions about this Bid Solicitation must be submitted in writing to the following: Town Clerk Town of South old 53095 Main Road Southold. New York 11971 No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda. whether or not received by the Bidders All questions must be received at least ten (10) calendar days before bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries concerning any addenda issued. All addenda will be on file at the Town Clerk's oftìce at least twenty-tour (24) hours before bids are opened. The Town will not be bound by oral claritications. 7.0 BID GUARANTY Each Bid must be'accompanied by a bid guaranty (Section C, Schedule 5.0.K), without condition or qualification. which shall be in the sum of one hundred thousand dollars ($100.000.00). The guaranty may be certified check, bank draft, money order. standard forn1 ilTevocable letter of credit, or a bid bond in the tonn attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty. certitied check, money order or bank draft must be made payable to the order of the Town of South old. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the furnishing of the surety bond or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds insurance and other Agreement Documents are received trom the successful Bidder. 8.0 EXECUTION OF AGREEMENT! FURNISHING OF BONDS The successful Bidder, or its legally authorized representative. shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the A¡"'feement and other A¡"'feement Dowments tor Haul/disposal services. The successful Bidder shall. at its own cost and expense. procure. execute and deliver to 16 the Town the tollowing documents within ten ( 10) days of tonnal Notice of A ward by the Town. Performance Bond - A Perfonnance Bond shall be in an amount of one million dollars ($1.000.000.00). This bond (as shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense for the tenn of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated. shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event. the Town may detennine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may sutTer as the result of such breach. The Town's rights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specitically reserves any and all other rights against the Contractor as a result of his failure to pertonn as required by these documents. 9.0 CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any/or all bids for haul and disposal services ifsuch action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation, each Bidder shall: A. Provide equipment, labor, maintenance and management services to haul and dispose of solid waste rrom the Town of Southold Transfer Station to Contractor designated Solid Waste Disposal Site(s) as set forth in Section B - Bid Specifications. B. Reserve and provide a minimum available capacity of 15.000 tons (52 weeks/year) yearly, allowing tor seasonal and other peak periods. C. Provide evidence of all current valid state and Federal penn its. licenses, local ordinances. etc.. required by law to receive solid waste at the designated Disposal Site(s). D. Provide evidence of physical and financial capability to perfonn services described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved tornl of bid guaranty. Only bids solicited from tirms or combinations thereof. who have sut1ìcient management. engineering capabilities, operating, and maintenance experience to fultill the Town's goals and comply with the applicable local, state, Federal laws, ordinances, regulations e.g. New '{ork State Department of Environmental Conservation. Resource Conservation Recovery Act and Federal Environmental Protection Agency guidelines will be accepted. The Town will review the bids and make a selection recommendation based on the 17 e\aluation ctiteria included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose Evaluation Unit Bid Price is the lowest. The Town of South old reserves the right. in its sole discretion, to reject at bids submitted in response to this Bid Solicitation. 11.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of A ward signed by a duly authorized representative of the Town. and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to execute the Agreement and other Agreement Documents. 11.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign. transfer, convey, sublet. or otherwise dispose of the Agreement or of his right. title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. 13.0 LIMITATION OF FUNDS AVAILABLE The Contractor specitically agrees that any Agreement shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds appropriated on the date of execution of the Agreement by the Town for the said purpose. 14.0 INSURANCE AND BONDS 14.1 Insurance For the period from Agreement commencement date until one ( I) year aticr Agreement termination date, Contractor must maintain insurance acceptable to thc Town in the kinds and amounts set forth below. All such insurance coverage, shall be pro\'ided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of South old and its agent shall be namcd as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Noticc of Award. Contractor shall furnish to the Town, certiticates of insurance. in a ti.mll satisfactory to the Town Attorney. evidencing such insurance. The kinds and amounts of insurance are as tallows: A. Contractor's Insurance - Insurance for liability tar damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the A~'feement. 18 whether pertlmned by Contractor or his subcontractors, The kinds and amounts of insurance are as follows: (I) Worker's Compensation Insurance - A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended. known as the Worker's Compensation Law. covering all operations Of the Contractor. whether perfonned by him or by his subcontractors. The Agreement shall be void and of no eìTect unless the person or corporation making or executing same shall secure compensation coverage for the benetit of: and keep insured during the Ii tè of said Agreement such employees in compliance with provisions of the Worker's Compensation Law. (2) General Liability (Comprehensive Form) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work perfonned by him under the Agreement. The following insurance coverage shall be included: (a) Independent Contractor's Protective Liability - Covering work perfonned by subcontractors. (b) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad FornI Property Damage (e) Personal Injury. NOTE: Ifany of the rating classifications embody property damage exclusions C or U. coverage for eliminating such exclusions must be provided. Coverage for the above will be required in not less than the following amounts: SINGLE LIMITS OF LIABILITY: AGGREGATE LIMITS OF LIABILITY: $ 1,000,000.00 $10.000.000.00 (3) Automobile Liability Insurance - Policy shall include coverage for all owned as well as non-owned and hired vehicles. and limits shall not bc less than thc following amounts: BODIL Y INJURY LIABILIT\' Aggregate: $3.000.000.00 PROPERT'{ DAi\IAGE LIABILITY Aggregatc: S3.000.000.00 19 Each Person Each Occurrence $1,000.000.00 Each Occurrence $1.000.000.00 14.1 Bonds Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a Perfonnance Bond wherein the named obligee is the Town of Southold. The Perfonnance Bond's purpose is to secure the faithful perfonnance of the Agreement. The bond' amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Suffolk County, New York. The fonn shall be acceptable to the Town of South old and shall have a ternl through the completion of services. As an a alternative to the Perfonnance Bond, the successful Bidder may furnish a certified check. bank draft, money order. or a standard form irrevocable letter of credit. certitied check. bank draft or money order must be made payable to the order of the Town of Southold. The standard fornl irrevocable letter of credit shall be in a fonn acceptable to the Town of Southold. In the event the Contractor secures a Performance Bond rrom any of its subcontractors. said bond shall also name the Town of Southold as a dual obligee. Should the Town designate another public or private gent of contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town, upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) Contractor shall a&'fee to defend, indemnify and save hannless the Town against any and all liability. loss. damage, detriment, suit, claim, demand, cost. charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, sutTer or be required to pay by reason of or in consequence of the carrying out of or the performance of the tenns of such Agreement, or the failure to carry out any of the revisions, duties, services or requirements of such Agreement. whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees, agents. engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable thcrefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal. state or local government agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, survive the tenn of the Agreement and include. but not be limited to, claims concerning non-sudden environmental impainnents. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder. including all 20 necessary appeals which may be necessary. in the opinion of the Town. 16.0 PAYMENTS Contractor shall receive monthly payments for services perfonned during the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of municipal solid waste haul trips rrom the Town of South old Transfer Station including the tonnage of municipal-solid waste and the manifest number for each load of municipal solid waste removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the' Transfer Station. The Town shall be entitled to deduct rrom any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. 17.0 DEFAULT In the event the Contractor fails to perfonn its obligations under the Agreement. the Town may tenninate such Agreement. and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct rrom payments owing to the Contractor and/or draw upon the Perfonnance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to tenninate the Agreement for just cause. 18.0 TERM OF AGREEMENT The term of this Agreement shall be three (3) years commencing on Julv I, 2002. If the Town enters into an inter-municipal solid waste haul/disposal agreement the Town may terminate the agreement at any time during years two (1) and three (3) by giving six (6) months written notice to'the Contractor. The Town. at its sole discretion. shall have the option ofrenewing the Agreement for two (2) additional one (I) year temlS by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the tenn. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the permit' status of its Disposal Site. In the event that Bidder wishes to submit a bid for a Disposal Site for which Bidder does not currently have all necessary tederal and state pennits, Bidder shall at its sole risk and expense. be responsible for obtaining and/or renewing its penn its or providing to the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. This is a full service Agreement and failure of the successful Bidder to pnn'ide thc identitied Disposal Site or acceptable alternative Disposal Site, on or after the commencement date for services under the Agreement Documents awarded hereunder shall constitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations 21 hereunder b) reason of any failure to obtain or maintain its pennits at the identified Disposal Site. 20.0 SUBCONTRACTS In the event Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement. Bidder shall: (I) furnish to the Town a copy of the signed Agreement between Bidder and the Disposal Site Contractor which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents; (2) require the Disposal Site Contractor to furnish to Contractor and the Town a performance bond guaranteeing the availability of the Disposal Site throughout the term of the Agreement; (3) require the certificates Contractor to provide insurance naming the Town as additional insureds on all policies maintained by Contractor. 21.0 RIGHTS AND OpnONS The Town of South old, New York. reserves and holds at its discretion the tollowing rights and options upon issuing this Bid Solicitation: I. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualifications and conduct investigations or inter\'iews with respect to the quali tìcations of each Bidder. 5. To designate another public body, private or public agency. group, or authority to act in its behalf for evaluation and Agreement negotiations. 6. To designate another public body, pri\'ate or public agency, b'fOUP. or authority to act in its behalf tor contract administration of this project at any time during the Agreement period. 22 SECTION B BID SPECIFICATIONS (TECHNICAL/MANAGEMENT) " _J SECTION B BID SPECIFICA nONS TECHNIC AL/MANAGEMENT 1.0 REQUIREMENTS This request for bids is issued for the Town of South old. State of New York. Town Hall. 53095 Main Road, Southold. New York. 11971 (Telephone (516) 765-1800) The effort, shall be known as the Town of SOuth old Solid Waste Haul Disposal Service. The Town of South old desires to issue an Agreement with a qualitied Contractor to haul and dispose of a portion of its Solid Waste. The Town will need to dispose of approximately 10,000 tons of solid waste during the agreement years The Contractor will ensure the Town that solid waste will continue to be: I ) hauled from the Town of Southold's transfer Station to disposal site(s), and: 1) disposed at permitted disposal site(s). The following general services are sought in this request: . HAUL Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling solid waste from the Town of South old transfer Station to Contractor designated disposal site(s) as set forth herein. Transportation equipment shall be in accordance with New York. State Department of Transportation, Interstate Commerce Commission, United States Department of Transportation, as defined in the Code of Federal Regulations, or other applicable state and federal regulatory requirements. . Disposal Reserve capacity and provide equipment. labor. maintenance, management and policies to receive and dispose of solid waste from the Town of South old Transfer Station as set torth herein. The Contractor's New York State Solid Waste Disposal Site(s) must be in compliance with all State of New York Department Of Em'ironmental Conservation's and U.S. Government's Regulatory requirements. e.g.. 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. Disposal Sites outside New- York State shall be pennitted by applicable local. state and Federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment than those outlined in this specitication. Disposal alternatives that will be considered include land disposal, incineration, composting, etc.. as long as they comply with regulatory requirements and environmental standards. 24 2.0 PROGRAM GOALS AND OBJECTIVES The goal of this project is the continued safe and reliable hauling and disposal of the solid waste materials from the Town Of South old Transfer Station at minimum cost to the citizenry. It is also the objective of the Town of South old to ensure that the haul-disposal operations proceed according to the provisions of this document and subsequent agreements/amendments are upheld. 3.0 POTENTIAL REGULATORY AND OPERATIONAL CHANGES During the tenn of the Agreement, there may be a number of regulatory and operational changes which may affect the quantities and types of solid waste received at the Town of Southold Transfer Station and delivered to the Disposal Site: the manner in which solid waste is handled by the Town prior to the loading of waste for transfer: and the equipment maintained and used by Town forces in the handling of waste to be transferred. This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor or the specific operational techniques and/or equipment to be employed by the Town in the handling of waste at the Town transfer station. The Town reserves the right to designate another public body. private or public agency. group or authority to act in its behalf for administration of the Agreement at any time during the tenn of Agreement. 4.0 CHARACTER OF THE SOLID WASTE The wastes which are to be hauled and disposed of under tenns of this bid solicitation are to include typical municipal wastes rrom a rural community. This will include all waste types generated in private households, and, therefore, can include broken fumiture. small appliances, and other wastes generated in a private home or apartment as allowed under 6NYCRR Part 360- 1.2(a) regulations and the Garbage. Rubbish and Refuse Law. Chapter 48 of the Code of the Town of Southold. Commercial waste may also be included in the solid waste stream. It may include any waste which is typically disposed of in dumpster or roll-off type container boxes at restaurants, small businesses, light industries, hospitals. office buildings etc. [t should not include any wastes covered by special waste penn its Such as pathogenic or hazardous materials, but the Town cannot guarantee that the waste stream does not contain same. Special costs associated with handling noncompliance loads will be compensated under Forced Accounting (Appendix A-9). 4. I Quality and Characteristics 25 · The Town Of Southold's historical solid waste quantities and characterization data are included in the Appendices. Bidders are cautioned that actual quantities may differ signitìcantly from these data. Recycling proh'fams may affect the quantity and characteristics of the waste received at the Town of South old Transfer Station. If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of[he noncompliance waste in accordance with local, state and Federal regulations. Compensation for such waste disposal services shall be provided tor under Forced Accounting (Appendix A-9). The Town makes no specific representations in the foregoing disclosure. 5.0 PROGRA.M ACnVITIES 5.1 Collection The Town of South old Transfer Station is open 7 days a week, except holidays. rrom 7:00 A.M. to 5:00 P.M. The Contractor will b(' expected to collect and remove solid waste rrom the Transfer Station during the following hours: Monday through Friday 7:00 A.M. to 4:00 P.M. The Transfer Station is closed on the tollowing holidays: New Year's Day Martin Luther King Day President's Day Easter Sunday Memorial Day Independence Day Labor Day Columbus Day Election Day Veteran's Day I" Thanksgiving E\'e Thanksgiving Day \, Christmas Eve Christmas Day "2 New 'Years Eve The Contractor must make transfer containers available for loading sevcn days a week. if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on Sundays is frequently not required during the winter months. The Contractor will be expected to provide enough containers to empty the Transfer Station tipping tloor on a daily basis, delivery and staging of an adequatc number of containers for this purpose will be coordinated with Transfer Station Stall' as needed. 5.2 Loading Mode The Contractor shall fully prepare transfer containers tor loading, including assuring that container covers or empty containers are left open. (SEE NOTE AT END OF SECTION 6.2.J 26 Solid Waste will be loaded by the Town at its Transfer Station using a front end wheel loader. After loading. Contractor will bring transfer containers to the Town's truck scales for weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to leaving the site. If required by any local, state or Federal regulations or law. the contractor shall provide sealed containers for loading. This service shall be at the Contractor's expense and included in the unit price bid. 5.3 Town Of South old Accident and Damage Policy The Contractor shall be required to prepare an Accident Report (See Appendix C) Of any accidents and/or damage that occur while perfonning services under the tenn of the Agreement. The Town of Southold shall immediately be notified of any major occurrences such as bodily injury of structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. The offending Parts or representative/e thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. All accident and/or damage reports will be included in reports to the Town 5.4 NYSDEC Part 360 Pennit to Operate The Town Of South old operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC) Part 360 Pennit to Operate. A copy of NYSDEC Penn it is included as Appendix B. 6.0 HAUL SERVICES For Solid Waste Haul-Disposal Services-Agreement. the tòllowing services will include the tasks, responsibilities and pertònnance required as outlined herein. 6.1 Work Included The Contractor shall provide the following major essential services or equipment and any other non-specified items without limitations. to maintain a reliable haul services operation in a manner that will meet the needs of the Town of South old. . Management and operation of a fleet to accommodate the transport of solid waste rrom the Town transfer Station to Solid Waste Disposal Site(s) n accordance with all local. 17 . state, and Federal regulations. (SEE NOTE AT END OF SECTION 6.2.1 . Financialliabilitv and maintenance responsibility of transport equipment. i.e., dump trailers, transfer t;ailers bulk material containers. vehicles. personnel and services for open-top loading solid waste hauling activities. . Coordination of haul services with disposal services. 6.2 Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment. along with personnel to operate and maintain a reliable haul services system in a manner that will satisfy the needs of the Town of Southold. The minimum level of haul services equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and containers. etc. The contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal solid waste including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet.the Town of Southold Transfer Station requirements. Each bidder is therefore responsible for tàmiliarizing itself with the Town of Southold Transfer Station site. solid waste, etc., to assure equipment compatibility. Transport equipment may be open-top bulk material containers, dump trailers. roll-off containers or open-top transfer trailers, provided that all such equipment is suitable for convenient loading given existing contìgurations of the Town of South old Transfer Station. Transport equipment shall be: I) Registered with the State of New York Department of Motor Vehicles or equivalent agency: 1) designed to preclude spillage of waste; 3) loaded within their design capacity and New York State Department of Transportation regulations: 4) well maintained in good working order. Corroded defective. bent. deformed or punctured trailers, roll-off boxes. or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting solid waste in open-top transport equipment. The bidder shall clearly indicate [he quantity and type of transport equipment!vehicles it plans to use, their availability date, state ofrepair. and that such units are compatible with the Town of Southold Transfer Station scales and New Yark State DOT regulations. United States Department of Transportation, as detined in the Code of Federal Regulations or equivalent. The Contractor will promptly removc trom use any transport equipment/vehicle that does not confoml with these rcquirements and replace it with an acceptable unit. The Contractor shall maintain its own oft~site maintenance shop facilities tor sen'icing 18 the transport equipment and vehicle t1eet. unless it elects to subcontrad for these services. No major maintenance may be done at the Town of Southold Transfer Station site. NOTE: In the course of this Agreement, the Town may, at its discretion, pro~'ide lor more transfer trailers for use by the Contractor. The Town warrants that any such equipment provided would be compatible with hauling vehicles (tractors) generally standard in the waste hauling industry. In the event that the Town wishes to provide such equipment for use by the Contractor, the Contractor together with the Town shall develop an addendum to this agreement governing such use. 6.3 Weighings The Town of Southold will provide certified weighing at the Town of Southold Transfer Station. The Contractor will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales. 6.4 Routing Mode - Contractor's Responsibility Contractor will have the right to select the route(s) for travel rrom the Town of Southold transfer Station to the Disposal Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town harmless rrom any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. 7.0 DISPOSAL SERVICES PROGRAM ACTIVITIES For Solid Waste Haul-Disposal Service Agreement, the following disposal services will include the tasks, responsibilities and perfonnance requirements as outlined herein. 7.1 Work Included The Contractor shall provide the following major essential services or equipment and any other non-specitìed items, without limitations, to maintain a reliable disposal services operation in a manner that will meet the needs of the Town Of South old. . Liability insurance, performance and payment bonds. . Safety equipment. 29 7.2 Operational Capacity The bidder shall identify in its proposal, the following infornlation: · Disposal Site capacity. · Flexibility of Disposal Site capacity to allow for seasonal variances in waste generation and sufticient to penn it service in the tonnages bid. · Hours and davs of the week that the designated Disposal Site will be open tor receiving solid waste rrom the Town of Southold, including weekends. holidays and special closure periods. 7.3 Pennit Requirements Throughout the tenn of Agreement that may result from this Bid solicitation. the Contractor must maintain all current and yalid local, state and Federal pennits. licenses, or other authorizations, (either temporary and permanent) which are required by law to receive solid waste at any and all Disposal sites designated by the bidder. Because of the varying tenns of Solid Waste Disposal Site penn its. it is possible that a permit will expire during the tenn of Agreement. The responsibility of obtaining and/or renewing a pennit to operate is solely upon the Contractor. In the event a Contractor fails to maintain or obtain any necessary current and valid local state and Federal Pennits.. licenses, or other authorizations. allowing the lawful use of its designated Disposal Site then the Contractor will be solely responsible tor ohtaining the utilization of an alternate Solid Waste Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain permits by the Contractor be considered a change in conditions, in the event the Contractor is unable to tìnd an alternate Disposal Site. it shall be deemed to he in default of the Agreement and liable for damages, bonds forfeitures and other expenses as provided in the Agreement. In the event the individual and/or entity submitting a bid in response to this bid solicitation is not the individual and/or entity named as the pennit holder on any necessary current and valid local, state or federal pennits. licenses or other authorizations. required by law to receive solid waste at any disposal site designated hy the bidder or any alternate disposal site, the bidder is required to provide satistactory evidence to the Town of Southold of a binding contractual relationship hetween the bidder and the pennit holder which provides the bidder with the irrevocable right to utilize the solid waste disposal site during the tenn of Agreement. or portion thereot: in a manner which is in complete compliance with this bid solicitation and the bidder's bid 30 submission. The agreement between the bidder and the pennit holder shall indude provisions that: I. Pro\'ide Town with the right to discuss operational matters with the pennit holder whenever necessary. 2. Require the permit holder to comply with directives of the Town which are consistent with and pursuant to the Agreement which shall result trom this bid solicitation. 7.3.1 Disposal Sites Inside State of New York The Contractor's Solid Waste Disposal Sites, i£located within the State of New York. must be in compliance with all State of New York Department of Environmental Conservation's and U.S. Environmental Protection Agency regulators requirements, e.g.. 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Site must have valid construction and operating permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be pennitted to accept Town of Southold solid waste without \'iolating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. Disposal alternatives that will be considered include land disposal. incineration. compo sting, etc., as long as they comply with all the above governing regulators requirements and environmental standards. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of South old based upon re\'iew ofinfonnation submitted with ¡he bid describing in detail the nature of the disposal process and other infonnation reasonably reqÙested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the environment and its design, construction and operation complies with all applicable laws. 7.3.2 Disposal Sites Outside State of New York The Contractor's Solid Waste Disposal Sites, if located outside the Statc of New 'II' ork must be in compliance with all the applicable local. state and Federal laws and regulations and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency- Subtitle D, et al. The Solid Waste Disposal Sites must have valid construction and operation pennits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be pennitted to accept Town of South old solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. ¡fthe Solid Waste Disposal Site is a landtìll, it must comply with the following minimum standards: 31 . . Liner Svstem. All proposed landfills under the Ab'feement shall be provided with at least a single liner system to restrict the migration of leachate and prevent pollution of underling soil or groundwater. Liner systems shall consist oflow permeability soil admixtures, clays or synthetic materials. Liners are at a minimum to consist of materials ha\'ing a demonstrated hydraulic conducti\'ity and chemical and physical resistance not adversely affected by waste emplacement or sanitary landfill leachate, including synthetic geo-membranes and soils such as clay or other semi-imper\'ious admixture. Liner systems may consist of an impervious liner composed of at least two feet of clay with demonstrated hydraulic conductivity of Ix 10-> cm'sec or a synthetic single lining system of a thickness of at least 60 mils. Thicknesses down to 40 mils may be acceptable for composite liners which include impervious clay. Foundation: The proposed landfill shall be designed and constructed on an appropriate foundation which pro\'ides finn, relatively unyielding planar surfaces to support the liner system and which is capable of providing support to the liner and resistance to the pressure gradient above and below the liner resulting from settlement. compression or uplift. ~ Leachate Collection: The proposed landfill shall be equipped by a leachate drainage and removal system. The leachate drainage system-shall consist of collection pipes and a drainage layer. The system shall be designed to ensure that the leachate head on the liner does not exceed one foot at any time. A leachate remo\'al system shall be provided to remove leachate within the drainage system to a central collection point for treatment and disposal. '~Leachate Treatment and Disposal: Leachate shall be treated and disposed of in accordance with all applicable taws, including applicable pretreatment standards and discharge limitations. .7'>" Gas Collection and Venting: The proposed landfill shall be equipped with a suitable gas collection and/or venting system which complies with all air pollution requirements and other applicable laws. .~ Surface Drainage Systems: The proposed landtill shall be designed with an appropriate surface drainage system which isolates the landtill !Tom adjacent surtàce water drainage in a controlled manner, as well as controlling run-off from the landfill itself. ~ Monitoring Svstem: The proposed landfill shall be equipped with appropriate systems to monitor groundwater quality, gas production, leachate volume. quantity. slope and settlement status. The number and location of ground water monitoring wells shall be sufticient to detìne and detect any potential migration of contaminants, However, no tèwer than one up-gradient monitoring well and two down-gradient monitoring wells 31 < shall be provided in any e\'ent. A regular sampling and analysis program shall be in place to verify that no groundwater contamination results from the landtill. =- Closure: The proposed landfill shall have in place a written closure plan which conforms to applicable taws and standard industry practice. The closure plan shall. be designed to insure that contamination does not spread rrom the landtill during) the post closure period. Bidder must clearly specify their intended disposal alternatives and support same with copies of appropriate experience. site location, permits. agreements et at.. as outlined in this bid solicitation. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of South old based upon review ofinfonnation submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. The Contractor shall be solely and completely Responsible for any and all liability relative to contractor's tàilure to dispose of solid waste at an approved site. 7.4 Wcighings The Town will compensate the Contractor for waste material hauled and disposed of on a net tonnage basis (short tons = 2000 pounds). The certified weighings will be made at the Southold Town Transfer Station. The Disposal Site will accept these weights for invoicing purposes. Alt weights will be generated on current certified weigh scales. In the event of any dispute over differences in net weights between the Town and Disposal Sites scales and weight records, the Town may make payment upon the weight it deems to be most correct, until the dispute is reconciled. Any claims for differences must be tiled in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed tinal and binding between the parties. 8.0 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor. Safety and Health Regulations under the Occupational Safety and Health Act. 1972 (PL 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (PL 91-54). Specitic consideration shall be given. but not limited to the following major areas: a. Maintenance safety procedures - guards and Shields on dynamic equipment, guards. railings, electrical lockouts, vehicle wheelblocks. audio vehicle backup alanns. vehicle wheel chocks, etc. b. Employee safety orientation, education. teaching. tirst-aid training, cardiopulmonary resuscitation, etc. c. Noise and dust control. ear protection. respirators. hard-hats. safetv shields, glasses. protective clothing, sanitary tàcilities. etc.. . 33 < d. Fire and explosion preventions, controL equipment (tire blankets. extinguishers, first aid hoses, etc.) and personnel escape alternatives. e. Tramc flow control patterns. f. Accident or injury reporting system (the Town shall received copies of al reports and immediate verbal notification). g. Employee health safeguards. h. Mechanic's lien safeguard against work interference. The Contractor shall comply with all local, state and Federal regulations. laws and Statutes. which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor current requirements. The Contractor shall be solely and completely responsible for operational safety during perfonnance of the Agreement. The obligation exists twenty-tour (24) hours a day. each and every day throughout the tenn of the Agreement. The Town of Southold shall not have any responsibility for means. methods, sequences of techniques selected by the Contractor for safety precautions and pro¡''fams. or for any failure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and perfonning the services under the tenns of the A¡''feement. 9.0 OPERATIONS AND PROCEDURES The Contractor will be required, prior to commencement of operations. to provide the following operational plans to the Town for review and acceptance. Re\'Ïsions, modification's, and updates shall be torwarded to the Town throughout the tenn of the Agreement. Organization personnel and structure. showing the chain of commanù. namcs and telephone numbers and staffing requirements. Operational plan - shifts. hours, etc. Safety. disaster. and emergency procedures. Transportation plan. including available transport equipment. vehicle t1eet and reserve capabilities. Inclement Weather Plan - This shall describe the bidder's plan shoulù inclcment 34 < weather alter norn1al daily operations as described in the bidder's operations plan. The inclement weather plan shall include hauling operations and disposal operations. The bidder's means of assessing inclement weather conditions (weather and road conditions), method ofreporting to the Town and the alternati\'es shall be described. 9.1 Supporting Data In the event the Town requires any information in support of Town held licenses and pennits at the Town. County, State and Federal level. the Contractor will be required to furnish all licenses. pennits and inspection reports regarding equipment and disposal sites which may be required by Town. County. State or Federal law. In the event the Contractor requires any infonnation in support of Contractor held licenses and permits at the Town. County. State and Federal level. the Town will cooperate in furnishing such infonnation as it applies to the Southold Town operations. Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that allows for easy retrieval and analysis. The Town. or its designee, may upon 24 hours notice inspect the contractor's records. Such records shall he kept, available by Contractor for a period of two (2) years after tennination of this Agreement. In the event the Town requires additional .infonnation for reporting purposes. the Contractor will supply same. The Town, or its designee, may call upon the Contractor at anytime for an oral review of any technical matter. The Contractor shall file and update the following infonnation as specitied herein. Items Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Disposal Accident Reports Licenses, Pennits and Inspection Reports Part 360 Pennit All Bid lnfonnation Schedules Due as changes occur on occurrence on occurrence on occurrence as changes occur as changes occur 35 c SECTION C CONTRACTOR BID FORM 36 « SECTION C TO\VN OF SOUTHOLD SOLID WASTE HAUL-DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide for uniformity in bid evaluations. The fonnal Agreements resulting from this Bid Solicitation shall be in a fonn provided by the Town. These documents are intended to depict complete Solid Waste Haul-Disposal Services Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder from furnishing the same. No oral statement shall in any manner or degree modify of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERA.L BID. STATEMENT TO: TO\VN OF SOUTH OLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Bidders: The undersigned Bidder has carefully examined the forms and content of the Bid Solicitation. including notice to bidders, bid bond, sample operating agreement, perfonnance bond, certificates of insurance, genera! conditions, bid specitications, and addenda, has tàmiliarized itsel f with the sites of work, and hereby proposes to furnish all necessary services, 37 "', pernlits. labor. materials. equipment. vehicles. and tools required to pertlmn and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold tar this project. The undersigned Bidder agrees to abide by all conditions stated, intended. or implied both particularly and generally by the tenns of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. I. The Undersigned Bidder also agrees as tallows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satistàctory perfonnance bond. and insurance all within ten ( I 0) calendar days. SECOND: To begin Solid Waste Haul-Disposal services operations on the commencement date of any Agreement awarded hereunder. having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement. subcontractor contractual agreements. and ancillary tàcilities. etc.: to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it may incur as a result of the Contractgr's failure to 'perfonn all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnitication or, payment of such damages. FOURTH: as follows: During the perfonnance of this Agreement. the Contract()r hereby agrees a. The Contractor shall not discriminate against any employee or applicant for employment because of age, race. creed. color, sex, marital status. national origin. physical disability. and shall take aftìnnative action to ensure that they are at1arded equal employment opportunities without discrimination because of age. race. creed. color. sex. marital status. national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment. employment. job assignment, promotion. uPb'fading, demotion. transfer. layoff. or tennination. rates of pay, or other fonns of compensation. and selection for training or retraining. including apprenticeship and on-the-job training. b. The Contractor shall comply with the provisions of Sections 290 through 30 I of the Executive Law, Shall furnish all intannation and reports dccmcd ncccssary by the State Commission for Human Rights under thesc nondiscrimination clauses and such sections of the Executive Law, and shall pennit access to his books. records. and accounts by the State Commission for Human Rights, thc Attorney General. and the Industrial Commissioner tar purposes of imcstigation to 38 .. ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law and Ci\'il Rights Law. c. This Agreement may be forthwith cancelled, tenninated, or suspended, in whole or in part, by the Town upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these nondiscrimination clauses, and the Contractor may be declared ineligible for future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisties to the State Commission for Human Rights that he has established and is carrying out a program in confonnity with the provisions of these nondiscrimination clauses. Such findings shall be made by the State Commission for Human Rights after conciliation efforts by the Commission have failed to achieve compliance with these nondiscrimination clauses and after verified complaint has been tiled with the Commission, notice thereof has been gi ven to the Contractor, and an opportunity has been afforded to him to be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in addition to sanctions and remedies otherwise provided by la\\.'. d. No laborer, workman or mechanic in the employ of the Contractor or subcontractor shall be pennitted or required to work more than eight hours in any one calendar day, or more than tive days in anyone week except as otherwise provided in Labor Code Section 220. e. The Contractor shall include the provisions of clauses (a) through (e) in e\'ery subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be perfonned within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct including sanctions and remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party thereto certities as to its own organization, under penalty of perjury that to the best of his knowledge and belief: a. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any othcr Bidder or with any competitor. b. Unless otherwise required by law, the prices which have bccn quoted in this bid have not been knowingly disclosed by the Biddcr and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. 39 c. No attempt has been made nor will be made by the Bidder to induce any other person, partnership. or corporation to submit or not to submit a bid tor the purpose of restricting competition. 2. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally inspected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions. and waives all rights to claim any misunderstanding. omissions or errors regarding the same which such inspection and observation would have disclosed. The undersigned further understands and agrees that it is or they are to furnish and provide in return for the respective Evaluation Unit Bid Price, all the necessary materials, machinery, vehicles, implements, tools, labor services, and other items of whatever nature, and to do and perfonn all work necessary under the aforesaid condi tions, to complete operations of the aforementioned Solid' Waste Haul-Disposal Services operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and that it or they will accept in full compensation theretore, the compensation provided for in Section C-3. 3. The undersigned submits herewith a bid guaranty within the fonn provided by the applicable bid documents in the amount of$IOO,OOO.OO for any option or combination thereof. In the event this proposal is accepted, and the undersigned fails, within ten ( I 0) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the fonn provided by the Town or tàils to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of A ward. the bid guaranty Shall be fortèited and be retained by the Town toward the satisfaction ofliquidatcd damages and not as a penalty. Otherwise. the total amount of bid guaranty liquidated will be returned to the Bidder. 4. The undersigned acknowledges the receipt of the following addenda. but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have knowledge of all addenda. ADDENDUl\[ NUMBER AND DATES Number I - Dated: (>1¿ y /). If, J.n.>~ / /+1"", .r"^,,~,,,,- {,r 'N"'+~ JcJ,~v ¿'.ð-- Number 2 - Dated: Number 3 - Dated: Number 4 - Dated: Number 5 - Dated: 40 5. The Bidder has completed the Contract Bid Fonn and Unit Price Schedules in both words and numerals in accordance with these bid requirements. 3.0 UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TOWN. NEW YORK 3.1 COMPENSATION The undersigned hereby submits the following price bid to furnish Solid Waste Haul- Disposal Ser\'ices. to Southold Town. New York for the tenns 2£;<)1- through .;1"\)1\16 '1007 HAUL-DISPOSAL SERVICES The Haul-Disposal Service applicable unit price per ton for agreement year 1OO?J IS 6f..V~tJ1"1 r=DlV\ tx:>~'=> oj '9aj - cents ($ 11.\. ~8 ). (C I) ']..00 z.. - dollars and ÞOOtt The Haul-Disposal Service applicable unit price per ton for agreement year ~ ì'2./ ... 2.003 - IS 5sv-et\\"I hV'f' ~s cents ($ ì572: dollars and ). (C2) The Haul-Disposal Service applicable unit price per ton for agreement year 1-005 IS ~Ev-<;:f\1'{ 51~1:OL.LAt.S .. ~7J ~ì cents ($ ìlo - ). (C3) The Haul-Disposal Service applicable unit price per ton for agreement year 7-005 - 2OO'f - dollars and 1-oöb IS 5Ev-ei\ì"f ~ \J'-e(\ 'tbll aAS 00 cents ($ ìì - dollars and ). (C4) 1-007 The Haul-Disposal Service applicable unit price per ton for agreement year 2.ocIo b5/ ., , IS ~V'ei\ì'1 St....v-ffi bbt..LAfe.,S cen ts ($ ì ì I."É. dollars and ). (C5) , , J._ EVALUATION UNIT BID PRICE FORMULA E\'aluation Unit Bid Price = (C I) I 0.000+(C2) I 0,OOO+(C3)l O,OOO+.5(C4) I 0.000+.5(C5) I 0.000 40,000 tons 41 haluation Unit Bid Price = $ :5Ev-et\ì''Í SLX l::!ouA£5 <> 17-1 The evaluation unit bid price fonnula is designed to evaluate years four and fi\e at .5 the evaluate of each of the first three (3) years. Bidder: --ír-;",;t'í Tr-c..^s("rl-r..r;",^ £.>r('. p~ Authorized Representative a,''4 "J{yl..n&'Jl.. t1.J.. 1 Slc.c!;, NY 111~'ì Address By: ~-f.o-oy Date 4.0 BID SECURITY ACKNOWLEDGEMENT I have attached the required bid security to this bid. 5.0 INFORMA nON SCHEDULES I agree to furnish and include the following infonnation schedules in addition to the information submitted with this proposal, as a part of this bid: A. Certitication that the Bidder does not currently owe taxes. or other outstanding funds, or have pending or is currently involved in any litigation-il1\'Olving the Town of Southold, State of New York (Schedule A. attached hereto). B. Location and address of the Bidder's main oftìce and the main oftìce of parent companies (if applicable) and Certitied Statements of Ownership (Schedule B. attached hereto). C. Identitication of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C, attached hereto ). D. Identitication of all currently registered parent bidding subsidiary corporate officers. and their addresses, and identification and certitication of oftìces authorized to execute an Agreement on behalf of the finn (Schedule D. attached hereto ). E. Detailed financial statement for the Bidder, and if applicable, tor parent companies (Schedule E. attached hereto). F. Statement of Bidder's Qualifications and related experiences (Schedule F. attached hereto). 42 G. Major Subcontractors - (Schedule G. attached hereto). H. Equipment- (Schedule H, attached hereto). I. Maximum Specified Capacity- (Schedule I. attached hereto). J. Infomlation on Bidder's Solid Waste Disposal Site(s) (Schedule J attached hereto ). K. Fonn of Bid Bond (Schedule K. attached hereto). L. Perfonnance Bond (Schedule L, attached hereto). M. Operation Plan (Schedule M. attached hereto). Dated: Name of Bidder: 'Í f":....:.¡, y 1'..., ~ ~"Fr h t;A^ ú,r?- Address of Bidder: :),0.{ (¡I'/.!..-"'bu'jl. tU. :rd,,,'!:, r-.J'T IIHe; By: YJ-oJø-- Signature .-- ~rt Tit[ Corporate Seal ([fa Corporation) Incorporated under the laws of the State of ¡J <.........J 'ro,,-( Names and addresses of ot1ìcers of the corporation: C::.:....,,- CO~ (President) Name jÏ":-t /J..,~t. fI...¿ 5 Yu fk1t rJ <...¡ Address pc.. tr-;c.; c" j); I'\:¡Ttc.¡ (Secretary) Name (.1 0'';\ ðr""K.. /l.¿ D,'1l H;{I.I rv'1 Address Jdr:,:... Ò: fI1 t..:I+~" (T~easurer) Name ~I O'Ù 7!r...." fi..d Ò;J( ¡{:II( tJ'-( Address (If an individual or partnership) 43 Names and addresses of all principals or partners pM~ICJ¡¡ 1\; MA1í£D - b( 0",1> P>lWIL ,ñ, !:>II( ~u.S G.,Nt! ~O,£ ' <;Pl.-lo( P-Ou... /lJ)., 5'IOS$f:1 rAlou·(tJ tot£ - Moot.eS H7.UAJJ. IA-(/~/; ¡tquo,./ , 44 INFORMA nON SCHEDULE A Town of South old Bid Project Solid Waste Haul-Disposal Services This Bidder ír-;^;~' "[,c,l\sj'or-kt:.1\ ú>r?- (Bidder's legal name) herein certi fies that as a Bidder, it does not currently owe delinquent taxes or other outstanding Funds, ofhaÙng pending or currently involved in any litigation involving the Town of South old. State of New York. By: Nam NOTE: (I) If blank not applicable, fill in with N/A (1) If bidder owes the Town taxes or is involved in any litigation. a statement of explanation will be attached hereto. Tax/Litigation Certification BID (PROPOSAL) FORM Schcdule 5.0.A Page I of I 45 INFORMATION SCHEDULE B Town of Southold Bid Project Solid Waste Haul-Disposal Services The following is information on the undersigned Bidder's office locations: Bidder's Main Ot1ice Bidder's Parent Corporation Main Oftice ~~ Ô(~~^bc.~1.. L.!. r,k~¿.. N't (11~ \ So\..... c....)\"';Ho,l\, Manager's Name (Contact) ov It¡ Manager's Name (Contact) 'fr-;,.;*'L-r....."q.r.h_-t;.~ GJ/I..P. Firm's egal Name Parent Firm's Legal Name ~''t Òl'fLc^~~L- i.J . Street Address (Box Numbers) Street Address (Box Numbers) :r!><.:I\¿..... Io.-/"r City State Ill'i ~ Zip City State Zip (c..."'10, 11.{~ -s {oJ"" Telephone Number The Bidder herein certifies that the ----.dJ p; Telephone Number Firn1 is partially/wholly owned subsidiary of N/A- Parent Finn This is owned 0' /0 Parent Finn By or is a public/pri\'ate stock corporation. Bidder Office Locations/Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page I of 2 46 INFORMATION SCHEDULE B - (Continued) N"m'~fBidd~' -(r;^; <j By: V~ í \C.~ ~ r~ r h_ t; o V\. Cø r-~ ' Date: ~(,( 0 V Note: (I) Any attachments or modifications to this fonn shall be labeled Schedule 5.0.B, and properly integrated into the Bid Fonn, (2) Ifblank not applicable. till in with N/A. Bidder Office Location/Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page 1 01'1 47 INFORt\!AnON SCHEDllLE C Town of South old Bid Project Solid Waste Haul-Disposal Ser\'ices /r1!.~, 7V' . V/X(K 5 This is identification that will be the Surety Company for the Bidder. on this project and that the named Surety Company herein pro\'ides written certification that the named Surety Company will provide the Perfonnance Bond. specitied in the Contract Documents, in the event the Bidder enters into an agreement with the Town. The Surety Company herein certities that such Company is licensed to do business in the State orNew York. (L.S.) Principal (SEAL) Surety Company By: Surety Verification BID (PROPOSAL) FORM Schedule 5.0.C 48 INFORMA nON SCHEDlILE D Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder herein certifies that the below named individuals are the current registered corporate oftìcers. along current pennanent addresses. and designates their authority to execute an Agreement on behalf of the finn Otlicer's Name ~,:""c... c:.cr<.. Subsidiary CorporateTitle Address "5 pC-\: City S'f~ H~-tt ?r-~j:l.^T it..=- II...,¿ , Officer's Name Parent Corporate Title Address City State. Zip State. Zip ¡J"¡ Officer's Name 7cd:,..;c.;... ò¡ M....1t~ Q, Subsidiary f Corporate Title ~e.d'; T~(¡_ Address (.1 '" t;:' Ór-....t. iV. City 1>; L k;t\ ( Officer's Name State. Zip .J't' Parent Corporate Title Address City State. Zip Officer's Name Otlicer's Name Parent Corporate Title Address City State. Zip Subsidiary Corporate Title Address City State, Zip Current Corporate Officers BID (PROPOSAL) FORI\! Schcdulc 5.0.D Page I of 1 49 INFORl'vlATION SCHEDULE D - (Continued) Officer's Name Officer's Name Parent Corporate Title Address City State. Zip Subsidiary Corporate Title Address City State. Zip ("f( - ::7'Zjjp;;:;·CM;~ Date:' ~/';y- Corporate Seal NOTE: rfblank not applicable, fill in with N¡A Current Corporate Ot1ìcer BID (PROPOSAL) FORM Schcdule 5.0.D Page 2 01'2 50 lNFORMA nON SCHEDULE E Town of South old Bid Project Solid Waste Haul-Disposal Services STATEMENT OF BIDDER'S FINANCIAL CONDITION I. This Bidder agrees to provide for any subsidiary and parent tìnn. and hereto attaches a current or the most recent audited tìnancial Statement(s) including as a minimum the finns opinions, notes, revenue/expense statements. conditions of cash, etc. The attached statement provided includes: Accounting Finn Name {;;.¡Arl6111-- s:;..hT~ ~ Address Financial Period To Statement Date 2. The bidder certifies that he currently has an available line of credit in the amount of $ . A supporting documentary evidence attached to this fonn is supplied by: Name Address Date 3. The undersigned Bidder certifies to the validity of statement and agrees to tùmish any other infonnation upon request that may be required by the Town of South old, New York. Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Pagc I ofl 51 INFORMATION SCHEDULE E - (continued) The undersigned hereby authorizes and requests any person, finn or corporation to furnish any infonnation requested by Town of South old, New York in veritication of the tinns tinancial condition. Dated at -£~^,bJl/, .1'1 This C:> day of ,¡pl"'6" .2~;¡...- -rl<//ý/TY 7lAAI:s"~ c~ Name of Bidder <ð,,7'1' Title State ofNtt York. County of !,¡)f{oU!- ~(.I~ t; KAÞHï8û ~< T'f --( /Z.e' AS Title being duly sworn deposes and saws that he of ---;';;1\/1 rY ~NSl'ðf¿T;t?'T/'k G~ Name of Organization IS and that the answers to the foregoing questions and all statement therein contained are true and correct. Sworn to me this /..oft- ""YOf~ .-;:&20'1--. ~aryp~ My Commission expires: d-J~ l) ~ JEANIE BORGESANO NOTARY PUBLIC, State of New York No,4918146 <;lualified in Suffolk. County N_ CommiSSIon Expires February 1. 20~ NOTE: (I) (Bidder may submit additional infonnation desired as Schedule E attachments. ) (2) If blank not applicable, till in with N¡A Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page 2 01'2 51 lNFOR1\,IA TION SCHEDULE F Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder herein certities that it is qualified to perfonn the work covered by this proposaL and that il is not acting as a broker on the behalf of others. To substantiate these qualitications, the Bidder ot1'ers the following related infonnation and references in order that the Town may evaluate the Bidder's qualifications and experience. 1. Bidder's Legal Name: fr; "';+y -, ¡-LA S !'~rt...-t.. <\^ ~r ÎJ . , 2. Business Address: .:ll"f -;¡/'')~~ 6-~\. Street ¡'Jt.~ì\:L City fU· t.J"t State 111'H Zip . ~. State incorporated: ~.......... ""./1..1<... Year incorp.: u 4. New York State; Business License No.: f.... :rb· II -11 &- 0 IS- 5. No. Years in contracting business under above name: 7 years. 6. Has finn e\'er defaulted on a contract? Yes No ~ 7. Gross Value - work under current contract: $ AIJ/J¡lo)( Jj hlIL.J YEI9R. , 8. Number of Current Contracts: '5 9. Brief description general work perfonned by linn: '&.., "- rr.o1S 7'0¡-+ '..f,.... o.{' 1'1 s....... c....~-t......¿-;~^ \ ~_I: -1','..,) "ìk.b,,;s, õ: 1"1' . A J:/'j .+~ , V'Llt~, t\,.¡ð ut~...r ~;ll. \O\At<r:' I~, 1..0....1 (.J) ¿""J H~_l LðIN\;)",J T y, r~ . , rrr.l1f:)¿jrf....;,'"... 5e-r",,'c-JJ,,f\J¿ í '-~lI.lh.r- ST<>.f-;,.,,¡ 0f<rr..-r:I>"~ ' 10. Has Finn ever tàiled to complete work awarded" Yes No v'" If yes, attach supporting statement as to circumstances. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Pagel 01'3 53 INFORMA nON SCHEDULE F - (continued) II. Related Experience Reference (within previous 5 years) 11.1 Project Title: Owner's Name: :flEE 47T1J(,J/~ Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 11.2 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid \'alue: S Final Complete Project Value: $ Brief Project Description: Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 2 01'3 54 11.3 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 12. Principal Finn Members' Background/Experience (3 members minimum). Attach current resumes as Schedule 5.0.F supplement or give concise description by indi\'idual. By: r+",f: ú> rp- ~~~~ NOTE: Any supplemental attachments or modifications to this foml shall be labeled Schedule 5.0.F, and shall be properly integrated into this Bid Fonn. Ifblank not applicable, fill in with N¡A. Qualitìcations Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 3 of 3 55 IN FORt\'IA TlON SCHDULE G Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it proposes. if awarded an Agreement to use the following haul sub-contractors on this project. S ub-C ontractor Contract Individual Address Phone # Trade Specialtics 1. ".d. f', , , J. 4. 5. 6. ~ I. 8. 9. 10. By: (Authorized Signature) NOTE: If blank not applicable, till in with N/A Subcontractors BID (PROPOSAL) FORM Scheduk 5.0.G 56 IFORMA TlON SCHEDULE H Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder states that it owns the following pieces of equipment that are a\'ailable for use on the project, if awarded the agreement. Equipment Item Proposed Project Use Current Equipment Location tÇ; ~G Jb-1lCæD LI517A1cj Nam~Bidder: By: VL- r '" o^ G:,(l(J. ~)fZ/ Date: NOTE: Any supplemental attachments or moditications to this t'>n11 shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Form, If blank not applicable. till in with N¡A Construction Equipment BID (PROPOSAL) FORt\,¡ Schedule 5.0.H 57 INFORI'vIATlON SCHEDULE I Town of South old Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it will be prepared to dispose of up to the following Maximum Specitied Yearly Capacities in tons of Town of South old solid waste if awarded an agreement Contract )' ear Maximum Tons per Contract Year ~-.QL ~-..Å“L ~-~ .QL-~ ~-J2L tJt¿-1óN'NA-œ€ s A1' Ri (; cJ ILM ~ íDwN GENdArtD Þý T1fe TlJW"¡ or , $()uT1/'O¡,ù Name .rt...k;ol\. G.,r . Date: fø j, !e V- I By: Maximum Specitied Capacity BID (PROPOSAL) FORM Schedule 5.0.1 58 INFORl\IATlON SCHEDULE J Town of South old Bid Project Solid Waste Haul-Disposal Services NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE SOLID WASTE DISPOSAL SITE, AN INFORl\IA TION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The following is infonnation on the undersigned Bidder's Solid Waste Disposal Site: I. GENERAL A. Disposal Site Location Name: n""...; ÏI....:.'y,I:""J 0+ ó~t!,yl..... ["Je.' Address: 114 AI~ Sf. W-CJT -;)...¿ yL.... ..J'-( Phone: C. t. > 0 L. ~ <¡ - I l. S t.( B. Disposal Site mailing address (if different than I) Address: S.",,,,- II. CURRENT OPERATIONS' A. Operations Pennit I. Pennittee: 2. No.: 3. State: 4. Date of Issue: 5 Date of Expiration: 6. Copy Enclosed: ~M( '(S Ár.4C#tD Yes: No: Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.1 Page I of 7 59 INFORMA nON SCHEDULE J - (continued) B. Hours of Operations I, What are the PERMITTED operating hours~ DAY A.~. P.M. l\,londay to .3 Tuesday < to . Wednesday " to " Thursday " to .. Friday . to .' Saturday to .. Sunday ~/(}- to N~ 1. Are there any PERMITTED closure periods stipulated'; 3. What are the ACTUAL operating hours~ DAY A.M. P.M. Monday 1- to .? Tuesday " to Wednesday " to .. Thursday " to Friday " to " Saturday " to (I Sunday ~/A to 1"14 . , 4. What holiday or other period is the Disposal Site typically closed'; DAY YES NO New Year's ;/ to Memorial ..< to ~ Independence v/ to Labor V/ to Thanksgiving // to Christmas V to Other (specify) to Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.1 Pagc 2 01'7 60 INFORI\IATION SCHEDULE J - (continued) 4. \Vill the ACTUAL operating hours be extended up to the PERMITTED operating hours in Question II.B.I in order to accommodate Town of Southold solid waste': Yes v No 6. Are there any local agreements. ordinances. etc. which would prohibit extending the ACTUAL operating hours in Question Il.B.3 up to the PERMITTED operating hours in Question Il.B.I ': ,4T Dé~rn< 0'> ol'~..5 Yes No B. What is the PERMITTED annual capacity in tons? 20 10 SG~ -;-5 (lØfr'- I (e1 ¡+-o¡4{.s.KÞ ~ 1-6S ,11~ ~ 20 20 20 D. At the PERMITTED levels in Question II.C.. what is the projected useful life in years': E. What is the annual RECEIVING6 level today'> F. At the RECEIVING levels in Question Il.E. what is the projected useful life in Years': Bidder Solid Waste Disposal Site(s) BID (PROPOSAl) FORl'vI Schcdule S.O'] Page 3 of7 61 lNFORMA nON SCHEDULE J - (continued) G. How much of the RECEIVING level in Question Il.E is committed to under contract in tons'~ 20 J,"G 20 20 20 20 H. Does the Disposal Site have special waste restrictions? Gatc Yes No Fee ($) l. Construction/Demolition ./ ~t,!!/1" ? Asbestos / 3. Wastewater Treatment / - Sludge / 4. Hazardous Waste l. Arc there any existing agreements with local municipalities which prohibit: Item Yes No/ l. Routing to site ? \\'eight limits between / state coeds and site 3. Number of vehicles ./ -,- 4. Vehicle size ./ 5. Solid waste importation /' outside jurisdictional area 6. Host Community Benetits / Bidder Solid Wastc Disposal Site(s) BID (PROPOSAl) FORt\1 Schedule 5.0.1 Page4of7 62 INFORMATION SCHEDULE J - (Continued) III. EXPANSION PLANS Jilt A. Application Pennit l. Pennitee: , No.: -. 3. State: 4. Date of Submission: 5. Copy Enclosed: 'Yes 6. Submission Status: No a. Expansion of curren! site or new site b. Local Citizenry Reaction c. Regulatory agency d. Litigation e, Likelihood to succeed Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FOR~1 Schedule ),O.J Page 5 of7 63 lNFORMA nON SCHEDULE J - (Continued) B. If you are successful in Question IILA.. what is the additional annual DESIGN capacity in tons (do not include tigures from Question II.C.)': J/IJ- 20 20 20 20 10 C. At the annual DESIGN levels in Question m.B.. what would be the projected useful life in years~ D. Would you be willing to share with the Town of South old engineeling reports utilized for the preparation of the Operating Pennits on Expansion Application': Yes No /' E. Bidder's Disposal Site(s) Engineer of Record Finn's Name Firm's Address Project Engineer Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule S.U.J Page {, of 7 64 INFORMATION SCHEDULE J -(Continued) Are you willing to meet with the Town of South old to discuss vour short and long tenn disposal capabilities'; ;:;' es J No - - The undersigned hereby certifies that services, material. equipment to be furnished as a result of this bid will be in accordance with Town of South old specitìcations applying thereto unless exceptions are indicated above and an explanation attached. Bidding Company í r.. 1\; 4-~ T rc" 5 r- r t... t: v{\ err' By .;t 1"1 '0/'1 LA Lrj l þ...¿, :(~)t,,):, ...JT' City State t'c...·tr;c..:<- 1); M",H..." Scdi' J7r...<I. J11ease ;;'riJ or Type) NAME AND TITLE ~~, JL~N llì'il Zip Address Signature Phone No. [1-10 "3't~ -l¡l.. ì1 IG ~& ~o v- Date CORPORATE SEAL Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.1 Page 7 of7 65 FORM OF BID BOND sø~Q INFORI\IA TION SCHEDULE K KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and finnly bound unto as Owner in the sum of for the payment of \\'hich. will and truly be made, we hereby jointly and severally bind ourselves, our heirs, executors. administrators. successors and assigns. Siè,'I1ed this_ day of .20 The condition of the abo\'e obligation is such that whereas the Principal has submitted to the Town of South old a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the hauling and disposal of solid waste; NOW, THEREFORE, (a) Ir'said Bid shall be rejected or in the alternate, (b) If said Bid shall be accepted, and the Principal shall execute and deli\er an Agreement in the fonn off the Sample Operating Agreement attached hereto (properly completed in accordance with said Bid) and shall fumish certiticates of insurance and a bond for this tàithful perfonnance of said Agreement. and for the payment of all persons perfonning labor or fumishing materials in wnnection therewith, and shall in all other respects perforn1 the Ah'Teement created by the acceptance of said Bid, then this obligation shall be \'oid. otherwise thc same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall:in no en:nt. exceed the penal amount of this obligation as herein stated. The Surety, for \'alue received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid: and said Surcty does hereby waive notice of any such extension. Fonn of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page I 01':1 66 IN WITNESS WHEREOF. the Principal and the Surety ha\'e hereunto set their hands and seab. and such of them as are corporations ha\'e caused their corporate seals to be hereto aftixed and these presents to be signed by their proper officers. the day and year tirsl set t()rth abo\'e. (L.S.) Principal Surely By: Address of Surety: SEAL (ACKNOWLEDGEMENT BY CONTRACTOR. IF A CORPORATION) STATE OF: ) COUNTY: ) SSN: On this day of . 20 before me personally came . to me known. who being duly swom, did depose : that he is thc and say that he resides in of the corporation described in and which executed the foregoing instrument: that he knows thc seal of corporation: that the seal aftixed to the instrument is such corporate seal: that it was so aftixed by the order oflhe Board of Directors of the corporation: and that he signed his name thereto by like order. Notary Public Fonn of Bid Bond BID (PROPOSAL) FORM Schedulc 5.0.K Page:2 of] 67 (ACKNOWLEDGl\IENT BY CONTRACTOR. IF A PARTNERSHIP) STATE OF: COUNTY: SSN: On this day of ,20 before me personally came . to me known, and known to me to be a member of the linn of . and known to me to be an indi"idual described in. and who executed the foregoing instrument in the tirm name of and he duly acknO\\'!edged to me that he executed the same for and in the behalf of said finn for the uses and purposes mentioned therein. Notary Public (ACKNOWLEDGEl\IENT BY INDIVIDUAL CONTRACTOR) STATE OF: COUNTY: SSN: On this day of ,20 before me personally came . to me know. and known to be the person described in and who executed the foregoing instrument and duly acknowledged that he executed the same. Notary Public Fonn of Bid Bond BID (PROPOSAl) FORM Schedule 5.0' ( Page ~ of.3 (¡~ INFORMATION SCBEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and tìnnly bound to the Town of South old (hcreinatìer called the "Owner") in the full and just sum of dollars ($ ) good and lawful money of the United States of America. tl)r the payment of which sum of money. well and truly to be made and done. the Principal binds himsell: his heirs. executors. administrators and assigns and the Surety binds i[sell: its successors and assigns, jointly and severally. finnly by these presents. WHEREAS. the Principal has entered into a certain written Agreement bearing date on the day of ,10 _. with the Owner for the Town of Southold Solid Waste Haul-Disposal Services, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW. THEREFORE, the conditions of this obligation are such that if the Principal. his or its representatives or assigns, shall well and faithfully comply with and perfonn all the tenns, covenants and conditions of said Agreement or his (their, its) part to be kept and pertonned and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement. and shall fully indemnit~· and sa\'e hannless the Owner from all cost and damage which it may suffer by reason offailure so to do. and shall fully reimburse and repay the Owner tor all outlay and expense which the Owncr may incur in making good any such default. and shall protect the said Owner against. and pay any and all amounts, damages. costs and judgments which mayor shall be recl)\'ercd against said Owner or its oftìcers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work. or the repair of maintenance thereof, or the manner of doing the same. or thc neglect of the said Principal. or his (their. its) agents or servants or the improper perfonnanee of thc said work by the said Principal. or his (their. its) agents or servants. or the infringement of any patcnt or patent rights by reason of the use of any materials fumished or work done as atlH'csaid or otherwisc. then this obligation shall be null and \'Oid. otherwise to remain in full t¡Jree and effect: Perfonnance Bond BID (PROPOSAL) FORM Schedulc 5.0.L Pagc I of 2 69 PROVlDED HOWEVER. the Surety, tor the value received. hereby stipulates and agrees. if requested to do so by the Owner, to fully perform and complete the work. mentioned and described in said Agreement, pursuant to the tenns. conditions. and covenants thereo[ if tor any cause the Ptincipal fails or neglects to so fully perform and complete such work. and the Surety further agrees to commence such work of completion within ten (10) calendar days after written notice thereof from the Owner and to complete such work within ten (10) calendar days rrom the expiration of the time allowed the Principal in the Agreement tor the completion thereof; and further PROVIDED HOWEVER. the Surety. for value received. tor itsel[ and its successors and assigns. hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no may impaired or affected by an extension of time. modification. work. to be perfonned thereunder. or by any payment thereunder before the time required herein. or by any wai\'er of any provisions thereof or by any assignment, subletting or other transfer of any work to be perfonned or any monies due or to become due thereunder: and said Surety does hereby waive notice of any and all of such extensions. moditications. omissions. additions, changes. payments. waivers. assignments. subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation co assignees, subcontractors. and other transferees shall have the same effect as to said Surety as though done or omitted to be done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto sec his (their. its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of . 20 Principal (If Corporation add Seal and Attestation) By: Attest: Surety Add Corporate Seal By: Attest: Address of Surety: Perfonnance Bond BID (PORPOSAL) FORM Schedule 5.0.L Page 2 ofl 70 INFORMATION SCHEDULE f\1 OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the following operational plan to haul and dispose of Municipal Solid Waste (MSW) from the Town of Southold Landtill if a\\arded an Agreement. 1. Haul Summarize the manpower and equipment you will make available to pertc)nn under thi, Agreement. - w\....t,..ou- .. ~ _cn...L of b..r l.l. Tt<C.1"'f ~ ~o (;-<¡ l<r~ To ""...... T~ S 0..'1\..' i) ""c. 7u;. L 11. Disposal Summarize the identity and location of the primary and secondary sites you plan to use for disposal of the solid waste. Describe the arrangements between your company and the di,posal site for use of the site. Describe any treatment the MSW will undergo during transport or upon arrival at the disposal site. Attach copies of the pern1Ïts to construct and pennits to operate the disposal site. Site No. I NAME t)""..¡, ),.<-y<-I:.....i ';3 41y~ :r...k .. LOCATION 11'1 1>,.Ï\,r Sf, w· ~t.lIyl"", rJ'-[ i' CONTACT PERSON AND PHONE NO. Dr.;) "1,y""r ((,1') {p,v..¡",çt/ ARRANGEI\IENTS FOR USE 6:,""""'....... 0...,..)", .s~:r h..r~ c..,,,,, p<.¡;~j TREATMENT OR UNUSUAL CONDITIONS ,J \ PI Operational Plan BID (PROPOSAL) FORf\1 Schedule 5.0.M Page I of 2 71 Site No.2 NAME J"C.( rt,. P'V ~T", '-(<. LOCATION ;1.":4' ~II/¿.J~W'"L-~. Xrl<.,Jj);... "'-'I' '11'< ~ CONTACT PERSON AND PHONE NO. 7<.ft; ~i.... Ì);"1A1t~. (t.,:) ;)."!!y-7¡ <N ARRANGEMENTS FOR USE Ú>"'....... o.......v-J'L~ TREA Tl\'IENT OR UNUSUAL CONDITIONS I'\J I ~ bc.'Í~"> w,-/~o,Jj..J Operational Plan BID (PROPOSAL) FORM Schedule 5.0.M Pagelnf2 72 APPENDIX A SAMPLE OPERATING AGREEMENT 73 THIS AGREEMENT. made on the day of . 20 by and between the Town of South old. a municipal corporation of the State of New York ha\'ing its Principal plaÅ“ of business at 53095 Main Road Southold, New York hereinatìer called the 'Town" and hereinafter called the "Contractor." WITNESSETH WHEREAS, Contractor has submitted to the Town a bid dated 20 . ("Bid") in response to the Town's Bid Solicitation for Solid Waste Hauling- Disposal SerYices dated , 20 . ("Solicitation"): and WHEREAS, the Town Board of the Town of South old by resolution No. adopted on authorized the Town Supervisor to enter into an agreement with the Contractor to perfonn certain scrvices in connection with the handling of solid waste, NOW, THEREFORE. it is mutually covenanted and agreed by and hetween the pat1ies hereto as follows: I. DEFINITIONS - Tenns defined in the Bid Solicitation shall have the same meaning as if defined herein. II. SCOPE OF SERVICES - The Contractor shall perfoml the services in accordance with the description of those services as set forth in the Solicitation. III. TERM OF AGREEMENT The tenn of this Agreement shall be Three (3) years commcncing on ,20 _. If the Town enters into an inter-municipal solid waste APPENDIX A-I 74 haul,disposal agreement the Town may tern1inate the agreement at any time during .-\greement vears two (2) and three (3) bv giving six (6) months written notice to the Contractor. The Town. , . at its sole discretion. shall have the option of renewing the Agreement for two (2) additional one year terms by giving Contractor written notice of its intention to renew at lease thirty (30) days prior to the expiration of the tenn. IV. PRICE SCHEDULE'COMPENSA TION The unit bid price schedule for the services to be furnished by Contractor is found in Section C - 3.1. 3.2, Contractor's bid which is incorporated into this Agreement. V. PAYMENTS A. The Contractor shall receive monthly payments tor services pertonned during the prior calendar month. The Contractor shall submit a request tor payment on a Town approved voucher form along with Contractor's invoice which shall include a daily summary of tonnage hauled by Contractor to a Disposal Site and disposed by Contractor at a Disposal Site as applicable. Such payments shall be made within sixty (60) days ofthc Town's approval of Contractor's invoice. The Town shall be entitled to deduct trom any payment owning to Contractor any sums expended by the Town to cure any default or other Agreement non-compliance by Contractor or to protect the Town trom loss on account of claims filcd or reasonably anticipated to be tiled. VI. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS Contractor makes the following warranties and represcntations: A. Contractor represents that the Town has made no commitment under this Agreement with respect to the volume solid waste to be handled by Contractor during thc tcnn of this Agreement. B. Contractor warrants that Contractor shall comply with all fedcral. state and local laws. ordinances regulations applicable to ail of the services to hc pcrfonncd Contractor. APPENDIX A-2 75 C. Contractor represents that the infom1ation furnished hy C"ntractor in the equipment schedules included in the bid is accurate and complete and ContractC1r acknowledges that Town has relied upon the accuracy and completeness of that infonnation in the selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilizc its best efforts to insure that Minority and Women Owned Businesses (MBE's and WBE's) have the opportunity to participate as subcontractors under this Agreement. In thc event the contractor suhcontracts twenty-tive percent (25%) or more of its work hereunder, Contractor shall submit to the Town an and a WBE Utilization Plan. prior to execution of this Agreement. D. , In the event the Contractor's Disposal Site is unable to receive and dispose of the Town's waste for any reason (including failure to obtain or maintain necessary pennits or licenses), Contractor shall be responsible tor providing to the Town an alternate Disposal Site for the Town's use at no additional cost to the Town, and shall indemnify the Town against any additional hauling cost by the Town or its agent because of the location of the alternate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or tàilure or inability to obtain or maintain necessary pennits by the Contractor be considered a change in conditions. In thc event the Contractor is unable to tind an alternate Disposal Site(s), he shall be deemed to he in detàult of this Ab'Teement and liable tor damages. bond forfeitures and other expenses as prO\ided in the Agreement. VII. INDEf\INIFCATION INSURANCEiBONDS A. Contractor agrees to defend. indemnify and save hannless the Town of Southold against any and all liability. loss, damage. detriment, suit, claim, demand. cost. charge. attorney's fees and expenses of what ever kind or nature which the Town may directly ,Ir indirectly incur, suffer or be required to pay by reason of or in consequence of thc C\1ntractor carrying out or pcrtonning under the tenns of this Agrecment. or failure to CatTY out any of the provisions. duties. services or requirements of this Agreement. whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees. agcnts. engineers. citizens or by othcr persons or corporations. including any of Contractor's employcc, or agents APPENDIX A-3 76 who may seek to hold the Town liable therefore. This obligation shall bc l\ngoing. shall suni\ e the tenn of this Agreement and include. but not be limited to. claims eoneerning non-sudden eD\'ironmental impainnents. The Contraetor shall join in the commencement of any action or proÅ“eding or in the defense of any action or proceeding which in the opinion of the Town eonstitutes aetual or threatened interference or interruption with the Town's rights hereunder, including all appeals which. in the opinion of the Town. may be necessary. B. Contractor shall procure and maintain the insuranÅ“ described in Section A of the Solicitation for a period commencing on the date of this Agreement and tern1inating no earlier than one year following tennination of services under this Agreement. All sueh insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or eanceled until thi,1Y (30) days written notice has been given to the Town. All such insurance shall be issued by a company duly authorized, to transaet business in the State of New York and acceptable to the Town and shall include all riders and additional eDverage necessary to insure that Contractor will be tìnancially able to meet its obligations under the foregoing indemnitication. C. Contractor shall, for the period of the perfonnanÅ“ ofsen'iÅ“s hereunder. maintain a Perfonnance Bond in the amount of one million ($1.000.000.00) dollars wherein named obligee is Town of South old. The Bond shall be in a fonn acceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety, V[[l. FORCE MAJEURE If either party is delayed or prevented from fultìlling any of its obligations under this Agreement due to any act. event or condition. whether affecting the Town. the Contraetor. the Disposal Site or any of the Town's or the Contractor's respeeti \'e subcontractors or suppliers, to the extent that it materially and adversely affects the ability of cither party t() pertlH'ln any obligation hereunder (exccpt for payment obligations), and if sueh aet. event ()I' eondition is APPENDIX A-4 77 beyond the reasonable control and is not also the result of the willful or negligent al:tion. inal:tion, or fault of the party relying thereon as justification for not perfonning an obligation or complying with any condition required of such party under the Ab'feement. the time for fulfilling that obligation shall be extended day-by-day for the period of the uncontrollable circumstanÅ“; provided. howe\'er. that the contesting in good faith or the tàilure in good tàith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the foregoing. such acts or e\'ents shall include the following: (I) an act of God (but not including reasonable anticipated weather wnditions tor the geographic area of the Town or Disposal Site) hurricane. landslide, lightning. earthquake, tire. explosion. flood. sabotage or similar occurrence, acts of a public enemy. extortion. war. blockade or insurrection. riot or civil disturbance; (2) the failure of any appropriate federal, state. county. town or local public agency or private utility ha\'ing Jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, services, water and sewer lines and power transmission lines which are required tor the operation or maintenance of the Transfer Statilln or Disposal Site; (3) governmental pre-emption of materials or ser\'iÅ“s in l:onnection with a public emergency or any condemnation or other taking by eminent domain of any portion llf the transfer Station or Disposal Site; and (4)' the presence of hazardous waste upon, beneath or migrating trom thc Transfer Station. It is specitically understood that none of the tollowing acts or l:onditions shalll:onstitute uncontrollable circumstances: (a) general economic conditions, interest or int1ation rates. or currency fluctuations: (b) the financial condition of the Town, the Contractor, any of its aftìliates or any sub-contractor; (c) union work rules, requirements or dcmands whil:h ha\'e the etlect of increasing the number of employees employed otherwise increase the cost to the Contractor of operating its haul operation or the Disposal Site (d) equipment failure: (e) any impact l,f pre\'ailing wage law. customs practices on the Contractor's costs: (1) any act. e\'cnt or APPENDIX A-S 7g circumstances occurring outside of the United States. or (g) any change in law or in the pennit conditions or status of the Transfer Station Disposal Site or alternate Disposal Site. IX. SUBONTRACTS Contractor shall not enter into any subcontracts in connection with the ser\'ices to be perfonned by Contractor hereunder without the prior written appro\'al by the town of such subcontracts. All such subcontracts shall make express reference to the tenns and conditions of this agreement and shall obligate the subcontractor to comply with all applicable federal. state and local laws. ordinances or regulations relating to the ser\'ices to be perforn1ed under the subcontract. In the event the subcontractor is required to furnish any insurance or bonds for the benefit of Contractor, the Town shall also be named as an additional insured or obliges. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the New York State Labor Law relating to the payment of prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal. In the event that at any time during perfonnance under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such requirement. all costs be borne exclusively by Contractor. XI. FORCED ACCOUNTING In the event the Town directs the Contractor, by written authorization signed either by the Town Supervisor or Town's Solid Waste Coordinator. to perfonn additional services beyond the scope of those described in this A¡''feement. the Contractor shall be compensated for such additional services on the following basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES = DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEADO + PROFIT For the purposes of this Section: APPENDIX A-6 79 A. DIRECT LABOR COST shall include hourly wages. induding o\~rtime premiums a~tually paid plus the following fì:inge benetìts-asso~iated with those wages - group medical, group life insurance. pensions. FICA. uniforms. safety equipment or spe~ial tools. These tiinge benefits shall be separately identified and shall not duplicate rringe benefits paid in connection with work perfonned within the scope off the Agreement. B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor for materials utilized by Contractor in perfonnance of the additional set\'ices. The costs tor such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures. buildings, or real property of the Town since such personal property is exempt from taxation York State Tax Law, under Section 1115 of the New York State Tax Law. C. OVERHEAD shall be 10~·o of the total of the Direct Labor Costs and the Direct Material Costs, D. PROFITS shall be 5~o of the total of the Direct Labor Costs. thc Direct Material Costs and the Overhead. XII. CONTRACTOR'S OPERA nONS AND PROCEDURES REPORTS Contractor will provide the operating plan and supporting data listed in Sections A and B of the Solicitation to the Town for review and acceptance. Contractor will update thc plan as necessary and furnish copies of those updates to the Town. XIII. DEFAULT In the event the Contractor fails co' perfornl its obligations under thc A¡,'reement, the Town may ternlinate the Agreement, procure the set\'ices from other sources and hold thc Contractor responsible for any costs incurred. This Town also may deduct such costs trom payments owing to the Contractor and or draw upon the Pcrfonnancc Bond as full or pal1ial reimbursement for such excess costs. The Town reset\'es the right to tern1Ïnatc the Agreement for just cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal serviccs without regard to the permit status of its Disposal Site. In the evcnt that Contractor submits a APPENDIX A-7 80 Bid for a Disposal Site for which Contractor does not currently have all neÅ“ssary tedcral and state pennits. or which after the acceptance of the Bid loses its pennitted status. Contractor shall. at its sole risk and expense, be responsible for obtaining and or renewing its pennits or pro\iding the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. The parties agree that this is a full service Agreement and failure of the Contractor to provide the identified Disposal Sits or acceptable alternative Disposal Site, on or after the commencement date shall constitute a breach of this Agreement. The Contractor accordingly shall not be excused from its obligations hereunder by reason of any tàilure to obtain or maintain its permits at the identified Disposal Site. XV. LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extant of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XVI. DISPUTES! ARBITRA nON Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, any actions or claims by either party hereto shall be commenced in Supreme Court, Suffolk County, New York. In the event the parties agree to arbitrate a dispute, such arbitration shall bc conducted in accordance with the rules of the American-Arbitration Association. In no c\'Cnt shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators tollowing any such arbitration shall bc tinal and Judgment may be entered upon it in accordance with applicablc law in any court having jurisdiction thereof XVII. MISCELLANEOUS A. This Agreement shall be governed by the laws of the State of New York. B. Contractor shall not assign, conveyor otherwise transfer its rights or obligations under this Agreement without the prior \\Titten conscnt of the TO\\'Il. APPENDIX A-8 81 C. This A¡,'reement. including all Exhibits and do.:uments referred to herein. along with the Specitìcations, Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the Sen'ices to be perfonned hereunder. This Agreement may be moditìed only by written agreement of Contractor and the Town. D. To the extent of any inconsistency among the documents eonstituting the agreement of the parties, the priority among those documents shall be: l. This Agreement: o Exhibits hereto: 3. The Solicitation including Appendices: 4. Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may ha\'e at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors or s recei\'er is appointed for the Contractor or any inso1\'eney arrangement proceedings are instituted by or against the Contraetor, the Town may tenninate this Agreement. F. Contractor a¡''fees that it will conduct itself consistent \\'ith its status. said status being that of an independent contractor and, Contractor, its employees or agents will neither held themsel\'es out nor claim to be an officer or employee of the TO\m ofS,)uthold nor make claim to any right accruing thereto including. but not limited to. Worker's Compensation. Unemployment Benefits, Social Security or retirement membership or eredit. G, If any pro\'ision of this Agreement shall for any reason he held to be im'alid or unenforceable, the ir1\'alidity or unentorceability of sueh pro\'ision shall not affe.:t any of the remaining provisions of this Agreement and this Agreement shall be entl)reed as ifslleh in\'alid and unentorceable provision had not been contained hcrein. H. Contraetor agrees that it shall not diseriminate and that it shall cause there to be no discrimination against any employee who is employee in the work. or against any APPENDIX A-9 82 applicant tor such employment, because of race. religion. color. sex. age. marital status, handicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited to, the following: employment: upgrading. demotion or transfer: recruitment or recruitment advertising: layotT or tern1ination: rates of payor other torms of compensation: and selection for training. XVIII. NOTICES All notices required to be given hereunder shall be made in writing by tirst class mail addressed as tollows: [I' to the Town: Supervisor of the Town of South old Town Hall 53095 Main Road Southold, New York 11971 With a copy to: Solid Waste Coordinator Town of South old 53095 Main Road Southold, WI' 11971 I f to the Contractor: IN WITNESS WHEREOF. the parties hereto have executed this Agreement <1n thc day and year tirst abo\'e written. TOWN OF SOUTHOLD By: Joshua Y. Horton. Supef\'isor By: APPENDIX A-IO 83 APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENT AL CONSERV A nON PERMIT 84 APPENDIX C Town of Southold Accident Report X7 OVERVIEW OF TRANSFER STATION OPERATIONS 1. DESCRIPTION OF RESOURCES No changes to the District's funding mechanisms or management structure is anticipated at this time. although development of a long-range plan for the District is now underway. , WASTE RECEIVING AND TRANSFER The Town transfer station operates under a temporary pennit rrom the DEC (pending approval of plans for a new!re-designed transfer station). It receives municipal solid waste generated within the Town by residential and commercial sources. Approximately 10.000 tons are received annually. The waste is delivered indi\'Ïdually both by residents and small commercial contractors bringing their own waste. (self-haulers) as well as by commercial garbage carters. All waste to be transferred is deposited into a cement pit. or trench. inside the existing collection building where it resides until the long-haul trailer(s) arrive to be "live- loaded." The trench can hold approximately 300 cubic yards of waste. Pem1it conditiüns require all waste to be removed within 48 hours of being received. Upon arrival and weighing at the scale. transfer trailers drive in a temporary loading "slot'" located outside the collection building approximately 75 yards from the trench containing the waste to be loaded. The transfer trailers rest on an asphalt surtàce approximately 4 fcet below the loading grade. All loading is done with a front end bucket loader titted with hydraulic clamps to grab and hold the garbage. Waste is packed. or pressed down. into the trailer by the pay loader bucket. Once tilled with waste. the transtèr vehicles pulls out of the slot and proceeds to the scale to be weighed. If too much weight is on the trailer. the truck will return to the loading slot where the payloader operator will remove enough waste to bring the truck to a legal weight. 1 f more waste can be accepted. the operator will add it to the load. Upon being properly loadcd. the truck will "scale out," receiving a weight ticket, and pull otfto a convenient location where the driver will tarp the load. PLEASE NOTE: The New Transtèr Station Currently Being Planned Will Allow for Indoor Loading and Tarping ofthc Wastc, The Town Anticipates Construction ofthc New Station Will Be Completed Sometime in 1998. 3. RECYCLING OPERATIONS a) Following is a description of key elements of South old Town's s<'urce ,eparation and recycling program. APPENDIX E 89 I. Procedures for implementing the current program. Collection Methods. Recyclables are brought to the Collection Center in two wavs: a) self-hauled bv residents. and b) hauled rrom curbside bv pri\'ate carters. .. . a) Self-hauled recvclables are accepted during the Collection Center's regular hours. 7:00 am - 5:00 pm. Monday through Sunday. Selt~haulers deposit the following items at the recycling drop-off station: I) glass bottles separated by color: 2) tin and aluminum cans into separate 2-cu. yard containers: 3) plastic containers: 4) polyst}Tene (PS)(#6 plastic): 5) mixed paper: and newspaper (ONP). Corrugated cardboard is also accepted, but at an outdoor "bunker" away from the main recycling drop-off station. The glass is deposited into 2-cu. yd containers. When full. the glass containers are carried via forklift from the drop off station to roll-off containers located at a below-grade storage area outdoors. approx. 60 feet to the north of the main collection building: the tin/aluminum cans are brought to an outdoor "bunker" (a 30' by 40' paved area encloscd on 3 sides by movable concrete block walls 4' in height): the plastic is hand-sorted to remove HDPE and PET containers. which are then baled none of two small vertical downstroke balers. The remaining plastic consists of a mix of #2 color containers and other miscellaneous plastic. This mix is removed -n a container via forklift and dumped in another outdoor bunker; the PS is placed into bags set up in one of two PVC rrame bins at the drop-off station. There are separate PS bags for "peanuts" used in shipping packages. block used to pack electronic equipment. and food service containers. Mixed paper is dropped off into 4-cu. foot size gay lord boxes. which arc then loaded via forklift into a van-type trailer for hauling to the recvdcr. Corrugated cardboard is deposited in an outdoor "bunker" to hold until thcre is enough to load an open-top trailer tor hauling to the recycler. The corrugated bunker is shared with carters bringing in corrugated from curbside. ON P is deposited into small carts used to transport the paper to roll-off containers stationed at thc outdoor storage area. The ONP is then hauled out under arrangement with a pri\'ate tinn. b) Private Carters deliver source-separated curbside rccyclablcs consisting of all the same items as selt~haulers with the exception ofpolystyrenc (#6 plastic). The glass bottles (also separated by color) are delivered directly to thc roll-off containers at the bi-Ievel drop area: the tin aluminum cans. plastic containers. and corrugated cardboard are brought directly to the outdoor "bunkers" that were mentioned above. the curbside plastic comes in at too fast a rate to all'''I' it to be sorted to extract the \'aluable HDPE and PET. It is mcrely loadcd loosc into an open top trailer tor hauling to the recycler. The haulers bring mi,xcd paper to the same gaylord boxes used by the self-hauling public. Thcy bring ONP directly to the roll-otT in the bi-level area mentioned abo\'c. 90 Processifil! Desil!n/Descriptiofi - The tacility to which selt~haulers bring their recyclables is a section of a large building (the Collection Centcr) that a1sl) houscs an enclosed facility for the residential and commercial delivery of garbage. a mechanic workshop, and the Center's central otÌÌce. The main residential self-hauler recycling drop-off area is on a co\'ered concrete slab 50' by 25', open on one 50' side. It contains containers and bins for the drop off of glass (sorted into clear, green, and brown). plastic. tin and aluminum cans and polystyrene. It also contains the vertical balers used to bale HDEP and PET plastic. which is separated from the mixed plastic stream bv tacility staff The corrugated is deposited at an outdoor bunker that is also used by haulers delivering corrugated from curbside. Mixed paper is deposited. by both selt~ haulers and curbside haulers, to the gaylord boxes that are lined up along one wall of the residential garbage drop-off floor. Curbside glass and ONP are delivered to roll-offs located in the bi-level drop area: curbside cans, plastic. and corrugated are delivered to the outdoor bunkers. 4. ACCOMPLISHMENTSINEW ISSUES a)The 1996 period saw several significant and unique developments that contribute towards the MSW management goals set out in the S\\î\IP. I) Acquisition of Yard Waste Processing Equipment. In anticipation of receiving ultimate approval of the Town's compost plan. the District acquired the necessary equipment to process and compost all of the yard waste currently gencrated within the Town. 1) Enhancement of Source-Separation Recvcling Program. The Town adoptcd a design concept for a new transfer station that reinforces its ability to handle existing source-separated recyclables rrom both selt~haulers and carters. and which pro\'ides for future expansion of the source-separation pn>gram. This demonstrates the Town's commitment to source-separation as the operating principle behind all of its recycling efforts, and as the means to achieving the recycling rates envisioned in the S\VI'vIP. Southold is unique in this regard. 3) Addition ofPolvstvrene to Source-Separated Recvcling Program. Southold became the tìrst Town on Long Island to initiate a Town-wide polystyrene recycling program by participating in a pilot-project sponsored by the American Plastics Council (APC) and the County of Suffolk. Starting in !\Iay 1996. thc recycling center collected and shipped to a Long Island vendor :1 gradcs of polyst)Tene (#6 Plastic). Approximately 2 tons of this extremely light material (600 cu. Yds.) were collected and mo\'ed. One of the grades, packaging "peanuts," were delivered directly to package shipping outlets for re-usc. 91 4) "Cans t,Jr Kids" Pro~ram. The Town initiated a drop-off program te> wlkct SO.05 deposit aluminum be\'erage cans for use by a local youth en\'imnmental organization. We estimate approximately $15,000 worth of these cans are deli\'ered to the recycling center each year. The Town solicited and received the cooperation of local beverage distributors and sales outlets to accept cans deli\'ered by youth group members who will use the income to fund group activities. which include nature area cleanups, ecosystem study sessions, and recreational camping and field trips. The drop off facility is designed to keep cans sorted into the required brand-name groupings, thus making it easier tix the group to redeem them. b) Issues with a potential effect on MSW haul and disposal arrangements arc listed below. Item New Transfer Station Pennit for Full Scale Yard Waste Compost Facility Capping and Closure of Landfill Issue Town plans to construct a new facility tor recei\'ing and transfcrring waste and recyclables adjacent to the existing transfer station. A conceptual desi¡;n has been appnwed. Engineering specifications for the new station will be completed by early summer and submitted to the Town for approval and petmit application to the DEe. Construction is expected to begin late in 1997. Existing loading pattems will be changed to accommodate construction acti\'itics. The Town will work with the contractor in advance to address any changes in loading arrangemcnts. including any etfects on the location- where long-haul trailers are to be staged tix loading or the time or days of weck [\\'ailable for loading. DEC appro\'al of plan submitted in 1995, (May dcpend on ultimate approval of Closure Plan). Town continues with pre\'iously approved small-scale composting program as well as volume reduction of exccss yard waste (shredding and chipping) tor give-away proio'fam or usc on-sik as ground cover or slope-stabilizing medium. The Town is planning to begin capping and closure operations of the now inacti\'e landtìll (which is adjacent to the transfer station) within the next two years. This activity may have minor impacts on SW transter opcrations due to increased tratnc at the sitc or occasional di\,<:rsion of resources to acti\'ities other than loading Ì\IS\\'. The Town will notify the contractor in advance if it appcars that such impacts may result in delayed or postponed loading operations. lJ2 TRINITY TRANSPORTATION CORP. 2 14 BL YDENBURGH ROAD CENTRALlSUP. NY 1 1722 Tel. (5 16) 342-9673 Fax (5 16) 342-9676 John Whitton: Trinity Transportation Corp.; General Manager since May 1996 Responsibilities include. dispatching, interaction with all customers including MunicIpal accounts. oversees daily operations of all facets of company, Omni Recvclinl! of Babvlon CorD.; Facility Manager 199; - 1996 Responsibilities included: daily operations of 12;0 ton per day recycling/transfer facility, Managed all incoming and outgoing materials flow. Arranged for transportation serÙces for all outgoing materials, Patricia DiMatteo: Jet Sanitation Service CorD.: Manager 1976 - Present Responsibilities include: dispatching. communication with customers. posting account information. service complaints. interaction with driyers. office o\"ersite. Trinity TransDortation CorD.: Sectv-Treas 1996 - Present Responsibilities include: Payroll. dtspatch. office accounting, Omni Recvclinl! of Babvlon Inc.: Secty - Treas, 1996 - Present ResponsIbilities include: Capital equipment purchases. accounts payable. daily operations, ~ TRINITY TRANSPORTATION CORPORATION 21-1 BLYDESBLRGH ROAD [SLAXDH XY 1 r-l9 (631) 3-12-96-3 FAX (631) 3-12-96-6 Resume: i' ,fartin Doyle Work experiel1ce il1 lhe solid wasle induSlry 23 years, From 19-7-1982 workedfor Donna San italian [nc, as a route supervisor, From 1982-1995 workedJòr BFllnc, as a lransfer Slalion manager and hauling coordinalOr, From 1995-2002 and slill currently employed by Trinity Transportalion Corp as lhe manager of Hillside Composl Corp.. a yard wasle and composlingfacilily localed in Tremont FA H'hich is wholly owned by Trinity Transportalion Corp, APPLICATION FOR A SOLID WASTE MANAGEMENT FACILITY PERMIT Please read all instructions before completing this application Please TYPE or PRINT clearfy 1, TYPE OF APPLICATION (Check All Applicable Boxes): o Permit to Construct 0 Initial (New) ~ Renewal ~ Perm~ to Operate 0 Subsequent Stage (New) 0 Modification 3. FACILITY OWNER'S NAME 4, FACILITY OPERATOR'S NAME Omni Recycling of Babylon, Inc. Omni Recycling of Babylon. Inc. Address Address 114 Alder Street 114 Alder Street City City West Babylon West Babylon StateJZip Code StatelZip Code New Yori<o 11704 New Yori<o 11704 Telephone Number Telephone Number (516) 694-1694 (516) 694-1694 6. FACILITY NAME AND LOCATION (Attach USGS Tapa Map showing exact location) Name Omni Recycling of Babylon. Inc. Street 114 Alder Street City, Slate. Zip Code West Babylon. NY 11704 Town Babylon Coordinates NYTM-E 2.166,500 NYTM-N 185000 8, TYPE OF FACILITY (Check all applicable boxes) o Landfill (Specify category) o Research, Development and Demonstration o Land Application [8l Transfer Station o Solid Waste Incineration 0 Medical Waste o Refuse Derived Fuel Processing ~ Waste Tire Storage o Composting 0 Landfill Gas Recovery ¡g¡ Recyclables Handling and Recovery 0 Waste Oil ¡g¡ Other (Describe) C & D Processlna 12, SOLID WASTE HANDLED .- """"" ""'--AM~~ WI ....,... ~ --.- .....2 (11/89)·10e NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF SOLID WASTE à 1;;1 -~ .... ..-. !61....-... DEPARTMENT USE ONLY DEC APPLICATION NUMBER FACILITY CODE 2.APPLICANT IS THE: 18! Facility Owner ~ Facility Operator 5. ENGINEER'S NAME AND P,E, LICENSE NO, John D. Cameron, Jr.. P.E. - 56898 Firm Name Cameron Engineering & A"3sociates. LLP Address Three Aerial Way, Suite 100 City/StatelZip Cade Syosset. NY 11791 Telephone Number (516) 827-4900 7. SITE OWNER'S NAME Town of Babylon Address 200 East Sunrise Highway City lindenhurst StatelZip Code New Yori<o 11757 Telephone Number (516) 957-3072 9. IS APPLICATION BEING FILED BY OR ON BEHALF OF A MUNICIPALITY? o Yes ~ No If yes. name. County Suffolk 10. FEE AMOUNT ENCLOSED S N/A 11, NAME(S) OF ALL MUNICIPAliTIES SERVED N/A a. List wastes to be accepted Mixed commercial waste 13, PROVIDE THE FOLLOWING INFORMATION WHERE APPLICABLE N/A a. Facility area proposed In [he application mixed residential waste yard waste C & D waste wood b. Facility area ultimately planned residential comminaled containers cacer tires. N/A c. Ultimate facility height above eXIsting ground level N/A b, Quantity (Specify Units) d. Total Site Area N/A Existing "approved design capacity" 1 300 TPD (455 OOOTPY) Proposed "approved design capaCIty" 1 300 TPD 1455 OOOTPY) e. Existing landfill area on this sIte and adjacent properties acres N/A I 14. ,S A VARIANCE REQUESTED FROM ANY PROVISION OF 6 NYCRR PART 360? o Yes ~ No If yes, cite the speCIfic provislon(s) IS, CERTIFICATION: [ hereoy affirm under penalty of perJury that Information provided on this form and attac:-ted statements and exhibits was prepared by me or i Under my supervision and airectlon and 15 true to the best of my knowledge and belief. and that I have the authority or am authonzed as Manaalna Partner , (tItle) of ., Cameron Enalneenna & Associates LLP (EntIty) to sIgn this application pursuant to 6 NYORF\ Part 3/, 1 am aware ~at any false statement made herem IS punishable as a Class A misdemeanor pursuant to Section 210 45 of the Penal,Law tJ f!.f I /rJ . /6 ¿'1 /'\1' /-. C f..."f-Á.", U, John D Cameron Jr P E Date " Signature ~ Prrnt Name ,_/ 05..07/02 1~:53 F.-\X 516 29-1 -1177 JAS.'~ ""OOL ~ .,JASPAN SCH LES I NG ER HOFFMAN LLP ATTORNET~ AT LAW Patricia DiManeo May 7, 2002 May 7, 2002 ofthe State Unifonn Procedures Act (Anicle 70, ECL) and its implementing regulations (6NYCRR, Pan 621) when a pemlinee has submitted a timely and sufficient application for renðwal of a permit for an activity of a continuing nature, as Omni Babylon bas done in the instant case, the existing permit does not expire until the NYSDEC has made a final decision on the renewal application. Therefore, the existing permit remains in effect. This status could also be confumed directly with the NYSDEC as a matter of public information. If I can be of any further assistance in tlUs matter please feel free to call me. Very truly yours, MEW/djm Enclosure MEW/D246712v1¡¡:9999° 05.'07/02 12:52 FAX 516 29-1 -1177 J.~s,,-~ ~002 C4 JASPAN SCHLESINGER HOFFMAN LLP r:11...cr.... '" .1II.£:õLl... ST....NLE'T.... C...""...lf VICKI G CI'1EI",!:::n tUG£"'(." CL"L..I STEPHE'" po. 'l£PS'TE'N eCOTT a. P'19HEFUt LIS... M GOLD~... STE,po"'UI B ......0 ..nJLLS.J. HA:tKtL. AlA.'" 1(. I11r:tSCHHORN C.1if01.. "" 14ON''''AN ...,"""UIt W. "'AS~_· I1AJtCLD D .'DNU LAlJR£L A. KAm.lrtG C.....OI...... ......L...IGK. D"'V'D C:. ~"'!lELTlN£1II MICHAEL I'"EFttotUT :õTtv£N R SC:I'u~SIMGE" Cl14I'o..U w. S£.a~ a.c MINDT 1<. 9MO&.~ lAWREHCE..J. Tf:NENS....UM ~....N.&.Glar... BItT'n' -n.rr/llJtI[LLO ~'''C:I1....tL. t, WHITE G....Ry ""'. SC"W...1UZ <I."S-IOB!!!' ATïOA:Ne:yS Arr.T LAW .300 OAAOEN CITY PLAZA GARDEN CITY. NEW YOA:K IIS,JQo3.302 51ð 7.4ð-eooo F'....CSIMILE. 516 3Q3-829Z ST...NL.E'Y.....~D H"''''CLD 0 BERGER """'''CI:i %IN.. .J"'CI'C "".TNICK J..I,O L. HOFf'MAN 8!JINARO ~TE.CL. MURA,A.Y ~CIo4...~~ HAJUfT'" WINICK (I.gg-Igeel HO""Cf;:t. I(""M~" \lSHO· leeel ..JO.,.,.... J J...~P...N 11912-itDOII COUNSEL May 7,2002 L~:SL.IE F£IF[If, ...0...... ,..."'....CCI 1..&1..111...... OAANtJ..Lb EDwA'FtO F'~I L.INDA :;. AGHCW'I IIIOKJln' ~ EltlCA ""~O¡\JICCO(J: !IT"ACY'O.~I4E:R. o ,JAHCS GO\IN[LtoS """""'AI.IIA",11It£% wlL~" SC_A.RTZ ~~~I ~",,",E" TAV\..Ollt USAA. C\StM.t.N .\.20 .o",""ro.o. ,... ftle c..o........ itDC _ .... VA.. ~ c:1" .n. ¡...... c.....~.~JII (.. V.TTERI VIA FEDERAL EXPRESS Patricia DiMatteo Omni Recycling of Babylon, Inc. 114 Alder Street West Babylon, NY 11704 Re: New York State Department of Environment Coaservation ("NYSDEC") Omni RecycliDg of Babylon, Ine.. ("Omoi Babylon") Solid Waste Manacement Facility Pennit No. 1-4720-00643/00002-0 Dear :\1s, DiMatteo: In response to your request, this letter will confinn the status of the above referenced solid waste management facility operating permit. As you know, I represented and assisted Omni Babylon in matters relating to the NYSDEC permit. from the rime Omni Babylon purchased the facility through the Bankruptcy Court and the pennit was täIlsferred to Omni Babylon to the present. I continue to work with Cameron Engineering & Associates, LLP, the environment consultant Omni Babylon has authorized to prepare and sub::nit repons and plans on its bchalfto the NYSDEC in the permit renewal process. The permit was initially transferred to Omni Babylon on April 15, 1996, with an expiration date of April 14, 2001 and most recently amended by the NYSDEC at the request of the pemùttee on July 27, 2000. In accord with the pennit conditions, a complete application for renewal of the permit was submitted to the NYSDEC 180 days before the reported expiration date. Attached is a copy of a letter dated October 16, 2000 from Cameron Engineering to the N'{SDEC transmitting the renewal application. Pursuant to the requirements of Section 40 I (2) NEw YORK STATE DE~ARTMENT OF ENVIRONMENTAL CONSERVATION DEC PERMIT NUMBER 1-.728'00720/00001 FACILITY/PROGRAM NUMBER(S) ~ PERMIT EFFECTIVE DATE Decemcer '5, 2000 E^P:RATIO~ DATE(S) 52-M-07 Under the Environmental Conservation Law Decemoer 3', 2005 TYPE QF PERMIT 0 New . Renewal 0 Modification CJ Permit to Construct ~ Permit to Operate Article 15, Title 5: Protection of ',./aters ¡: 6NYCRR 60S: '.Jater Quall t, Cert if i cat ì on 0 Art icLe 17, Titles 7, 8: SPDES 0 Article 19: Air POllution Control C Art1cle 23, Tit le 27: Mined Land R~clamation 0 Art icle 21.,: Freshwater Wetlands 0 Article 25: Tidal ~etlands . Art1c'.e 27, TitL¿ 7: d.~:;,,;, 3ÓC: SJlla ~aste M~nc;~~~~: Article 15, Title 15: water Suppl~ Article 27, Title 9: 6h~:'.' 373: Hazardous waste Mana~e~~~: Article 15, Title '5: .....ater Transport :] Article 3.:.: Coastal ~:-cs·.:- Management Artlcle 15, Title 15: Long I sl¡;,nd \.Jells Article 3ö: ~l~~~~.~;· Management Article 15, Title 27: .....ild, Scenic and Recreational Rivers [! Articles 1, 3, 17, 19, 27, 3;'· 6NYCRR 330: Radiatlcn C~n:~;. Other: PERMI T ISSUED TO TELEFHONE NUM6ëJ<. I Jet Pacer Stock Coro. (ó31) 23..·7100 I ADDRESS OF PERMITTEE ! 228 Blydenburgh Road , Central I sl ip, New York 11722 CONTACT PERSON FOR PERMITTED WORK TELEPHONE NUMa~R Mary DiMatteo I 228 Blyaenbwrgh Road, Central Isl ip NY 11722 NAME AND ADDRESS OF PROJECT/FACILITY Ii Jet Paper Stock Corp. Property 228 Blydenburgh Road ~C:HTION OF PROJECT/FACILIT~ Central I zl io ':JUNTr TOWN \.JATERCOURSE N1'TM COORDINATES Suffolk Isl ip , II 1 DESCRIPTION OF AUTHORIZED ACTIVITY III :;¿,ation of recycla~le~ recOvery and transfer st~tion. The f~cility may process ~ -.".ential mixed solid w.ste and construction and demolition debris. I' I ú rr.J,> imum of 65C' tons per o.::;~ ct - _' Ii ~ tr',l:;; 8)" acceptance of this permit, the permittee agrees thst the perm1t is cor.tingent upon stri':t compliance I.I:h :r,,-, últ applIcable regulation5, the General Condit1ons specified (see page 2) ~na ún¡ S~ecial CondItions incluaew J~ ~ú-, permi t. - ~ - , FERMIT ADMINISTRATOR: ~o3er Evans MEP ADDRESS Bldg. 1.1..0, SUN!, S:ûn)' Broo.., ", 1'79')-235::' AUTHORIZED SIGNATURE DATE December 15, 2000 ?age ~ ~ ¡: ... AC'ORD. CERTIFICATE OF LIABILITY INSURANC~8i~~ I I SM OA7E: iMM1r::CfYY) i 03/07/02 THIS CERTIFICATE IS ISSUED AS A MA TTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . f"RCC~CE¡:;: STEINBERG AGENCY, INC. 2~7 MERRICK ROAD ~~rnROCK ~! 1:553 ?horle: 3:5-5;:;-':'2":': :a..x;':::5-53:;-S;C: INSURERS AFFOR:~'.G C':\j=~AG::: .NSU~E~ rNS"':R~=õ! æ Westchester Fi-e ~r~can Home Ass~=ance Co. Roya~ Insurance Co. Villanova Insurance Company . ,r-..sl.'RË~ '" Trinity Trans~o=tation Corp. 214 Bl:rdenbu:rgh Rd Centra_ Islip NY 11722 , INSt.:RE.~;; I 'NSWR8: ~ : 11'oS'...RE.=õ! S COVERAGES THE POLICIES CF INSiJPANC= US7::J 3EL'~W HAVE BE=~ ISSUED TO THE INSURED NAMED ABOVE ¡::CR ïHE FlCLCY ?Ei<ICD :I\ICJc~ïED NOTWITI-tSTANDING ANY REaUIREME~JT. T':=<M CR C:::NC!TICN GF ANY C::::NTi=tAC~ OR OT1-tER CCCUMENT WITH RESPECT TO WHICH THIS CERT1F:CA 7E MAY BE ISSUED OR MAY PERTAIN. THE INSL:RANCE .AFFGRCE~ BY THE PCUC:ES CESGRIBED HER.E!N IS Sua..:E':' ,c .1LL THE ïE?MS. EXC:"'.JS:CNS ~D '::::N01T:CNS ÇF SUCH PCLlC:ES. AGGRE,:;,U=: LIMITS SHCWN rv1AY HAV: Be::N RESUCED BY PI3JD Ct.AIMS. '~fRr'\ "N~= OF INsuRANCE I"CL:CY NUMBER ' b~f~,1MIDã'¡yvrc 'è"'ALf'ë~MMICDrYv\ LIMITS , :;ENERAL LIABILITY A X C'::MME:<:C:AL :;¡:~Æ.~AL :"I.A8ILIT'f I ':~IMS M.ACC:: X :::C:::...R :-.1':;-' :c,:::,,;:I,.:;>;'-C:;: 1000000 , s 50000 , 5000 , 1000000 '2000000 s 1000000 UNASSIGNED 10/30/01 10/30/02 ;;IRS ::AM.A':;:;: ."'r:v ~"e Me, ~E= ;x? '..1 r v ,,,e oe~c'" ::>:;:.=<S':::NAL!. Ai:" NwL~Y ,3.C::.' E.~L ..I,':;:;':<=::;"':E' ::;E~ 'L A.GGRE::;A, 0: _r.1í. ..I,PPL.E5 :I~~' ----; ::>r:LiC" X ~;~..: :,,':C I AUTOM08IL= L¡ABIL:r( a X "'NY oIou7'J P'õ'!':::Cl.'C-S _ ==.',IP'CP ..1,,::;'::; APB5273291 10/30/01 04/07/02 ::fI.1EINE:: s.;,.::;_; _,MI7 ,E] óI':':::<::"~:' 1000000 AL:" :W~JE~ "'l. -,:S 3CCIL." N_'_:;'" ,P'!r;;ers.::rt SC¡"':;::;UL:::: ..'~ -:5 MIRE:: ..I,UT-:S SCC'l.' ~;w'_;; P~r ]c:.c:"...-· NCiJ"':'.NNE:: ":'l. 7::5 ::~,:¡:::=-=<-, ::".\':'':;::: P~r ..c:.:: :::eo...: :;AR,.1GE :"1.ABIUn ':"1... 7: :~.L. . -. '",_ _=. oIoNY ~l,. T: :.,..-::= --"', ..'_ -.::: :~.L =:. ':'C': ."~ ::"~I~.IS '.1..':= P!!N015431 :0/30/0: :L0:'3C 'J2 ----_.- ~I.;.....-::.; - ::: 10000000 10000000 :'"(CESS I...I..1BILIT'f C X ::::'_'< -.- --- --- -- - - --::: '-- :E:L.:::-EL:: X ~!::' ':"":~J , 10000 :J NCR""i::::<:S '::::MP!:!'<S.l.7·CN .1NI: :;:·I!P!..=Y:;~S· LIAea..;7"( .. - ~ . ,.:"". . ';ol(:5:505~55: IC,23:"'): :0.'23/J: -. - ---- - - =---- ~~- -=. : 500000 -- - -- -- =.- =·.IP'_:"'~;; ~ 500000 =:_:"_'.'1- : scoeoe _ _ :'S~'';;<= ::;Tf1E~ :ES::::~JP";CN ~F ::1"!:~A7¡CN5.L=C.l.7ICNSI'/E;"IC:";:SI~z,:::",,;sõCNS .1c:::;:) iav =~CCRSë:-"EN7,S?!::::"L ::>~C'-ISICNS ~. A21 Loca~~onSf ~l Operat~ons CéRTIFIC,," TE HCL:JER N J.CC1-:CNAI.. NSL:CI=~' NSL:R=~ :..;::-=.~. C~NCEL!....J.TICN .----- SI-ICL:L:J :'NY :F ~E .1BC'-E ::ES:::::"IIBE:: "''=LC:!;"S ;:; :..1NC:;:!.._:;:: SEF'::R= 7f1E :;;(PIR..17":C~· DA-:- 7HE~E':F. -¡.IE :SSLJING tlS:";PE~ NIL:" :;~ C~.1·.":o -::: VIAlL ~ :::A"(S 'NRIr=~ ..cr:::::= -= -¡'¡E ::::q-:F·C':':-:: "'CL::E"': "':',\1E:: -:: -'-:;: ~;:=- :H;¡ '::"..I,IL..;R5 -::::C.!::: Sf1AL.. 'MP'=SE ."C CeL.~;.-:1CN::1'( _...1eIL.7"'· ::F ..I,N" -<:NI: _=,=:'\1 7f1E NSuRe~. ITS ;.¡:;ENTS::R .'tE?ClS:SE!<JTATõV=:S I ~UT"~.pT->3"E. _ /- I ~¡C..¿Ic.T~"'tf~..._ '" ; .>.C::::RD C::::RPOR.>.TION 1988 J.CCRD lS-S (;'.9i) -= ACORD. VEHICLE SCHEDULE CSR JS DA'fe ¡Mf.1IDDIYY¡ 08/07/01 PRODUCER I r~gN;O.Ext: 5~6-799-8222 .......- , (AiC. No. E.xt~; Bender Ins. Agy. Inc. BR#l 365 Crossways Park Drive ,WOO~~~¿ In ~~797 APPLICANT (Flrsl I"iamed Insured) Trinity Transportation Corp. EF'F'ECTIVE DATE - . - ...."'c;. '- . FOR , COMPANY CODE: SUB CODE. USE ONLY AGENCY CUSTOMER ID I , -1 VEHICLE DESCRIPTION VEH # , YEAR ! MAKE: I BODY TRACTOR ,jï37 SYMiAGE COST NEW MACK TYPE: 001 ,1979 MODE1.: RD I V.I.N.: R686S30778Z t~t ~ 6 , 49500 TERR GVWIGCW CCASS SIC FACTOR SEATCP RADIUS FARTHEST TERM CITY, STATE. ZIP ISLANDIA NY 075 36499 WHERE GARAGED , : DRIVE TO WORK/SCHOOL USE X COMM'L ~Ö~!~GES X ADD'L PIP :X ~~~~~s , I ~SP DEOUCTIBLES X AC', X CeM? èö'F"L ~ - ~ TOWING - ~ - - - - I ~ UNDER 15 MILES PLEASuRE PET.:'IL X I.IAB X MED PAY , I & LABOR ' FT X CCM? "" S7..1.MT , 3000 I - -- UNINS -----: SPEC - - - - cOLLI 15 MILES OR D'vER F,),RM SER',ICE ' X, PIP X MOTOR ' C O¡: l FrI. X C0LL , #137 , 3000 VEH" YEAR I MAKE; MACK ' ñP'È; TRACTOR :S: Co I SYM/AGE COST NEW I 002 ! 19'1: MODEL, 10-WHEELER I V,I,N,; 1M2B156CXBA002612 6 , 80000 , TERR GVWIGCW ClASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM CITY, STATE, ZIP ISLANDI" NY , 075 , 36499 WHERE GARAGED DRIVE TO WORK/SCHOOL USE X CCMM'L , gg~í~GES X ADO'l PIP I X ~~~Ö~:j: F cSP DEDUCTIBL.ES X AC'. X COMP ~c?Ó~\ +; - - ¡----' TOWING I---- ~ - : UNDER 15 MILES I PLEASURE PET.AIL I X'LlAS X MEO PAY &. LABOR FT X COMP "" S7 At.r, " 3000 - - UNINS ~ ~Pðrl - r-x- C:>LL - - I 15 MILES OR OVEP I FARM 1 SER'IICE , X PIP X MOTOR . FT'N " #61 , 3000 COLl VEH" I YEAR MAKE: SUMMIT IW~È; TRAILER ""203 SYM/AGE COST NEW 003 ,1995 MODEL; 1'58,11 I \l"Ï2?J . 97/.R _, V.I.N.' 4 , 40000 TERR GVWIGCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM I CITY, STATE, ZIP I SLAND IA NY , i WHERE GARAGED 075 68499 ~E TO WORK/SCHOOL USE -.lL C:)MM'l L.f-ºY~RAGES X ACO'l PIP I X ~'Õ¥OIR~ 1 F ' lSP DEDUCTIBLES :"C'I -.lL CO~'P , ¿ó~\ - :---- TOWING - - - -1L - ~ UNDER 15 MilES = PLEASuRE RETAIL ~LJAB -.lL MEO PAY 1 LABOR FT _JL COMP AA ST AMT S 3000 - UN1NS - SPEC - - - , 15 MILES OR OVER F:..RM S¡:~'¡ICE X PIP ,X MOTOR I C 0F l ~:'" X ':Cu , #l71T s 3000 CCLL I VEH# YEAR I MAKE: MACK ~~È; TRACTOR .#27 SYM/A.GE COST NEVw I 004 1994 MODEL: CL VJ.N.: 1M2AD37YXRWOO1877 4 , 80000 : CITY,STATE.ZIP ISLANDI.ri. TERR GVWIGCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM NY 075 120000 36499 ' WHERE GARAGED 1 DRIVE TO WORK/SCHOOL USE C~~ERAGES ~'~~ÓI~S , DEDUCT1BLES ..:¡C, C0MP > ~ CJMM"L ~ ADO'L PIP .x.. :...5;:> -1L ~. C OF-L ! UNDER 15 MilES - TOWING - - - - ':>'_E;"SUPE :;¡ET:'IL ~ LIAB ~ MEO PAY 1 L.;,,80R Fe ~ CC'~.1P ~ S7 ~r.1T S 3000 ~ - - uNI~ S -5P!:,: - S~2~ - IS MIL!:S C·R :J'/ER ;::.Rt,\ 5¡:"<',ïC¡: X PIP X '.10TOR ': JF ,_ 0-' X eCL_ , 3000 ·:'CLI. VEH # YEAR MAKE· MACK ~~É: TRACTOR if ~I SYMiAGE COST "lEW '01'0/00 EXPIRATION DATE :'0/30/0::' :';:,;:: ~'-- ~AY\IIE~T Ø~N J"L.:DfT x ·--·C' :>:'L 005 1994 MODEL.: CL æ~Rr~lt~~DISLANDI.ri. NY ::IRIVE TO WORK/SCHOOL USE TERR 0~5 V.l,N.: l.M2AD37YXRW 7 GVWIGCW CLASS SIC 4 F,1,C-:'CR SEAT CP RADIUS 80000 FARTHEST TERM 120000 36499 -.:L ::/,IU~ ...HECK ~VERAGES -X... ......:L LIAS ....x... PIP ADD'L PIP U~.DPINS .....x.-.. \ICTCP ~OWING 3. :"";"BO"' - S?:C :,::F'_ :...S;:> ~UCTIB~"'L ...... ~~ 57 .:.r,IT v '::JMF' '::.F\ -'- - I uNCE~ 15 MilES .:!'_':'''SURE ,'"E7"IL MED PAo', 'JNINS MCTCP ,- X ::~IP ~- :CL_ " CJLL 15 MIL!:5 OR O'tER .= "R~' se:;¡·.Ic:: . " VEH# YEAR MAKE; MODEL.. M~rK 006 1994 (;T, TYPE: V,LN.: TRA(;TnR , M' ;U)3 7 Vl iU'lQQ GVW/GCW CJ.ASS 10-2'; S)MlAGE COST NEW ~~Rr~Át~~DISLANDI.ri. NY ::ìRJVE TO WORK:SCHOOL. USE -:"ERR SIC F,.\CiOR 4 SEAT C? RACluS 80000 FARTHEST TERM 075 120000 36499 UNDER' 5 MILES '5 MIL'::.5 .JRrJ'..ER VEH;# YEAR MAKE, :J!...:'':''SURE ~::W.j':'" r?ET;"IL SE~'.ICé: CHECK ~VERAGES -..X... ;"DD L f>lF' ....x...- -----X- U£l.B -----X- ~.1ED P£l.Y ;:>IP ~,~I~~p¡ ",NCRINS MOTOR "7"OWlrJG :!o L."'-BOR -,5F'!:':: ,:::F _ L.:5;: "'':'P~.1 --X.. ::r,'p ~lJC'lBl~ ':'C. .:.;. ST ':'f,tT ~ ::::'.IP __ èc'F\ , =T"' '::L_ OQ CûLL M~t...V TYPE· 'T"kI:to r""nkl .... ;;3 S)M.'AGE COST "4EW OOï 1994 MODEL: rT ~~~~Á~~~DISLANDI.ri. NY DRIVE TO WORKiSCI-tOOL USE ·I.I.N.: 'M":'~""'1~V·J.'=<'ti...c...a..:..~________4_ G'vW.GC','Y C~SS SIC j:,.\C7CR SE...\7:? RADIUS 80000 FARTHES-:- TERM 7~RR UNOE" :.5 MILES PL='''SuRE 0"':"5 ~20000 36499 ::t.lr.r:'" ÇHECK uNORINS , ...:L ~ERAGES --X.... '¡'DC'L "'P ..x.. r,,07QR _S? ~E-:':"Il LIA8 MEJ P';Y TOWING ;=7 ::I.IP --X.. --X.. 3. .......80R ..x.. 5¡::;¡'.IC;::: p,p uNINS SP!:': =T"., X X MOTùR C -:;F '- X ::l_ DEDUCTtBL'=:S _..L 'C. _C --X....C::MP _ :OFL , ~- 5:- .:.t.lT 15 MILi::S CR OVER ACORD 12913/93)0 ::-;"RM #33 3000 CCll õACORC CORPORATION 1993 VEHICLE OE5CRIPTION (con't.) - YEAR MAKE. SUMMIT 016 1994 MODEL: crTY.STATE,ZIP ISLANDIA WHERE GARAGED I ::::Rr'vE TO WQRK,SC¡"CCL :JS;;;: - ~ UNDER 15MIlES I 15 MilES OR O\~ER VEl-!' I YEAR MAKE: 01711994 MODEL' PlË-"SURE F.l.R~,1 MACK DUMP CITY,STATE.ZIP ISLANDIA NY' WHERE GARAGED DRIVE TO WORK/SCHOOL USE hi UNDER 15 MilES = PLEASURE ïJi 15 MilES OR C'JER F.:.RM I VEl-! # YEAR MAKE: MACK 018 '1994 MODEL' DUMP CITY, STATE, ZIP I SLANDIA NY' WHERE GARAGED DRIVE TO WORK/SCHOOL USE III UNDEr! 15 MilES I : PlE.l.SURE rTI 15 MilES OR OVER i=ARM VEl-! r I YEAR MAKE: EAST I 019 '1995 MODEL' WALKING CITY. STATE. ZIP ISLANDIA N"'.l WHERE GARAGED DRIVE TO WORK/SCHOOL USE ~ UNDER 15 MILES = PlE.l.SURE I 15 M!lES OR OvER F.l.RM , VEH' I YEAR MAKE: EAST ! non I, QQO MODEL, W I CITY,STATE,ZIP ISLANDIA NY I WHERE GARAGED I DRIVE TO WORK/SCHOOL USE - - , UNDER 15 MIU=:S P!...SlSURE - I 15 Mll~S CR C'. E=? ;;':'RM VEH I YEAR MAKE; F.~.c:;T w:..r,'K':rNr; 0?1 'IQQC; MODEL ~~RïT~¡~~~D ISLA..'IDIA NY :)RIVE TO WORK/SCHOOL USE - - UNDER ~5 Mll=:S P'-='':'SURE - . 15MllESQRQ'.Er! VEl-! # YEAR, MAKE: F..:IRt,1 F.n.C::'T' n." 1 q q c; MCDEl. W:" T,;rTNf: ~~Rr~l~~~DISLANDIA ~¡ DRIVE TO WORK/SCHOOL USE - - UNDER '5MllE5 Pl='':''SURE F"Rt.1 - - '5 1,lllES :'R J\ E~ '~EH 11 YEAR MAKE: '!õ!!I.~'T' 11?':I: , QQC; MODEL.: W:lT7T'!oJf: ~~Rr51~A~~DISLANDIA NY JR!VE TO WORK,'SCHOOl USE - - L.;NCE.=?·5 r.tll'::5 :O'_<=ASURE - '5Mll::::5 :JRC'-.'.:" F.¡,Rr" ACORD 129 (3/93Ia NY X '::~.II.r,- RET~IL SERVIC¡: X COMM'l RETAil - SERVICE --1l. CQMM'l RET"-Il - SERVICE ,---1L CO.MM'l RETo\Il - SERVICE ~C:"IM'L RET...ll - SE~',IC~ .....:L :Ct.1t,rl RE7..:11L - SE=?',iC:;: --X.... CC,,1M'l ~ET).IL - S¡:;:¡',IC::: ---.::L '::'.II.tL '",E-'¡'IL - Si:=?,'Ci: BODY TYPE: V,I,N,: TRAILER - ReMovE lS8AD3928R0008368 GVWIGCW CLASS SIC TERR 075 :5~'~~GES x :'::c:' ,:O'P X liAS X MED PAY X PIP X ~~It"ðR ~~J: , V.t.N,: 63499 X ~"CT~'R'- TOWING &. LABOR ---, SP"G C Ci= L c FT FTW ,- X COMP X COll TERR TRACTOR lM2P267Y2RM020646 GI/WIGCW CLASS SIC 075 120000 36499 Eð~~:iAGES X ADO'l PIP X· ~ð¥ÕI~;:' F LSP X LIAS X MED P 'Y ~ I~~'ð~ ;---- FT X COMP X ' PIP X ~~I~R :---; ~PCE~ L - FTW X COlL W~É, TRACTOR .. ~9 V.I,N" lM2P267Y1RM020850 TERR G\fWIGCW CLASS SIC 075 120000 36499 gð~~~GES X ADD'l PIP ~ X ~ðT'òIR" F ~ - :---- TOWING ~ ~ LIAS X 'vIED PAY, d.LABOR _ FT :-c PIP X ~ðl~ðR ~ ~P6rl ~,¡'E' TRAILER V,I.N" lEJ U1X2 8 9 SRGl 7 6 2 3 GVW/GCW CLASS SIC FTw r--- ~ COMP X' COll TI::RR 075 68499 gð~~~GES Å ,1.,OD'l PIP X I ~~Lfðl:;~ F :-- TQ'.....ING - lliAB X MED PAY & U,BOR n -.UNINS - SP!;:C - X PIP X MOTOR C (:,F l m.... ~~E: TRAILER V.I.N" ,~, ""q 8 GVWIGCW - lC;:¡t-.IP X COll *1\\ TERR ,<'" CLASS SIC 07, <R4gQ Cð~~~GES -Á.. .l.DO'l ?IP ~ ~I~~~I~::¡ _ " TOWING ~ LIAS ~ .'.IE¡) Po\Y _.3. ....;.BOR _;:T v PIP v k',~I~R ,~P.:'::~: _ ;:TV, ~~È: - -2L COt.1P v 00" V.I.N,: T~:!l.Tr,'R'R lR1rr1X?87gRG17636 GVW/GCW CLASS SIC TERR O.,C:; ':HECK ::)VERAGES ---X..... ---X..... LI"6 V <;lIP 6R499 Ur-.:~I~~S ....x....- ~,IC7::)R TC.vING j, L.JoBC~ - SP~: ,:':1=- ':'CO'l ?IP o - - -X.... ~.IED P4,Y v tlðl~R ~~É: F'7" ~:':'I.IP - v :0" ; Ic5 - 1=1'."1 'T'~:"iT,F.~ , , onnnn I=ACTOR SEAT C? RADIUS I=ARTHEST TERM COST NEW V.I.N.: '~'rr,(~qq~~f:'~~'~ GVWiGCW CU.SS SIC TERR n~o "J:!~=~ ---02..VERAGES ---X..... ~CC'l <;I,P ----X... LI,¡,B ------X- ',IEO P,,"'r V >:o,p V ':;~'~~R UNCRI~ ::¡ ;; -X- ~~,,~'~6 - ._ ~_.:..aCR _-. ~P:':,,:, - ...X- ::~.IP v ':':LL '1t 11"1 -'n ~~É: 'T'~~TT '!õ!'Q 'II.N.: '~'"'Y~Qna~f:'7~'Q GVWIGCW ClASS SIC TERR ~HE...~ n" ~ ':,:vERAGES --.X..... ---X- _',"'2 .? '''p '::;:Q.1oq J~'L. ~ I~':::> ',I,:-:P -,::. '~J~ .:. ~':'èC¡:¡ "'CC'~ ;::O'P o -X- - - '.IE:: "'':', J~'Ir-.S '.1CT,::R -..;L ~ . -..;L - - âP1õ;;: ~. ~ - . ATT '>'CH TO BUSINESS AUTO SECTION æ SYM/AGE 4 , FACTOR SEAT C? RADIUS -, :JEDt,;C7:BlES x ~C'. ~ - ~MT , #nOT t& ~7 SYMJAGE FACTOR SEAT C? ~UCTIB~ ~C'¡ "" ST "MT - - , #37 SYM/AGE 4 S FACTOR SEAT C? RADIUS 4 , RADIUS .. COST NEW 50600 FARTHEST TERM X ':CMP ¿J~\ " 3000 , 3 e LL COST NEW 80000 FARTHEST TERM X CaMP' ~-L - - , '3000 s 3000 COlL COST NEW 80000 FARTHEST TERM "" S7"MT ~UCTIBl~ ~L.V : X' CCMP - ¿;~~CL l5P - - , #39 "1~7 SYM/AGE FACTOR SEATC? LSP ~UCTIB~ .~C'J A.':" S7 AMT - - , #13 7T SYMlAGE FACTOR SEAT C? L5P ~UCTIB~ ':"C'. .¡".:. S7.¡,MT S"it" ,-=-- -ót 10;; SYMiAGE FAC-:-OR SEAT CP _SP ~UC7"IBl~ .:.C. ..:I,:' 57 .:.."IT - S :H:"n''''' SYMiAGE 3 , RADIUS 3 " RADIUS 1 RADIUS '3000 53000 COll COST NEW 50000 FARTHEST TERM ...JL COMP~ ¿öii '3000 '3000 COLL COST NEW onnnn FARTHEST TERM ---X- CaMP _ ¿t~-.. ',nnn S':tnnn CCLL COST NEW ; 'iQQQn FARTHEST TERM ~':::H.lP_. ;,nnn ',nnn .2~=-- ,~....I= .... '::l:" .- s-:.r,1";" DEDUCTIBlES SPE_ _ _---....:L""c-. ---X.... CJMP _ .: :F _ 2.lQ 0 n ; 'non C::LL LSP - - '5 .....,1"11::"" SY'WAGE F"'C':'OR SEAT C? -"'.... DE~UC"'IBL~S ---- ., -~, '::r.1P -. ,,- .:.r.1T - - -- .o, , ~ ~ I'}... - ~~- , FU.OIUS COST NEW 5 c;na...a...... FARTHEST TERM . _L':::;,·1P_ ; M 3, ........ , -- ::1"_ . :::1._ I VEHICLE DESCRIPTION (con'!:.) , VEH # I YEAR: MAKE: EAST 024 ~ 9 9 5 MODEL: WALKING CITY, STATE, ZIP ISLANDIA NY WHERE GARAGED I ¡:]RJ"¡E TO ......CRK,.SC;-ICOL. uSE '-- ~ UNDER 15 t.AllES ~ PL:.:..SURE I . \5 MILE5 OR O....ER í=ARM ! VEH # I YEAR MAKE; EAST 025 ,1995 MODEL' WALKING CITY, STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL' USE I UNDER 15 MILES I PLEASURE ,-- I F,j,RM X :':W.\':'" RETAIl.. SER'/ICE '¥$~: TRAILER -# 17 V,I.N" 1E1U1X2B9SRG17640 GVWiCCW CLAtSS SIC FACTOR TERR 075 69499 SYM/AGE 3 , SEAT CP RADIUS :..5? CE~L,jCTIBL';S x -.' C8~É~Gë.5 ~ ~GC L PIP X I LIAS X MEDPAY X PIP X ~'óI~ðR !5U TYPE: V.I.N.: X c)~"....Rlr.;:, '-.ICTûR TOWING FT & LABOR SPEi: FTN COFL X COMP ST AM7 AA " ill17T "109 X CúlL SYM/AGE TERR TRAILER 1E1U1X2BOSRG17641 GVWIGCW CLASS SIC FACTOR SEAT CP 075 6B499 H X ADo'l PIP X uN IN F LSP X COMf.fl I COVERAGES MOTOR RETAil I X lIAB X MED PAY ~ TOWING FT X C:JMP ~ & LABOR r--- - UNINS ' SPEC SERVICE X P!P X MOTO? C OF l FT'N X Call I I 026 ,1995 MODEL' WALKING I CITY,STATE.ZIP 'tSLANDIA NY WHERE GARAGEO 15 MILES OR OVER VEH 1# I YEAR MAKE; EAST DRIVE TO WORK/SCHOOL. ' USE m UNDEP 15 M!lES L-..: PlE.,;SURE m 15 MilES OR OVER FARM i VEH" YEAR I MAKE; AUTOCAR 027 19B7' MDDEL' RE CITY,STATE,ZIP ISLANDIA NY WHERE GARAGED I DRIVE TO WORK/SCHOOL USE I \ I UNDER 15 MILES = PlE.ASURE i oJ 15 MILES OR ovER FARM ¡ VEH.. YEAR MAKE: EAST MODEL W I CITY. STATE. ZIP ISLANDIA NY , WHERE' GARAGED DRIVE TO WORK/SCHOOL USE UNDER' 5 MILES Pl::'ASURE J 15 MilES OR OvER VEH #I YEAR MAKE: í=J..R'.1 'P.:Af;T MODEL; ,~;:JR~T~r~;g~D ISLANDIA NY JRLVE TO WORK/'SCHOOL USE UNDE~ '5 MIL::S Pl::'ASIJRE ~AP~.' , 5 MIL::S CR O'IE~ VEH# YEAR MAKE; F.~~"" n1n 1 qqc; 'w'IODEL; W::t.T,':l'T'MC': ~~R~T~l~;g~D ISLANDIA NY DRIVE TO WORK/SCHOOL USE , UNDER' 5 MIL::S 1'5 MilES JR OVER P!...::'';SURE ;:J..Rf.' VEH# YEAR MAKE: MODEL l:õ'~C::"" :~~R~T~~;g~D ISLANDIA NY Il COMM'l RET..),\L - SERviCE -X... COMM'L RE-:'"AIL , SER'¡ICE --..X... CûW.1L RE7AIL 5E?·.IC:: ~CCW.\'L ~ET;.IL SER'.'IC<=. --.....X.... CC~lf,1"L "'ETAll SE~'. ICE ~ COST NEW 50000 FARTHEST TERM X :::f.,P COF-L '3000 s3000 CaLL COST NEW 3 RADIUS 50000 FARTHEST TERM AA 5T AMT DEDUCTIBLES X J..C" X CaMP , COFl " il109T SYM.'AGE TYPE; V.LN.: TRAILER #- /07 1E1U1X2B2SRG17642 GVWIGCW CLASS SIC FACTOR ,SEAT CP ATTACIfTO BUSINESS AUTO SECTION '3000 53000 COlL COST NEW 3 , RADIUS 50000 FARTHEST TERM TERR 075 I UN IN I C:åVERAGES --1L ADo'L PIP ~ MOTOR ~ uAB : X' MED PAY, ŰJ'é'ó~ X PIP X ~'ó~5R ~ ~P6fl 6B499 F ---,FT , "" ST "'MT DEDUCTIB~ J..;;:.I l COMP' C OF l FTW , LSP --1L COMP X COLl " il107T ;,,6 SYMlAGE TERR TRUCK 1WAUDCVGXHU304346 GVWIGCW I CLASS SIC , 33499 I SEAT CP FACTOR cSP -X... COMP X Call ... 115 , DEDUCTIB~ "'C'.' .v. ST AMT TYPE; I V.I.tIi.: 075 UN IN ~ERAGES Å AOO'l PIP ~ MOTOR F I X llAB X MED PA.Y ¡~é'ó~ ' ¡;-; ---: UN INS ¡: SCPOEFCC X PIP X MOTOR F'T"N I TYPE: TRAILER I VJ.N.: TERR GVWIGCW CLASS 113T SYMlAGE '3000 53000 Call COST NEW 6 , RADLUS BOOOO FARTHEST TERM 075 CHECK ~VERAGES --Ã... A.OO'l ;:>!P --Ã... llAB ~ MED P4,Y ?IP ~,~I~~R 6849Q uNGRINS ...x..- MOTOR F TOWING i LABCR r SP::C :OF'_ <::-.'l --X..'COMP ~ COFL. '3000 53000 COlL COST NEW , SIC FACTOR SEAT CP RADIUS FARTHEST TERM cse ~UCTIBL.~ .:..i:. S7" ...1.17 TYPE; V.LN.: TERR GVW/GCW TRA 'tT~F.R ~- CLÄSS ~ CCMP C:LL < 075 CHEuK ---fQ..VERAGES ~ ..IooO·l "'P ~ L:AB -..X.....- ME!J PA', PIP ~,~I~~R UNCRI~.s ~ ~.10TCR :-OWING & L..),BCR SP<::,- CÕFJ:.. 6849Q *1'Y'l SY'w\IAGE SIC FACTOR SEA";' CP RADIUS L9 ~UCTIB~ "'_, ...~ 57" ':"'-.1T F· -..X.....- C':',IP ::lL ,~ <::-.'. SYMlAGE TYPE. VJ.N.: 'T''Q''TT.F.~ ... 1'2~ 1 F." TT1 Y?9:X~~r:1'" ¡::¡J, ¡::¡ GVW/GCW CLASS SIC SEAT':P RADIUS FACTCR L.sp DEDUCTIBLES ':'C'" __.JL TERR COVERAGES -X.... ADD l PIP -X.... :'IAB --X.... '.1ED ;:.;.y ;:',P ~1~1~5R IJNCRIN .-...X.- ~.10TCR T':,N"t,G ~ L..),BCR SPE,: :JF " -X......:.:w" ::L:'" TYPE; V.I.N.: 'T''O~ "I"T F.~ " Gvw,GC',N C:..ASS SIC ~ - " TERR ....x.. ":OMP' C OF\ , , C:JlL COST NEW FA.RTHEST TERM _"P sp_..... ~'~--'"j _COFI.. -'-.3.0 , COLl COST ~EW , FARTHEST TERM ---X.... C:JMP _ tùF"L "I~C¡ SYM/AGE A;" 57 At.':- ~ CClL caST NEW "(:7".'1 , FACTOR SEA";":;:> RADIUS FA.RTHEST TERM "l<:'-;SURE ,:::w.r'_ H .^ ~" RltlS -X- COVERAGES ----X- ..\CDl ~'P -L ',ICTCP :..~í= RE-A,:'" <-lAB '.1ED ?.:..~ -C~''''NG -X- -X- ~ LABCR c -X- ::'.11' 5ER'.;C:: >'P ..JrJlNS 5P~: =-:, "'CTCR :;F'_ -- 5";'':''U';' JRJVE TO WORK/'SCHOOL uSE JNOE<:i ':: '-.'ll~S '5 '-.lIl<::5,JR r:\E;:¡O =..\fH,\ ACORD 129 13/9310 DEJUCTI8LES _:L , , --X.- C::'.'P _ .:':;?\ 3innn C:::lL 'JEHICLE'DESCRIPTIOt<l (oon1.) VEH" YEAR, MAKE: EAST 032 1.995 MODEL; WALKING CITY. STATE, ZIP ISLANDIA NY WHERE GARAGED ~RI""E TO WCRK.SC"'CCL USE , UN.DER 15 MILES I P!..~.ASljRË 15 MilES QR OVER F';R~.1 VEH 1# YEAR I MAKE: EAST 033 : 1.995 MOOEL WALKING CITY, STATE. ZIP ISL&'nJIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE UNDER' 5 MilES PlEASURE , 15 M!LES OR OVER F"'PM VEH # YEAR I MAKE: EAST 034 11.995' MODEL; WALKING CITY. STATE, lIP ISLJùIDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE : UNDE~ 15 M¡LES I PL9.SURE 15 MILES OR OVER FARM VEH" YEAR I MAKE: EAST 035 1.995' MOOEL; WALKING ~~R~T~~~~D ISLANDIA NY DRIVE TO WORK/SCHOOL USE I UNDER 15 MILES 115 MilES OR OVER VEH " YEAR MAKE; PLEASURE FA-RM EAST MODEL: , V.LN.: TERR GVWIGCW , CITY. STATE. ZIP ISLANDIA NY i WHERE GARAGED I DRIVE TO WDRKlSCHOOL USE ~ L- UNDER ~ 5 MILES 15 MILES OR ,:'~EQ VEH # YEAR MAKE: MODEL: PlEJ,SURE F;"R~1 F.~~'T' I : :¡;~R~T~~~~D ISLANDIA NY :JRIVE TO WORK.SCHOOl USE uNOER 15 Mll::S PlE..:.SURE F.::.R\1 - 15 Mll!:S CR OVER VEH # YEAR, MAKE: ~TTMM'T"" n1R ,QQ4 MODEL: Wlt.T~TNr:: , CITY. STATE. ZIP ISLANDIA NY I WHERE GARAGED , DRIVE TO WORK/SCHOOL USE UNDER ~5 MilES Pl!:."SURE - !5/.IIL:;SOR O''<'ER VEH" YEAR MAKE: MODEL. F'::'R\, QTTM'M'T"" ~~Rr~Á~~~DISLANDIA NY :>RIVE TO WORKrSCHOOL USE X ,;':W.,_ RET.\ll SER':ICE x CC MM'l I RETAil SERVIC::: ~ COMM'L , RETAil : SERVIC¡: ...1l. COMM·L RETAil SERVIC:::: -X.. CO'-".!':'" PET.\ll S¡:~"ICE --.-X....:.:I.II.ll '1E-'::"l 5E::¡'.IC:::: ---..X... r:OMM'l R~~IL S¡:::¡'.IC'" BODY TYPE: V.I.N.: TRAILER :>i 135 1.E1.U1.X283SRG1.7648 GVWIGCW CLASS SIC FACTOR 3 'S SEAT CP RADiuS TERR G75 ::8~ê~GE3 ~ ,-wc·:'" ;:>IP X LIAS X MED PAY X PIP X ~.'ó1~8R SYM/AGE 69499 X '- ~ ~ "':,',;;:, F l5~ CEDUC7:SL:S X ~':. MC-;-'::R TOWING FT X CCMP AA 5T AMT & LABOR SPEC ~I.' X caLL , #1.3 5T C OF L X '::MP _ CO'F-l " 3000 53000 CaLL SYM/AGE COST NEW 127 TYPE: V.I.N.: TRAILER ~ 1.E1.U1.X285SRG1.7649 GVW/GCW CLASS SIC FACTOR 3 , SEAT CP RADIUS FT X COMP ~N X COLl S TRAILER ~ ¡::¡ ~ 1.E1.U1.X281.SRG1.7650 GVWIGCW CLASS SIC ! 68499 TERR 075 _f.QYERAGES.......!... AOO'L PIP I X ~~TOI~ X LIAS X MEO PAY n ¡0J"~~~ X PIP X ~'óI~gR !I ÈPJ~l TYPE: , V.LN.: TERR 075 ..E.Q,yERAGES ---X... ADO·l PIP' X ' MOTOR ~ TOWING X LlAB X MEO PAY I 3. LABOR ~ PIP ~ ~~~8R r-; ÈPJfl I TYPE: I V.I.N.: TERR 075 : COVERAGES X AOO'l PIP X ~OTO~ ¡- - ~ TOWING X LIAS X MEO PAY I & LABOR ¡-- - UN INS 1- SPEC X, PIP X MOTOR 'COFL I TYPE: TRA.ILER 68499 , "p DEDUCTIBLES X AC'/ , Q75 I CHECK LJNDRltJS ..E.Q,yERAGES --.lL ,),DO'l PIP ..JL MOTCR TOWING ----X.- LIAS ----.2L MED P~Y '_.& L.D,BOR UN INS SPËC ~IP \1CTOR C O~ _ TERR TYPE: 'T'R..:lIIJF.:R V,I,N.. ,.., GVWIGCW "" #1.27T I ST AMT ~ COVE~GES -X... ;"CO·!... "'P --.-X... liAB ---X.... '.IEO PAY PIP ~1~1t'~R JrJCRlt~ .....x....- ~.1c.TCR TOWING &. LABOR ,~P5{ ~ SYM/AGE FACTOR 3 , , SEAT CP RADIUS TYPE: 'T'~~ïT.~~ ,q~~T.4~?q~nnn~4q, GVW¡GCW CLASS SIC RADIUS V.I.N.: TERR c COVERAGES ---..X... ......x..... !...IAB ......x..... 'iP ":"CO·l ?'P .....x....- MED P:"y UNINS '.ICTC'R UN IN "-10TOR TCVVING j, u:.BOR SPEC ': OF '_ 6 COST NEW 50000 FARTHEST TERM 50000 FARTHEST TERM --.!... COMP _ COFL '3000 S3000 CalL COST NEW 50000 FARTHEST TERM , DEDUCTIB~ AC'¡ c....!.... ceMP ~ C OF L A,I. STAMT 53000 #1.25T "3000 COLL SYM/AGE COST NEW " LSP ~ 'FT -X.. COMP FTW X COLL TRAILER ~ 129 1.E1.U1.X283SRG1.7651. GVWIGCW I CLASS SIC 68499 TYPE: 'T''Þ ~ 'iT ~'Þ V.I.N.: TERR GVWIGC'/II 3 " FACTOR SEAT CP RADIUS " ~F; DEDUCTIB~ AC'.. ,:.,;.. 5T AMT LSP I X COMP ~ X COlL ~121 I F7\V , 1.29T SYM/AGE 50000 FARTHEST TERM ..x.. COMP~ CQFL '3000 5 000 COll COST NEW , CLASS SIC FACTOR SEAT CP' RADIUS FARTHEST TERM 68499 ,SF ~UCTIB~ ":"C'. -X.... COMP_ COF\ FT --.lL ceMP 0> 5ï AMT , r:;-:.. ::ll ,'" COll 'It 13\ SYMiAGE COST NEW , CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM o c _S? ~1..;cTIS~..:....:./ ~'';:I,IP .:.,:, 5-;-,U.'T ::l~ "! '" ~:.. #14-'1 SYM/AGE FACTOR SEAT CP ~ CûMP _ ¿oF''''"1.. , COll COST NEW FARTHEST TERM F ,SF ~liCTIB~ ":"C". --X... COMP _ C:;JF L. ..:...;. 5"'i':'/,IT . ......x..... ::I.1P ::Ll 0- ~-:, ... 1'+ 7 SYM/AGE CLASS "C FAC~OR SEAT CP RADIUS ~NCE? IS "-'11..25 Pl=-':".5U~E '5 MilES OR C".EP ;=":"RM .....I1EC¡c; n"';:: ¡:;-;::nnn 'J'jCRI'jS ¡::;R.1QQ ..x. :::I.II.t"l COVERAGES -X.... J.DD·!... "'P -L '.IC-,:" . _3? :<:E7":"il l,..1,6 '.IEiJ ;;...:.., '"::'.\itJG ,- :::'.IP -X.. -X.. 3. LJ.BCR ..x. s¡:?",C~ o<p 'Jr-,¡lt~S SP::,: ~-.', "'CT,:R : :JF '~ ~~..- DECUC"':"IBL:::S V' ~...., -~ ;...... ST,1,r.,'7" ACORD 129 (3/93)a ATTACH TO BUSIt<lESS AUTO SECTlOt<l C:JLI.. COST NEW F~RTHEST TERM ---.:L:':'.IP ~'!:F""_ b..o. s C':I..:" O~- 3ó499 ., X .::;~.O( X ~CDL ::II? X ,,~.C;:¡ :~J::' , 1..5? ::E:';Çï:BL~5 X .:.c. ::M~.L C;:;"ERAG~S \ICTCR X LIAS X MED pp, Y TOWING FT X CO~.'P "" ST AMT RET:'IL d. i-ABOR X PIP X ~\~'R5R ,SPË':; ~..¡ X COL~ #45 SER'JICE C()F l I VEHICLE DESCRIPTION (con".) I VEH 'If. YEAR MAKE: MACK 040 1993 MODEL' CH I CITY. STA.TE, ZIP ISLANDIA NY WHERE GARAGED , ::;¡RIVE 70 WQRK.SC:-IQCL L:S.Ë '--- ~ UNDER 15 MILES PLE,¡,SURE ,:; MILE3 OR OvER VEH " I YEAR MAKE: 041 '1994 MODEL' FARM MACK CH CITY. STATE, ZIP ISLANDIA NY I WHERE GA.RAGED ¡ DRIVE TO WORK/SCHOOL ~ ~ UNDER 15 MILES PLE.ASURE. J 15 MILES OR OvER FARM I VEH " YEAR I MAKE: MACK i 042 : 1994 MODEL.: CH I CITY,STATE,ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE ¡ I I UNDER 15 MILES r- PLEASURE J 115 MILES OR OVER I FARM VEH" YEAR I MAKE: MACK 04.3 I 1994 MODEL.; C!.. I CITY, STATE. ZIP ISLANDIA N'":{ WHERE GARAGED I DRIVE TO WORK/SCHOOL ~ I I UNDER 15 MILES PlEASURE IJ 15 MILES OR OVER ~ ,),RM VEH , YEAR MAKE: MACK MODEL TERR eDDY TYPE: VJ.N.: TRACTOR 1M2AA13Y4PW026354 GVWIGCW ClASS SIC it '45 SYM/AGE 36499 075 C X COMM'l ....fQYERAGES--.!.- RETAIL X I LlAB I X MED PAY SER',,'CE ; X PIP IX ~~I~ðR BOD TYPE: FACTOR 5 , SEAT CP RADIUS AOO'L PIP X I ~r¿TOI~ ---; TOWING : & LABOR ;-- SPEC GOFL , .....!- COMP FT 4 COST NEW 47000 FARTHEST TERM X ,:':MP -~= ¿ ':¡:~l V.I,N.; FTW X c:::u. TRACTOR .~~ 1MlAA13Y4RW039B10 GVW/GCW CLASS I SIC 53000 53000 C;)Ll SYMlAGE COST NEW TYPE' TRACTOR ~ o.¡. ï , V.I,N,' 1M1AA13Y1RWO 3 B 3 6 9 TERR GVWIGCW CLASS SIC FACTOR TERR 075 ~ .COMM l COVERAGES ~ AOO'l PIP RETAIL ~ LlAB l.b MED PAY SERVICE ¡ X PIP 'X I ~r¿I~R U IN LL MOTOR I I TOWING l.-.., & LABOR , I ~P6~L 36499 " ::TY. STATE. ZIP ISLANDIA NY ! WHERE GARAGED I ORIVE TO WORK/SCHOOL USE l CC'MM'L RETAIL SERVICE TYPE: , V,I.N,: TERR 075 I....fQYERAGES~ ADD'L PIP X LIAB X I MEO PAY r------: ----: UNINS X PIP 'X MOTOR TYPE: V.tN.; TERR FT ~ C,JMP r FTW X COLt.. TRACTOR ~ ~I 1M1AD37Y9RW001B91 GVWIGCW CLASS SIC lIN IN X I MOTOR ----¡ TOWING , & LABOR --¡ SP:,: COF t.. 36499 I, FT , 'TW , LSP l COMP X COll :tISI CLASS SIC I UNDER'5 Mll~S PLEASURE :;:MM'L ~DD'L pIp uN IN -'L ,....fQYERAGES .-.X... ....x...- MCTQ? L'P ;;/E7AIL -.X..... llA8 .-X... "lED PA'{ TOWING '" ~::Jt.lP Sa LABOR S¡::;:;¡'.·ICE P'P UNINS SP::G ~T'N :CL:.. "ICTOR c CF l ~5 MilES OR O\'ER VEH ." YEAR, MAKE: ¡:,),RtJ F.~ST WAT,R"rNr; 045 199" MODEL: '~~R~T~¡t~~D ISLANDIA. NY JRIVE TO WORK/SCHOOL USE UNDER' 5 MilES PlE,),SURE . , 5 MIL¡::S OR Q\'ER ¡:: ..RM 'JEH" YEA' MAKE: ~~C::'T' n4ñ , qqS MaCE!..: W~T,T(TNr; ~;!JR~T~¡~~~D ISLANDIA. NY <:IRIVE TO WORK/SCHOOL uSE UNOE;:;¡ , 5 MIL;:S ?lE..J.SURE , 5 MIL=S OR OVER VEH " YEAR MAKE: MODEL: ;:.\,RI.1 ' ;'3.~"" ~~RiT3¡~~~D ISLANDIA. NY JRIVE TO WORK/SCHOOL USE ~~~CE¡; '5 MIL:::: :I~::ASl'RE - , 5 I.Ill.!:S CR C'_ ER "':"RM "CORD 129 (3/93)a -----X.- ::M'-.1L f4'~-~IL Së:~'..'C:: ..L COt.IM·L TERR n71:i ,-HECK . _~2'yERAGES -----X.- ADD L PIP --X.... LIAS --X.... MED P~'{ IJNINS PIP MOTCR TERR TYPE: V,I,N.: 'I'R"TT.F.R # )4-\ lElUlX280~PF17n21 G\fINIGCW CLASS SIC LSP LSP 4 , SEAT CP RADIUS 6B500 FARTHEST TERM CECUCTIBLES X AC'.! X COMP COF-l M ST"'MT 53000 #47 s3000 COLL SYM/AGE COST NEW 4 < FACTOR SEAT CP RADIUS 6B500 FARTHEST TERM DEDUCTI8~ ;..,:;., ~ COMP , COF''i A.A STAMT 53000 #49 '3000 COLL SYM/AGE COST NEW 4 , FACTOR SEAT CP RADIUS DEDUCTIB~ ."C'I ,),;, 5T."MT 41 SYMlAGE 6B500 FARTHEST TERM ---X..COMP~COFl '3000 $ 3000 COlL COST NEW , FACTOR SEAT CP RADIUS FARTHEST TERM ~UC7IS~ ~C. ~ '::JMP _ Èoi:\ ;.;. ST ~"IT , SYMlAGE FAC';OR 4 SEAT CP RADIUS 4 5 RADIUS CCLL COST NEW SOOO FARTHEST TERM C-'P ::>P~ ~ _v I C OF l CClL COST NEW c:;nnnn FARTI1EST TERM ,),CO'L PIP uN, IN , DEDuCTtBlES C :F-l ~ MOTOR LSP ~ "G,! -X- COMP _ '.1ED P~'f 7CWING q 3. v-BCR --X...-,:.:,.IP "- 3T .:..t.\T 51nnn I LJNINS 3PI:: ¡;TW ceLLI "10T,:)R e,:F'_ :':L_ '...a..... TYPE' ""'03."'T ' ;''C .. 18\ SYMlAGE COST NEW 'J.l.N.. v GVW¡GC'N CLASS SIC F"C7;:)R SEAT CP RADIUS FA.RTHEST TERM ~VERAGES --X.... --X.... lI"6 .....x... PIP TERR CHECK n"':' c; ~VERAGES --Z- -X- l:':'8 v PIP -X.. ~\~I; ;'\'\ V ',IOT(;P u~.¡:RI'JS ~ MOT,::R TO,'IING &. LABOR SPE: COF Co 68~q9 F 'T --.X.... C:::.-'.'P ::::l_ ,-sP ~UC7IB~ "C'. :.;. 3, "'.iT _.L C:'MP __ S;nnn 5~nnn , - :2F_; .~Eï"'l SE'=".IC:: -X- :::t.lt.rl ~.V TYPE: .. 11'1 'T'f¡I~ïi,~f¡I V,I.N.: '~'TI'~?A4~p' ;"in2~ GVW:GCW CLASS SIC ,~ S't'M:,),GE FAC';QR SEAT C? , : C::l~] I "~~':'Il S¡;=!·.:,::: ':'CDl :lIP JI\IC"'INS -X- ;~~,~'~:,:: 3. w:.BCR 5P=: :.:~ '- ':::J:I:.1qq ..L =--,'¡ v ATT"CH TO BUSINESS AUTO SECTION _5;0 :':I.IP ~=-CUC"7"IBL-=___ ----:c.- 1C'. 57 dt.1T :::l_ ~.,~,... IIJ-EHICLE ÒESCRIPTION (con't.) VE.H /II YEAR MAKE. EAST 048 J.995 MODEL, WALKING NY I CITY, STATE.Z!P ISLANDI:A WHERE GARAGED , , DRIVE 7Q WORK.SCrlGCL. ¡,;SE ~ UNDER 1S MILES f-i-c I .) I 15 MILES CR GvER YEAR MAKE.: BODY TYPE: V.I.N.: TRAILER ... 183 J.EJ.UJ.Y285SRFJ.7056 GVWIGCW CLASS SIC FACTOR TERR C73 63499 X :....E._K X .>.c: I.. ?,p X ~ ......'" :~ .::. , r..5? '::I.I'.\""'. CO....ERAGES ,"IC7:R X LIAS c.!.. MED Pt.'! TO'IITNG FT X COMP RETAil 5. u.aCR X p,p X UNINS SPE': r:T'N X COLI.. SER'.'ICi: MOTOR COF L ?lEASURE FARM SUMMIT 049 J.994 MOD CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL rI UNDER' 5 MILES ] 15 MILES OR O'.'ER VEH" YEAR MAKE: USE PLE.ASUPE FARM 050 J.994 MODEL.: SUMMIT DUMP CITY, STATE. ZIP ISLANDIA NY I WHERE GARAGED . DRIVE TO WORK/SCHOOL USE . UNDER' 5 MILES , PLE.ASURE FARM 15 M!LES OR OvER VEH /II YEAR MAKE: SUMMI T 05::ï.. 1994' MODEL. WALKING i CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED I DRIVE TO WORK/SCHOOL USE ~ UNDER '5 MilES PlE..!,SURE IJ! 1SMIlESOROvER - ~.!..RM VEH. 052 I YEAR 1.9 94 MODEL.; MAKE; SUMMIT WALKING , CITY. STATE, ZIP ISLANDIA NY , NHERE GARAGED . :JRrVE TO WORK/SCHOOL. USE .~ UNDER 15 MIL:::S :>l~SURE v IS Mlli:S OR ·:'/ER ;o".:.RM VEH# YEAR MAKE: MODEL. MA.t:X ~~R~T~Á~~~D ISLANDIA NY ~RIVE TO WORK/SCHOOL USE X GOM""·L RET~IL SEõ=!'.ICE ...1L COMM'l RETAIL SEI:¡\iICE ~cmIM·L RET':'IL SERVICE --X- :()MM';" ~E-:'"':'IL SE~'. IC~ TYPE: V.I.N.; TRAILER OV J.S8AD392J.R0008244 GVWIGCW CLASS SIC TERR 68499 COVERAGES X LIAS X PIP X ~DD·l X X UN TOR I TOWI , & u..BOR r-- COMP I ËPë~ L. ~T'N X CalL. TRAILER ,.¡ 1"'Ï"'i J.S8AL4524R0008303 GVWIGCW ClASS SIC F ME!:! PAY IJNINS MOTOR TYPE: , V,I.N.: TERR 075 68499 F , I UN 1 COVERAGES X AOD'l PIP, X ' MOTOR ~ TOW!NG ~ MEa PAY ~ .i LABOR X ~~~5R I ËPJfL ~L[AB x: PIP FT ---X.. COMP FTW X CalL TRAILER # 77 J.S8AL452J.R0008260 GVWIGCW ClASS SIC TYPE: : V.I,N,: TERR 075 UN IN COVERAGES, X AOO'L PIP' X MOTOR - ,- r-=--- TOWING X LIAS I X I MEO PAY' I do LABOR - - UN INS ----' sPE,: X PIP X MOTOR C O~ \... TYPE: V.LN.; TERR GVWIGCW 68499 , F L.SP --X... CaMP X COL.:" It' 175 FT FTW ",0 075 ,:HECK COVERAGES --Ã... .--X.... LIAS .---X- 68499 UNCRI~Js ....x..- MOTCR ~ TOWING .i LABOR ~T ~PjF: _ =T'.' ~ CCMP eCl:.. .':'OO'l PIP o,p ME~ PAY LiNINS \'OT,:)R TYPE: TR~C:'T'nR # '+.3 TERR V.i,N,: ry GVWIGCW ",0 Ol.>oSS UNDEr:< "5 MIL£5 PlE..:.SURE Q ::~.\"1'~ ." K 0N RIN::;, --L ::::VERAGES --X.... ':"CO'L PIP .;L !\,IOT':R :"S? RE-:-~IL \...I~B MEJ P':''y :OW'~ G n :':MP --L --L 3. ;...lSCR --L SE;;!'.IC:::: p,p UNINs SP'E.': ;o"T';. :'JLL '.\orcp : ,:F _ 'SMIL=SOR':VEP: =.!..Rr.t VEHII' YEAR MAKE: F.:"5=:"" n c;4 1 q q4 MODEL W~ T i(TNr- '~~RiT~l~~~D ISLdNDIA NY ~RIVE TO WORK/SCHOOL uSE '\. UNDER' ~ MILES PlE..!..SURE -r- '5MIL:=S()RO'.ER - ;:...RM ·...EH" YEAR MAKE: 'Iõ':!.C::"" n;;;; , C C .1 MODEL. W=>.T VT'J'r: ~~Rr~I~~~DISLANDIA NY JRIVE TO WCRK.'SCHOOL USE 'JNDE"< '5 Mll::S :>'_E.':'SURE , 5 Mil::::':; ,:;R 0'. ER ",...Rt.1 :Cli.. ACORD 129 (3/931a ----X- :OW.\'l '<E-:-':'IL SE¡:¡'¡IC:::: " -~ ':Ct,I~.r:.. TYP:: VJ.N.: T'Q:"TT F.~ ''Iõ''n1~?~'~RF17n'~ GVWIGC'N CLASS .sIC LSP cSP SYM/AGE 4 5 SEAT CP RADIUS COST "IEW 50000 ~ARTHEST TERM ,~ DEDL.C-:-:Bl=S X ~C'. X C~r.'p :::0":- COFL S~ AMT S 3 000 53000 CaLl. SYM/AGE COST NEW #J.33T ~ 4 5 FACTOR SEAT CP RADIUS DEDUCTIBlES X ~C'. 50600 FARTHEST TERM X COMP CCF L A,¡.. STAMT 53000 OT 53000 COLI. GE COST NEW 4 '5 ~ACTOR SEAT CP RADIUS 50 FARTHEST TERM '" Si .!..MT DEDUCTIB~ AC', ....x.. COMP CO~ L #J.53T SYMfAGE FACTOR 4 5 SEAT CP' RADIUS 53000 53000 caLL COST "IEW 50600 FARTHEST TERM DEDUCTlBlES X ACV ~ CaMP ~ c O~\ ~ STAMT 53000 5 177T 53000 COLL SYM/AGE COST NEW S ~ACTOR SEAT CP RADIUS FARTHEST TERM ~UC718~ o\C'¡ ....._ ST .:oMT -:"'C;:'"T' SYM/AGE FACTOR SEAT CP RADLUS .---X.- COMP'_ C OF~L COll COST NEW FARTHEST TERM ~UClB~ .:.ç. --Ä..- ':OMP ~ !'JF"'_ ST .:.MT ~, SY~AGE I'..., ,~ 4 SEA":" CP RADIUS :;:E-':'IL 5;::..'.:'::::: 'l'ERR ~ ~OVERAGES -X..... "'Co·L "'F' ---X..- ~IA6 ---X.... MEJ ;>.!,', P'F' ~\~I~ep Q UN INS ....x....- I.IC'I':R TOWING I LoOSCR SP<:: :JF'_ =--"1 _SP -X..... ,::",p ::L:.. LSP F/I,CTOR DECUC~]BL':S ~ __ 3~ .:.U~ , ..,..... SYM/AGE F.lCTQR se..:.- C? _3;0 DE~L.:C-:SL:::S -----2- 5 C~LL ;VPE· */~5 :C~.\P :::L_ ~-;- .:.t.1T -::c..... COST NEW c;n FARTHEST TERM ':'':., -X..... ':OMP _ C CF~~ 'T''Q:aTT'!:'''Q V I.N,: ''Iõ''rr,V~Q'c::~r-'?nc::c GI/WrGCW CU.SS SiC C.JLL COST NEW 4 S RACIUS .:.c. <n FARTHES":' TERM I ,~ -X...::1.,P _ ::F_ TERR n-t:; yHE....:< :::¡VERAGEs -X.... -L L'~e ---.X.- è'P .:.~: '- ;:;,p ;;:AJ.C Q '~NC<; -,5 -X-- '.ICT::: -"J~'. I~.G 3. ,.A2CR SP:: ::;F_ ~.'EJ Pt,'( U~INS '.1C-':R ,- J... "'7"'.'. ATTACH TO aUSINESS AUTO SECTION VEHICLE ÒeSCRIPTION- (con-1:.) VEH" YEAR I MAKE: EAST 056 1995 MODEL, WALKING CITY,STATE.ZIP ISLANDIA NY WHERE GARAGED DRIVE 70 WCRK,SCHOOL uSE - - UNDER 15 MILES - I 15 MILES OR OVER VEH" I YEAR MAKE: 057 1199S MODEL, PLEASURE - , F~RM MACK CH CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE - ~ UNDER 15 MILES _ j ~ 15 MILES OR OVER VEH It; YEAR. MAKE: - PLEASURE , F~RM FORD I OSB 19B5 MODEL F-700 CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE ~ UNDER 15 MILES ~ PLEASURE 1; 15 MILES OR OvER I FARM VEH " YEAR. MAKE: 1 059 '1995 MODEL MACK CH CITY, STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE - - I ,UNDER ~5 MILES ' PLE.ASURE I~ 15 MILES ûRQVER ~ FARM I VEH." YEAR, MAKE: 'MÞ...CK I 060 1995 MODEL: CH I CITY,STATE.ZIP ISLANDIA NY I WHERE GARAGED : DRIVE TO WORK!SCHOOL USE - ~ UNDER 15 MILi:S - - ':':Mf.IL - RETAIL - SER'.ICE X CDMM'L . RETAIL - SE~VICE l COMM'L RETAIL - : SERVTCE CCMM'L - RE7;'IL - , SER'JICE COW.I'L f'".J.RM PL!~..J.SURE RE7 ';IL SEP.'.'C:: - 15 MIL¡:S.:)R a,'ER VEH" YEAR MAKE: M:1.r~ o¡:¡, ,qqC; MODEL: RD6.3BS '~~R~T~¡~~~D ISLANDI.i\ NY DRIVE TO WORK/SCHOOL USE - - UNDER '5 MIL::S PI..¡:~SUPE FAR\I 5;:"('.1"::: - - - " 15 MILES ::R OVER VEI1 # YEAR MAKE: n¡::¡? , qqC; MODEL: !=:~~(",""~r :1Wl"\4¡;;q¡::;,nn ~~R~T~.It.;g~~ ISLANDI.i\ NY JRIVE TO WORK/SCHOOL. USE - - LJNDER '5 ~trI..ES PL:-':'SLJRE - - 'S ';\ILE5:JR CvER F'ARM '/EH :# YEAR MAKE: ~'P"C'I"""'r'~1""" I"!':::':I, , QQC:; MODEL. :lW("",4C:;Q;::;:"' nn æ~R~T~t.;g~D ISLAND:!:e~ NY JRfVE TO WORK,SCHOOL USE - - UNOE~'5 .'.HL:3 "L¿':''sURE - - IS MILES:R (;\ER =~RM .>.CORD 129 (3/93)0 - ":':W.I'L - ~=-'¡"IL ---X..... CCMII.\"L <;IE7':'IL - 5E;:<:.I":= "' ~ : :~.H.I _ =<~':"L - 3E::¡'.:,::: ~~.! TRAILER .r \ (> \ V.I,N" lE1U1X2B2SRG17639 TERR GVW/GCW CLASS SIC FACTOR ó3499 X _,·.CRIN$ , :...SP M07QR - TOWING - - do LABOR i'T X COMP - SPEC - C çF' L FT':J X COl.:" 073 ,,~~,~'< X COVERAGES ;..01: L ?:F X LIAB X MED PAY X PIP X ~I~WðR ~~.!. TRACTOR ,¡t 53 'V.I,N.' lM2AA14Y1SW049565 TERR GVWIGCW CLASS SIC FACTOR SYWAGE 3 5 SEAT CP ~CILJS . COST NEW 60000 FARTHEST TERM DEiJ,-"C';"IBL':S X ~C"I X :':MP ::.~ - - - - C":F I- M ST A"'IT '3000 - - 5 #lOlT 53000 COLl SYWAGE COST NEW 075 36499 ,g~e~~GES X ADD'L PIP ~ ~~~~J~S ~ F _ LSP X LIAB X MED PAY I IO~é~~ I=T X PIP X ~~I~ðR I ~PJfl - FT'...... ,~~.! p /U TRUCK V.I,N.' lFDNK7 4N7 FVA4 924 B TERR I GVWIGCW ,CLASS; SIC '075 '10000 I 03499 'E3~~~GES X ADD'L PIP X I~~~I~S 'F, I..SP - - ~TOWING -----: - X lIAB X MED PAY&. LABOR I=T l COMP X PIP ~ ~~mR r- ~PJr:L - f=iV'.J X COLL -Wr.', TRACTOR # 5 7 : V,I.N,' lM2AA14Y5SW049567 TERR I GVW/GCW I CLASS SIC 36499 ..x..- ~~~~I~S _ F TOWING & LABOR _ FT --1L CaMP - ðPJfL 'FT'N X' CCL~ TRACTOR it 55 lM2AA14Y5SW049566 GVW/GCW CLASS SIC I X COMP X COLL # 1'3 075 . gð~~~GES ~ ADD'L PtP X LIAB X : MED PAY - -----: UN INS , X PIP X MOTOR , ~~~: '-- V.tN.: TER.R 075 CHECK ~VERAGES --X.... ADO'L PIP ---X- LIAS --X.... MED PAY v PIP V ~1~I~R ~:;J: 36499 F UNCRI~~S -X- "-1C TOR TOWING _ & L.J.BOR SP~: :JF'_ - - F~ ~ CC~IP ".( C.JlL - o;:rN ... 1D 7 VI.N.; T'RTTrK 'M'~'67Y8SMO~17B8 GVWIGCW CLASS SIC TERR n~o ~~~~~GES --X... ----X..... LIA6 ---X...- v ?IP V o<noo ,- 'Q Q 'ß.DRINS MCT0R TC'.','ING & _"\'60R ~P~: 'JJFL 'T'~::!.-- ~'R ~CD'L PIP -----X.-. , - ,- \IEJ P..\,·f U~ I~~S MOT':R ~~E: V.I.N.: c ----X..... ':':",IP v C::L~ - - =-.V ~213 TERR ,~qW~~~?(~~,~~,qR GVW¡GCW CLASS SIC n7c; Rnnnn CHECK uNCRINS ~VERAGES -X.... .J.C.o'L PIP --X- '.\OTOR ~C'.'\¡ NG -X.... LlA6 -X..... \tED ¡::>....', _.ì. _':'BCR v P'P v ~I~¡~R t:'=F: ~ -.ooT TYP!:: "T'1:I ~"'T ~'Q ¡::;R4Qq , - - " -X.... :':'.IP v :':'L_ ~211 - =--, '_LN ,~qw~~~?n~~'~~'QQ GWVIGCW C:.....1SS SIC TERR n"'~ J!-1EC"': ,:;:JVERAGES -y... -I.CC':" :::"R -L L.:.B -X- ...IEiJ ;:0.:.', v ;:>IP v ::I~I~¿p Qnl1n/"l ¡:;'~.1 Q Q ~NCRlr,~ '.1.,:-:F -.: :"t",~ So ...."'"BC,. 3?~: ::1"_ ., , - - . -Y- v - - .. ATTACH TO BUSINESS AUTO SECTION 3 , SEAT CP RADIUS DEDUCTIBLES X AC".' - M ST .1'-1T - - 5 #53 SVWAGE FACTOR SEAT CP ~UCTIB~ .J.(;'.' AA 57..\,I\.4T - - 5 #13 SY'ÑAGE FACTOR SEAT CP CSP DEDUCTIBLES - - 'A -;-1157 57 "'"'.IT - SYMlAGE FACTOR SEAT CP L5P DECUCTIBLES - - _A S7 ':'1.11 -- - , "0' SV....AGE F'ACTOR SEAT ':P L¿? DEDUC":"IBLES - ~ "" 57 ':'~.!T - -- 5 :I:f:¡:'''' SYM/.3.GE F,),C70R SEA7:P iõ!.ACIUS .sP DEDUC":'IBLES _ --..X. -. 3T ':".1i - - ~"';""1'" 5·'·....A,,:;ë. FAC7CR SE-A7 :? L';:? :EJLC-IBLSS .~ ~- . -- -~ ~~ 5- ':".n ,:':..1P - - - ::::L_ ; .,¡....,..... 4 5 RADIUS 3 5 RADIUS , '5 RADIUS 1 R..\.DILJS BOOOO FARTHEST TERM ~ COMP _ ¿b~(.L '3000 S 3000 COLL COST NEW 15000 FARTHEST TERM ~ CCMP~ {~~\ , '3000 53000 COLL COST NEW 70000 FARTHEST TERM ~C'¡ --1L COMP'_ ¿brL '3000 "000 COLL COST NEW 70Mn FARTHEST TERM ':'C'. '. P s~~c ~....,AI _CO!'"L ~n ~':I;nnn CCLL COST "'-iEW ; 72~on FARTHEST TERM ..,.:. ~ ,::,lI.tP _ !~F\ ;,nnn :; .. n n n ceLL COST "'-iEW - , FARTI1EST TERM -c. "'IP ,PE: .-l'_U," _C':Fl -'.J.~_._ 3":1: nn n ceLL COST "'-iEW , IU.DIUS ; .n'~' FARTHEST TERM ---x-::,jMP~ :'Mn ;'Mn ~?=- :-':F', ::Ol-~ VEHICtE DESCRIPTlOI<I (=n·I.) VEH" YEAR MAKE: SPECTEC 064 1995 MODEL' AW04596100 CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK.SCHCOL USE ~ UNDER 15 MILES X ,::w.r:.. PLEASURE RETAIL 15 MILES OR OVER VEH" YEAR , F~RM SER'~lCË MAKE.: SPECTEC 065 '1995 MODEL' AW04596100 CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE. TO WORK/SCHOOL USE X COMM'L ¡UNDER 15 MILES PLE.A.SURE : RETAIL ! I I 15 MILES OR OVER F "'R~' SE~'.'!CE VE.H" I YEAR MAKE: SPECTEC I 066 '1995 MODEL' AW04596100 CITY, STATE, ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL. USE ~ CQMM'L RETAIL UNDER 15 MILES PLEASURE ~ 15 MILES OR OVER FARM SERVICE VEH" I YEAR I MAKE: SPECTEC 067 1995 MODEL, AW04596100 I CITY, STATE. ZIP ISLANDIA NY WHERE GARAGED I DRIVE TO WORK/SCHOOL. USE ,-,--, - ¡-i.J UNDER 15 MilES PlE.ASURE i-I 15 MILES OR OVER F.ARII.I VEH 11 YEAR MAKE: -X. ':OMM'~ I RETAil SERVICË I i '~~R~T~Å~~~D ISLANDIA NY DRIVE TO WORK/SCHOOL USE ---Ä- COt.'M'l RETAIL UNDER 15 MilES ~5 MILES OR OvER VEH'# YEAR MAKE: PLE.ASuRE F.),RI.t Sï:¡;1", ICE gPEC'T'F.C: MODEL: .- , ;;;~R¡T¿¡~~~D ISLANDIA NY DRIVE TO WORKJSCHOOL USE --X- ':':'~.'r.rL REL~IL UNOE~ 15 MILES PLE..:.SURE 15 MILi:S OR OVER VEH" YEAR MAKE: F.:.RM SE~'.IC:: !=:'PF.f""'T'F.f"" n7n , ClCIC: MODEL: ~wn4C:¡Clñ' nn '~~R¡T~~~~D ISLANDIA NY ::JRIVE TO WORK/SCHOOL USE ---X.... CGMt-..1'l RET.),ll SE"','IC::: UNDE~ IS Mll¡;S PlE..),SURE IS Mll:;:S OR ')VER VEH 1# YEAR MAKE: I=:.RM ~'D1õ"(""""1õ"(",, ....T"I"'..,Q¡:;:....., n"'"'! MODEL: , QQC:; ~~R~T~¡~;g:D ISLANDIA NY JRNE TO WORKJSCHOOl USE ....x... ::;,"-H.rL ;:¡E7;"ll l.JNCEr! IS MIL':S "l<:'~SURE ~5 ~.tllES GR JVER =':'R',1 SER\,C:::: '>CORD' 129' (3193\0 , BODY , TYPE: VJ.N.: TRAILER #' 20'1 lS9WA4523SS1B8200 GVWIGCW ClASS SIC FACTOR 3 SEAT CP RADIUS TERR 0~5 Boooe '~¡"'E.i( ~ERAGES ---.!.... ;"CC':' p'p X X LlAB X' MEDP.),Y X pIP X ~1~I~ðp 68499 '.... ~ ~ I ~ .:: MOTCR TOWING &L.ABOR -spec I COFl , ~5? FT X CaMP , TYPE~ V,I,N.~ FT'N X CClL TRAILER it 215' lS9WA4525SS188201 GVWIGCW CLASS SIC TERR 075 BOOOO C~VERAGES; X ADD'l PIP X ~~TO~ iX LlAB X MED PAY I ¡~~~~ - :---' UN INS I spe.: X PIP ,X MOTOR C 01= l 6B499 F FT es? X CaMP TYPE: V,I,N.· Fïltl X COLl TRAILER '" 2\7 lS9WA4527SS188202 GVWIGCW ClASS SIC 075 80000 " v I UN IN : COVERAGES, X AOO'l P!P .lL4 MOTOR I :---: ~ ,TOWING .------ d.. LlAB ~ MEO PA'( ~ & LABOR ' FT X COMP X PIP I X ~~I~R ' , ~P6fL I FTW I"X Call I ~PE TRAILER ,¡,t 21'1 'V.I.N.' lS9WA4520SS188204 GVWIGCW CLASS TERR 68499 TERR 075 80000 COVERAGES; X, ,),DO'l P'P ~ ~~TOI~ ~,--. TOWING --X.. lIAB : X I MED PAY , & LABOR i UN INS --, SPEC X PIP X MOTOR . COF L 68499 F FT TYPE; I V.I,N.: TRAILER W GVWIGCW CLASS TERR ...fQYERAGES -X.... ,),DO'l Clp -2L LIAS --X.... MEO P'\'Y UNIN$ PTP MQTCR UN IN ...x..- MOTOR TOWING & LABOR $P!::C .: ,JI=:" TYPE: , V.I.N,: TERR GVWIGC'N T'R~ TT.ER CLASS H ~VER.AGES ---oX..... .1.CO·l ?'P ..--X.- L.AB '---x.... ME!:! p.),', uNINS ~,\C TCR UN INS ......x..... MOTOR TOWING 3c ..;.BCR SPEC :CI= L ',p TYPE. 'T'''Q:''TT.~1<I V.I.N.. F eS? SIC SYMlAGE OE"L:CTIBl~S X AC. M ST AMT #209T SYMlAGE FACTOR 3 , SEAT Cpo RADIUS DEDUCT,BLES X AC'.' '.>.A ST AMT #2l5T SYM/AGE FACTOR SEAT CP COST NEW 49371 FARTHEST TE!=I:M X C:I.IP è'é'FJl '3000 :;3000 COll COST t.lEW 49371 FARTHEST TERM X C:MP COFl , 53000 53000 COLL COST NEW 3 , RADIUS 49371 FARTHEST TERM I DEDUCTIB~ ,),L,'J -1L CCMP c COl=l ;v. STAMT 53000 " #217T '3000 coee SYMlAGE COST NEW FACTOR 3 IS SEAT CP' RADIUS , LSP DEDUCTIB~ ACV --X.. eot-..,p .v. ST AMT X'cell 219T .= 221 ,FTW SYMlAGE 49371 FARTHEST TERM ..JL CaMP: C OF l '3000 53000 ':OlL COST NEW " SIC FACTOR SEAT cp' RADIUS FARTHEST TERM F FT --X.... r:c'.\p ':'::l_ r::T'N ... 22.3 LS? ~UCTIB~ .),C'i .\,' ST .),MT ~ C,JMP _ Bo'F\ s CaLL COST NEW SIC 5 FACTOR SEAT':;P RADIUS FARTHEST TERM °T ------X- C':I.tP ':':L:" 1=->" ,~qW~4~'4!=:!=:'~R'n7 GVWIGCW CLASS SIC #- 225 TERR ~ERAGES ---X.... ..1.00':'" C'P .....x..... LIAS -X..... ME!J P4.'r C'P ~1~,I~ðR 'Jt< Rlt\j ~ MOT2,R TOWING &........SGR SPE,: : CF:.. TYPE: V.I.N.: ""'g~TT ,;;!'I:I '~Qn~"'.~"'.'9~'~~~n~ G\¡WiGCW C~SS SIC "*:7""> TERR , COVE~GES....x.... ':'CD ,_ :J'P ---X-- '- AS -----X..- '.IE:J ?;. ?'p ;:1~L~~~p 'IN I~JS '.tCTCR T()WI~..:> &. LABCR 3?=': r: OF ~ ..:L ATT '>CH TO BUSINESS AUTO SECTION , .. -----X- ':cw:: r::"T'.',' c _:L r::1'.\' "?1 SYM!AGE _S? ~UCTIBL~ ':'C', .1__ ST .1.MT " SYMiAGE FACTOR SEAT ':P -.---X.- ,:JMP _ C c'F"".... ~1lD- 5 .:~Ll COST NEW RADIUS FARTHEST TERM LS? ~UCTIBLES ---X- AC'l .....x..... CuMP _ c ,SF\ ~~ 3T .:.r,1T :2L_ ~ SYWAGE , i=ACTOR SEAT CP RADIUS íJEDUC-ISLi:'S ., ~ :.: ~ .11::: -~ ST ~r,1T ::l_ "")<?I C::l:'" COST ~EW .1¡:;:"2."¡:; F ,),RTHEST TERM .:.c. _L'':::'~·IP _ ,?:"f< 5") ::ll r VEHIC..E DESCRIPT10N lcon-'t.) VEH" YEAR, MAKE: SUMMIT 080 J.996 MODEL: WALKING 'I CITY, STATE, ZIP ISLANDIA N"'l WHERE GARAGED , DRNE TO WORK'SCI-10CL USE ~ UNOE? 15 MILES PLE.~SURE ) 15 MILES OR O\'ER F"A,RM I VEH" YEAR: MAKE; SUMMIT I 08J. '1996' MODEL DUMP crn, STATE. ZIP ISLA.'lDIA NY WHERE G.A.R.AGED i DRIVe TO WORKlSCHOOL USE ~ ~ UNDER 15 MILES I----- PLEASURE . , , 5 MILES OR OVER F" ,),RM I VEH" YEAR MAKE: SUMMIT , ' I 082 : 1996 MODEl' WALKING I CITY, STATE, ZIP ISLANDIA NY , WHERE GARAGED DRNE TO WORKlSCHOOL USE ~ ! ¡ I UNDER 15 MILES ~ PLEASURE ~ 15 MILES OR OVER I F"ARM : VEH iI YEAR I MAKE: SUMMIT , : I I 083 '1995 MODEL' WALKING I . CITY. STATE.-ZIP I SLANDIA NY : WHERE. GARAGED CRIVE. TO wORK/SCHOOL USE f-- ~ UNOER , 5 MILES ! 15 MILES OR OvER VEH " YEAR MAKE: MODEL: , PLEASURE , F",),RM SPECTEC : ~~R¡T~.rt.~~D ISLANDI.~ NY JRIVE TO WORK¡SCHOOL USE lJNDER 15 MILES 15 MILES OR ('I'.,'E? VEH :I YEAR MAKE: MODEL: PLE,lSURE ¡:,¡,RM FORD ~~Rr~Á~~~o ISLANDI.ri. NY :RIVE TO WORKlSC:-tOOL USE UNOE.O;: 151.t1L:::5 15 MILES OR 'J'ÆR '/EH " YEAR MAKE; PLEASURE i=.:'RM ~~~.... nq¡;;, , QQ4 MODEL; W:"T.'R"T'Mr- '~~R¡T~Át~~D ISLANDI.ri. NY DRIVE TO WORKlSCHOOL USE UNDER '5 MILES ;:>'_E.,),SURE 15 MIL:::S OR ':VER ¡:.:oRr., '/EH" YEAR " MAKE; MODEL.; 'l3'f"!~'n ~~R¡T~Á~~~D !SLANDI.ri. NY JR!VE. TO WORK.'SCHOOL USE iJNCE~ . 5 ~.lIL=S PL~':'SuRE -5MIL:::5vR':'.E~ =1Rf.1 -'CORD 129 (319310 X ::"".'L RETÀIL SËFW1CE X CCMM'L , RETAIL SERVICE .-.1L COMM'!. , RETAIL SERVICE ....x... COMM'L RE7')'IL SER\. ICE -Ã... CCMM'L RET';IL 5ER"'CE ~':::W,,1'L RE7,),IL SE¡:?\ICE ......x... C'::t.1M·L RE7.1.IL 5E~'.IC::: -::':W.1L :;:E-",L SE,,', ~.::::: ,~~,! TRAILER ~ 3\ SYMlAGE V,I.N,' lS8AD3434T0009072 2 TERR GVWIGCW CLASS SIC FACTOR SEAT CP RADIUS "f¡ p,~ ::, .'.\07:" TOWING I & LABOR ~ SP::': C CF i. 58499 ~ :..SP !:EDUC7ISL:'S X ..c. , FT X COMP A' ST ),MT FTW X C~LL #31T 075 ~ð~êRAGES X ...cc L ?IP X - ,-- X lIAB X . MED PAY - ~ X PIP I X ~~1~8R ouý TYPE: ! V.I.N.: TRAILER lS8AD3436T0009073 GVWIGCW CLASS SIC TERR , 075 C~VERAGESI X AOO'L PIP' X I ~OTCIR X LIAS rxï MED PAY :: ¡°J'é~~ X PIP ~ ~,~I~R I ðPJrL 68499 F LSP ;FT I X COMP 'FìW X COLL TYPE: . V.J.N.: TRAILER ~ lS8AD3438T0009074 GVWIGCW CLASS SIC TERR 075 U ,N COVERAGES· X ADO·L PIP n; MOTCR - ~ TOWING X LIAB X MED PAY, & LABOR X PIP X ~~~ðR :¡ ðPJfL ~ TYPE: , V.I.N.: TRAILER 08392 GVWIGCW TERR , 075 80000 , UN IN COVERAGES; X ÀDO'L PIP I X MOTOR ,- ì:;-' ¡---- TOWING ~ lIAB ~ MED PAY '_ & LABOR ¡ X PIP I X ~~I~ðR' ~PJf,_ I TYPE: TRA:ILER , V,I.N.: TERR GVWIGCW 7 ~ERAGES~ ÀOD'LPrP --X....LlAB ~ME:JPA" P'P ~1~1~5R UN ,~ ~ :\IOTCP TOWING & LABCR SPt;:,:: C '::'F:.. TYP=; V,I.N.: TERR GVW/GCW " H ~ERAGES ~LIAB PIP UNC¡:¡',"" ...Ä.- :\1QTCR JOW rNG .3. LJ,BCR SP::,: C:F :.. AOC'L P'P :\1E:J PAY UNI~ S ....iCTCR TYPE: VJ,N,: 68499 ~FT 'F'TW CLASS 68499 CLASS CLASS 'F LSP LX.. COMP X COLL 11 '. SIC 'F LSP ..1l. C,JMP X COLL ~27 FT FT'N SIC .6, COST NEW 45500 FARTHEST TER~ X :.JMP .:oF__ :::.::¡; L -33 '3000 53000 COLL SYM/AGE COST NEW FACTOR 2 , SEAT CP RADIUS 45500 FARTHEST TERM M DEDUCT1BLES X ,),C'. X COMP , CCFL STAMT 53000 53000 cou SYMlAGE COST NEW , #33T 2 , FACTOR SEAT CP RADllJS DEDUCTIB~ ,),..;V Ai>. ST ')'MT , #35T SYM/AGE 3 , FACTOR SEAT CP' RADIUS DEDUCTIB~ AC"I M ST,),MT SYM/AGE 45500 FARTHEST TERM --X.. CCMP~ c OF\ '3000 53000 ceLL COST NEW 49500 FARTHEST TERM XCOMP' , c '::CFL '3000 53000 COLL COST NEW , FACTOR SEAT CP RADIUS FARTHEST TERM F FT LSP ~UCTIB~ :'C', ~ CCt.1P """' ST .1.MT ':CLL ~~'.. PIC\( -liP SIC FT :..SP ~ C.JMP i="':~ 'T'''Q:''TT,~~ 'F.'rr,~~qq~"Q'R"'~4An GVWIGCW CLASS SIC TERR ~ H _,g"QYERAGES:.....X.... :'DO'L CfP ......x... LIAS --X...- '.1ED p:,( PIP ~\~I~ðR UN IN -X...... MO;CR TOWI"-3 & .......BCP 3P~': ,::F"_ TYPE: 'I.I.N.: -~ TERR GVW/GC'N .... '-x '~N ",::, COVERAGES -X- ~CC"_ ?'P --L '.IC';"':'''' "7"-:':,I,',G ----z- LI.J.B ---X- "-IE:J?':' , ~ _-\8':"< ;:>IP ;:1~1~~?¡:¡ ~P:'=:è _ ATT -'CH TO aUSINESS AUTO SECTION v CLASS F FT ~ :Jt.\P ,:JL:... F7'N P\C'<..-uP SIC " ..:L -,," SYM/AGE ---X- -::OMP --..: C OF\ , CCLL COST NEW , FACTCR SEAT CP RADiuS FARTHEST TERM ~UCT:B~ .\C', :..;. 3T .\MT ,:OL:'" #187 SYM/AGE F),CTCR SEAT C? ~ COMP ¿CFJ~ , eOL:" caST NEW RADIUS FARTHEST TERM LSP DE::IUC"7"'B~ :'C'¡ .......x.... COMP _ C CF~L ""'-~ 3T "MT ':sYWAGE F~C;'::R SEAT :? _3P :E!)UC-:-:8L:::S C:,~.1P ,. 5; "r.1T ::L:" C:LL COST NEW RADIUS " FARTHEST TERM .C'. -'IP :§--- ---X-.':....'" _.... ~F_ C:L:.. VEHICLE DESCRIPTION (con't.) VEH" YEAR MAKE: SUMMIT 072 1995 MODEL.: WALKING CITY, STATE, ZIP ISL.ANDIA NY WHERE GARAGED : DRIVE 70 WORKiSC¡"COL. USE i---- ~ UNDER 1 S MIL.:::5 PL~SURE I .. ,'SMIL.ES,JRC'..ER FARM VEH" YEAR MAKE: SUMMIT 073 11995 MODEL' WALKING CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE III UNDER' 5 MILES ' PLE.ASURE 15 MILES OR QvER VEH " YEAR MAKE: 074 11995 MODEL.: F~RM 5UMMIT WALKING CITY, STATE. ZIP .I SLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL. USE , UNDER 15 MILES I 15 MILES OR OvER VEH;J YEAR MAKE. I PL~SURE , FARM 5PECTEC WALKING 075 '1995 MODEL.: CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED . DRIVE TO WORK/SCHOOL USE ¡ [ : UNDER 15 MIL~S j I 15 MILES OR O'/ER VEH /I YEAR PLEASURE FARM MAKE. 076 11994 MODEL.: 5PECTEC DUMP '~~R~T~l~~~D ISLANDIA NY DRlVE TO WORK¡SCHOOL USE , UNDER 15 MILES PLEASURE \¡' ~5 MIL.!:S GR C'.!:=? F~R'.1 VEH" YEAR IH~ ~ MAKE: "'ODEL: H'TT,T, DUMP 077 ~~RrBl~~~DISLANDId NY ;:IRIVE TO WORKiSCHOOL USE UNDER' 5 MIL':3 PLE.;;,SL;RE ': ~IILES OR j\. E=< VE}¡ ~ YEAR MAKE' F..Rt.1 M;!!.{"''J( n.,~ ,q~4 MODEL.: 1n_W'J-f'F."C"T,¡;"'k' ~~Rr~Á~~~DISLANDIà NY 'JR[VE TO WORK/SCHOOL. USE UNDER'S MIL='S PLS':'SURE ;:J,Rt.1 I': MIL.ES.JR :\.E=? VEH". YEAR MAKE: qTTM'MT'" f"j":l Q MODEL.: fÑ~T7-"Jr::. 1C C ¡::;' ~~R¡T31L~~D ISLANDIA N'"l" JRIVE iO WORK"SCHOOL USE uNDEr:< I 5 ~.IIL=3 ='L¿':'.SL:Fõ¡: I:1.'ILE5,JR ·:\E? ¡O-.:.RM '>'CORD' 129 (3/93)a X. C~~.\M':'" RE7~IL SE~'~ !c:: X COf..1f..fl RET~IL. SER'IICE --1L COMt.fL RETAIL , SERVICE --X.. CQMt.rL RETAIL. SERVICE ---X.... CCMM'L RETAIL 5E.Q\¡I(:::: BODY TYPE: V.I,N.: TRAILER ,oj: 205 158AL452650008936 GI/WIGCW ClASS SIC FACTOR. TERR S't'M/AGE 3 SEAT CP RADIUS 075 80000 68499 "" ;'OO'L PIP X ..J~J::;;¡:~.S L3? DE::L.C71BL'"S X ':'C', ....fQ,'yËRAGES~ MCTûR X LIAS X MED P~Y ':'QWING FT X C:)MP "" 57 AMT '--- & LABCR X PIP X UNINS S?!:C FT'N X C:::LL #205T MOTOR C OF L TYPE, TRAILER 1*- '2.0 7 V,I,N" 158AL452450008935 GVWIGCW CLASS SIC FACTOR TERR 075 80000 --oX.... C:)M~.rL R~-:-':'IL 5E=<'.rc::: .-X.... CQf..'M'L RET;'IL 5EQ'.'C::: -y... ':::::I.1t.I:" r:tE-:-AIL 5E=<·.,'::::: X pIp )..DD'L PIP X· M~TC~ ¡- TOWING & LASOR ~ SPEC CCF L 68499 F , FT 68499 ~~ 68499 CLASS CLASS FT'/'; ~ cO~.'P X COlL COST NEW 49500 FARTHEST TERM X --MP oP - ....v _ CCFL 53000 S 3000 COLL SYM/AGE COST NEW 3 , SEAT CP RADIUS LSP DEDUCTISL.ES X .~C·. ST .!..MT , "" Þ;,Q~ FACTOR '" #207T SYMlAGE SEAT CP 3 , RADIUS 49500 FARTHEST TERM X COMP _c C OF L A" ST AMT '3000 s 3000 COL.L COST NEW 49500 FARTHEST iERM ,SP DEDUCTIB~ AC: -1L C;:'MP' C OF-L. S<c /' i:A.C;OR TYPE: V.L.N.: TRAILER 158AL452350008718 GVWIGCW I ClASS SIC , #203T 25 FACTOR SYM/AGE S~T CP '3000 '3000 COLL COST NEW 3 , RADIUS 49500 FARTHEST TERM '" SiM.n DEDUCTIB~ AC', --X.. C.JMP' 25T SYM/AGE "'~ SYM/AGE .:.-.... 57 .:."',... ~ERAGES~ X LlAB X MED PAY - UN INS X MOTOR TERR 075 COVERAGES, X ADD'L PIP 7 LIAS ~ MED PAY --=z¡ PIP :x ~~1~5R ; X I ~I~TOIR I : TOWING ~ .1 LABOR ! : ~P6}\ --1L C::;JMP FWI X COLL TYPE: V.I.N.: TRAILER ¡,¡. 15:9D5323955188214 GIJ'NIGCW CLASS SIC " # '2\ > C OF L '3000 53000 CaLL COST NEW 5 SIC FA.CTOR SEAT CP RADIUS FARTHEST TERM F F- "1','. ---Ä- :Jr.IP "Q~ SYM/AGE SEAT ;:;? LSP ~WCTIS~_ J,C'.. -X... C:1MP'_ èciF\ ...... ST "'MT _9 ,::,'.'P :'::L_ F FT ¡ FT\V ~LSP --X- CQMP X COLL SEAT ;:;P DEDLC7:BU,S .,. .:.c. ~ ::;- .:.,t.1T ~""Q'" C:::LL. COST NEW SIC FACTOR SEAT CP RAD,US FARTHEST TERM :':-'.\P ~L.CT:B~=_S---x- J,C'. --X- ,:C·MP ':> -'- .:: ::F l -:CL:' COST NEW RADIUS FARTHEST TERM TERR 075 COVERAGES I X )..DD'L PIP' X : ~~TOIR - :- L....2.......: TOW!NG X LIAS 'X \o1ED PAY & I..ABOR X PIP X ~1~t'8R ~P6~\ TYPE: TRAILER "¡'V.J.N.: TERR GWoIIGCW ....fQYERAGES '-X... --X... LlAB -X... PIP u' I ,)"DD'L PIP ...x..- MOTOR TOWING ..lED P.tI,Y & LABOR ".JNINS SP~':: "'CT,:P (: JF '- TYPE: T'R:"TT,ER I HQDG.:;=nlK.IO 22C1 ì ~ V I,N" TERR GIJW/GCW F" --.X... L5P :':Lc. $t5'1 FACTOR F LS~ DEDlICTIBL.ES "c. ----X..- COMP _ :JF-L¡ ------.X. " --.X... '::'.tP -- ,- ~I.1T , 1nnn 'F'""'.': ., ::L:.. :f;:::Q ~':Innn C::lL, SYM/AGE COST ~EW ¡::;'~.1C C ATTACH TO BUSINESS AUTO SECTION F7'/J TYPE: V.LN.. Tf;I%l.l""'.,.rr~ 'M?~"~r~~:..n'n'~, GVWIGCW CL...!..SS SIC RACIUS .J. 55,1(,) FARTHEST TERM c COVERAGES --X.... ----X- L:~B --X.... P'P LiN IN .....x....- MOTOR TOWING & ...ABCR ,ªP~C ...._F,_ 'T"'t:IlI.TT 'lõ!f;I '~~~~~.1~""'"nnnQn-~ ::;VWIGCW CLASS ---X..-'::t.1P _ )1nnn ..J :>?::.~ I :::F. J,CO'L ?'P '.IE:> PA,Y UNINS \10rCR TERR ~ERAGES ---X- .J..DD'L DIP --X.... :"~"B --X...- '.IEJ P:..y '..JNINS Y "'CTCP dODY TYPE: VI.N.: UN IN ~ MCTCR TOWING & ...ABOR SP::: C:I= _ " ..x. ~1nnn ::::L'-' "( Pi:' TERR '~HEC;< n'" C; :O\lE~GES""'y'" ':"CC':'" ?'P ----X.-. L".:.a -y... '.!ED :>", jNIN$ y D'P V '.\CTCP ':~.CRIN::. ---X- '.'CTCR -:-:.'JII\¡G ~ L..).BCR S?=': ::F_ r;;;~.'J v 'VEHICLE'DESCRIPTION (con1-.) VEH" YEAR MAKE: HILL 088 1989 MODEL' SEMI GY CITY, STATE. ZIP ISLANDIA N"'.l WHERE G~RAGED !JRNE TO WORK/SCHOCL USE c-- - LUNDER 15 MIL!::S _ PLEASURE I 15 MILES OR ûvEP FARM VEH" , YEAR ,MAKE: EAST 089 '1994 MODEL, SEMI GY CITY, STATE, ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL. USE - ~ UNDER 15 MilES _ PLEASURE I 15 MILES OR O\ÆR VEH" YEAR MAKE: AO'TOCAR - FARM 090 : 1987 MODEL.: CITY, STATE, ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE - - ~ UNDER 15 MILES _ PlE.ASURE I 15 MILES OR OVER FARM I VEH" YEAR, MAKE: EAST 091 1986 MODEL, TRAILER CITY, STATE. ZIP ISLANDIA NY WHERE GARAGED 11749 :..DRIVE TO WORK/SCHOOL. USE ~ UNDER 15 MilES! PLEASURE 1- 15 MILES OR O\¡ER I FARM , VEH" YEAR MAKE: MODEL: I CITY. STATE, ZIP I WHERE GARAGED DRIVE TO WORK/SCHOOL USE - - UNDER 15 MilES PLEASURE F.!;~I.' - - 15 MIL:;:S OR O'IE" VEH " YEAR ~AKE: MODEL: CITY, STATE. ZIP WHERE GARAGED .JRIVE TO WORK-SCHOOL USE - - IjNDE~ 15 MILES PL::,,),SLJRE - - '5 Mllt:5 ,)R ,)\·E? F:'RM VEH .1' YEAR MAKE MODEL.. CITY, STATE. ZIP 'NHERE GARAGED DRIVE TO WORK/SCHOOL. USE UNDER: 5 "-ilLES PLE.~SURE 15 MILES CR O"E.~ FAFH.\ VEri; YEAR MAKE. MODEL.: C:W.\"l - RE7AJL - SE~':ICE X CGW.I'L RETAIL. - SER',ICE ~ CGMM'L RETAIL - I SERVICE COMM'L - REnlL. - SERVICE CJW,1L. - RE7':',l - Si:"'.IC¡: C;:W.I'l - ~E7:",L. - SE:::¡'.IC:: '::W.IL. RE-:",L SE;::;.:C::: BODY TYPE: V,I.N.: TERR 075 g~~~~GES X Aca'~ PIP X lIAB X MED PAY X PIP X ~,~I~R ~~J , V.I.N.: TERR I 075 ~~~~~GES X AOO'L PIP X L.IAB X MEO PAY X P'P X ~~I~ÕR ,W~~: V.LN.: TERR I §~~~~GES gUAB X PIP l AOO'L PIP X MED PAY - UNINS X MOTOR ~~J V.J.N.: TRAILER 1H9DGG3D1K1022017 GVWIGCW CLASS SIC \~I I ' , SYMlAGE FACTOR SEAT CP RADIUS TERR CHECK , COVERAGES ~DO'L. PIP 68499 X t,~~~I~S L5P OEDUC-:'IBLES ~C;', - TOWING - - - - &. LABOR F7 X COMP "" ST ;!I,~.IT - SP!::,: - - - - COF ~ FT'N X CCL.l 5 "'155 TRAILER 1E1U1X282RRK15479 GVWIGCW CLASS SIC 68499 X ~~~~)~S _ F TOWING 3. LABOR ~ ~P6fl - FT X COMP ~ COST NEW , 36000 FARTHEST TERM - LIÞ-B MED PA.Y - UNINS MCTOR ~~;: V.U'!.; - F'T'N X C~JL.:" X c.:::,,-,p ;:'?_I.- CCF L. - PIP TERR CkECi< S_~'yERAGES L.lAi3 ~CD'L ;;,P - ME:J P;!I,Y IjNINS ','GT':::P ~~;; TRACTOR 1WAUDCVG1HU304347 GVW/GCW CLASS SIC I 36499 l ~ro'fä~~ '~ F TOWING 3. LABOR ~ ~P6~l - F7 ~ COMP I X COL.L - - - - - F'T'N 68499 X ~~~~I~S F ~ TOWING - _ & LABOR FT ~P6fL. ~ FT'N - l :OMP X COll 53000 53000 C~lL SYM/AGE COST NEW FACTOR 5 SEAT CP RADIUS g8~ª:iAGES ~ ADD'L PIP X UAB I X MEDPA.Y X PIP X ~~lmR , ~PE: V.I,N" 1E1F2T283GRX06804 TERR GVWIGCW I CLASS SIC P'P V.!.N.: TERR CHECK ~ERAGES :"I:"B ADD L C'P ".IE: P~~ uNINS '.le'CR rjCQY TYPE: V J.N.. GVWIGCW CLASS SIC L5P DEDUCTIBL.ES P'P '.mORINS F L.SP MOTOR - 70WING - - , do LABOR FT C:JMP - SPEC; - - C:F '_ ;::-:/ ::lL GVWIGCW CL.ASS SIC - - - l,.iNCRINS ~ _SP 1.10TCR -CWJNG - - So. L....BQR ~ :Ct,p ª,P!::,: - - OF :=-:" CCl_ AA S. AM. - GVW..GC'N CLASS - - 'JNORINS \ICTOR 7"CiWI~ G ~ _:..BOP SP:öC : ..::~ '- =-:/ 5 (Q~ SYMlAGE FACTOR SEAT CP LSP ~UCTIB~ AC'~ 50600 FARTHEST TERM AC'. X COMP ¿~~l - - 53000 s3000 COL.L COST NEW 5 RADIUS 65000 FARTHEST TERM COMP' ~\ - - AA ~ ST~MT ,S3000 '53000 COL.l SYM/AGE COST NEW - S 'J-')D FACTOR SEAT CP LSP ~UCTIB~ .3.C', .;A ST ;!I,MT # 2.-:30 - , SYM/AGE , 40000 FARTHEST TERM RADIUS COMP' è~¡CL. - - '3000 53000 COL.l COST NEW " FACTOR SEA. CP RADIUS FARTHEST TERM DEDUCTIBlES - - ,. 5T ..!.iT - - , SYM/AGE :"C'. SPlc C OF L. C::'MP - - , , C':;L~ COST NEW 5 FAC7QR SEAT CP RADIUS FARTHEST TERM DE!JUC':'IBL.'=S - - '" 37 :"~.1T - - , SYM/AGE SIC FAC70R SEAT CP RADIUS '_SP DEDLJCTIBL.ES :-:UP 37 ':"~.IT ::::l_ SY\1:AGE ---- :1Tì' ST ~ TE, ZIP NIo,ERE GARAGED JRIVE TO WORK1SCHQOl :.JSE L.I~jCE.~ 15 \11:..:=:.5 ;:'l':-..:..3uRE 15 ,'.lIL:::S ,::R 2'.E;:; ;::.l.RM -.:: ~.I~."~ ;;;;¡;::- ~,L 3E':::'.,::: '1'"ERR ...HE...I< :::::vERAGES ·cc:.. =',,, GVW,GC'/v C~SS ...c, 5¡:>L" C,)F :.. C:t.IP - - _,;,3 '.1EJ:O:" ; 'ß,I~,S II.ICT,:R "I¡CP!~.S '.Ie-c.p -':'''/I~ G .it. _.:.BCP 3P~': :':F_ ;:-:,. , ; CCll COST NEW ; ,),c. :.RTHESTT::~_I '.:1MP C,)F L.' - , O'P C:iLL, caST NEW FARTHEST TERM SIC F.l.C~CR SEAT C? "lAC1US C:'.1" .. ,; 7 .:., ~.IT ." ::MP ¿~r~ _.3P JE.JL.:C':'¡BL.~S ::L~ ACORD 12913/931a ATTAClfTO BUSINESS AUTO SECTION ':Cl_ , ACORD_ VEHICLE SCHEDULE CSR JS PRODUCER _~gNJO.Edl: 516-799-8222 (..eð.NN~-, Exl); Bender Ins. A~/, Inc. BR#l 365 Crossways Park Drive Woodbu~I ~l 11797 coeE: AGENCY CUSTOMER ID SUB CODE: "'''T>'T_' VEHICLE DESCRIPTroti VEH II I YEAR ~ MAKE: MODEL.: CITY. STATE. ZIP WHERE GARAGED DRIVE TO WORK/SCHOOL USE - L- UNDER 15 MILES I 15 MILES OR OvE" I YEAR MAKE: ! 2002, MODEL: COMM'l - - PLE.-~SURE APPLICANT (First Named Insured) Trinity Transportation Corp. E¡:F!;CTIVE ~ATE EXPIRATION DATE ~IRE':~ g.:"'_ ;>A'(ME....r PU,N 10/30/00 FOR COMPANY USEOfllL'f - 10/30/01 X .:.r:;¡::'¡c': 31L_ BODY TYPE: V.LN.: SYM/AGE TERR GVWtGCW CLASS SIC FACTOR SEAT CP RADIUS ~8~~~GES ~ .~'~¥õ~;:' F LSP - TOWING - - , do LABOR FT CDM? - SPEC - - C OF Co FTW eCl:'" DEDUCTIBLES ,),DDL PIP oI,C'. - - ~ - ~ETAIL I LIAS SYM/AGE SER'.ICE I PIP - - FARM Trinitv 01 CITY.STATE.ZIP Islandia NY WHERE GARAGED DRIVE TO WORK/SCHOOL USE f-- ~ UNDER 15 MILES 15 MILES OR O'JER ¡ VEH; I YEAR , MAKE: MODEL: !I CITY. STATE. ZIP WHERE GARAGED C'JM",rc RETAIL 5ER'.'rc~ PLE,.),SURE FARM I DRIVE TO WORK/SCHOOL USE CQMM'L f-- - - , I UNDER' 5 MILES PLEASURE RETAIL ~ - - , 15 MILES OR OVER F,':"RlI.t SE~':IC'" ! VEH iii I YEAR MAKE: MODEL : CITY. STATE. ZIP I WHERE CiARAGED DRIVE TO WORK/SCHOOL USE CCII.IM':'" - - - , UNDER' 5 II.HLES PÅ’ASURE RE';.,rL - - - 15 MILES OR OVER F~RM SER\·IC::: VEH" YEAR MAKE: MODEL. UNO , S~ DEDUCTrBLES X AC', X :JMP , )..CooL PTP MOTOR : :'F"'i. MED PAY r-- TOWING FT , X CaMP ~T -,MT S 3,000 &. LABOR UN INS S?EC FT'N' X COL:.. 5 S -~LL \10TOR C 'JF L , ~~É: S'n.\IAGE COST NEW VJ.N.: 5 GVW/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM - MED PAY - UN INS MOTCR TYPÉ: 1/'" .v. 57 AMT 'S - - 5 VoLNo: REMTQI - lT9SC42282B656034 GVWIGCW CLASS SIC FACTOR SEAT CP RADIUS TERR U" , gg~~~GES, X Lr;.a P'P TERR D~E ¡MM,'DDIYY) 08/07/01 ~\..i:~ COST ~EW , FA..RTHEST TERM ,:0MP SP!:'-. :::.= L. - s C::LL COST NEW 5 68499 FARTHEST TERM ggÇ~~GES AOO'L PIP ~\ð~~I~~ F LS? DEDUCTIBLES "C.. CCMP -...-..... ':::FL - ~ TOWING - - - ~ - - LIAS MED P4Y &. .....ABOR FT CO~.IP '" ST "1I.1T S - r- UNINS -SP!:C - - - - P'P ~tOT,::'R :::F L FT':! C:l:" s s '::L:.. ~PE: SYM!).GE COST NEW VoI.N.: S TERR GVWIGCW CU.SS SIC FACTOR SEAT CP RADIUS FARTHEST TE~~ CHEI..K ...fQ..VERAGES LI"'8 U~ DRII\ S ~,tOTOR ";'"':'NING ~ _"BC R S?:;:·: C :¡:: ~ OEDUCTIBLES ACOL ?lP o :..3? ~c , - - - - - - ~.IE!J P4. t uNINS '.10TCR acoy IYPE: V.I.!'o¡.: C:UP -. ;3T J,~.1T " - - - - - - - ~'f' ",-., ::L~ . S'iMlAGE CCST NEW :rTY. STATE. ZIP WHERE GARAGED ¡:.l.C70R SE;.,-;-:P RADIUS TERR GVWIGCW '::....ASS SIC UNDER 15 MILES ?!..E"\'SURE .- .5 ~ ':'~,IT DRIVE TO WORK/SCHOOL USE ::1.111.1"'.. RE7':'IL SE?'.IC::: "5 MIL::;3ùR J\'E"<. =:'RM VEH '4 YEAR MAKE: MODEL: "HECK COvERAGES L.:A2 '~NCR]N::> ·.'C7CR ~ ";'"C'AI~jG ~ L.:.eCR S?=:: ::,F_ .. CE!JI..JC~IBL::S "C,CL PIP \tES' P,).'r' ·.JNINS '.!CT,:R , :..3;:> ':'Co F" ::,',!P ?'P TYPE: V.I.N.o SYWAGE CITY. ST ':"TE. ZIP "'HERE GARAGED ¡:.1C70R SE"'-:- C:=> RADIUS ":'"ERR 0____ GVW/GC'N :uss SIC JRIVE TO WORK/SCHOOL USE '::Ut.l':" .3~ ~r,tT UNDER ~5 MILES ':'l~~SlJ"";:: ~c"'IL ~ ·.IILE3 ,.)p ::;'0 E~ =..1<',.1 3¡:"·oIC::: ;:":'':-OP 52.J.;-:'" ~AI:Il.JS VE:-t ;; YEAR VlAKE. \/lODE!.... ;:TY. S7ATE.~ P ,\IHERE GARAG2D CHE:¡,r--- COVERAGES ~'·.CRIN::. '.lCTe? -:':'¡I~'G :. L..BCP ~?'" ~ ::Y. ~EJUC7rBLE.s ..CO·:'" ;::>'p _5;: ~c. ^' ',IE) P'>'Y . ,r ~ <: ':IC7:~ BODY 7'r'P!:: 5',""I').(;E :::r.l¡:; . ::,p . .":.."1. 7=~R -:'·.wrGC:N ---- :;.....:.53 3iC -. ::t.IP :5~~w_ - 5 5 -- ---- F^RTHEST T;::}. ':'IP :1 ::ccl COST o,¡EW ::::HESTT:J " ." '1 :: _~ I ::ST "IE,^, I I ¡:.1RTHES7 TE=<"" j~ ¡:R:~ S ~.K: T':R TCNrNG ::. _':'BCR 9:;:·: C :¡:::.. 'c. t"=~::"'P :0":,_.' -- - - 5- ~~.1T 5 ::~CORD C::;~POFV.iEON 1~~~- :JRIVE TO WORK.·SC!-IOOL USE ':'::1'I1'.1"~ ::I.:p 'JNDER ~5 r,tlU:S ·5 MILES QR ':'VER ~CORD , 29 (3/93)a ?LE.':'SURE ;;:':'RM .'<ET.:.,:.. 52=<'.:.::: C¡"¡ECt< .....f.2YERAGES :.DC:·L ~,p -~P DE!Jl.JC716L:5 , _I.:'Ò \1E.J =-.:.,., ";~ INS '.IC,T;::,P r,.' :.Jl_ ,- ?'P TRINITY TRANSPORTATION CORP. 2 t 4 BL YDENBURGH ROAD CENTRALlSLlP, NY t 17 2 2 Tel. (5 t 6) 342-9673 Fax (5 t 6) 342-9676 TRINITY TRANSPORTATION CORP. RESUME OF PROJECTS 2002 TOWN OF BROOKHAVEN, LONG ISLAND, NEW YORK Comnlete ooeration ofMSW transfer station facility Our responsibilities include acceptance of material from collection yehicles. all loading and transfer operations as well as hauling oyer 700 tons of MSW per day, All manpower and equipment is provided exclusively by Trinity Transportation Corp. Eouinment Provided: 18; one hundred cubic yard walking floor trailers. 7: on-road tractors. 1: Caterpillar 325L Grapple Loader. 1: Caterpillar 970 Payloader. 1: Komatsu ·no Payloader. 2: switch tractors, Stan Date: April 1: 1996 Status: Under contract until February. 2000 with 2 additional I year options for extension, Extensions ha\'e been exercised through February 2002, Contac.L Mr. Paul Roth. Commissioner of Sanitation Mr. Don Knohs. Assistant Deputy Commissioner of Sanitation TOWN OF EAST HAMPTON, LONG ISLAND, NEW YORK Hauling and Disnosal or 40 to toO tons ner day of MSW, Tnnity proÙdes staged trailers at East Hampton's Facility which are pre-loaded, Trinity Transportation prO\'ides long haul and disposal of material. Eouinment ProÙded: to: one hundred cubic yard walking floor trailers Start Date: 1994 Status, Our operations ended April 1: lYY7, Services resumed 1998 to lYYY, An extensIOn through to 2001: was Town Board apprO\'ed, Re-bid March 2001: awarded to Trinity Transportation, E:\1ension requested to 2003 Contact: Da\"e Paolelh. Commissioner of Sanitation TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK Transoonation of Ash from incinerator ooerations. Hauling of ash residue from the Smithtown/Huntington Incinerator to the Babylon Landfill. Eauipment Pro\ided: 2: ten wheel dump trucks and 2: tractors with dump trailers, Status: Operation since 1995 to November 1999, Contact: John Zollo. Town Attorney TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK Transoortation and disoosal of Yard Waste through an IMA with the Town of Babvlon, Providing 100 cubic yard walking floor trailers with transportation and disposal of bagged yard waste, Approximately 250 tons per day, Eauipment Provided: Approximately 10 tractor trailer loads per day, Status: Operation currently in progress since January 1997. Contact: John Trent. Town of Smithtowll Engineering Dept. TOWN OF RIVERHEAD, LONG ISLAND, NEW YORK Hauling and disoosal of MSW and co-mingled recvclables as sub-contractor to East End ReC\'Cling Corp, , Trinity provided one hundred cubic yard walking floor trailers and tractors for the hauling and disposal ofMSW, In addition. Trinity arranged for the transportation of recyclables for separation and marketing, Eauipment Pro\'ided: 2 - 5 one hundred cubic yard walking floor trailers, Status: Operation completed in 1996, Contact: John Ree\'es. Commissioner of Sanitation TOWN OF SOUTHOLD. LONG ISLAND, NEW YORK Transoortation and disposal ofMSW and C&D materials, Trinity Transponation provides 100 cu, yd, walking floor trailers for the hauling and disposal of all Town generated MS\V and C&D materials, TOWN OF SOUTHOLD. conrd Eouioment orovided: 100 cu, )'d. trailers and transponation adequate to handle volume generated, Status: Started May 1997 to present Contact: Mr. James Bunchuck. Landfill Supervisor OMNI OF WESTBURY (as subcontractor to TOWN OF HEMPSTEAD. LONG ISLAND) Trinity Transoottation orovides long haul and disoosal ser\'ices to the orime contractor. Omni of Westbury, Materials hauled include: yard wastes. and various recyclables, Eouioment orovided: 100 cu. yd, trailers and tractors as needed. Status: pro\'iding sub-contracting seryices since 1995 to present. as needed and if requested Contact: Mr. Anthony Core. President. Omni of Westbul}' OMNI OF BABYLON, LONG ISLAND, NY Transfer station. NYS. DEC licensed. Trinity Transportation pro\'ides long haul and disposal sen'ices for ALL faclli~' commodities: MSW. mixed recyclables. C&D debris. yard wastes and concrete/aggregates, Eouioment: 100 cu, yd, walking floor trailers. flat bed and \'an trailer sen ice for baled materials. and dump trailers, Status: Since 1995 to present çontact: Mr. Brad Meyers. Facili~' Manager TOWN OF HEMPSTEAD, NEW YORK Transfer of ash residue from Hempstead Facili~'. (Ref-Fuel) to Brookha\en Landfill. as interim operator. Approximately 30 loads per day. 1500 tons per day. Eouioment: Tractors and dump trailers, Status: May 2001 to September 2001. (Emergency sen'ices performed for vendor default), · ~ \ ~-....,. 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 fumished h~ew"h ,,,", w m, o[fi"" o,mill, :::~hid&- ¡J¿y Print name ?c..t,..,,·~:..... Ò; NI,,/t"-<) Corporate Title (if any) ~<'~7\ Jrf'<<J . Company Name ír,'>j;'¡' y ÎI""lp""Ftd:."" L->f'f' MailingAddress ~I't Ó/Y.!.....,;?<if(L f(¿. .Is I,,,,.);,, cvy IIl'i'l Phone Number ((.)0 11'l-~("ì3 BID ON Solid Waste HAULING Only ", ~ -~ TOWN Of SOUTH OLD May 2002 BIDDER'S SOLICIT A TlON SOLID WASTE HAUL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK ~ -.. " NOTICE TO BIDDERS Solid Waste Haul-Disposal Services The Town of South old will receive sealed bids for solid waste haul services until the time and at the location herein specitied which, will then be opened and publicly n:ad aloud: PLACE: Ot1ìce Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00 A.M. (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor tor hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The tenn of this Agreement shall be four and one-half(4-12) years commencing on Julv L 2002. And ending on December 3 I, 2006. Bids must be made in wt;ting on the forn1s furnished and shall be accompanied by a Bid Guaranty in the FOrnl of certitied check, money order. bank draft or standard t(¡nn letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a perforn1ance Bond. and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal. state, or local. from which the T'1\\'Il of Southold is exempt. A Bidder may not withdraw his bid within forty-fivc (45) days after the opening of the bids. but may withdraw his Bid at any time prior to the scheduled time t(¡r the opcning of bids. The Town resenes the right to reject any or all bids and to waive int(¡nnalities. should this action be in the best interest of the Town of South old. Bid Solicitation containing submission requirements, instructions. technical specitications, and bidding tonns may be examined free of charge and at the tollowing location on weekdays from 8:00 A.M. to 4:00 P.M.: , ~ -.. Oftìce of the T o\\'n Clerk Southold Town Hall 53095 Main Road Southold. New York 11971 Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Oftìce of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M. Thursdav. Mav 23. 2002 at: Southold Town Hall Meeting Room 53095 Main Road Southold, NY \1971 All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (631) 734- 7685. Elizabeth A. Ne\'ille Town Clerk For further infomution regarding bidding requirements. contact Elizabeth A. Neville (631) 765- 1800. For infonnation regarding Town Of Southold waste program and haul-disposal operations. contact James Bunchuck (631) 734-7685. 3 r _~ TABLE OF CONTENTS GLOSSARY OF TERMS SEcnON A- SUBMISSION REQUIREMENTS 1.0 Project Purpose 2,0 Schedule 3.0 Examination Of Agreement Documents 4.0 Infonnation to be Submitted 4.1 Contractual Bid 4.2 Supplemental Infonnation 5.0 Bid Fomlat 5.1 Binding 5.2 Fonn Preparation 6.0 Submission of Bid 6.1 Withdrawal Of Bids 6.2 Questions & Addenda 7.0 Bid Guaranty 8.0 Execution Of Agreement 9.0 Consideration Of Bids 10.0 Selection Of Contractor 11.0 Acceptance of Bid 12.0 Assignment 13.0 Limitation Of Funds Available 14.0 Insurance and Bonds 14. I Insurance 14.2 Bonds 15.0 Indemnity (Hold Hannless) 16.0 Payments 17.0 Default 18.0 Tenn of Agreement 19.0 Ser\'ice Agreement 20.0 Subcontracts 21.0 Rights and Options SECTION B - BID SPECIFICATION 1.0 Requirements 2.0 Program Goals and Objectives 3.0 Potential Regulatory and Operational Changes 4.0 Character Of The Solid Waste 4. I Quality and Characteristics 5.0 Program Activities 5.1 Collection 5.1 Loading Mode 5.3 Town of South old Accident and Damagc Policy 5.4 NYSDEC Part 360 Pennit to Operate 7 10 II II 12 13 I' ) 13 14 14 14 14 15 IS 15 16 16 16 17 17 17 17 17 19 19 10 20 20 20 20 21 " 23 " --' 23 24 24 24 24 ~5 , - -~ 16 4 r .... 6.0 Haul Set\ices 6.1 Work Included 6.2 Equipment 6.3 \Veighings 7.0 Safety and Health Regulations 9.0 Operations and Procedures 9.1 Supporting Data 26 26 26 27 28 29 29 SECTION C - CONTRACTOR BID FORM 31 1.0 Intent 1.0 General Bid Statement 3.0 Unit Price Bid Schedule 3.1 Compensation 3.2 Evaluation Unit Bid Price Fonnula 4.0 Bid Security Acknowledgment 5.0 Infonnation Schedules '1 J_ 32 ,- -') ,- -, 36 36 37 Infonnation Schedule A Infonnation Schedule B Infonnation Schedule C Infonnation Schedule D Intonnation Schedule E [ntonnation Schedule F Intonnation Schedule G Infonnation Schedule H [nfonnation Schedule I Intonnation Schedule J Intonnation Schedule K ' Intomlation Schedule L Infonnation Schedule M 5 , ." SECTION D - ..'I.PPENDICES Appendix A Sample Operating Agreement Appendix B New York State Department ofEI1\'ironmental Consen'ation Pem1it Appendix C Accident Report 6 ~ ,~ GLOSSARY OF TERMS ADMINISTRATOR -Shall mean the Coordinator of municipal solid waste (or his agent) of the Town of South old, New York. AGREEMENT- Shall mean a FornI operating agreement set forth by the Town and resulting from this Bid Solicitation between the Town of South old and the successful Bidder 10 be executed in 1997. AGREEMENT DOCUMENTS -Shall include the notice to bidders, instructions. bid solicitation. bid Fonns. infonnation schedules. proposaL payment bond. bid bond. Agreement. pertonnance bond. certificates of insurance. glossary of tenns any general conditions or special condition:i. and any addenda. The Agreement Documents will Form a part of the Agreement. AGREEMENT YEAR -Shall mean the period rrom ~Julv 1_. ofa calendar year to June 30. of the next calendar year. BIDDER -Shall mean any party or parties submitt!ng in proper foml a bid to perfoml the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perfonn the specified work will thereafter be known as the Contractor. BID PRICE -Shall mean the unit cost to detennine the ranking of bidders, BID SOLICITATION-Shall mean this document, specitications, and any bid addenda issued. COI\IMENCEMENT DATE -Shall mean Julv L 2002 . CONSTRUCTION I\IA TERIALS AND/OR DEMOLITION DEBRIS (C&D) -Shall mean solid waste resulting ti'om the construction. renovation, equipping. remodeling. repair and demolition of structures and roads. Such waste includes, but is not limited to. bricks, concrete and other masonry materials. soil, rock. wood. wall coverings, plaster. drywalL non-asbestos insulation and roofing shingles. CONSTRUCTION I\IATERIALS AND/OR DEMOLITION DEBRIS IC&D) DISPOSAL SITES -Shall mean any site designated by the Contractor where construction and demolition debtis is disposed of in a manner that minimizes environmental hazards and is pennitted under the design and operation requirements of6NYCRR Part 360 or altemati\'ely outside the State of New 'I' ork, is pemIitted under design and operation requirements meeting the requirements of 1 ) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. GLOSSARY-I 7 .. CONTRACT DOCl1t\IENTS - Shall have the same meaning as Agreement Dl1cuments. CONTRACT YEAR - Shall have the same meaning as Agreement Year. CONTRACTOR - Shall mean the party contracting to perfonn the work. or the heirs. executors. administrators. agents. or successors thereof. COORDINATOR - Shall mean the coordinator of municipal solid waste for the Town of Southold. COUNTY - Shall mean Suffolk County. State Of New York. DA!L Y - Sunday to Saturday. inclusive. EP A - Environmental Protection Agency (Federal). HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars for each ton of solid waste actually hauled from the Town Of Southold TranslÚ Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Designated Disposal Site. HAZARDOUS WASTE - Shall mean (I) any "hazardous waste" as delined under the Resourcc Conser\'ation and Recovery Act, 41 U.S.c. Section 6901 et seq.. or "hazardou> substance" as detined under the comprehensive Environmental Response. Compensation, and Liability Act,-I2 U.S.c. Section 9601 et seq.. or "hazardous waste" as defined under New York Emironmental Conservation Law Section 27-0901 et seq.. as each such law may be amended from time to time. and the regulations promulgated thereunder. and any analogous or succeeding Federal. state or ¡ocallaw. rule or regulation and regulations promulgated thereunder and (2) any other material which any go\'ernmental agency or unit having appropriate jurisdiction shall detenninc Irom time to time cannot be processed at the facility because it is harnllul. toxic or dangerolls. NonCE OF A \VARD - Shall mean written notice from the Town of Southold to the sllccessful Bidder that the Town of Southold intends to award an Agreement to the successtul Bidder. subject to compliance \\'ith all their tenns and conditions of the Ah'fecment Documents. N'\'SDEC - New York State Department Of Environmental Conscf\'ation. OSHA - Federal Williams-Steiger Occupations Safety & Health Act of 1970. plus subsequent re\'lSlOns. GLOSSARY - 2 8 t . OWNER - Shall mean the Town Of South old. New York. Also may be referred to as the Tl1\\n. PERMIT - Shall mean any and all pennits, licenses, approvals, certiticates of public convenience and necessity, Franchises or authorizations which must be issued by any Govemmental Body having jurisdiction thereof to legally enable the Contractor to transport and or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid pennit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). RRF - Town of Huntington Resource Recovery Facility, located at 99 Town Line Road. East Northport, NY, 11731. SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes. and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SOLID WASTE DISPOSAL SITE(S) - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and Is pennitted under the design and operation requirements of6NYCRR Part 360 - Solid Waste Management Facilities, or altematively outside of the State of New '(ork. is pennitted under design and operation requirements meeting the requirements of I) that jurisdiction's applicablc rcgulatory agency and 2) Town of South old's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual. linn or corporation ha\'ing a dircct contract with the Contractor lor services, equipment. materials and/or labor. TOH - Town of Huntington TOS - Town of South old GLOSSARY-3 <) < . SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS 10 <' . SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1.0 PROJECT PURPOSE The Town of South old receives and must dispose of approximately 1 0.000 tons of solid waste annually. The Town of South old (TOS) has entered into an a!,'feement with the Town of Huntington (TOH) wherein TOS will send its solid waste to the Town of Huntington Resource Reco\'ery Facility (hereinafter "RRF") for disposal. The TOS- TOH agreement runs through December 31. 2006. The purpose of this solicitation is to seek bids for the trucking of South old's MSW to the Huntington RRF for the duration of the TOS-TOH contract period. Annual tonnage ofMSW to be shipped from TOS is expected to rise during the contract period to approximately 12,500 tons. The Town of Huntington RRF is located at 99 Town Line Road, East Northport. NY 11731. 2.0 SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as tinn dates or deadlines due to. the multiple parties involved in the decision making process. EVENT DATE Transfer Station Visits By Appointment Pre-Bid Conference 9:00 AM. Thurs.. "'Ia\' 23, 2002 Bid Opening 10:00 AM Thursdav, June 6.1002 Town Board Approval June 18, 2002 Agreement Executed On or Before June 28. 2002 Operations Commencement July 1. 2002 II , 30 EXAi\f[NATlON OF .....GREEf\,IENT DOCUMENTS. F,....i\IlU.....RITY \\'ITH THE \\'ORK It is the responsibility of eaeh Bidder before submitting a Bid t,) (a) examine the Sample Operating Agreement and Agreement Documents thoroughly: (b) \'isit the site of the Town of South old Transfer Station: (c) attend and be familiar with the outcome of the pre-bid conference (d) become tàmiliar with conditions at the Town of Southold Transfer Station and Disposal Sites that may aftèct cost. progress. perfonnance or furnishing of the work: (e) become tàmiliar with and consider all tèderal. state and k1callaws. regulations ordinances. pennits. approvals and orders that may eftèct the cost. pro~'Tess. pertonnance or fumishing of the work: (t) study and carefully correl:1te the Bidder's observations with the Agreement Documents: and (g) notify the T l1\\'O Clerk of all conflicts. errors or discrepancies in the Agreement Documents, Retèrence is made to the following Appendices which contain supplemental infonnation which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Pennit Appendix C: Town of South old Accident Report Reference is made to the Following infonnation which is a\'ailable tor revie\\ by Bidders at the Town Clerk's Ot1ìce during nornlal business hours - 8:00 A.i\1. to 4:00 P.i\!. Monday through Friday. I. Pending conceptual plans tor the proposed Town of Southold Transkr Station. II. Town of South old Solid \Vaste Management Plan. This intornlation is presented solely tor the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall tonn their own conclusions and opinions trom this infonnation and shall contìnn any int{lllnation contained thercin regarding tàcilities and equipment through site visits. The Town docs not guarantee thc accuracy of any infornlation contained in these documcnts. Before submitting a Bid. each Bidder shall. at the Bidder's own expense. make or obtain any additional inspections, examinations. or 'studies and obtain any additional data and information which may aftèct cost. progress, pertonnance or furnishmg of the work and which Bidder deems necessary to detennine its bid tor pertonning and turnishing the work in accordance with the time. price and other ternlS and conditions of the Agrcement Documents. The tàilure or omission of the Bidder to receive and examinc any t()rnl, instrument or document. or make required inquiries and inspections. shall not rclieve thc Bidder trom any obligation contained in the Agreement Documents. The Town will be justified in rejecting any claim based on facts or conditions of which the Contractor should ha\'e been cognizant. 12 The submission of a Bid will constitute an incontro\'\~rtible repres.:ntatil)n by Bidder that Bidder has complied with c)ery requirement of this Bid Solicitation. that without exception the Bid is premised upon perfonning and furnishing the work required by the .-\greement Documents. and that the Agreement Documents are suftìcient in scope and - - detail to indicate and convey understanding of all tenns and conditions tÒr pertÒnning and furnishing the work. Bidders \\'ill be allowed to ask questions regarding the Bid Documents during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold. New York 11971 4.0 INFOR]I.[A TION TO BE SUBMITTED WITH PROPOSAL 4.1 Contractual Bid For the purpose of assisting the Town in detennining the responsible Bidders for this Bid Solicitation, the Bidder is required to submit the following minimum intÒnnation with his bid: 1. Contractor Bid Fonn I!. Bid Security or Bid Bond lll. lnfonnation Schedules A through M as applicable 1\. Supplemental Infom1ation as described in 4.2 4 J Supplementallnfonnation In addition to the aforementioned fonns, the Bidder is. required to submit t!H: ti.)llowing supplemental intonnation with his bid: 1. Opcrational Plan: A plan describing the Bidder's assessmcnt of the requested operation set tÒrth in Exhibit M. This section shall be divided into the tÒllowing subsections: . Haul A detailed summary of requirements for manpower, materials and supplies, mobile equipment. etc.. shall be included to pro\'ide thc Town with general anticipated guidelines ti.1r perfom1anee under the Agrccment. I!. Litigation: A section brietly describing any current litigation \\'hich in any way may affect the Bidder's operational capability of useful life of the Solid Waste Disposal Sites. 13 111. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work. the Bidder must so indicate this iment in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identitìed. In the event that the Bidder desires to change the number or identity of such subcontractor(s). the proposed change must be submitted to the Town tor approval. No such change shall be made without the Town's approval. In addition, it is the policy of the Town of South old to encourage the participation of Minority Business Enterprises (~1BE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason. the Agreement will require Contractor to use its best etìorts to include among its subcontractors [\[BE and WBE tìnns. In the event the successful Bidder intends to subcontract in excess of twenty-five percent (25~o) of the work. the Bidder will bc required to submit to the Town an MBE WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. 5.0 BID FORMAT 5.1 Binding The document(s) if bound shall be in a manner that will provide tor easy evaluation access (to lie flat when opened). Printing on both sides of the sheets. provided a quality paper is Utilized that will prevent the type from showing through. is acceptable. Paper with substantial recycled content is preferred. 5.2 Fom1 Preparation Bids shall be submitted in the tonn described in this Bid Solicitation. All blank spaces tor bid prices shall be properly filled in, in ink or typed, in both words and numcrals tor all bid categories required. In the event a price shown in words and its equi\'aknt shown in figures do not agree, the written words shall be binding on the Binder. BIDS SHALL NOT BE QUALIFIED. MODIFIED. LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable. it shall be so indicated. lncomplcte bids may not be considered. depending on the nature of the missing infonnation. 6.0 SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with thc title of the work and the name and address of the Bidder. No Bid will be considered unless tiled on or bet ore the time and at the place designated in the Notice to Bidders, Bids received after the time set tor the opening will be returned to Bidders unopened. When sent by mail. preferably registered. the sealed Bid. marked as above, should be enclosed in an additional envelope similarly marked and addressed to: Ot1ìce of the Town Clerk Town of Southold 53095 Main Road Southold. New York 11971 14 , Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. 6.1 Withdrawal of Bids Any Bidder will be given permission to withdraw its Bid upon receipt l)f a properly notarized written request made no later than the time set tor opening. At the time of opening of the bids. if such Bid is included. it will be retumed to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 6.2 Questions & Addenda All questions about this Bid Solicitation must be submitted in writing to the tollowing: Town Clerk Town of South old 53095 Main Road Southold. New York 11971 No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda. whether or not received by the Bidders All questions must be received at least ten ( 10) calendar days betore bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries conceming any addenda issued. All addenda will be on file at the Town Clerk's oftìce at least twenty-four (24) hours betore bids are o'pened. The Town will not be bound by oral c1aritications. 7.0 BID GUARANT'{ Each Bid must be accompanied by a bid guaranty (Section C. Schedule 5.0.K), without condition or qualitication, which shall be in the sum of one hundred thousand dollars ($100.000.00). The guaranty may be certitied check. bank draft. money order. standard fonn irrevocable letter of credit. or a bid bond in the fonn attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty, certiticd check, money order or bank draft must be made payable to the order ofthc Town of Southold. The bid bond shall name the Town as the obligee. Cash deposits will not he accepted. The bid guaranty shall ensure the execution of the Agreemcnt and thc fumishing of the surety bond or other required bonds by the successful Bidder. all as rcquired by the Agreement Documents. All guaranties will be returned within ten ( 10) days after the execution of the Ah'Teement and required bonds insurance and other Agreement Documcnts arc recei\'cd trom the 15 successful Bidder. 8.0 EXECUTION OF AGREEMENT. FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents for Haul, disposal services. The successful Bidder shall, at its own cost and expense. procure. execute and deliver to the Town the tollowing documents within ten (10) days offonnal Notice of Award by the Town. Perfonnance Bond - A PefÌonnance Bond shall be in an amount of one million dollars ($1,000,000.00). This bond (as shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense for the term of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may detennine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action tor any and all damages it may suffer as the result of such breach. The Town's rights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specitìcally reser\'es any and all other rights against the Contractor as a result of his failure to pertonn as required by these documents. 9.0 CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any/or all bids tl1l" hauling services if such action is deemed to be in the best interests of the Town. To be considered responsi\'e to this Bid Solicitation, each Bidder shall: A. Pro\'ide equipment, labor, maintenance and management set\'ices to haul solid waste tÌ'Om the Town of South old Transfer Station to the TOH RRF as set tOl1h in Section B - Bid Specifications. B. Reset\'e and provide a minimum a\'ailable hauling capacity of 15,OUO tons (52 weeks:year) yearly, allowing for seasonal and other peak periods. C. Pro\'ide evidence of all current \'alid state and Federal pennits. licenses. local ordinances, etc" required by law to ship solid waste to the RRF. D. Pro\'ide e\'idence of physical and tinancial capability to pertlJnll set\ices described in the bid specifications. 10.0 SELECnON OF CONTRACTOR 16 Bids will be e\'aluated only if accompanied by the apprl1\'ed tlmn l)f bid guaranty. Only bids solicited from tinns or combinations thereot~ who ha\'e sufticient management. engineering capabilities. operating. and maintenance experience to fidtìll the Town's goals and comply with the applicable local. state, Federal laws. ordinances. regulations e.g. New York State Department of Environmental Conser\'ation. Resource Conser\'ation Reco\'ery Act and Federal En\'ironmental Protection Agency guidelines will be acceptcd. The Town will re\'iew the bids and make a selection recommendation based on thc evaluation criteria included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder wl1l1se E\aluation Unit Bid Price is the lowest. The Town of South old reserves the right. in its SL1lc discretion. to reject at bids submitted in response to this Bid Solicitation. 11.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to executc the Agreement and other Agreement Documents. 12.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let. granted. or awarded shall not assign, transtèr. convey, sublet, or otherwise dispose of the Agreement or of his right. title. or interest therein or his power to execute such Agreement, to any perSL1n or corporation without the prior written consent of the Town. 13.0 LIMITATION OF FUNDS AVAILABLE The Contractor specitically agrees that any Agreement shall be deemed exccutory only to the extent of the funds appropriated for the purpose of the Agreemcnt and that no liability shall be incurred by the Town beyond the funds appropriated on thc date L1f execution of the Agreement by the Town for the said purpose. 14.0 INSURANCE AND BONDS 14.1 Insurance For the period trom Agreement commencement date until onc ( I ) ycar aticr Agreement tennination date. Contractor must maintain insurance acceptable to thc Town in thc kinds and amounts set torth below. All such insurance coverage. shall bc pro\ ided by companies licensed to do business in New York State. The Town of South old and its agent shall be named as an additional insured and coverage shall not be changcd or cancelled until thirty (30) days written notice has been given to the Town. Within tcn (10) days of the Notice of Award. Contractor shall fumish to the Town, certiticates of insurance. in a tonn satisfactory to the Town Attomey. evidencing such insurance. The kinds and amounts of insurance are as tallows: 17 A. Contractor's Insurance - Insurance for liability for damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the Agreement, whether perfonned by Contractor or his subcontractors. The kinds and amounts l,f insurance are as follows: (I) Worker's Compensation Insurance - A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, known as the Worker's Compensation Law, cl)\'ering all operations Of the Contractor, whether pertonned by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage for the benetit of. and keep insured during the life of said A!,'Teement such employees in compliance with provisions of the Worker's Compensation Law. (2) General Liability (Comprehensive Fonn) Insurance - Contractor's liability insurallce issued to and covering legal liability of the Contractor with respect to all work perfonned by him under the Agreement. The tollowing insurance coverage shall be included: (a) Independent Contractor's Protecti\'e Liability - Covering work pertonned by subcontractors. (b) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad Fonn Property Damage (e) Personal Injury. NOTE: Ifany of the rating classitications embody property damage exclusions C or U, coverage tor eliminating such exclusions must bc pnnided. Coverage tor the above will be required in not less than the tl)llowing amounts: SINGLE LIMITS OF LIABILITY: AGGREGATE LIMITS OF LIABILITY: S I.OO(),OOO.O() $10,000.000.00 (3) Automobile Liability Insurance - Policy shall include cO\erage li,r all owned as well as non-owned and hired vehicles, and limits shall not be less than the tollowing amounts: BODrL Y INJURY LIABILITY PROPERTY DAMAGE LIABILITY IX Aggregate: $3.000.000.00 Each Person Each OcculTence $1,000,000.00 Aggregate: \>3.000.000.00 Each Occurrence $1.000.000.00 14.1 Bonds Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a Perfonnance Bond wherein the named obligee is the Town of Southold. The Perfonnance Bond's purpose is to secure the faithful perfonnance of the Agreement. The bond' amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Suffolk County. New York. The form shall be acceptable to the Town of Southold and shall have a tenn through the completion of services. As an a alternative to the Perfonnance Bond. the successful Bidder may furnish a certitìed check. bank draft, money order. or a standard fonn irrevocable letter of credit. certified check, bank dratì or money order must be made payable to the order of the Town of Southold. The standard fonn irrevocable letter of credit shall be in a fonn acceptable to the Town of South old. In the event the Contractor secures a Perfonnance Bond rrom any of its subcontractors, said bond shall also name the Town of Southold as a dual obligee. Should the Town designate another public or private gent of contract administrator, thc same or others shall be added as additional named obligee at no added costs to the Town. upon written request from the Town. 15.0 lNDEl\INITY (HOLD HARMLESS) Contractor shall agree to defend, indemnify and save harn11ess the Town against any and all liability. loss. damage. detriment. suit. claim. demand. cost. charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur. sutfer or be required to pay by reason of or in consequence of the carrying out of or thc perfonnance of the tenns of such Agreement, or the failure to carry out any ()fthe revisions. duties, services or requirements of such Agreement. whether such losses and damages are suffered or sustained by the Town directly or its employces. licensees. agents. engineers. citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable theretòr. This indemnity shall include any and all claims. penalties or other losses or damages incurred by the Town as a result of entòrcement or other proceedings by Fcdcral. state or local government agencies relating to the Contractor's operation. This obligation shall be ongoing. survive the tenn ofthc A!,'Teement and include. but not bc limitcd to. claims concerning non-sudden environmcntal impainncnts. The Bidder a!,'Tees to join in the commencement of any action or procceding or in the defense of any action or proceeding which in the opinion of the Town constitUles actual or threatened interference or interruption with the Town's rights hercundcr. including all necessary appeals which may be necessary, in the opinion ofthc Town. 19 16.0 PAYMENTS Contractor shall receive monthly payments for set\'ices perfonned during the prior calendar month upon submission of an invoice (with a Town \'oucher) that shall contain an itemized list of municipal solid waste haul trips rrom the Town of South old Transfer Station including the tonnage of municipal-solid waste and the manifest number for each load of municipal solid waste removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the' Transfer Station. The Town shall be entitled to deduct from any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. 17.0 DEFAULT In the event the Contractor fails to perfonn its obligations under the Agreement. the Town may tenninate such Agreement, and the Town may procure the set\'ices from other sources and hold the Contra.:tor responsible for any excess costs incurred and deduct trom payments owing to the Contractor and/or draw upon the Perfonnance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to tenninate the Agreement for just cause. 18.0 TERM OF AGREEMENT The term of this Agreement shall be four and one-half(4-1 2) years commen.:ing on Juh 1.1001. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with hauling service, to the TOH RRF only. Under the agreement the Contractor shall not be responsible for pro\'iding, and is not obligated or authorized to provide, a disposal site for MS\\'. Under the agreement, the Contractor shall not be obligated or authorized to dcliver TOS tl.1SW to any disposal site other than the TOH RRF. This agreement does not limit or restrict the ability of the Contractor and TOS to enter into a separate agreement(s) to arrange for an alternate disposal site(s) for TOS MS\\' in the event an emergency or other condition causes the TOH RRF to bc temporarily unable to accept TOS MSW. 20.0 SUBCONTRACTS The Bidder warrants that there will be no subcontractor employed to haul TOS MSW to the RRF. 20 ~ 1.0 RIGHTS AND OPTIONS The Town of South old. New York. reserves and holds at its discretion the following rights and options upon issuing this Bid Solicitation: 1. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 1 To reject any and or all bids. 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualitications and conduct investigations or interviews with respect to the qualifications of each Bidder. 5. To designate another public body, private or public agency. group. or authority to act in its behalf for evaluation and Agreement negotiations. 6. To designate another public body, private or public agency, group. or authority to act in its behalf for contract administration of this project at any time during the Agreement period. ~I SECTION B BID SPECIFICATIONS (TECHNICAL/MANAGEMENT) 22 SECTION B BID SPECIFIC"" nONS TECHNIC AL MANAGEMENT 1.0 REQUIREMENTS This request for bids is issued for the Town of South old, State of New York. Town Hall, 53095 Main Road. Southold, New York, 11971 (Telephone (516) 765-18(0) The effort. shall be known as the Town of SOuth old Solid \Vaste Haul Disposal Service. The Town of Southold desires to issue an Agreement with a qualitied Contractor to haul a portion of its Solid Waste. The Town will need to dispose of approximately 10.000- 11,500 tons of solid waste during the agreement years. The Contractor will ensure the Town that solid waste will be hauled from the Town of South old's transfer Station to the TOH RRF. . HAUL Provide equipment, labor. maintenance, management and policies to operate a transportation system for hauling solid waste from the Town of Southold transfer Station to the TOH RRF as set forth herein. Transportation equipment shall be in accordance with New York. State Department of Transportation. Interstate Commerce Commission. United States Department of Transportation. as detineu in the Code of Federal Regulations. or other applicable state and federal regulatory requirements. (SEE NOTE AT END OF SECTION 6.21 1.0 PROGRAt\! GOALS AND OBJECTIVES The goal of this project is the continued safe and reliable hauling of the soliu waste materials from the Town Of South old Transfer Station at minimum cost to the citizenry. It is also the objecti\'e of the Town of South old to ensure that the haul operations proceed according to the provisions of this document and subsequent agreements amendments are upheld. 3.0 POTENTlAL REGULATORY AND OPERATIONAL CHANGES During the term of the Agreement. there may be a number ofregu1atory and operational changes which may affect the quantities and types of solid waste recei\'ed at the Town of Southold Transfer Station and deli\'ered to the Disposal Site: the manner in which solid waste is handled by the T own prior to the loading of waste for transfer: anu the equipment maintained and used by Town forces in the handling of waste to be transferred. 23 This Agreement will not pro\'ide any guarantees with respect to the volume of waste to be hauled and'or disposed of by Contractor or the specitìc operational techniques and or equipment to be employed by the Town in the handling of waste at the Town transfer station. The Town reserves the right to designate another public body, private or public agency, group or authority to act in its behalf for administration of the Agreement at any time during the tenn of Agreement. 4.0 CHARACTER OF THE SOLID WASTE The wastes which are to be hauled and disposed of under tenns of this bid solicitation are to include typical municipal wastes rrom a rural community. This will include all waste types generated in private households. and. therefore. can include broken furniture. small appliances. and other wastes generated in a private home or apartment as allowed under 6NYCRR Part 360- 1.2(a) regulations and the Garbage. Rubbish and Refuse Law. Chapter 48 of the Code of the Town of Southold. Commercial waste may also be included in the solid waste stream. It may indude any waste which is typically disposed of in dumpster or roll-off type container boxes at restaurants. small businesses, light industries, hospitals. office buildings etc. It should not include any wastes covered by special waste permits Such as pathogenic or hazardous materials. but the Town cannot guarantee that the waste stream does not contain same. Special costs associated with handling noncompliance loads will be compensated under Forced Accounting (Appendix A-9). 4.1 Quality and Characteristics The Town Of South old's historical solid waste quantities and characterization data arc available t<x review at the Southold Town Solid Waste Management District. County Rt. #48 and Zack's Lane, Cutchogue. NY. 11935. Bidders are cautioned that actual quantities may differ significantly from these data. Recycling programs may atled the quantity and characteristics of the waste received at the Town of South old Transfer Station. If the Contractor discovers any non-compliance waste (hazardous. regulated medical or special wastes). the Contractor shall notify the Town and dispose of [he nonwmpliance waste in accordance with local, state and Federal regulations. Compensation tor such waste disposal services shall be provided tor under Forced Accounting (Appendix A-9). The Town makes no specitìc representations in the foregoing disclosure. 5.0 PROGRAI\! ACTIVITIES 5.1 Collection The Town of South old Transfer Station is open 7 days a week. except holidays. trom 7:00 A.M. to 5:00 P.M. The Contractor will be expected to collect and remove solid waste trom the Transfer Station during the tòllowing hours: 24 ~10nday through Friday 7:00 A.M. to 4:00 P.M, The Transfer Station is closed on the following holidays: New Year's Day Martin Luther King Day President's Day Easter Sunday ~Iemorial Day Independence Day Labor Day Columbus Day Election Day Veteran's Day \, Thanksgiving Eve Thanksgiving Day I" Christmas Eve Christmas Day I, New Years Eve The Contractor must make transtèr containers available for loading se\'en days a week. if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on Sundays is rrequently not required during the winter months. The Contractor will be expected to provide enough containers to empty the Transtèr Station tipping floor on a daily basis. delivery and staging of an adequate number of containers for this purpose will be coordinated with Transfer Station Staff as needed. 5.2 Loading Mode The Contractor shall fully prepare transfer containers tor loading. including assuring that container covers or empty containers are letì open. (SEE NOTE AT END OF SECTION 6.2.1 Solid Waste will be loaded by the Town at its Transfer Station using a ti'ont end wheel loader. Atìer loading. Contractor will bring transtèr containers to the Town's truck scales tor weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to leaving the site. Ifrequired by any local, state or Federal regulations or law. the contractor shall pro\'ide sealed containers tor loading. This service shall be at the Contractor's expense and included in the unit price bid. 5.3 Town Of South old Accident and Damage Policy The Contractor shall be required to prepare an Accident Report (See Appendix C) Of any accidents and/or damage that occur while pertom1ing services under the tenn of the Agreement. The Town of Southold shall immediately be notitied of any major occurrences such as bodily injury of structural damage to the Town's Transtèr Station. An Accident Report ,- -) \\'ill be submitted to the Town within twenty-tour (24) hours containing the date. time. location, and complete description of all incidents. The offending Parts or representative/e thereof shall also be recorded and required to sign the accident- damage report prior to departing the Town of South old Transfer Station, All accident and/or damage reports will be included in reports to the Town 5.4 NYSDEC Part 360 Pertuit to Operate The Town Of South old operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC) Part 360 Pertuit to Operate. A copy of NYSDEC Permit is included as Appendix B. 6.0 HAUL SERVICES For Solid Waste Hauling Services-Agreement, the tollowing ser\'Ìces will include the tasks. responsibilities and perfonnance required as outlined herein. 6.1 Work Included The Contractor shall provide the following major essential services or equipment and any other non-specitìed items without limitations, to maintain a reliable haul services operation in a manner that will meet the needs of the Town of Southold. · Management and operation of a t1eet to accommodate the transport of sol id waste from the Town transfer Station to the TOH RRF in accordance with all local. state. and Federal regulations, [SEE NOTE AT END OF SECTION 6.2.1 · Financial liability and maintenance responsibility of transport equipment. i.e.. dump trailers, transfer trailers bulk material containers. vehicles. personnel and sen'iccs for open-top loading solid waste hauling activities. · Coordination of haul sen'ices with disposal sen'ices. 6.1 Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment, along with personnel to operate and maintain a reliable haul services system in a manner that will satisfy the needs of the Town of South old. The minimum level of haul sen"ices equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and containers. etc. The contractor must assure the Town that an adequate resen'e supply of equipment exists to haul and dispose of the daily and seasonal solid waste including unpredictable surges or delays due to inclement weather and that transport equipmcnt storage requirements will meet the Town of South old Transfer Station requirements. Each bidder is therefore responsible tor familiarizing itself with the Town of South old Transfer Station site. solid 26 waste. etc.. to assure equipment compatibility. Transport equipment may be open-top bulk material containers. dump trailers. roll-otl containers or open-top transfer trailers. provided that all such equipment is suitable for cOl1\'enient loading given existing contigurations of the Town of South old Transfer Station. Transport equipment shall be: I) Registered with the State of New York Department of Motor Vehicles or equivalent agency; 2) designed to preclude spillage of wastc: 3) loaded within their design capacity and New York State Department of Transportation regulations: 4) well maintained in good working order. Corroded defectivc. bent. defonned or punctured trailers, roll-off boxes. or other containers of waste matcrials shall not be utilized at any time. Suitable covers shall be provided and used while transporting solid waste in open-top transport equipment. The bidder shall clearly indicate [he quantity and type of transport equipment vehicles it plans to use, their availability date. state ofrepair, and that such units are compatible with th~ Town of South old Transfer Station scales and New York State DOT regulations, United States Department of Transportation, as detined in thc Code of Federal Regulations or equivalent. The Contractor will promptly remove !Tom use any transport equipment/vehicle that does not confonn with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own off-site maintenance shop facilities for servicing the transport equipment and vehicle fleet. unless it elects to subcontract for these services. No major maintenance may be done at the Town of Southold Transfer Station site. VOTE: III the course of'this Agreemel1l. the Toml may. at its discretiol1, pl'Ol'ide / or more tral1sfer trailers/or use by the COlllractor, The Toml \larraflls that all\, such equipmel1l prol'ided ¡muld be compatible .!'ith haulil1g I'ehicles (tractors) generally standard ill the \I'Qste haulil1g il1dllstlT, /11 the e\'elll that the Toml wishes to prol'ide slleh elfllipmellltor IIse h,' the COl1lractor. the COil tractor together ,,'ith the Toml shall dCldop all addendum to this agreemel1t gO¡'enzing slleh use, 6.3 Weighings The Town will compensate the Contractor for waste materia! hauled on a net tonnage basis (short tons = 2000 pounds). The certified weighings will be made at the Southold Town Transfer Station. All weights will be generated on current certitied wcigh scales. In the event of any dispute over differences in net weights between the Town and TOS RRF scales and weight records. the Town may make payment upon the weight it deems to be most correct. until the dispute is reconciled. Any claims for difkrences must be tiled in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed final and binding between the parties. 27 6.4 Routing I\lode - Contractor's Responsibilit~ Contractor will have the right to select the route(s) for tra\'el from the Town of Southold transfer Station to the TOS RRF. Contractor warrants and guarantees that. in selecting and utilizing such route(s), Contractor will insure that it is not \iolating any applicable motor vehicle height (overpass clearance). motor vehicle weight restrictions. local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town hannless rrom any claims. tines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. 7.0 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor. Safety and Health Regulations under the Occupational Satèty and Health Act. 1972 (PL 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (PL 91-54). Specitic consideration shall be given. but not limited to the following major areas: a. Maintenance safety procedures - guards and Shields on dynamic equipment. guards. railings, electrical lockouts. vehicle wheelblocks, audio vehide backup alanns, vehicle wheel chocks. etc. b. Employee safety orientation. education. teaching. tirst-aid training. cardiopulmonary resuscitation. etc. c. Noise and dust control, ear protection, respirators. hard-hats. safety shields. glasses, protective clothing, sanitary facilities. etc.. d. Fire and explosion preventions. control. equipment (tire blankets. cxtinguishers, first aid hoses, etc.) and personnel escape alternatives. e. Tramc t10w control patterns. f. Accident or injury reporting system (the Town shall rccei\'cd copies ofal reports and immediate verbal notitication). g. Employee health safeguards. h. Mechanic's lien safeguard against work interference. The Contractor shall comply with all local. state and Federal regulations. laws and Statutes. which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor currcnt requirements. The Contractor shall be solely and completely responsible tor operational satety during lX perfonnance of the Agreement. The obligation exists twenty-tour (24) hours a day. each and e\ery day throughout the tenn of the .-\h'feement. The Town of Southold shall not ha\'e any responsibility tor means. methods. sequences of techniques selected by the Contractor for safety precautions and proh'fams. or tÓr any failure to comply with laws, rules, regulations. ordinances, codes or orders applicable to the Contractor fumishing and perfonning the services under the tenns of the Agreement. 8.0 OPERA nONS AND PROCEDURES The Contractor will be required. prior to commencement of operations. to provide the following operational plans to the Town for review and acceptance. Re\'isions. modification's. and updates shall be torwarded to the Town throughout the teml of the Agreement. Organization personnel and structure. showing the chain of command. names and telephone numbers and staffing requirements. Operational plan - shifts, hours, etc. Safety, disaster, and emergency procedures. Transportation plan, including available transport equipment. vehicle t1eet and reserve capabilities. Inclement Weather Plan - This shall describe the bidder's plan should inclement weather alter nonnal daily operations as described in the bidder's operations plan. The inclement weather plan shall include hauling operations. The bidder's means of assessing inclement weather conditions (weather and road conditions). method of , - reporting to the Town and the alternatives shall be described. 8.1 Supporting Data In the event the Town requires any infonnation in support of Town held licenses and pennits at the Town. County, State and Federalle\'el. the Contractor will be required to fumish all licenses, pem1its and inspection reports regarding equipment operations which may be required by Town, County, State or Federal law. In the event the Contractor requires any infomlation in support of Contraett1r held licenses and pennits at the Town, County. State and Federal level. the Town will cooperate in fumishing such infomlation as it applies to the S,'uthold Town operations. Operating records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that allows tÓr easy retrieval and analysis. The Town, or its designee, may upon 2-1 hours notice inspcet the contractor's records. Such records shall he kept. available by Contractor for a period of two (2) years after tennination of this Ah'feement. 29 In the e\'ent the Town requires additional, inforn1ation for reporting purposes. the Contractor will supply same. The Town, or its designee. may call upon the Contractor at an)1ime for an oral re\'iew of any technical matter. The Contractor shall file and update the following information as specified herein. Items Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Licenses. Pennits and Inspection Reports All Bid Inforn1ation Schedules Due as changes occur on occurrence on occurrence as changes occur 30 SECTION C CONTRACTOR BID FORM 31 SECTION C TOWN OF SOUTHOLD SOLID WASTE HAUL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide tbr uniformity in bid evaluations. The formal Agreemeuts resulting from this Bid Solicitation shall be in a tbrm provided by the Town. These documents are intended to depict complete Solid Waste Haul Sen'ices Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement. shall not excuse or relieve the Bidder from furnishing the same. No oral statement shall in any mariner or degree modify of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID STATEMENT TO: TO%2q OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD. NEW YORK 11971 Bidders: The undersigned Bidder has carefully examined the furms and content of thc Bid Solicitation. including notice to bidders, bid bond, sample operating agreement, perfrbnnance bond. certificates of insurance, genera! conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary services. permits, labor, materials, equipment, vehicles, and tools required to pertbrn~ and complete the work in strict accordance with all of the bid documents xvritten by or on behalf of thc Town of Southold for this project. The undersigned Bidder agrees to abide by all conditions stated, inteudcd, or implied both particularly and generally by the terms of this Bid Solicitation. the Agreement to be provided by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and thrnish to the Town a satisfactory perlbrmance bond, and insurance all within ten (10) calendar davs. SECOND: To begin Solid Waste Haul sen'ices operations on thc commencemcnt date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor 2 contractual agreements, and ancillary t:acilities, etc.: to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town an5' and all damages it may incur as a result of the Contractor's failure to 'perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnification or, pa?aent of such damages. FOURTH: as lbllows: During the performance of this Agreement, the Contractor hereby agrees The Contractor shall not discriminate against any employee or applicant for emplo)Tnent because of age. race, creed, color, sex, marital status, national origin. physical disability, and shall take affirmative action to ensure that thev are afforded equal employment opportutfities without discrimination because of age, race, creed, color, sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoft: or termination, rates of pay, or other fom~s of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The Contractor shall comply with the provisions of Sections 290 through 301 of the Executive Law, Shall furnish all intbrmation and reports deemed necessary by the State Commission for Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and shall pemrit access to his books, records, and accounts by the State Commission for Human Rights. the Attorney General. and the Industrial Commissioner tbr purposes of investigation to ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law and Civil Rights Law. This Agreement may be tbrthwith cancelled, terminated, or suspended, in whole or in part. by the Town upon thc basis ora finding made by the State Conrmission for Human Rights that the Contractor has not complied with these noudiscnnfination clauses, and the Contractor ma,', be declared ineligible for future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission for Human Rights that he has established and is carrying out a program in conforn~ity with the provisions of these nondiscrimination clauses. Such findings shall be made b.,, thc State Commission tbr Human Rights after conciliation eftbrts by thc Comnlission have tailed to achieve compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission. notice thereof has been given to the Contractor. and an opportunity has been afforded to him to be heard publicly betbre three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in additkm to sanctions and remedies otherwise provided by law. 33 No laborer, xvorkrnan or mechanic in the employ of the Contractor or subcontractor shall be permitted or required to work more than eight hours in any' one calendar da3'. or more than fixe day's in any one week except as otherwise provided in Labor Code Section 220. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be pertbnned within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct. including sanctions and remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of an.,,' Bidder certifies, and in case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of his knowledge and beliefi The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. Unless otherwise required by law. the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to an.,,' competitor. No attempt has been made nor will be made by.' the Bidder to induce any other person, partnership, or corporation to submit or not to submit a bid tbr the purpnse of restricting competition. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally respected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions. and waives all rights to claim any misunderstanding, omissions nr errors regarding the same which such inspection and observation would have disclosed. The undersigned further understands and agrees that it is or they are to furnish and provide in return fur the respective Evaluation Unit Bid Price. all the necessary materials. machinery, vehicles, implements, tools, labor services, and other items of whatever nature, and to do and pertbrm all work uecessary under the aforesaid conditions, to complete operations of the albrementioned Solid Waste Haul Services operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and that it or they will accept m tull compensation therefi~re, the compensation proxided for in Section C-3. 34 The undersigned submits herewith a bid guaranty within the lbrn~ provided bx the applicable bid documents in the amount of $100,000.00 for any option or combination thereof. In the event this proposal is accepted, and the undersigned fails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the form provided by the Town or fails to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed tbrm within ten (10) days after Notice of Award, the bid guaranty Shall be/brfeited and be retained by the Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise, the total amount of bid guaranty liquidated will be returned to the Bidder. The undersigned acknowledges the receipt of the tbllowing addendm but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have knowledge of all addenda. ADDENDUM NUMBER AND DATES Number 1 - Dated: Number 2 - Dated: Number 3 - Dated: Number 4 - Dated: Number 5 - Dated: The Bidder has 'completed the Contract Bid Form and Unit Price Schedules in both words and numerals in acco)dance with these bid requirements. 3.0 UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TO~,VN. NEW YORK 3.1 COMPENSATION Sen'ices to Southold Town, Ne'.',' York for the terms July I, 2002 2006. The undersigned hereby submits the }bllowing price bid to funfish Solid Waste Haul through December 3 I, HAUL SERVICES The Haul Service applicable unit price per ton for agreement .,,,ear ~.~2.- - is 17°`o ~;,~,erw,_4~ ~dlo. A~> dollars and 35 cents ($ 1 "/~ }. The Haul Sen'ice applicable unit price per ton for agreement 3'ear dollars and ). (C4) The Haul Sen,ice applicable unit price per ton for agreement .,,'ear '2.Do{o cents ($ j-/b..~ ). (C5) cents ($ J7~--° ). The Haul Service applicable unit price per ton for a~eement year 'J(:lgg' is ~-~\\o..,~1 '~' ~., dollars and cents ($ lqq~ ). (C3) The Haul Sen'ice applicable unit price per ton for a~eement year ~00~ - is ~~[~c~, ~ ~ b~ dollars and cents ($ I~~ dollars and 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price = (C 1 ) 10,000+(C2) 10,000+(C3 ) 10,000+. 5{ C4) 10,000+. 5t C5) l 0,000 40,000 tons Evaluation Unit Bid Price = $ I-'/.~' ~"~1~.O.~ ,a ~,5~,. The evaluation unit bid price t'om~ula is designed to evaluate years tour and five at .5 the evaluate of each of the first three (3) years. Address Date 4.0 BID SECURITY ACKNOWLEDGEMENT I have attached the required bid security to this bid. 36 5. ) INFORMATION SCHEDULES Dated: I a~ee to furnish and include the following infurmation schedules m addition to the intbnnation submitted with this proposal, as a part of this bid: Certification that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation-ilwolving the Town of Southold, State of New York (Schedule A, attached hereto}. Location and address of the Bidder's main office and the main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B. attached hereto). Identification of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C. attached hereto ). Identification of all currently registered parent bidding subsidiary corporate officers, and their addresses, and identification and certification of offices authorized to execute an A~eement on behalf of the firm (Schedule D, attached horeto). Detailed financial statement for the Bidder, and if applicable, tbr parent companies (Schedule E, attached hereto). Statement of Bidder s Qualifications and related experiences (Schedule F. attached hereto). G. Msjor Subcontractors - (Schedule G, attached hereto). H. Equipment- (Schedule H. attached hereto). I. Maximum Specified Capacity- (Schedule I, attached hereto). Infunnation on Bidder's Solid Waste Disposal Site(s) (Schedule J attached hereto 1. K. Form of Bid Bond (Schedule K, attached hereto). L. Pertbnnance Bond (Schedule L, attached hereto). M. I Operation Plan (Schedule M, attached hereto). bi,- 0g' Name of Bidder: Address of Bidder: 37 By: Corporate Seal (If a Corporation) Incorporated under the laws of the State of Names and addresses of officers of the corporation: (President) Name (Secretary) Name (Treasurer) Name ( If an individual or partnership) Names and addresses of all principals or partners Title Address Address Address 38 This Bidder INFORMATION SCHEDULE A Town of Southold Bid Project Solid Waste Haul Services (Bidder's legdl namel herein certifies that as a Bidder, it does not currently owe delinquent taxes or other outstanding Funds. of having pending or currently invoh'ed in any litigation involving the Town of Southold. State of New York. By: ~-~ ~~, ' Date: &X,/~'~z--~' {Authorized Signature) NOTE: (1) (2) If blank not applicable, fill in with NA If bidder owes the Town taxes or is involved in any litigation, a statement of explanation will be attached hereto. Tax/Litigation Certification BID (PROPOSAL) FORM Schedule 5.0.A Page I of l 39 INFORMATION SCHEDULE B Town of Southold Bid Project Solid Waste Haul Services The following is information on the undersigned Bidder's office locations: Bidder's Mare Office Manager's Name (Contact) ]Fim~'s L~gal Nam~ Street Address (Box Numbers) City State Zip Telephone Number The Bidder herein certifies that the is partially,wholly owned subsidiary of This By Bidder's Parent Corporation Mare Office Manager's Name (Contact) Parent Finn's Legal Name Street Address (Box Numbers) City State Zip Telephone Number ~ Finn is owned Parent Finn Parent Finn 00 or is a public private stock corporation. Bidder Office Locations. Ownership Certification BID (PROPOSAL} FORM Schedule _ .(LB Page I of 2 40 INFORMATION SCHEDLILE B - (Continued) Name of/D)dder: I'~' o; A~ l,. ,~ Date: Note: (1) An5), attachments or modifications to this form shall be labeled Schedule 5.0.B. and properly integrated into the Bid Form, (2) If blank not applicable, fill in with N.A. Bidder Office Location, Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page 2 o1'2 41 This is identificatinn that will be the Surety Company INFORMATION SCHEDULE C Town of Southold Bid Project Solid Waste Haul Services the Bidder, on this project and that the named Surety Company herein provides written certification that the named Surety Company will provide the Pertbrmance Bond. specified in the Contract Documents. in the event the Bidder enters into an agreement with the Town. The Surety Company herein certifies that such Company is licensed to do business in the State of New York. (L.S.) Principal (SEAL) Surety Company Bidder Office Location Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.C Page I ot'l 2 INFORMATION SCHEDULE D Town of Southold Bid Project Solid Waste Haul Services The Bidder herein certifies that the below named individuals are the current registered corporate officers, along current permanent addresses, and desi~maates their authority to execute an Agreement on behalf of the firm Officer's Name ~;,o~ Cop~. Officer's Name Subsidiary Parent Corporate Title ~c~_~: ~-,...oT Corporate Title Address ~?~:¥ ~ ,.x~. ~'~ Address City $ ,/.,. ~ x-.,-rr City State. Zip ~ State, Zip Officer's Name '-~e,.4e: c:,-. '~; M ·.'tt,~" Officer's Name SubsidiaD' t Parent Corporate Title 5~4,/' ,] 'r'¥, · ~. Corporate Title .Address C,t c~ ~ ~V,~ ~ Address City ~'~'~ 4 }4'a~ ~ City State. Zip eOh' State. Zip Officer's Name Officer's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City State. Zip State. Zip Current Corporate Officers BID (PROPOSAL) FORM Schedule 5.0.D Page 1 of 2 43 INFORMATION SCHEDULE D - IContinued) Officer's Name Subsidiary Corporate Title Address City State, Zip Corporate Seal Officer% Name Parent Corporate Title Address City State, Zip Name of~idder: ,,~"f~ Date: ¢-~ -0 ~ NOTE: If blank not applicable, fill in with N,A Current Corporate Officer BID (PROPOSAL) F(-)RM Schedule 5.0.D Page 2 of 2 44 INFORMATION SCHEDULE E Town of Southold Bid Project Solid Waste Haul Services STATEMENT OF BIDDER'S FINANCIAL CONDITION This Bidder agrees to provide tbr any subsidiary and parent fim~. and hereto attaches a current or the most recent audited financial Statementls) including as a minimum the fire, s opinions, notes, revenue, expense statements, conditions of cash. etc. The attached statement provided includes: Accounting Firm Name Address Financial Period Statement Date To The bidder certifies that he currently has an available line of credit in the amount of $ . A supporting documentary evidence attached to this form is supplied by: Name Address Date The undersigned Bidder certifies to the validity of statement and agrees to furnish any other intbmmtion upon request that may be required b.~ the Town of Southold. New York. Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page I of 2 45 INFORMATION SCHEDULE E - (continued) The undersigned hereby authorizes and requests any person, fim~ or corporation to furnish any in/bmmtion requested by Town of Southotd. New York in verification of the finns financial condition. Dated at ~ _ . N~me of Bidder Title State of New York. County of is $~4 ¥' /Tc~.~3 · of Title being dui.,,' sworn deposes and saws that~ N~me of Organization ' and that the answers to the foregoing questions and all statement therein contained are true and correct. Sworn to me this ~_O~day of ~ My Commission expires: .20 JEANIE BORGESANO NOTARY PUBLIC SlaTe of New YO~ No. 4918 46 Ouahfiet~ m gu/foil< COurtly NOTE: (I) (Bidder ina.,,' submit additional infom~ation desired as Schedule E attachments.) (2) If blank not applicable, flit m with NA Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page 2 of 2 46 INFORMATION SCHEDULE F Town of Southold Bid Project Solid Waste Haul Sen'ices The Bidder herein certifies that it is qualified to perform the work covered by this proposal, and that it is not acting as a broker on the behalf of others. To substantiate these qualifications, the Bidder offers the tbllowing related information and references in order that the Town may evaluate the Bidder's qualifications and experience. l. Bidder's Legal Name: '~'t-; Street City State Zip 3. State incorporated: k.) ~'~ Year incorp.: ~ mo 4. New York State: Business No. Years in contracting business under above name: ~ Has firm ever defaulted on a contract'? Yes No Gross Value - work under current contract: $,4,~,~,1~x- ,4,'/~t/l .//~,,t. years. 8. Number of Current Contracts: 9. Brief description general work performed by firm: 10. Has Finn ever failed to complete work awarded? Yes No ~ If yes. attach supporting statement as to circumstances. Qualifications Summary BID (PROPOSAL) FORM Schcdulc 5.0.F Page I of 3 47 INFORMATION SCHEDULE F (continued) 11. Related Experience Reference (within previous 5 .,,'ears) 11.1 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Star~ Date: Project Acceptance Date: hfitial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 11.2 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Starx Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: Qualifications SummaD' BID (PROPOSAL) FORM Schedule 5.0.F Page 2 of 3 48 11.3 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: Brief Project Description: 12. Principal Firm Members' Background/Experience (3 members minimum). Attach current resumes as Schedule 5.0.F supplement or give concise description by individual. Name of J3~der: 'T't',.;~4 ¥ '(Authonze'""d Sigfiature) Date: ¢/,~ NOTE: Any supplemental attachments or modifications to this form shall be labeled Schedule 5.0.F, and shall be properly integrated into this Bid Fonn. If blank not applicable, fill in with NA. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.O.F Page 3 of 3 4tI INFORMATION SCHDULE G Town of Southold Bid Project Solid Waste Haul Services The Bidder hereby states that it proposes, if awarded an Agreement to use the following haul sub-contractors on this project. 3. 4. 5. 6. 7. 8. 9. 10. NOTE: Sub-Contractor~ Contract Trade: Individual Address Phone ~ Specialties / I / bi/ . I (Authorized Signature} If blank not applicable, fill in with N,A Subcontractors BID (PROPOSAL) FORM Schedule 5.0.G 5O INFORMATION SCHEDULE H Town of Southold Bid Project Solid Waste Haul Sen,ices The Bidder states that it owns the following pieces of equipment that are available Ibr use on the project, if awarded the agreement. Equipment Item Proposed Project Use Current Equipment Location NOTE: Any supplemental attachments or modifications to this tbrm shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Form. If blank not applicable, fill in with N/A Construction Equipment BID (PROPOSAL) FORM Schedule 5.0.H 51 INFORMATION SCHEDULE I Town of Southold Bid Project Solid Waste Haul Sen'ices The Bidder hereby states that it will be prepared to haul up to the tbllowing Maximum Specified Yearly Capacities m tons of Town of Southold solid waste if awarded an agreement Contract Year Maximum Tons per Contract Year Name ol B er: By: .... IVlaximum Specified Capacity' BID (PROPOSAL) FORM Schedule 5.0.1 52 INFORMATION SCHEDULE J Town of Southold Bid Project Solid Waste Haul Ser,'ices Are you willing to ,~eet with the Town of Southold to discuss .,,,our short and long tenn hauling capabilities? Yes % No The undersi~m'ted hereby certifies that services, material, equipment to be furnished as a result of this bid will be in accordance with Town of Southold specifications applying thereto unless exceptions are indicated above and an explanation attached. By Signature__ Bidding Company '/"r-,' n; ¥ ~ City State zP~ NAME AND TITLE Zip Phone No. (t,~ ~s,"a.- 5~'1'3 Date CORPORATE SEAL 53 Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM INFORMATION SCHEDULE K FORM OF BID BOND Schedule 5.0.J Page '7 of 7 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto Owner in the sum of and truly be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this__ day of .20 as for the paymeot of which, will The condition of the above obligation is such that whereas the Principal has submitted to the Town of Southold a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the hauling of solid waste; NOW. THEREFORE, (a) If said Bid shall be rejected or in the ahernate, (b) [f said Bid shall be accepted, and the Principal shall execute and deliver an Agreement in the form off the Sample Operating A~eement attached hereto (properly completed in accordance with said Bid) and shall furnish certificates of insurance and a bond for this thithful pertbrmance of said Agreement. and tbr the payment of all persons performing labor or furnishing materials in conoection therewith, and shall in all other respects pertbrm the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain m tbrce and effect: it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, m no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that thc obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid: and said Surety does hereby waive notice of any such extension. Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page I o1'3 54 IN WITNESS WHEREOF. the Principal and the SureD hax e hereunto set their hands and seats. and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be sigmed by their proper officers, the da.,,' and 5'ear first set tbrth above. IL.S.} Principal Surety By: Address of Surety: SEAL (ACKNOWLEDGEMENT BY CONTRACTOR. IF A CORPORATION) STATE OF: ) COUNTY: ) SSN: On this da.',' of and say that he resides in .ofthe · 20__ betbre me personally came , to me known, who being dui5' sworn, did depose : that he is the corporation described in and which executed the tbregoing instrument: that hc knows the seal of corporation: that the seal affixed to the instrument is such corporate seal: that it was so affixed by the order of the Board of Directors of the corporation: and that he signed his name thereto by like order. Notary Public Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 2 of 3 55 (ACKNOWLEDGMENT BY CONTRACTOR, IF A PARTNERSHIP) STATE OF: ) COUNTY: ) SSN: On this day of ,20 betbre me personally came , to me known, and known to me to be a member of the finn of , and known to me to be an individual described in. and who execmed the foregoing instrument in the firm name of and he duly acknowledged to me that he executed the same for and i,~ the behalf of said finn tbr the uses and purposes mentioned therein. Notary Public (ACKNOWLEDGEMENT BY INDIVIDUAL CONTRACTOR) STATE OF: ) COUNTY: ) SSN: On this day of ,20 before me personally came , to rne know, and known to be the person described in and who executed the foregoing instrument and duly acknowledged that he executed the same. Notary Public Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 3 of 3 56 INFORMATION SCBEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold t hereinafter called the "Owner") in the full and just sum of dollars ($ ) good and lawful money of the United States of America, for the payqnent of which sum of money, well and tpaly to be made and done, the Principal binds himsell: his heirs, executors, administrators and assigns and the Surety brads itself', its successors and assigns, jointly and severally, firmly by' these presents. WHEREAS, the Principal has entered into a certain written Agn'eement beanng date on the day of ,20 . with the Owner tbr the Town of Southold Solid Waste Haul-Disposal Sen'ices, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal. his or its representatives or assigns, shall well and faithfully comply with and perlbm~ all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the tree intent and meaning of said A~eement, and shall fully indemni~' and save harmless the Owner from all cost and damage which it may suffer by reason of thilure so to do, and shall fully reimburse and repay the Owner tbr all outlay and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pa.,,' any and all anrounts, damages, costs and judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay [o any person or corporation by reason of any damages arising or growing out of the doing of said work. or the repair of maintenance thereofi or the manner of doing the same. or the neglect of the said Principal. or his Itheir. its) agents or se~'ants or the improper perfummnce of thc said work by the said Principal. or his (their. its) agents or servants, or the infringement of any pateut or patent rights by reason of the use of any materials furnished or work done as afi~resaid or otherwise. then this obligation shall be null and void. othe,'wise to remain in full force and eflk:ct: Per/brmance Bond BID (PROPOSAL) FORM Schedule 5.0. L Page I of 2 57 PROVIDED HOWEVER. the Surety. for the value received, hereby stipulates and agrees, if requested to do so by the Owner, to full,,,, perform and complete the work mentioned and described in said Agreement. pursuant to the terms, conditions, and covenants thereof, if for any cause the Principal tails or neglects to so full5' perform and complete such work and the Surety further a~ees to commence such work of completion within ten (10) calendar days after written notice thereof from the Owner and to complete such work within ten ( 10l calendar days from the expiration of the time allowed the Principal in the Agreement tbr the completion thereof: and further PROVIDED HOWEVER, the Surety, for value received, for itself, and its successors and assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no may impaired or affected by an extension of time. modification, work to be pertbnned thereunder, or by an5' pasqnent thereunder before the time required herein, or by any waiver of an.',' provisions thereof or by any assignment, subletting or other transfer of any work to be performed or an5' monies due or to become due thereunder: and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments. waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation co assignees, subcontractors. and other transferees shall have the same effect as to said Surety as though done or omitted to be done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto sec his (their. its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this __ day of .20 ( If Corporation add Seal and Attestation) By: Attest: Principal Surety Add Corporate Seal By: Attest: Address of Surety: Pertbrmance Bond BID (PORPOSALI FORM Schedulc 5.0.L Page 2 o f 2 58 INFORMATION SCHEDULE M OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the following operational plan to haul Municipal Solid Waste (MSW) from the Town of Southold Transfer Stationl if awarded an Agreement. [. Haul Summarize the manpower and equipment you will make available to perfoma under this Agreement. Operational Plan BID (PROPOSAL) FORM Schedule 5.OM Page I of l 59 APPENDIX A SAMPLE OPERATING AGREEMENT 6O THIS AGREEMENT. made on the __ da3' of ,20 by and between the Town of Southold. a municipal corporation of the State of Nexx York having its Pnncipal place of business at 53095 Main Road Southold, New York hereinafter called the "Town" and hereinafter called the "Contractor." WITNESSETH WHEREAS, Contractor has submitted to the Town a bid dated 20 . ¢'Bid") in response to the Town's Bid Solicitation tbr Solid Waste Hauling Sen'ices dated ,20__~, ("Solicitation"); and WHEREAS, the Town Board of the Town of Southold by resolution No. adopted on authorized the Town Supervisor to enter into an agreement with the Contractor to perform certain services in connection with the handling of solid waste, NOW, THEREFORE, it is mutually covenanted and agreed by and between the parties hereto as tbllows: I. DEFINITIONS - Terms defined in the Bid Solicitation shall have the same meaning as if defined herein. II. SCOPE OF SERVICES - lhe Contractor shall perform the services m accordance with the description of those sen, ices as set tbrth in the Solicitation. III. TERM OF AGREEMENT The term of this Agreement shall be Four and One-Half(4-1 2) .','cars commencing on ,20 APPENDIX A-I 61 PRICE SCHEDULE COMPENSATION The unit bid price schedule tbr the sen'ices to be fumished by Contractor is tbund in Section C 3.1.3.2. Contractor's bid which is incorporated into this A~eemcnt. V. PAYMENTS A. The Contractor shall receive monthly payments tbr sen'ices performed during the prior calendar month. The Contractor shall submit a request for pa.xqnent on a Town approved voucher tbrm along with Contractor's invoice which shall include a daily summary of ton,rage hauled by Contractor to the TOH RRF and disposed by Contractor at the TOH RRF as applicable. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. The Town shall be entitled to deduct from aoy payment owning to Contractor any sums expended by the Town to cure any defauh or other Agreement non-compliance by Contractor or to protect the Town from loss ou account of claims filed or reasonably anticipated to be filed. VI. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS Contractoi' makes the Ibllowing warranties and representations: A. Contractor represents that the Town has made no co~nmitment under this Agreement with respect to the volume solid waste to be handled by Contractor during the term of this AgTeement. B. Contractor warrants that Contractor shall comply with all federal, state and local laws. ordinances regulations applicable to ail of the services to b~ pe,-fomicd Contractor. C. Contractor represents that the intbn~mtion furnished by Contractor in the equipment schedules included in the bid is accurate and complete and Contractor acknowledges that Town has relied upon the accuracy and completeness of that intbnnation m thc selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilize its best efforts to insure that Minority and Women Owned Businesses {MBE's and WBE's) bare the opportunity to participate as subcontractors under this Agreement. In the event the contractor subcontracts twenty-five percent (25°o} or more of its work hereunder. Contractor shall submit to the Town an and a WBE Utilization Plan. prior to execution of this Agreement. APPENDIX A-2 2 VII. [NDEMNIFCATION INSURANCE BONDS A. Contractor agrees to defend, indemnify and save harmless the Town of Southold against an5' and all liability, loss, damage, detriment, suit. claim, demand, cost. charge, attorney's fees and expenses of what ever kind or nature which the Town ma5' directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or pertbmfing under the terms of this Agreement, or thilure to caw3' out any of the provisions, duties, services or requirements of this Agreement, whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees, agents, engineers. citizens or by other persons or corporations, including an.',' of Contractor's employees or agents who may seek to hold the Town liable therefore. This obligation shall be ongoing, shall survive the term of this Agreement and include, but not be limited to, claims concerning non-sudden environmental impairments, The Contractor shall join in the commencement of an.,,' action or proceeding or in the defense of an5' action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the Town, may be necessary. B. Contractor shall procure and maintain the insurance described in Section A of the Solicitation for a period commencing on the date of this Agreement and temfinating no earlier than one 3'ear following termination of services under this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thirty (30) days written notice has bccn givcn m thc Town. All such insurance shall be issued by a company duly authorized, to transact busincss in the State of New York and acceptable to the Town and shall include all riders attd additional co¥crage necessary to insure that Contractor will be financially able to meet its obligations under the foregoing indemnification. APPENDIX A-3 63 C. Contractor shall, for the period of the perlbrmance of services hereunder. maintain a Performance Bond in the amount of one million ($1,000.000.00) dollars whereto named obligee is Town of Southold. The Bond shall be in a form acceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety. VIII. FORCE MAJEURE If either party is delayed or prevented from fulfilling any of its obligations under this Agreement due to any act, event or condition, whether affecting the Town, the Contractor. the TOH RRF or any of the Town's or the Contractor's respective subcontractors or suppliers, to the extent that it materially and adversely affects the ability of either pan,,,' to perform any obligation hereunder (except for pa55¢nent obligations), and if such act, event or condition is beyond the reasonable control and is not also the result of the willful or negligent action, inaction, or fault of the party relying thereon as justification for not performing an obligation or complying with any condition required of such party under the Agreement. the rune tbr fulfilling that obligation shall be extended day-by-da55' for the period of the uncontrollable circumstance: provided, however, that the contesting in good l-hith or the failure in good faith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the lbregoing, such acts or events shall include the following: ( 1 ) · an act of God (but not including reasonable anticipated weather conditions tbr the geographic area of the Town or TOH RRF) hurricane, landslide, lighming, earthquake, fire. explosion, flood, sabotage or similar occurrence, acts ora public enemy, extortion, war. blockade or insurrection, not or cMl disturbance: (2) the failure of any appropriate federal, state, county', town or local public agency or private utilit55' hax lng Jurisdiction in the areas m which the Transfer Station or TOH RRF is located to provide and maintain utilities, services, water and sewer lines and power transmission lines which arc required tbr the operation or maintenance of the Transfer Statinn or TOH RRF: APPENDIX A-4 64 {3) governmental pre-emption of materials or services in connection with a public emergency or any condenmation or other taking by eminent domain of any portion of the transfer Station or TOH RRF: and {4) the presence of hazardous waste upon. beneath or migrating from the Transfer Station. It is specifically understood that none of the following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations: (b) the financial condition of the Town. the Contractor. any o fits affiliates or any sub-contractor: (c) union work rules, requirements or demands which have the effect of increasing the number of employees employed otherwise increase the cost to the Contractor o f operating its haul operation (d) equipment failure: (e) any impact of prevailing wage law. customs practices on the Contractor's costs; (f) any act. event or circumstances occurring outside of the United States. or (g) any change in law or m the permit conditions or status of the Transfer Station Disposal Site or the TOH RRF. IX. SUBONTRACTS Contractor shall not enter into any subcontracts in connection with the sen'ices to be performed by Contrb. ctor hereunder without the prior written approval by the town of such subcontracts. All such subcontracts shall make express reference to the terms and conditions of this agreement and shall obligate the subcontractor to comply with all applicable federal, state and local laws. ordinances or regulations relating to the sen'ices to be pertbrmed under the subcontract. [n the event the subcontractor is required to furnish any insurance or bonds for the benefit of Contractor. the Town shall also be named as an additioxml insm'ed or obliges. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of thc New York State Labor Law relating to the payment of prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal. In the event that at any time during perfornmnce under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such require,nent, all costs be borne exclusively by Contractor. APPENDIX A-5 65 XI. FORCED ACCOUNTING In the event the Town directs the Contractor. by written authorization sigmed either by the Town Supervisor or Town's Solid Waste Coordinator. to perform additional sen'ices beyond the scope of those described in this Agreement. the Contractor shall be compensated for such additional sen'ices on the following basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES - DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEADO * PROFIT For the purposes of this Section: A. DIRECT LABOR COST shall include hourly wages, including overtime premiums actually paid plus the following fringe benefits-associated with those wages group medical, group life insurance, pensions. FICA. uniforms, safety equipment or special tools. These tiSnge benefits shall be separately identified and shall not duplicate fringe benefits paid m connection x~,ith work pertbrmed within the scope off the Agreement. B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor for materials utilized by Contractor in performance of the additional sen'ices. The costs ';br such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures, buildings, or real property of the Town since such personal property is exempt from taxation York State Tax Law, under Section l 115 of the New York State Tax Law. C. OVERHEAD shall be 10% of the total of the Direct Labor Costs aud the Direct Material Costs, D. PROFITS shall be 5% of the total of the Direct Labor Costs. tile Direct Material Costs and the Overhead. XII. CONTRACTOR'S OPERATIONS AND PROCEDURES REPORTS Contractor will provide the operating plan aud supporting data listed in Sectious A and B of the Solicitation to the Town tbr review and acceptance. Contractor will update the plan as necessary and furnish copies of those updates to the Town. XIII. DEFAULT Ill the event the Contractor fails co' perfom~ its obligations under the Agreement, the Town may termiuate the Agreement, procure the services from other sources and hold the Contractor responsible ibr any costs iucurred. This Town also may deduct such costs fi'om APPENDIX A-6 66 payments owing to the Contractor andor draw upon the Perlbmmnce Bond as full or partial reimbursement tbr such excess costs. The Town reserves the right to terminate the Agreement for just cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with hauling services to the TOH RRF only. Under the agreement the Contractor shall not be responsible for providing. and is not obligated or authorized to provide, a disposal site for MSW. LInder the agrcemem, the Contractor shall not be obligated or authorized to deliver TOS MSW to any disposal site other than the TOH RRF. This agreement does not limit or restrict the ability of the Contractor and TOS to enter into a separate agreement(s) to arrange for an alternate disposal site(s) for TOS MSW in the event an emergency or other condition causes the TOH RRF to be temporarily unable to accept TOS MSW. XV. LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extant of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XVI. DISPUTES/ARBITRATION Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, any actions'or claims by either part5' hereto shall be commenced in Supreme Court. Suftblk County. New York. In the event the parties agree to arbitrate a dispute, such a,'bit,'ation shall be conducted in accordance with the rules of the American-Arbitration Association. In no event shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators tbltowing any such arbitration shall bc tinal and Judgment may be entered upon it in accordance with applicable law iu any courX having jurisdiction thereof. APPENDIX A-7 67 XVII. MISCELLANEOUS A. This Agreement shall be governed by the lax~ s of the State of New York. B. Contractor shall not assign, cmwey or otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. C. This Agreement, including all Exhibits and documents referred to herein. along with the Specifications, Solicitation and the Bid. and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the Services to be performed hereunder. This Agreement may be modified only by written agreement of Contractor and the Town. D. To the extent of an},' inconsistency among the documents constituting the agreement of the parties, the priority among those documents shall be: 2. 3. 4. This Agreement: Exhibits hereto: The Solicitation including Appendices: Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may bare at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors or s receiver is appointed for the Contractor or an},, insolvency arrangement proceedings are instituted by or against the Contractor. thc Town inay tennmate this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither held themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to. Worker's Compensation. Unemplo}`qnent Benefits. Social Security or retirement memberslfip or credit. G. If any provision of this Agreement shall t'or any reason he held to be invalid or unentbrceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be cntbrced as if such invalid and unenfbrceable provision had not been contained herein. APPENDIX A-8 68 H. Contractor agrees that it shall not discriminate and that it shall cause there to be no discrimination against any employee who is employee in the work. or against an5 applicant tbr such employment, because of race, religion, color, sex, age. marital status, handicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited to, the following: employment: upgrading, demotion or transfer: recruitment or recruitment advertising: layoff or temfination: rates of pay or other tbrms of compensation: and selection tbr training. XVIII. NOTICES All notices required to be given hereunder shall be made in writing by first class mail addressed as follows: If to the Town: Supervisor of the Town of Southold Town Hall 53095 Main Road Southold. New York 1197l With a copy to: Solid Waste Coordinator Town of Southold 53095 Main Road Southold, Nh' 11971 If to the Contractor: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. TOWN OF SOUTHOLD By: Joshua Y. Hotton, Supervisor By: APPENDIX A-9 69 APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT 70 APPENDIX C Town of Southold Accident Report ACORD. cERTIFICATE OF LIABILITY INSURANC . - 03/07/02 STE-IbTBE.~G AGENCY, INC. 247 M~P-~ICK ROAD L'?.~-ROOK N-5 !15E3 Phcne: 51~-599--=230 -~ax: 51-=-59D-5~31 THIS CERTIFICATE IS ISSUED AS A MA~['ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Trinity Transportation Corp. 214 Blv~er~ourgh CentraI Islip NY 11722 COVERAGES Vi!lanova Ins=tahoe Company A X CCMME~C:A~ 3E~ERA L ~:AS,L,?~ UND~S S I G/~--D 10/30/0~ 10/30/02 -~c~ zczu~$,~rz ~ 1000000 1000000 B X '~NYlu''c A~B5273291 10/30/01 04/07/02 C X ..... '-- = 7_.=,!.~?.~a-Z .=.~;SI~49'- 10/30/0"- "0,'30:'02 ---'-=_--~'=--~ : ~_0000O0C :~_ :s-:-~: =sss '."- : 500000 .~.~: .~ll Locat'-ons, AlL Cpera~icn~ C, ERTIFiC,.% T= HOLDER &CORD zS-s (? 97) CANCELLAT1CN ACORn CCRPCI:~AT[ON 1988 ,4-- VEHICLE SCHEDULE PRODUCER i ~cO.NNEo, E~t): 516-799-8222 08/07/01 Ins. A~;, Inc. BR~i 365 Crossways Park Drive Woodbu_~Z .~r£ 11797 CODE: SUBCQDE: AGENCY CUSTOMER ID APPLICANT (First Insure*) Trinity Transportation Corp. CSR JO I0/30/C0 FOR COMPANY USE ONLY BODY TYPE: TP~ACTOR ~ I ~ 7 EYM~AGE COST NEW VJ.N.: R686S30778 ...... 6 ,S 49500 TERR WHERE GARAGED 075 002 i 19~1: MODEL; 10-W/{EELER CI75',STATE, ZlP ISLA/~DIA NY 36499 MOTOR COF'- I ~V X COLb s ~137 s 3000 COLL sooY SVM~AOE COST ~EW TYPE: TRACTOR ~: ~ [ V.LN.: 1M2B156CX~A002612 6 :s 80000 TERR 075 ,36499 : --TOWING "-'--m FT X COMP AA $ 3000 UNINS i-- &LABOR -- SPEC ~ -- -- ' $ 3000 COLL i 003 1995 MODEL: I~B~L~Z~DC~DOgT/~ ) CITY, STATE. ZIP ISI~%ATDIA NY ' 004 1994 MODEL. CL BODY I TYPE: TRAILER *~ ~O~ SyIWAOE I COST N~N · V.i.N.: 4 ' S 40000 GV~t/GCW CEASE SIC FACTOR SEAT CP P. ADIUE FARTHEST TERM 68499 SODY SYM/AO E COST NEW '~'PE. TRACTOR ~ 27 V.I.N.. 1M2AD37¥XRW001877 4 S 80000 TERR C]~Y. STATE, ZIP ISLA~-DIA NY ~VHERE GARAGED 0 ? 5 VEH ~ YF~%R MAKE. 005 1994 MODEL; DRIVE TO WORKJSCHOOL USE 006 1994 MODEL. C~ C, TY. STAVE. Z~ ISLA/~DIA NY g07 1994 MODEL: CL NHE~ESA~{~ED ISLA/TDIA NY ACORD 129 (3~J3)a GVW/GCW CLASS 120000 36499 TY~E. TRACTOR V.LN. 1M2AD37YXRW00_1_87 ~ 075 120000 36499 SIC FACTOR EE~T CP RADIUS FARTHEST TERM 4 s 80000 V.LN.: ~2AD37¥3 R'~TOO ! ~ ? 9 4 s 80000 079 120000 36499 vmN. ' ~2 %~S'[4RW00 ~ ~'~_~ 4 S 80000 075 120000 36499 VEHICL~ DESCRIPTION (con't.} VEH 8 yEAR I MA*<E: F~ACK ~'YPE: TRACTOR 008 1993iMODEL: CL VJ.N.: 1M2~27Y5PW001048 IJ 5 S 80000 VEH = I Y~R I MAKE: ~AC~ T~PE:BODY TRACTO~ ~ ~j SYIWAGE COST NEW 009 1993' MOOEL: CL VJ.N.: 1M2AD27Y6PW001060 5 S 80000 s3000 ~'3000 COLL TERR G %~,NIG CW C~ SIC FACTOR S~AT CP PAD[US FARTHEST TERM ; 075 120000 : 36499 010 ; 1994' MODEL: CL v.I.N.: 1M2A/D37YSRW001876 4 s 80000 ~,WHEREGARAGEO : 075 120000 ' 36499 VEH *, YEAR I ~E: ~cK W,E: TRACTOR ~ ~ SYt~AGE 011 1994' ~DEL: CL ' VJ.N.: Z~37Y3RW001509 4 FARTHEST TERM - ' SPEC X ~OMP !COFL s3000 s3000 COL~ COST NEW $ 80000 ,CITY, STATE. ZP ISLANDIA NY VEH~ YEAR ! MAKE: ~[ACX 012 1994 MODEL: CL DRIVE TO WORK/SCHOOL USE CITY, STATE, ZIP ISLANDIA NY CITY. STATE. ZIP NHEREGARAGED ISLANDIA NY TERR GVWlGCW ICLA~E SiC FACTOR SEAT CP t~.ADIU S FARTHEST TERM 075 I36499 075 36499 075 68499 STATE. %CORD 129 (3/~3)a A'}TACH TO. BUSINESS AUTO SECTEON ~ SYM/AGE COST NEW 4 $ 50600 VEHICLE DESCRIPTION (~n't.) ~ 016 '1994 017 11994, MODEL: DU~ BODY V.L~.: l$8AD3928R0008368 v£~i' v~. ~KE: MAC:{ 018 ' 1994 MO~£U: DUMP 0'75 120000 ; 36499 .... TOWING i T'(PE: TRACTOR ~ ~C/ i V.J*N.: 1M2P267YiP~M020850 4 s 80000 X COMP AA ST AbIT $3000 X COLL S ~f37 s3000 COL[. v~H ~ Yr~,R , M.~XE: EAST I 'rYp~: TRAILER ~ ] ~ ~ _ 019 '1995 ~o~: W.~KING :V.LN.: 1EIU1X289SRG17623 3 s 50000 [WHEREG~GED 075 m ,68499 .... TOWING ~ .... UNiNS ~ $pEC ' 020:1995 MODEL: WALKING FARTHESTTERM 075 VEH~ YEP, R MAKE: ,~ ~, ~ TYPE: ACORO 129 {3/93)a ATTACH TO BUSINESB AUTO SECTION ' VEHIdLE DESCRIP33ON (con't.) YE., , YE~. : MAKE: EAST T~,E: TRAILER 024 1995 ~0o~:: W~KING V.LN.. lEIUlX289SRGi7640 3 s 50000 VE~. Y~ ~: EAST ~.E: T~ILER ~ )O~ SYBASE COSTN~ 025 1995 MOOEL: W~KING V.LN.: 1E1UlX280SRG17641 3 S 50000 coup s3000 WHERE OA~OED 075 68499 VEH~, , '~EAR : MAKE: EAST i T~PE: TRAILER ~ ~O7 I 0=7 :'1987 ~o~L: RE v.L~.: 1WA~G~30~3~6 6 S 80000 WHERE G~GED 075 ' 33&99 028 1995 MODEL: W~KING VIE.: 1El~lX286SRG176~4 3 S 50~00 C:T~' STATE' ZIP ISLA~DIA NY ACORD 129 (3~3)a ATTACH TO BUSINESS AUTO SECTION 50000 iVEHICLE DESCRIPTION (c. on't.) 032:1995 ~ODEL: WALKING TERR G'v~//G CW CLASS SIC FACTOR SEAT T.P RADIUS 033 !1995 MODEL: WALKING cr~.STAT~Zm ISLA/~DIA NY 075 61499 ~PE: TP. AILER ~ ]~7 COSTNEW V.LN.: 1E1UiX285SRG17649 3 $ 50000 VEH# i YEAR iMAKE: EAST 034 ' 1995 MODEL; WALKING TERR G V%%'/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM 075 68499 CHECK UNORIN$ DEDUCTIBLES SPEC TYPE: TRAILER %~ [ ~ SyM/AGE COST NEW : V.I.N.: 1E1U"tX281SRG17650 3 $ 50000 DRIVE TO WORKJSCHOOL , USE -- PLF-ASURE ; / IUNDERI5M[LES ~ VEH~ i YEAR MAKE: EAST 035 1995'MODEL: WALKING ' 68499 - COFL X ~125T s3000 COLL ~nS: TP. AILER ~ )29 SY~AGE COSTNEW I V.a.N.: 1E1~IIX283 SRG17651 3 S 50000 DRIVE TO WORFJSCHOOL i USE EAST 036 11995 MODEL: WALKING C:TY, ETATE, ZiP ISLANDIA NY EAST DRIVE TO WORK, SCHOOL USE ~;HE~EGA~.~k~ED ISLA/~DIA NY : TERR ' GWNIGCW I CLA~ SiC FACTOR SEAT CP ~AD[U S FARTHEST TERM i 075 i 168499 CHECK UNDRIN5 DEDUCTIBLES SPEC TYPE: TRAILER ~ j ~.} SYM/AGE COST NEW V.I.N.: 1E1UIX285SRGi7652 3 s 50000 T~ G~/GCW C~S SiC ~CTO~ S~T CP ~omus FARTHEST TERM 075 68~9~ ~.E: T~AT%~R ~ )~t SY~AGE COSTN~ 0'7~ ~-=nnn 68499 ACORD 129 (3FJ3)a ATTACHTO BUSINESS AUTO SECT[ON VEHICLE DESCRIPTION (c~on~.) 040 ' 1993 MODEL: C~"[ BODY TY.E: TP~ACTOR V.LN.: !M2AA13¥4PW026354 SY~AGE COETNE'~' 5 s 47000 041 11994 MODEL: CH 075 36499 SIC FACTOR SEAT CP RADIUS FARTHEST TERI '~"S: TP~ACTOR ~& 4-7 V.I.N.: 1M1AA13 YIRW0 3 8 3 6 9 4 $ 68500 TERR 042 11594 MODEL: CH GVWIGCW 36499 SPEC AA ST -**MT $3000 s #47 $3000 COLL BODY T~eE: TR.ACTOR "t'l VJ.N.: 1MiAA13¥4RW039810 4 .s 68500 TERR CITY. STATE. ZIP ISLA/TDIA NY 043 '1994 MODEL. CL ' 36499 COMP -- AA __ ST AMT $ 3000 CaLL $ ~49 s3000 COLL TYPE: TRACTOR COST.~W 68500 VJ.N.: 1MiAD37Y~RW001891 I ¢~T~, STATE ZIP ISLAIN-DIA VEH;t I YEAR ~KE: 044 1994 MODEL. PdD 075 ' 36499 T',~E: TRACTOa , DRIVE TO WORK/SCHOOL USE TERR FACTOR SSAT CP RAu,US FARTHEST TERM s ~41 s3000 CaLL V.t.N.: 1M2P867Y4RM020356 TERR GVW/GCW CLASS SIC 075 3~499 v.I.N.. 1E1U!X280S~F170~ 4 ~ SOOQL TERR 046 1 0TS -047 . TERR CHECK ACORD 129. (3/93)a 68499 A'F~ACH TO BUSINESS AUTO SECT[ON ~/EHICL'E DESCRIPTION (Don't.) ~' IL.5 .... TOWrNG -- z ~ M~KS. SU~IT , ~-~)~ TRAILER REN~,O¥'~ .e ,,~ SYBASE COST N~ 049:1994 ~ V.LN.: 158~3921R0008244 ~'- 4 S 50600 GV%NIGCW CLA~S SIC SE. AT CP RADIUS FARTHEST TERM WHERE GARAGED ' 68499 VEH # YEAR MAKE: S. UMMIT ~YPE: T~ILER ~ ~ ~E COST N~ 050 1994 MODEL: D~ V.LN.: 1S8~4524R0008303 CITY, STATE, ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORKYSCHOOL , USE . ~JNDER 15 MILES PLEASURE r 15 MILES OR O'vER FARM SUMMIT TERR GVVWGCW I CLASS SIC FACTOR SEAT CP RADIUS F~THEST TERM 075 : I 68499 T','PE: TRAILER :~ 177 SYM/AGE COST NEW v.I.N.: 1SBAL4521R0008260 4 s 50600 051 '1994 MODEL: WALKING CITY, STATE, ZIP ISLAATDIA NY DRIVE TO WORK, SCHOOL USE ~X COMM'L i : UNDER 15 bilgES ~ SU~4M!T 052 1994 ~OOEL: WALKING 0~3 1994 MODEL; ZIP WHERE GARAGED ISLA/TDIA NY DRIVE TO WORK,SCHOOL USE 075 i i 68499 XIP)P I Xl MOTOR ICOFL F~CV X DC[_[_ $ =~177T $3000 DOLL ' TY.E: TRAILER ~ ] 7~ s~*~ COST N~ V.LN.: 1S8~4518R0008255 % S 50600 075 ' 68499 075 ~R499 s3000 "'£ 4 s ~n~nn COST ACORD 129 (3icJ3)a "VEHICLE DESCRIPTION (con't.) j VEH# ! YEaR, M~;<E. EAST ~ 056 1995 MOOEL. WALKING V.LN.: 1E1UiX282SRG17639 3 $ 60000 057 1995 MODEL: CH TERR GVWIGCW CHASE SIC FACTOR SEAT CP RADIUS FARTHEST TERM 6349? TRACTOR 058 1985 MODEL: F-700 TERR GVWlGCW CLASS SIC FACTOR SEAT CP P~,OIUS FARTHEST TERM 075 36499 BODY TYI~E: P/U TRUCK 4~ J~ SY~V~GE COST NEW V.I.N.: 1FDN~74N7 FVA49248 4 s 15000 059 ' 1995 MODEL; CH 075 : 10000 , 03499 xu"'"s x .13 3ooo ' 'n'l:,E: TRACTOR ~ ~ 7 I v.[.N.: 1M2AJ%14YESW049567 3 $ 70000 ~60 1995 MODEL: CH crP~.STATE, Z~. ISLA2~DIA NY TERR , GVW/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM I 075 , 36499 UAE r~- MED PAY ~ TOWING TYPE: TRACTOR ~ ~5 S¥~VAGE COST NEW VEH $ yEAR MAKE: VJ.N.: 1M2~3%I4YESW049566 3 $ 70000 TERR GVWlGCW CLA~S SIC FACTOR SEAT CP RADIUS FARTHEST TERM 075 56000 CHECK O75 Type: T'~3't''''~ .~ ~_] ) SYM, AGE COET NEW ·CORD 129 (3FJ3)a ATTACH TO BUSINESS AUTO SECTION i VEHICLE OESCRIP3]ON (c~n~.) 064 1995 MODEL AW04596100 C75 g000C 69499 VEH# i y~AR MAKE: SPECTEC 065 !1995 MOOEL: AWO4596100 *~.E: TRAILER ~ ~_ ~ SY~AOE COST New V,I,N,; 1S9WA4525SS188201 3 s 49371 TERR G'v%NI G CW CE,a. SS SIC FACTOR S;-=AT CP ;~AOIUS FARTHEST TERM WHERE GARAGED 075 80000 68499 066 1995 MODEL: AWO4596100 :V.I.N.: 1S9WA4527SS188202 3 $ 49371 TERR G'~N/GCW , CLA~S cFr¥. STATE. ZIP 'T 8.1~.~'d'"~ T.A WHERE GA~GED 075 I 80000 68499 OHECK I UNDEP 15MILES PL~SURE R~TAIL X LJAB I X' MED~AY ;I ~ ~ 067~ ~995 MODEL: AWO4~96100 V.I.N.: 1SgWA4~20~S~88204 TERR G~IGCW 075 80000 68499 SiC FACTOR SEAT CP RADIUS FARTHEST TERM SPEC COMP -- ~ -- STAMT $3000 COL~ S #217T S3000 COU. SYMtAGE COST NI~ 3 $ 49371 FACTOR SEAT CP RADIUS FARTHEST TERM I TYPE. TRAILER ~ ~ ~} SYMtAGE COST NEW 075 80000 : 68499 ACORD 129 (3/931a A'}-i'ACH TO BUSINESS AUTO SECT{ON TYPE: TRAILER , VEHIC~ DESCRIPT ON (conK.) 080 i996 MODEL: WA~](T~G V.LN.: iSSAD3434T0009072 2 S 45500 WHERE OARAOED WHEREO~AGEO ' 075 : 68499 082 11996 MODEL: WALKING vJ.N.: 1SSA~3438T0009074 2 S 45500 UNDER 15 MILES i PLEASURE SUMMIT TERR GVW/GCW CLA~S SiC FACTOR SEAT CP RADIUS FARTHEST TERM 075 I 68499 BODY EYM/AGE COST NEW V.LN.: 08392 3 S 49500 ICFFY,$TATE, ZIP ISLA/~DIA ~TY WHERE GA~AG EO ' DRIVE TO WORK,'SCHOOL USE I UNDER 15 MILES ~-- PLEASURE 08~ 1994 MODEL: PiCK_Lip CITY. STATE. Z~" ISLANDIA NY TERR GVWIGCW I CLA~S SiC FACTOR SEAT CP RADIUS FARTHEST TERM m 075 : 80000 168499 CHECK MOTOR F C5P X AC~¢ X COMP : C OF L TERR O?5 CHECK 075 CHECK CHECK 075 I~PE: T;R A t T,1~I~, ~ 27 S¥~AOE COST NEW , V.LN.: ISgD5323XSS188271 3 S 38731 G~GCW C~S SIC FACTOR S~T ~P RADIUS FARTHESTTERM ~P~: PIC~ -i)P sy~ cost ~w 03499 ~* 187 s~E COST,~', TYPE: ~ ~-'~. -- L~ ~ SYrVUAGE COST NEW 0349~ ACORD 129 (3~3)a A~-TACH TO BUSINESS AUTO SECTION VEHICLE DESCRIPTION (con't.) 072 1995 MODEL. WA.LKING 49500 075 073 1995 MODEL: WALKING 3909C 6~499 ~'~.E: TP. AILER 1~ '~7 COsT NEW V.I.N.: 1S8A.L4524S0008935 3 s 49500 TERR CITY. STATE, ZIP ISLA~DIA ~f 074.11995 ~ODEL: WALKING GVW/GCW CL~S , SiC FACTOR SEAT CP RADIUS FARTHEST TERM 80000 68499 MOTOI~ CCFL ~T%V X CELL $ ~207T $3000 COLl. ,VJ.N.: 1S8AL4523S0008718 3 $ 49500 CITY. STATE, ZIP ISLANDIA NY WHEREGARAGED 075 : 68499 !5 MILES OR OVER I FARM 075 1995!MOEEL: WALKING BDDy '~1 ,~ TYPE: TP. AILER k% SYM/AGE COST NEW V.I.N.: 1S19D$3239SS188214 3 S 49500 CITY, STATE, ZIP ISLA/~DIA NY WHERE GARAGED DRIVE TOWORF~SCHOOL USE i TERR GVWIGCW i C~S SiC FACTOR SEAT CP ~DIUS FARTHEST TERM 075 68499 TYPE: TP. AILER ~% '~,.) SYM/AOE COST NEW __ ~ VI.N.: 1S9DS2831RS188101 4 s 161500 68499 ..... COFL I )"J~D G~ '~1~ I)<-! 6) 2 ~:)l -'/~ v'l'N': 6 s 20000 075 68499 SPECTEC 076 11994 MOOEL: WHERE GARAGED ISLA/~DIA NY ~;HE~EGA~ED ISLA~DIA NY TERR 36499 CITY. STATE, ZIP I SLA~NDI~ WHERE C, ARAOED NY 45500 CHECX 075 684qq ACORD 129 (3/~3%a ATfAC H TO BUSINESS AUTO SECTION VEHIC'uE DESCRIPTION (conl.) 088:1989 MOOEL; SEmi GY ~CO'Y, STATE, Zm ISLA~DIA N~ BODY TY.E: TP. AI LER VJ.N.: 1HgDGG3DIK1022017 ~ ~6ooo WHERE GARAGED 089 11994 ~OOEL: SEMI GY 0?5 65499 BODY 'mm£: TRAILER V.LN.: 1E1UIX282~LK15479 s 50600 SIC FACTOR S~TCP ~IUS ~RTHEST TE~M TERR · GVWlGCW 090 J 1987' MODEL: ' 075 68499 , r~.E: TRACTOR X COMP AA STAMT S3000 X COL~ S S3000 COL~ , V.I.R.: 1WAUDCVGIHII30434 ? 6 ooo CFFY, STATE. ZIP ISLA~DIA NY ' WHERE GARAG ED 36499 091 i 1986' MODEL: TRAILER DEDUCTIBLES X ACV AA ST AMT FARTHEST TERM s3000 $3000 COLL V.LN.: 1EIF2T283GRK06804 SY~AGE COST NEW ~-%O ~ ~oooo TERR GVWIGCW CLASS iCI'FY, STATE, ZIP ISLANDIA NY ' J 68499 { WHERE GAR. AGED 1 , CHECK MOTOR ~ F ~.~ORJVE TO WOR~/SCHOOL: USE COMM'L , CO__VERAOES. X ~ AOD'L PIP : X UNDR~NS , ; J MODEL: TERR TOWING BODY VEHF YEAR MAKE: TYP~: MODEL: V.I.N. ' SIC FACTOR SEAT CP RADIUS FArtHEST TERM LSP DEDUCTISLES X AC'~ COMP' C OF L i~X c.o~P -- ~A -- ST AMT $ 300 0 x tOLLs ~O s3oo0 c?~ S¥~AGE COST .~ COLL SY~AGE COSTNEW $ CITY. STATE. ZIP /VHERE GARAGED UNINS SPE2 15 MILES OR OLER F~'RM SER', rOE ='P MOT~P 2 TF L =~;' FARTHESTTERM SPEC COET NEW $ TOWrNG ACORD 129 (3~3)a ATrACHTO BUSINESS AUTO SECTION 'i VEHICLE SCHEDULE PRODUCER(~c.FAXI~JC' NO. Ext):NONO. Ex,l: 516-799-8222 JBender Ins. A~y, Inc. BR#1 1365 Crossways Park Drive Trinity Transportation Corp. i 10/30/00 COMPANY CODE: EUB CODE: USE ONLY AGENCY CUSTOMER iD ~ TWTRTT - 1 CiTT, STATE, ZiP WHERE GARAGED 0! i 2002 ~o~L.~-a~_~ VJ.N.: 1TgSC42282B656034 S 68499 DRIVE TO WORK/SCHOOL USE TERR i GV1NIGCW C[J~S SIC FACTOR SEAT CP RADIUS FARTHEET TERM I~ ' I VEH # YEAR MAKE: MODEL. TERR GVW/GCW CLASS SJC FACTOR SEAT CP RADIUS FARTHEST TERM VEH · YE*-IR ' MAKE: MODEL: TERR GVW/GCW C~.%SS SIC FACTCR SEAT CP RADIUS FARTHEET TERM TC?~ING ACORD 129 (3~31a TRINITY TRANSPORTATION CORPORATION 214 BL YDENBURGH ROAD ISL4NDIA, N}' 11749 (63D 342-96'3 F.-LV(63D 342-96-6 Resume: Martin Doyle Work experience in the solid waste industo' 23 years. From 19 '--1982 worked/6r Donno Sanitation Inc. as a route supervisor. From 19A'2-1995 worked./bt BFI bw. as a tran.¥£er station manager and hauling coord#lator. Front 1995-2002 am'] still cltrrentO, employed by Trinio' Transportation Corp. as the manager o/'Hillside Compost Corp. a yard waste and composting?wiliO' located D'emont P,4 which is wholl)' owned t~v TriniO' Transportation Corp. TRINITY TRANSPORTATION CORP. Z 14. BLYDENBURGH ROAD CENTRAL ISUP, NY I 1 7 2 Z Tel. (516) 34.2-9673 Fax (516) 34.2-9676 TRINITY TRANSPORTATION CORP. RESUME OF PROJECTS 2002 TOWN OF BROOKHAVEN, LONG ISLAND, NEW YORK Complete operation of MSW transfer station facilitx. Our responsibilities include acceptance of material from collection vehicles, all loading and transfer operations as well as hauling over 700 tons of MSW per day. All manpower and equipment is provided exclusively by Trimty Transportation Corp.. Equipment Provided: 18: one hundred cubic yard walking floor trailers. 7: on-road tractors. 1: Caterpillar 325L Grapple Loader. 1: Caterpillar 970 Payloader. 1: Komatsu 420 Payloader. 2: sx~itch tractors Start Date: April 1. 1996 Status: Under contract until Febraar3. 2000 with 2 additional I 5 ear options for extension. Extensions have been exercised through February 2002. Contact. Mr. Paul Roth. Commissioner of Sanitation Mr. Don Knobs. Assistant Deputy Commissioner of Sanitation TOWN OF EAST HAMPTON, LONG ISLAND, NEW YORK Haulinff and Disposal or 40 to 100 tons per day of MSW. Tnnity provides staged trailers at East Hampton's Facilit3 xx bich are pre-loaded Trinit3 Transportation provides long haul and disposal of material. Eqmpment Provided: 10: one hundred cubic yard x~alking floor traders Start Date: 1994 Status. Our operations ended April 1, 1997. Services resumed 1998 to 1999. Au extension through to 2001, was Town Board approved. Re-bid. March 2001. ax~arded to Tnmt?, Transportation. Extension requested to 2003. Contact. Dave Paolelli. Cmnmissioner of Sanitation TOWN OF SMITHTOWN~ LONG ISLAND, NE%' YORK Transportation of Ash from incinerator operations. Hauling of ash residue from the Smithto~Hunfington Incinerator to the Babylon Landfill. Equipment Provided: 2: ten wheel dump trucks and 2: tractors with dump trailers. Status: Operation since 1995 to November 1999. Contact: John Zollo. Town Attorney TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK Transportation and disposal of Yard Waste through an IMA with the Town of Babylon. Providing 100 cubic yard walking floor trailers with transportation and disposal of bagged yard waste. Approximately 250 tons per da3'. Equipment Provided: Approximately 10 tractor trailer loads per day. Status: Operation currently in progress since January 1997. Contact: John Trent. Town of Smithtown Engineering Dept. TOWN OF RIVERHEAD, LONG ISLAND, NEW YORK Hauling and disposal of MSW and co-mingled recyclables as sub-contractor to East End Recycling Corp. Trinit3 provided one hundred cubic 3ard walking floor trailers and tractors for the hauling and disposal of MSW. In addition. Tnnit) arranged for the transportauon of recyclables for separation and marketing Equipment Provided: 2 - 5 one hundred cobic yard x~alking floor trailers Status: Operation completed in 1996. Contact: John Reeves. Commissioner of Sanitation TOWN OF SOUTHOLD, LONG ISLAND, NEW YORK Transponauon and disposal of MSW and C&D materials Trinit3 Transportation provides 100 cu. yd v,'alking floor trailers for dic hauhng and disposal of all To'~ n generated MSW and C&D materials. TOWN OF SOUTItOLD. cont'd Equipment provided: 100 cu. yd. trailers and transportation adequate to handle volume generated. Status: Started May 1997 to present Contact: Mr. James Bunchuck. Landfill Supervisor OMNI OF WESTBURY (as subcontractor to TOWN OF HEMPSTEAD. LONG ISLAND) Trinity Transportation provides long haul and disposal sen'ices to the prime contractor, Omni of Westburv. Materials hauled include: yard xvastes, and various recD.'clables. Equipment pro~qded; 100 cu. yd. trailers and tractors as needed. Status.; providing sub-contracting services since 1995 to present, as needed and if requested. Contact' Mr. Anthony Core. President. Omni of WestbuD' OMNI OF BABYLON, LONG ISLAND, NY Transfer station. NYS. DEC licensed. Trinity Transportation provides long haul and disposal services for ALL faciliv,.' commodities: MSW. m~xed recyclables. C&D debris, yard ',~astes and concrete/aggregates. Equipment: It)0 cu. yd. '..`alking floor trailers, flat bed and ,,'an trailer service for baled lnatcrials. and dump trailers. Status: Since 1995 to present Contact. Mr. Brad Meyers. Faciliv,. Manager TOWN OF HEMPSTEAD, NEW YORK Transfer of ash residue from Hemps/cad Facility. (Ref-Fucl) to Brookhavcn Landfill. as interim operator Approximatel.~ 30 loads per day. 1500 tons per day Equipment: Tractors and dump trailers. Status: Ma.~ 2001 to September200I. (Emcrgencyservicesperfortncd forvcndordefauh). ContacL Mr. John Pinto. Depnly Commissioner TOWN OF HEMPSTEAD, NEW YORK Transfer of MS W material from Hcmpstcad's Merrick Transfer facili~ to Hempsteaffs. Rcf-Fucl facili~. Approximately 15 - 20 loads per day. Equipment; 100 yard walking floor trailers and tractors Status; Ma5~ 2001 to Present. (emergent3' sen'ices provided for vendor default) Contact: Nh-. John Pinto. DepuB' Commissioner TRINITY TRANSPORTATION CORP. 2:14. BLYDENBIJRGH ROAD CENTRAL ISLIP, NY' I 172 Z Tel. (516) 34.2°9673 Fax (516) 34.2-9676 John Whitton; Trinity Transportation Corp.; General Manager since May 1996 Responsibilities include: dispatching, interaction wtth all customers including Municipal accounts, oversees daily operations of all facets of compan.x, Omni Recycling, of Babylon Corp.; Facility Manager 1995 - 1996 Responsibilities included: daily operations of 1250 ton per day ret'cling/transfer facdit3. Managed all incoming and outgoing materials flo~$. Arranged for transportation sen'ices for all outgoing materials. Patricia DiMatteoi Jet Sanitation Service Corp.; Manager 1970 - Present Responsibilities include: dispatching, communication with customers, posting account information sen'ice complaints, interaction wlth drivers, office oversite. Trinity Transportation Corp.: Sec~-Trea~ 1996 - Pmsem Responstbflttics inclade: Payroll. dispatch, office accounting. Omni Recycling of Babylon Inc.; Sec~.' - Treas. 1996 - Present Responsibilities include: Capital equipment purchases, accounls pa)able, daib operations LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance xvith the provisions of Section 103 of the General Municipal Law, that the To,am of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the Toxxm Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00 A.M. (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term o f this Agreement shall be five (5) years commencing on Jul3' 1, 2002. The Town at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the term. Bids must be made in writing on the forms furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold, or bid bond. in the sum of one hundred thousand dollars ($100,000.00 ~ wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a performance Bond and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the.opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or ail bids and to waive informalities, should this action be in the best interest of the Town o f Southold. Bid Solicitation may be examined free oI charge and at the following location on weekdays from 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable f'ff~' dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre- bid conference to be held at 9:00 A.M, Thursday, May 23, 2002 at: Southold Tcwn Hall Meeting Flail 53095 Main Road Southold, New York 11971 For further information regarding bidding requirements, contact Elizabeth A. Neville (631 ) 765-1800. For information regarding Town Of Southold waste program and haul- disposal operations, contact James Bunchuck (631) 734-7685. All bids must be si~ed and scaled in envelopes plainly marked "Bid On Solid Waste Haul-Disposal Services ", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the To~vn of Southold is exempt. Dated: May 3, 2002 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 9, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179. SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times To~m Board Members Town Attorney Accounting Jim Bunchuck Data Construction Dodge Reports Broom's Letters Burrelle's Information Services Town Clerk's Bulletin Board 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) Company Name "['c. [ ai J{y rr¢.t~ ?orort~ 4-,'oth d,_ot- Q _ Phone Number ((.]~ BID ON Solid XVaste Haul & Disposal BIDDER'S SOLICITATION SOLID WASTE HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS TOWN OFSOUTHOLD STATE OFNEW YORK TOWN OfSOUTHOLD May 2002 NOTICE TO BIDDERS Solid Waste Haul-Disposal SenSces The Town of Southold will receive sealed bids tbr solid waste haul-disposal serx ices until the time and at the location herein specified which, will then be opened and publicly read aloud: PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday. June 6. 2002 TIME: 10:00 AM (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton. to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be three (3) years commencing on July 1, 2002. If the Town enters into an inter-municipal solid waste haul/disposal Agreement, the Town-may terminate the Agreement at any time during Agreement years two (2) and thre. e (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion, shall have the option of renewing the Agreement for two additional one year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the tenn. Bids must be made iii writing on the fom~s furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold. or bid bond, iii the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a pcrtbnnancc Bond. and insurancc in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal. state, or local, fi'om which the Town of Southold is exempt. A Bidder may not withdraw his bid within tbrty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive intbrmalities, should this action be in the best interest of the Town of Southold. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding tbrms ma5' be examined free of charge and at the tbllowing location on weekdays from 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon pa,wnent of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders xvill be allowed to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M, Thursday, Ma,/23, 2002 at: Southold Town Hall. Ivleeting Room 53095 Main Road Southold, New York 11971 All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (631 ) 734- 7685. Elizabeth A. Neville Town Clerk For further information regarding bidding requirements, contact Elizabeth A. Neville (631 ) 765- 1800. For information regarding Town Of Southold waste pro,am and haul-disposal operations, contact James Bunchuck (631 ) 734-7685. 3 TABLE OF CONTENTS GLOSSARY OF TERMS SECTION A- SUBMISSION REQUIREMENTS 1.0 Project Purpose 2.0 Schedule 3.0 Examination Of Agreement Documents 4.0 Intbrmation to be Submitted 4.1 Contractual Bid 4.2 Supplemental Information 5.0 Bid Format 5.1 Binding 5.2 Form Preparation 6.0 Submission of Bid 6.1 Withdraxval Of Bids 6.2 Questions & Addenda 7.0 Bid Guaranty 8.0 Execution Of Agreement 9.0 Consideration Of Bids 10.0 Selection Of Contractor 11.0 Acceptance of Bid 12.0 Assignment 13.0 Limitation Of Funds Available 14.0 Insurance and Bonds 14.1 Insurance 14.2 Bonds 15.0 Indemnity (Hold Harmless) 16.0 Payments 17.0 Default 18.0 Term of Agreement 19.0 Service Agreement 20.0 Subcontracts 21.0 Rights and Options SECTION B - BID SPECIFICATION 1.0 Requirements 2.0 Program Goals and Objectives 3.0 Potential Regulatory and Operational Changes 4.0 Character Of The Solid Waste 4.1 Quality and Characteristics 5.0 Program Activities 5.1 Collection 5.2 Loading Mode 5.3 Town of Southold Accident and Damage Policy 10 11 11 12 13 13 13 15 15 15 15 15 16 16 16 17 17 18 18 18 18 18 20 2O 21 21 21 21 22 24 25 25 26 26 26 27 4 5.4 NYSDEC Part 360 Pennit to Operate 6.0 Haul Sen'ices 6.1 Work Included 6.2 Equipment 6.3 Weighings 6.4 Routing Mode - Contractor's Responsibility 7.0 Disposal Services Program Activities 7.1 Work Included 7.2 Operational Capacity 7.3 Permit Requirements 7.3.1 Disposal Sites Inside State Of New York 7.3.2 Disposal Sites Outside State of New York 7.4 Weighings 8.0 Safety and Health Regulations 9.0 Operations and Procedures 9.1 Supporting Data SECTION C - TOWN OF SOUTHOLD SOLID WASTE HAUL/DISPOSAL SERVICES 1.0 Intent 2.0 General Bid Statement 3.0 Unit Price Bid Schedule 3.1 Compensation 3.2 Evaluation Unit Bid Price Formula 4.0 Bid Security Acknowledgment 5.0 Information Schedules Information Schedule A Information Schedule B Information Schedule C Information Schedule D Information Schedule E Intbrmation Schedule F Informatton Schedule G Information Schedule H Infonnation Schedule I Information Schedule J Information Schedule K Information Schedule L Int:brmation Schedule M 27 27 27 28 29 29 29 29 3O 30 31 31 33 33 34 34 36 37 37 40 40 41 42 42 5 SECTION D - APPENDICES Appendix A Sample Operating Agreement Appendix B New York State Department of Environmental Conservation Permit Appendix C Accident Report GLOSSARY OF TERM ADMINISTRATOR -Shall mean the Coordinator of municipal solid waste Ior his agent1 of the Town of Southold, New York. AGREEMENT- Shall mean a Form operating agreement set forth by the Town and resulting h'om this Bid Solicitation between the Town of Southold and the successful Bidder to be executed in 1997. AGREEMENT DOCUMENTS -Shall include the notice to bidders, instructions, bid solicitation. bid Forms. intbrmation schedules, proposal, payment bond. bid bond, Agreement, pertbm~ance bond, certificates of insurance, glossary of terms any general conditions or special conditions. and any addenda. The Agreement Documents will Form a part of the Agreement. AGREEMENT YEAR -Shall mean the period from __Jul'; I , of a calendar year to June 30. of the next calendar .,,'ear. BIDDER -Shall mean any party or parties submitting in proper fonn a bid to pertbnn the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perfun~n the specified work will thereafter be known as the Contractor. BID PRICE -Shall mean the unit cost to detennine the ranking of bidders. BID SOLICITATION-Shall mean this document, specifications, and any bid addenda issued. COMMENCEMENT DATE -Shall mean July 1, '~00m CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) -Shall mean solid waste resulting from the construction, renovation, equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, bricks, concrete and other masonry materials, soil, rock, xvood, wall covetings, plaster, dr~vall, non-asbestos insulation and roofing shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) DISPOSAl. SITES -Shall mean any site designated by the Contractor where constructiou and demolition debris is disposed of in a manner that minimizes enviromnental hazards and is permitted under the design and operation requirements of 6NYCRR Part 360 or alternatively outside the State of New York, is permitted under design and operation requirements meeting the requirements of 1 ) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. GLOSSARY-! CONTRACT DOCUMENTS - Shall have the same meaning as Agreement Documents. CONTRACT YEAR - Shall have the same meaning as Ageement Year. CONTRACTOR - Shall mean the party contracting to pertbrm the work, or the heirs, executors, administrators, agents, or successors thereof. COORDINATOR - Shall mean the coordinator of municipal solid waste for the Town of Southold. COUNTY - Shall mean Suffolk County, State Of New York. DAILY - Sunday to Saturday, inclusive. EPA - Environmental Protection Agency (Federal). HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars for each ton of solid waste actually hauled from the Town Of Southold Transfer Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Designated Disposal Site. HAZARDOUS WASTE - Shall mean (1) any "hazardous waste" as defined under the Resource Consemation and Recovery Act, 42 U.S.C. Section 6901 et seq.. or "hazardous substance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.C. Section 9601 et seq., or "hazardous waste" as defined under New York Environmental Conservation Law Section 27-0901 et seq., as each such law may be amended from time to time, and the regulations promulgated thereunder, and any analogous or succeeding Federal. state or local law, role or regulation and regulations promulgated thereunder and (21 any other material which any governmental agency or unit having appropriate jurisdiction shall detemm~e from time to time cannot be processed at the facility because it is harmful, toxic or dangerous. NOTICE OF AWARD - Shall mean written notice from the Town of Southold to thc successful Bidder that the Town of Southold intends to award an Agn'eement to the successful Bidder, subject to compliance with all their terms and conditions of the Agreement Documents. NYSDEC - New York State Department Of Enviromnental Conservation. OSHA - Federal Williams-Steiger Occupations Safety & Health Act of 1970. plus subsequent revisions. GLOSSARY - 2 OWNER - Shall mean the Town Of Southold, New York. Also may be referred to as the Town. PERMIT - Shall mean any and all permits, licenses, approvals, certificates of public convenience and necessity, Franchises or authorizations which must be issued by any Goverumental Body having jurisdiction thereof to legally enable the Contractor to transport and/or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid permit to haul construction m~d demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances. including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious wasteL SOLID WASTE DISPOSAL SITE(SD - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and Is permitted under the design and operation requirements of 6NYCRR Part 360 - Solid Waste Management Facilities. or alternatively outside of the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual, firm or corporation having a direct contract with the Contractor tbr sen, ices, equipment, materials and, or labor. GLOSSARY-3 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS 10 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1.0 PROJECT PURPOSE The Town of Southold expects that it will receive and need to dispose of approximately 10.000 tons of solid waste during the agreement year. It is possible that the Town of Sputhotd will contract with another town to receive and dispose of their solid wastes. If this happens the quantity of wastes to be hauled and disposed of under this Agreement will increase. This Bid Solicitation ~vill ensure Town of Southold's solid waste will continue to be I) hauled From the Town of Southold Transfer Station to Disposal site(s) and 2) disposed of at permitted Disposal Site(s). 2.0 SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as firm dates or deadlines due to. the multiple parties involved in the decision making process. EVENT DATE Transfer Station Visits By Appointment Pre-Bid Conference 9:00 AM, Thursday, Ma,/23, 2002 Bid Opening 10:00 AM Thursdav, June 6, 2002 Tmvn Board Approval June 18, 2002 Agreement Executed On or Betbre June 28, 2002 Operations Commencement July 1, 2002 11 3.0 EXAMINATION OF AGREEMENT DOCUMENTS. FAMILIARITY WITH THE WORK It is the responsibility of each Bidder before submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly: (b) visit the site of the Town of Southold Transfer Station: (c) attend and be familiar with the outcome of the pre-bid conference (d) become familiar with conditions at the Town of Southold Transfer Station and Disposal Sites that may affect cost, progress, performance or furnishing of the work: (e) become familiar with and consider all federal, state and local laws, regulations ordinances, permits, approvals and orders that may effect the cost. progress. performance or furnishing of the work: (f) study and carefully correlate the Bidder's observations with the Agreement Documents: and (g) notit3' the Town Clerk of all conflicts, errors or discrepancies in the Agreement Documents. Reference is made to the following Appendices which contain supplemental information which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Permit Appendix C: Town of Southold Accident Report Reference is made to the Following information which is available tbr review by Bidders at the Town Clerk's Office during normal business hours - 8:00 A.M. to 4:00 P.M. Monday through Friday. i. Pending conceptual plans for the proposed Town of Soutbold Transfer Station. ii. Town of Southold Solid Waste Management Plan. This information is presented solely l:br the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall form their own conclusions and opinions from this infbnnation and shall confirm any infommtion contained thereto regarding facilities and equipment through site visits. The Town does not guarantee the accuracy of any intbrmation contained in these documents. Before submitting a Bid, each Bidder shall, at the Bidder's own expense, make or obtain any additional inspections, examinations, or 'studies and obtain any additional data and information which ma5 affect cost, progress, perlbrmance or thmishing of thc work and which Bidder deems necessary to determine its bid for pertbrming and furnishing the work in accordance with the time, price and other terms and conditions of thc Agreement Documents. The failure or omission of the Bidder to receive and examine any tbrm, instrument or document, or make required inquiries and inspections, shall not relieve the Bidder It-om any obligation contained in the Agreement Documents. The Town will be 12 justified in rejecting an,,,' claim based on facts or conditions of which the Contractor should have been cognizant. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Bid Solicitation, that without exception the Bid is premised upon performing and furnishing the work required by the Agreement Documents, and that the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions tbr performing and furnishing the work. Bidders will be allowed to ask questions regarding the Bid Documents during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold. New York 11971 4.0 4.1 4.2 INFORMATION TO BE SUBMITTED WITH PROPOSAL Contractual Bid For the purpose of assisting the Town in determining the responsible Bidders lrbr this Bid Solicitation, the Bidder is required to submit the following minimum intbnnation with his bid: ii. Contractor Bid Form Bid Security or Bid Bond Intbrmation Schedules A through M as applicable Supplemental Information as described in 4.2 Supplemental Information In addition to the aforementioned forms, the Bidder is. required to submit the lbllowing supplemental intbrmation with his bid: Operational Plan: A plan describing the Bidder's assessment of thc requested operation set tbrth in Exhibit M. This section shall be divided into the tbllowing subsections: o Haul A detailed summary of requirements for manpower, materials and supplies, mobile equipment, etc., shall be included to provide the Town with general anticipated guidelines for pertbm~ance under the Agreement. 13 ii. iii. o Disposal A detailed summary of requirements of site capacity, useful life, hours and days of the week. operation, etc., shall be included to provide the Town with general anticipated guidelines tbr performance under the Agreement. A copy of the current Permits to Construct and Permits to Operate shall be included. If the Solid Waste Disposal Site is located outside the State of New York, a copy of the current applicable laws and regulations goveming the desigm. construction and operation of the Disposal Site shall additionally be included. Litigation: A section briefly describing any current litigation which in an3' way may affect the Bidder's operational capability of useful life of the Solid Waste Disposal Sites. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded ,,,,'ill be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. In addition, it is the policy of the Town of Southold to encourage the participation of Minority Business Enterprises (MBE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason. the Agreement will require Contractor to use its best efforts to include among its subcontractors MBE and WBE firms. In the event the successful Bidder intends to subcontract in excess of twenty-five percent (25%) of the work. the Bidder will be required to submit to the Town an MBE/WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site identified in its Bid. the Bidder shall furnish a statement, signed by an authorized representative of the Disposal Site, which provides tbr Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents. THE SUPPLEMENTAL INFORMATION REQUIREIMENTS MAY BE SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A-M) IF THE SCHEDULE PROVIDES THE INFORMATION REQUESTED AND IS INCLUDED IN THE BID. 14 5.0 5.l 5.2 BID FORMAT Binding The document(s) if bound shall be in a manner that will provide tbr easy evaluation access (to lie fiat when opened). Printing on both sides of the sheets, provided a quality paper is Utilized that xvill prevent the type from showing through, is acceptable. Paper with substantial recycled content is preferred. Form Preparation Bids shall be submitted in the Ibrm described in this Bid Solicitation. All blank spaces for bid prices shall be properly filled in, in ink or typed, in both words and numerals tbr all bid categories required. In the event a price shown in words and its equivalent shown in figures do not agree, the written words shall be binding on the Binder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing information. 6.0 SUBMISSION OF BID 6.1 Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set tbr the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarl,,( marked and addressed to: Office of the Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. Withdrawal of Bids Any Bidder will be given permission to withdraw its Bid upon receipt of a properly notarized written request made no later than the time set lbr opening. At the time of opening of the bids, if such Bid is included, it will be returncd to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 15 6.2 7.0 8.0 Questions & Addenda All questions about this Bid Solicitation must be submitted in writing to the tbllowing: Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda, whether or not received by the Bidders All questions must be received at least ten (10) calendar days before bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries concerning any addenda issued. Alt addenda will be on file at the Town Clerk's office at least twenty-lbur (24) hours before bids are opened. The Town '*'ill not be bound by oral clarifications. BID GUARANTY Each Bid must be accompanied by a bid guaranty (Section C, Schedule 5.0.K), without condition or qualification, which shall be in the sum of one hundred thousand dollars ($100.000.00). The guaranty ma.',' be certified check, bank draft, money order, standard tbm~ irrevocable letter of credit, or a bid bond in the form attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty, certified check, money order or bank draft must be made payable to the order of the Town of Southold. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the furnishing of the surety bond or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds insurance and other Agreement Documents are received from the successful Bidder. EXECUTION OF AGREEMENT/FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents tbr Haul/disposal services. The successful Bidder shall, at its own cost and expense, procure, execute and deliver to 16 9.0 the Town the following documents within ten (10) days of formal Notice of Award by thc Town. Perfbrmance Bond - A Performance Bond shall be in an amount of one million dollars ($1,000,000.00). This bond (as shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense for the term of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may determine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may suffer as the result of such breach. The Town's fights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specifically resen'es any and all other rights against the Contractor as a result of his failure to perform as required by' these documents. CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any/or all bids Ibr haul and disposal sen'ices if-such action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation. each Bidder shall: A. Provide equipment, labor, maintenance and management sen'ices to haul and dispose of solid waste from the Town of Southold Transfer Station to Contractor designated Solid Waste Disposal Site(s) as set torth in Section B - Bid Specifications. B. Resen,e and provide a minimum available capacity of 15,000 tons ( 52 weeks year) yearly, allowing for seasonal and other peak periods. C. Provide evidence of all current valid state and Federal permits, li,~enses, local ordinances, etc., required by law to receive solid waste at the designated Disposal Site(s). D. Provide evidence of physical and financial capability to pertbrm senices described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved tbrm of bid guaranty. Only bids solicited from firms or combinations thereofi who have sufficient managcment, engineering capabilities, operating, and maintenance experience to fulfill the Town's goals and comply with the applicable local, state. Federal laws. ordinances, regulations e.g. New York State Department of Environmental Conservation. Resource Conservation Recovery Act and Federal Environmental Protection Agency guidelines will be accepted. The Town will review the bids and make a selection reco,nmendation based on thc 17 ex aluation criteria included in this Bid Solicitation or take such other actiou as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose Evaluation Unit Bid Price is the lowest. The Town of Southold reserves the right, in its sole discretion, to reject at bids submitted in response to this Bid Solicitation. l 1.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award signed by a dui3' authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to execute the Agreement and other Agreement Documents. 12.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transfer, convey, sublet, or otherwise dispose of the Agreement or of his right. title, or interest therein or his power to execute such Agreement, to any person or cmporation without the prior written consent of the Town. 13.0 LIMITATION OF FUNDS AVAILABLE 14.0 14.1 The Contractor specifically agrees that any Agreement shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds appropriated on the date of execution of the Agreement by the Town fur the said purpose. INSURANCE AND BONDS Insurance For the period from Agreement commencement date until one ( 1 ) year after Agreement termination date. Contractor must maintain insurance acceptable to the Town in the kinds and amounts set l-brth below. All such insurance coverage, shall be provided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of Southold and its agent shall be named as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall furnish to the Town. certificates of insurance, in a tbnn satisthctory to the Town Attorney, evidencing such insurance. The kinds and amounts of insurance are as tbllows: A. Contractor's Insurance - Insurance lbr liability for damage imposed by la~ of kinds and in the amounts hereinafter provided covering all work under the Agreement, 18 whether pertrbnned by Contractor or his subcontractors. The kinds and amounts of insurance are as follows: (1) Worker's Compensation Insurance - A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, known as the Worker's Compensation Law, coveting all operations Of the Contractor, whether performed by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage/hr the benefit or: and keep insured during the life of said Agreement such employees in compliance with provisions of the Worker's Compensation (2) General Liability (Comprehensive Form) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work performed by him under the Agreement. The tbllowing insurance coverage shall be included: (a) Independent Contractor's Protective Liability - Covering work performed by subcontractors. (b) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad Form Property Damage (e) Personal Injury. NOTE: If any of the rating classifications embody property damage exclusions C or U, coverage for eliminating such exclusions must be provided. Coverage for the above will be required in not less than the tbllowing amounts: SINGLE LIMITS OF LIABILITY: AGGREGATE LIMITS OF LIABILITY: $ 1,000,000.00 $10,000.000.00 (3) Automobile Liability Insurance - Policy shall include coverage for all owned as well as non-owned and hired vehicles, and limits shall not bc less than the following amounts: BODILY INJURY LIABILITY Aggregate: $3,000,000.00 PROPERTY DAMAGE LIABILITY Aggregate: S3.000,000.01) 19 Each Person Each Occurrence Each Occurrence $1.000.000.00 14.2 $ 1.000.000.00 Bonds Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a Performance Bond wherein the named obligee is the Town of Southold. The Pertbrmance Bond's purpose is to secure the faithful pertbrmance of the Agreement. The bond' amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Suftblk County, New York. The tbrm shall be acceptable to the Town of Southold and shall have a tem~ through the completion of sen'ices. As an a alternative to the Performance Bond, the successful Bidder may furnish a certified check, bank draft, money order, or a standard form irrevocable letter of credit. certified check, bank draft or money order must be made payable to the order of the Town of Southold. The standard form irrevocable letter of credit shall be in a tbrm acceptable to the Town of Southold. In the event the Contractor secures a Performance Bond from any of its subcontractors. said bond shall also name the Town of Southold as a dual obligee. Should the Town designate another public or private gent of contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town. upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) Contractor shall agree to defend, indemni~' and save harmless the Town against any and all liability, loss. damage, detriment, suit. claim, demand, cost, charge, attorney's tees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the terms of such Agreement, or the failure to carry out any of the revisions, duties, services or requirements of such Agreement, whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees. agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal, state or local govermnent agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, survive the term of the Agreement and include, but not be limited to, claims concerning non-sudden environmental impairments. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all 2O necessary appeals which may be necessary, in the opinion of the Town. 16.0 PAYMENTS 17.0 Contractor shall receive monthly payments for services performed during the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of municipal solid waste haul trips from the Town of Southold Transfer Station including the tonnage of municipal-solid waste and the manifest number tbr each load of municipal solid waste removed. Such pa.vments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall ir~clude a daily summary of tonnage received by Contractor at the' Transfer Station. The Town shall be entitled to deduct from any payment owing to Contractor any sums expended by the Town to cure an>' default or other non-compliance by Contractor. DEFAULT In the event the Contractor fails to perform its obligations under the Agreement. the Town may terminate such Agreement, and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to terminate the Agreement for just cause. 18.0 TERM OF AGREEMENT The term of this Agreement shall be three (3) years commencing on July 1, 2002. If the Town enters into an inter-municipal solid waste haul/disposal agn'eement the Town may terminate the agreement at any time during years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one ( 1 ) year temps by giving Contractor written notice of its intention to renew at least thin>' (30) days prior to the expiration of the term. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal sen'ices without regard to the permit' status of its Disposal Site. In the event that Bidder wishes to submit a bid for a Disposal Site for which Bidder does not currently have all necessary t~deral and state permits, Bidder shall at its sole risk and expense, be responsible for obtaining an&or renewing its permits or providing to the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the lown. This is a tull service Agreement and thilure of the successful Bidder to provide thc identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date tbr services under the Agreement Documents awarded hereunder shall coustitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations 21 hereunder by reason of any i~ailure to obtain or maintain its permits at the identified Disposal Site. 20.0 SUBCONTRACTS In the event Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement, Bidder shall: (1) fumish to the Town a copy of the signed Agreement between Bidder and the Disposal Site Contractor which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents: (2) require the Disposal Site Contractor to furnish to Contractor and the Town a perfom~ance bond guaranteeing the availability of the Disposal Site throughout the term of the Agreement; (3) require the certificates Contractor to provide insurance naming the Town as additional insureds on all policies maintained by Contractor. 21.0 RIGHTS AND OPTIONS The Town of Southold. New York, reserves and holds at its discretion the tbllowing rights and options upon issuing this Bid Solicitation: To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations fbr statements of qualifications and conduct investigations or interviews with respect to the qualifications of each Bidder. 5. To designate another public body, private or public agency, group, or authority to act in its behalf for evaluation and Agreement negotiations. To designate another public body, private or public agency, group, or authority to act in its behalf for contract administration of this project at any time during the Agreement period. SECTION B BID SPECIFICATIONS (TECHNICAL/MANAGEMENT) 1.0 SECTION B BID SPECIFICATIONS TECHNICAL/MANAGEMENT REQUIREMENTS This request tbr bids is issued for the Town of Southold, State of New York, Town Hall, 53095 Main Road, Southold, New York, 11971 (Ielephone (516) 765-1800) The eftbrt, shall be known as the Iown of S0uthold Solid Waste Haul Disposal Service. The Town of Southold desires to issue an Agreement with a qualified Contractor to haul and dispose of a portion of its Solid Waste. The Town will need to dispose of approximately 10,000 tons of solid waste during the agreement years The Contractor will ensure the Town that solid waste will continue to be: I ) hauled from the Town of Southold's transfer Station to disposal site(s), and; 2) disposed at permitted disposal site(s). The following general services are sought in this request: 'HAUL Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling solid waste from the Town of Southold transfer Station to Contractor designated disposal site(s) as set forth herein. Transportation equipment shall be in accordance with New York. State Department of Transportation, Interstate Commerce Commission, United States Depamnent of Transportation. as defined in the Code of Federal Regulations, or otber applicable state and federal regulator)' requirements. · Disposal Resel~,e capacity and provide equipment, labor, maintenance, management and policies to receive and dispose of solid waste from the Town of Southold Transfer Station as set forth herein. The Contractor's New York State Solid Waste Disposal Site(s) must be in compliance with all State of New York Department Of Environmental Conservation's and U.S. Government's Regulatory requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. Disposal Sites outside New- York State shall be permitted by applicable local, state and Federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment than those outlined in this specification. Disposal alternatives that will be considered include land disposal, incineration. composting, etc., as long as they comply with regulatory requirements and environmental standards. 24 2.0 3.0 4.0 4. l PROGRAM GOALS AND OBJECTIVES The goal of this project is the continued sate and reliable hauling and disposal of the solid waste materials from the Town Of Southold Transfer Station at minimum cost to the citizenD'. It is also the objective of the Town of Southold to ensure that the haul-disposal operations proceed according to the provisions of this document and subsequent agreements/amendments are upheld. POTENTIAL REGULATORY AND OPERATIONAL CHANGES During the term of the Agreement, there may be a number of regulatory and operational changes which may affect the quantities and Lypes of solid waste receivedat the Town of Southold Transfer Station and delivered to the Disposal Site; the manner in which solid waste is handled by the Town prior to the loading of waste for transfer: and the equipment maintained and used by Town forces in the handling of xvaste to be transferred. This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor or the specific operational techniques and/or equipment to be employed by the Town in the handling of waste at the Town transfer station. The Town reserves the right to designate another public body. private or public agency, group or authority to act in its behalf for administration of the Agreement at any time during the term of Agreement. CHARACTER OF THE sOLID WASTE The xvastes which are to be hauled and disposed of under terms of this bid solicitation are to include typical municipal wastes from a rural community. This will include all waste types generated in private households, and, therefore, can include broken furniture, small appliances, and other wastes generated in a private home or apartment as allowed under 6NYCRR Part 360- 1.2(a) regulations and the Garbage. Rubbish and Refuse Law, Chapter 48 of the Code of the Town of Southold. Commercial waste may also be included in the solid waste stream. It may include any waste which is typically disposed of in dumpster or roll-off type container boxes at restaurants, small businesses, light industries, hospitals, office buildings etc. It should not include an5' wastes covered by special waste permits Such as pathogenic or hazardous materials, but the Town cannot guarantee that the waste stream docs not contain same. Special costs associated with handling noncompliance loads will be compensated under Forced Accounting (Appendix A-9). Quality and Characteristics 25 5.0 5.1 5.2 The Town Of Southold's historical solid waste quantities and characterization data are included in the Appendices. Bidders are cautioned that actual quantities may differ significantly from these data. Recycling programs may affect the quantity and characteristics of the waste received at the Town of Southold Transfer Station. If the Contractor discovers any non-compliance waste {hazardous. regulated medical or special wastes), the Contractor shall notify the Town and dispose of [he noncompliance waste in accordance with local, state and Federal regulations. Compensation tbr such waste disposal services shall be provided tbr under Forced Accounting (Appendix A-9). The Town makes no specific representations in the fbregoing disclosure. PROGRAM ACTIVITIES Collection The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to 5:00 P.M. The Contractor will be expected to collect and remove solid waste from the Transfer Station during the following hours: Monday through Friday 7:00 A.M. to 4:00 P.M. The Transfer Station is closed on the following holidays: New Year's Day Martin Luther King Day President's Day Easter Sunday Memorial Day Independence Day Labor Day Columbus Day Election Day Veteran's Day !.,,- Thanksgiving Eve Thanksgiving Day 9.- Christmas Eve Christmas Day !'-. New Years Eve The Contractor must make transfer containers available tbr loading seven days a week. if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on Sundays is frequently not required during the winter months. The Contractor will be expected to provide enough containers to empty the Transfer Station tipping floor on a daily basis, delivery and staging of an adequate number of containers for this purpose will be coordinated with Transfer Station Staff as needed. Loading Mode The Contractor shall full5' prepare transfer containers lbr loading, including assuring that container covers or empty containers are left open. [SEE NOTE AT END OF SECTION 6.2.I 26 5.3 5.4 6.0 6.1 Solid Waste will be loaded by the Town at its Transfer Station using a front end wheel loader. After loading. Contractor will bring transfer containers to the Town's truck scales tbr weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to leaving the site· If required by an,',' local, state or Federal regulations or law, the contractor shall provide sealed containers/hr loading· This service shall be at the Contractor's expense and included in the unit price bid. Town Of Southold Accident and Damage Policy' The Contractor shall be required to prepare an Accident Report (See Appendix C} Of any accidents and'or damage that occur while performing sewices under the term of the Agreement. The Town of Southold shall immediately be notified of an5' major occurrences such as bodily injury of structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. Ihe offending Parts or representative/e thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. All accident and,or damage reports will be included in reports to the Town NYSDEC Part 360 Permit to Operate The Town Of Southold operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC) Part 360 Permit to Operate. A copy of NYSDEC Permit is included as Appendix B. HAUL SERVICES For Solid Waste Haul-Disposal Sen·ices-Agreement, the fnllowing services will include the tasks, responsibilities and pertbrmance required as outlined herein. Work Included The Contractor shall provide the tbltowing major essential services or equipment and any other non-specified items without limitations, to maintain a reliable haul services operation in a manner that will meet the needs of the Town of Southold. · Management and operation of a fleet to accommodate the transport of solid waste from the Town transfer Station to Solid Waste Disposal Site{s) n accordance with all local, 27 6.2 state, and Federal regulations. [SEE NOTE AT END OF SECTION 6.2.1 · Financial liability and maintenance responsibility of transport equipment, i.e.. dump trailers, transfer trailers bulk material containers, vehicles, personnel and sen'ices tbr open-top loading solid waste hauling activities. · Coordination of haul sen'ices with disposal sev.4ces. Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment, along with personnel to operate and maintain a reliable haul services system in a manner that will satisI3' the needs of the Town of Southold. The minimum level of haul sen, ices equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and containers, etc. The contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal solid waste including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet the Town of Southold Transfer Station requirements. Each bidder is theretbre responsible tbr familiarizing itself with the Town of Southold Transfer Station site. solid waste, etc.. to assure equipment compatibility. Transport equipment may be open-top bulk material containers, dump trailers, roll-off containers or open-top transfer trailers, provided that all such equipment is suitable for convenient loading given existing configurations of the Town of Southold Transfer Station. Transport equipment shall be: 1) Registered with the State of New York Depamnent of Motor Vehicles or equivalent agency; 2) designed to preclude spillage of waste: 3) loaded within their design capacity and New York State Department of Transportation regnlations: 4) well maintained in good working order· Corroded defective, bent, detbrmed or punctured trailers, roll-off boxes, or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting solid waste in open-top transport equipment. The bidder shall clearly indicate [he quantity and type of transport equipment vehicles it plans to use, their availability date, state of repair, and that such units are compatible with the Town of Southold Transfer Station scales and Nex~ York State DOT regulations, United States Department of Transportation. as defined in the Code of Federal Regulations or equivalent. The Contractor will promptly remove from use any transport equipment/vehicle that does not conform with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own oft-site maintenance shop thcilities fi~r servicing 28 the transport equipment and vehicle fleet, unless it elects to subcontract tbr these services. No major maintenance may be done at the Town of Southold Transfer Station site. NOTE: 6.3 Weighings In the course of this Agreement, the Town may, at its discretion, prmqde l or more transfer trailers for use by the Contractor. The Town warrants that any such equipment provided would be compatible with hauling vehicles (tractors) generally standard itt the waste hauling industr): In the event that the Town wishes to provide such equipment for use by the Contractor, the Contractor together with the Town shall develop an addendum to this agreement governing such use. The Town of Southold ;vill provide certified xveighing at the Town of Southold Transfer Station. The Contractor will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales. 6.4 Routing Mode - Contractor's Responsibility Contractor will have the right to select the route(s) for travel from the Town of Southold transfer Station to the Disposal Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions. local ordinances or Interstate Commerce Commission regulations. Contractor will indemni~' and hold the Town harmless from any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. 7.0 DISPOSAL SERVICES PROGRAM ACTIVITIES For Solid Waste Haul-Disposal Setwice Agreement, the following disposal services ,,viii include the tasks, responsibilities and performance requirements as outlined herein. 7.1 Work Included The Contractor shall provide the tbllowing major essential sen, ices or equipment aud any other non-specified items, without limitations, to maintain a reliable disposal sen'ices operation in a manner that will meet the needs of the Town Of Southold. · Liability insurance, performance and payment bonds. · Safety equipment. 29 ,2 Operational Capacity The bidder shall identify in its proposal, the following intbrmation: Disposal Site capacity. Flexibility of Disposal Site capacity to allow for seasonal variances in waste generation and sufficient to permit sen'ice in the tonnages bid. Hours and days of the week that the designated Disposal Site will be open ibr receiving solid waste from the Town of Southold, including weekends, holidays and special closure periods. 7.3 Permit Requirements Throughout the term of Agreement that may result from this Bid solicitation, the Contractor must maintain all current and valid local, state and Federal permits, licenses~ or other authorizations, (either temporary and permanent) whi~:h are required by law to receive solid waste at any and all Disposal sites designated by the bidder. Because of the varying terms of Solid Waste Disposal Site permits, it is possible that a permit will expire during the term of Agreement. The responsibility of obtaining and/or renewing a permit to operate is solely upon the Contractor. In the event a Contractor fails to maintain or obtain any necessary current and valid local state and Federal Permits., licenses, or other authorizations, allowing the lawthl use of its designated DisPOsal Site then the Contractor will be solely responsible lbr obtaining the utilization of an alternate Soiid Waste Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain permits by the Contractor be considered a change in conditions, in the event the Contractor is unable to find an alternate Disposal Site, it shall be deemed to be in default of the Agreement and liable for damages, bonds tbrfeitures and other expenses as provided in the Agreement. In the event the individual and/or entity submitting a bid in response to this bid solicitation is not the individual and/or entity named as the permit holder on any necessary current and valid local, state or federal permits, licenses or other authorizations, required by law to receive solid waste at any disposal site designated by the bidder or any alternate disposal site, the bidder is required to provide satisthctory evidence to the lown of Southold of a binding contractual relationship betwecn the bidder and the permit holder which provides the bidder with the irrevocable right to utilize the solid waste disposal site during the term of Agreement, or portion thereof; in a manner which is in complete compliance with this bid solicitation and the bidder's bid 30 submission. The agreement between the bidder and the pennit holder shall include provisions that: Provide Town with the right to discuss operational matters with the permit holder whenever necessary. Require the permit holder to comply with directives of the Town which are consistent with and pursuant to the Agreement which shall result fi'om this bid solicitation. 7.3.1 Di.sposal Sites Inside State of New York The Contractor's Solid Waste Disposal Sites, if located within the State of New York, must be in compliance with all State of New York Department of Environmental Conservation's and U.S. Environmental Protection Agency regulators requirements, e.g., 6NYCRR Part 360. Resource Conservation RecoveD' Act (RCRA), Environmental Protection Agency - Subtitle D. et al. The Solid Waste Disposal Site must have valid construction and operating pemfits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. Disposal alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with all the above governing regulators requirements and environmental standards. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the environment and its design, construction and operation complies with all applicable laws. 7.3.2 Disposal Sites Outside State of New York The Contractor's Solid Waste Disposal Sites, if located outside the State of New York must be in compliance with all the applicable local, state and Federal laws and regulations and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D. et al. The Solid Waste Disposal Sites must have valid construction and operation permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold solid waste without violating ' applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the'disposal site is operating. If the Solid Waste Disposal Site is a landfill, it must comply with the follnwing minimum standards: 31 · Liner S,;stem. All proposed landfills under the Agreement sball be provided with at least a single liner system to restrict the migration of leachate and prevent pollution of underling soil or groundwater. Liner systems shall consist of low permeability soil admixtures, clays or synthetic materials. Liners are at a minimum to consist of materials having a demonstrated hydraulic conductivity and chemical and physical resistance not adversely affected by waste emplacement or sanitary landfill leachate, including synthetic geo-membranes and soils such as clay or other semi-impervious admixture. Liner systems may consist of an impervious liner composed of at least two tbet of clay with demonstrated hydraulic conductivity of Ix 10-> cm,sec or a synthetic single lining system of a thickness of at least 60 mils. Thicknesses down to 40 mils may be acceptable tbr composite liners which include impervious clay. Foundation: The proposed landfill shall be designed and constructed on an appropriate foundation which provides firm~ relatively unyielding planar surfaces to support the liner system and which is capable of providing support to the liner and resistance to the pressure gradient above and below the liner resulting from settlement, compression or uplift. Leachate Collection: The proposed landfill shall be equipped by a leachate drainage and removal system. The leachate drainage system-shall consist of collection pipes and a drainage layer. The system shall be designed to ensure that the leachate head on the liner does not exceed one foot at any time. A leachate removal system shall be provided to remove leachate within the drainage system to a central collection point for treatment and disposal. Leachate Treatment and Disposal: Leachate shall be treated and disposed of in accordance with all applicable taws. including applicable pretreatment standards and discharge limitations. Gas Collection and Venting: The proposed landfill shall be equipped with a suitable gas collection and/or venting system which complies with all air pollution requirements and other applicable laws. Surface Drainaee Systems: The proposed landfill shall be designed with an appropriate surface drainage system which isolates the landfill from adjacent surface water drainage in a controlled manner, as well as controlling run-off from the landfill itselt: Monitoring System: The proposed landfill shall be equipped with appropriate systems to monitor groundwater quality, gas production, leachate volume, quantity, slope and settlement status. The number and location of ground water monitoring wells shall be sufficient to define and detect any potential migration of contaminants. However, no fewer than one up-gradient monitoring well and two down-gradient monitoring wells 2 7.4 8.0 shall be provided m any exent. A regular sampling and analysis program shall be m place to veri~' that no ~oundwater contamination results from the landfill. Closure: The proposed landfill shall have in place a written closure plan which conforms to applicable taxvs and standard industry practice. The closure plan shall, be designed to insure that contamination does not spread from the landfill during) the post closure period. Bidder must clearly specify their intended disposal alternatives and support same with copies of appropriate experience, site location, permits, agreements et al.. as outlined in this bid solicitation. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. The Contractor shall be solely and completely Responsible for any and all liability relative to contractor's failure to dispose of solid waste at an approved site. Weighings The Town will compensate the Contractor for waste material hauled and disposed of on a net tonnage basis (short tons = 2000 pounds). The certified weighings will be made at the Southold Town Transfer Station. The Disposal Site will accept these weights invoicing purposes. Alt weights will be generated on current certified weigh scales. In the event of an)' dispute over differences in net weights between the Town and Disposal Sites scales and ~veight records, the Town ma5' make pa3~nent upon the weight it deems to be most correct, until the dispute is reconciled. Any claims for differences must be filed in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed final and binding between the parties. SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor. Safety and Health Regulations under the Occupational Safety and Health Act, 1972 (PL 91-596) and Section 107. Agreement Work Hours and Safety Standards Act (PL 91-54). Specific consideration shall be given, but not limited to the tbllowing major areas: Maintenance safety procedures - guards and Shields on dynamic equipment, guards, railings, electrical lockouts, vehicle wheelblocks, audio vehicle backup alarms, vehicle wheel chocks, etc. Employee safety orientation, education, teaching, first-aid training. cardiopulmonary resuscitation, etc. Noise and dust control, ear protection, respirators, hard-hats, safety shields. glasses, protecfive clothing, sanitary facilities, etc., 33 9.0 h. Mechanic's lien safeguard against work interference. The Contractor shall comply with all local, state and Federal regulations, laws and Statutes, which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor current requirements. Fire and explosion preventions, cootrol, equipment (fire blankets, extinguishers. first aid hoses, etc.) and personnel escape alternatives. Traffic flow control patterns. Accident or injury reporting system (the Town shall received copies of al reports and immediate verbal notification). Employee health safeguards. The Contractor shall be solely and completely responsible for operational safety during performance of the Agreement. The obligation exists twenty-four (24) hours a day, each and every day throughout the term of the Agreement. The Town of Sou(hold shall not have any responsibility for means, methods, sequences of techniques selected by the Contractor for safety precautions and programs, or for aoy failure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Coutractor furnishing and performing the sen,ices under the terms of the Agreement. OPERATIONS AND PROCEDURES The Contractor will be required, prior to commencement of operations, to provide the tbllowing operational plans to the Town tbr review and acceptance. Revisions, modification's, and updates shall be forwarded to the Town throughout the term of the Agreement. Organization personnel and structure, showing the chain of command, oames and telephone oumbers and staffing requirements. Operational plan o shifts, hours, etc. Safety, disaster, and emergency procedures. Transportation plan, including available transport equipment, vehicle (leer and reserve capabilities. Inclement Weather Plan - This shall describe the bidder's plan should inclemeot 34 9.1 weather alter nonnal daily operations as described in the bidder's operations plan. The inclement weather plan shall include hauling operations and disposal operations. The bidder's means of assessing inclement weather conditions {weather and road conditions), method of reporting to the Town and the alternatives shall be described. Supporting Data In the event the Town requires any information in support of Town held licenses and permits at the Town. County, State and Federal level, the Contractor will be required to furnish all licenses, permits and inspection reports regarding equipment and disposal sites which may be required by Town, County, State or Federal law. In the event the Contractor requires any information in support of Contractor held licenses and permits at the Town, County, State and Federal level, the Town will cooperate in furnishing such information as it applies to the Southold Town operations. Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that allows for easy retrieval and analysis. The Town, or its designee, may upon 24 hours notice inspect the contractor's records. Such records shall he kept, available by Contractor tbr a period of two (2) years after termination of this Agreement. In the event the Town requires additional .information for reporting purposes, the Contractor will supply same. The Town, or its designee, may call upon the Contractor at anytime for an oral review of any technical matter. The Contractor shall file and update the tbllowing intbm~ation as specified herein. Items Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Disposal Accident Reports Licenses, Permits and Inspection Reports Part 360 Permit All Bid Information Schedules Due as changes occur on occu~ence on occu~ence as changes occur as changes occur 35 SECTION C CONTRACTOR BID FORM 36 SECTION C TO~,'N OF SOUTHOLD SOLID WASTE HAUL-DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide tbr uniformity in bid evaluations. The formal Agreements resulting from this Bid Solicitation shall be in a form provided by the Town. These documents are intended to depict complete Solid Waste Haul-Disposal Services Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder t?om furnishing the same. No oral statement shall in any manner or degree modify of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENEIL-XL BID. STATEMENT TO: TO~,'N OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD. NEW YORK 11971 Bidders: The undersigned Bidder has carefully examined the forms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, performance bond, certificates of insurance, genera! conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary sen'ices, 37 permits, labor, materials, equipment, vehicles, and tools required to perform and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold tbr this project. The undersigned Bidder agrees to abide by all conditions stated, intended, or implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satisfactory pertbrmance bond, and insurance all within ten (10) calendar days. SECOND: To begin Solid Waste Haul-Disposal services operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor contractual agreements, and ancillary facilities, etc.: to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it may incur as a result of the Contractor's failure to 'perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnification or, pa~,~ment of such damages. FOURTH: as follows: During the perfom~ance of this Agreement, the Contractor hereby agrees The Contractor shall not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, marital status, national origin, physical disability, and shall take affirmative action to ensure that they are afforded equal emplo,vment opportunities without discrimination because of age, race, creed, color, sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, delnotion, transfer, layoff: or termination, rates of pay, or other forms of compensation, and selection tbr training or retraining, including apprenticeship and on-the-job training. The Contractor shall comply with the provisions of Sections 290 through 30l of the Executive Law, Shall furnish all inlbnnation and reports deemed necessary by the State Commission for Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and shall pennit access to his books, records, and accounts by the State Commission/hr Human Rights, thc Attorney General. and the Industrial Commissioner for purposes of investigation to 38 ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law and Civil Rights Law. This Agreement may be tbrthwith cancelled, terminated, or suspended, in whole or in part, by the Town upon the basis ora finding made by the State Commission for Human Rights that the Contractor has not complied with these nondiscrimination clauses, and the Contractor may be declared ineligible for future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission tbr Human Rights that he has established and is carrying out a program in conformity with the provisions of these nondiscrimination clauses. Such findings shall be made by the State Commission for Human Rights after conciliation efforts by the Commission have tailed to achieve compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been given to the Contractor, and an opportunity has been aft'orded to him to be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in addition to sanctions and remedies otherwise provided by law. No laborer, workman or mechanic in the employ of the Contractor or subconti'actor shall be permitted or required to work more than eight hours in an)' one calendar day, or more than five days in an)' one week except as otherwise provided in Labor Code Section 220. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations Io be perfonned within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct. including sanctions and remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of his knowledge and beliefi The prices in this bid have been arrived at independentb without collusion, consultation, communication, or agreement ~rbr the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. Unless othei~vise required by law, the prices which hax c been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingl.~ be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. 3q No attempt has been made nor 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. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally inspected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, and waives all rights to claim any misunderstanding, omissions or errors regarding the same which such inspection and observation would have disclosed. The undersigned further understands and agrees that it is or they are to furnish and provide in return for the respective Evaluation Unit Bid Price, all the.necessary materials, machinery, vehicles, implements, tools, labor sel~4ces, and other items of.whatever nature, and to do and pertbrm all work necessary under the atbresaid conditions, to complete operations of the atbrementioned Solid' Waste Haul-Disposal Services operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and that it or they will accept in full compensation therefore, the compensation provided for in Section C-3. The undersigned submits herewith a bid guaranty within the tbrm provided by the applicable bid documents in the amount of $100,000.00 for any option or combination thereof. In the event this proposal is accepted, and the undersigned tails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the form provided by the Town or fails to execute and deliver evidence of proper insurance coverage and pertbrmance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award. the bid guaranty Shall be forfeited and be retained by the Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise. the total amount of bid guaranty liquidated will be returned to the Bidder. The undersigned acknowledges the receipt of the follo~ving addenda, but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have knowledge of all addenda. ADDENDUM NUMBER AND DATES Number 1- Dated: t~? o~ ~t, ~)~-~- Number 2 - Dated: Number 3 - Dated: Number 4 - Dated: Number 5 - Dated: 40 The Bidder has completed the Contract Bid Fonn and Unit Price Schedules m both words and numerals in accordance with these bid requirements. 3.0 UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TO~q~4. NEW YORK 3.1 COIVlPENSATION The undersigmed hereby submits the following price bid to fumish Solid Waste Haul- Disposal Services. to Southold Town. New York for the terms :24:30 2. through 21:X) 7 HAUL-DISPOSAL SERV1CES The Haul-Disposal Sen'ice applicable unit price per ton for agreement year 2.OO2- - g4::O~ is ~IYP'~ ~ '~OL,bl4'tL5 '~ ~ dollars and cents ($. ~q~ ). (Gl) The Haul-Disposal Sen4ce applicable unit price per ton tbr agreement year ~ - ~ is ~M ~~S ~ ~/-- dollars and cents ($ 7~ ~ ). The Haul-Disposal Sen'ice applicable unit price per ton tbr a~eement year ~ is ~ S~x~~* q~k-- dollarsand cents ($ ~¢~ ). (C3) The Haul-Disposal Se~'ice applicable unit price per ton tbr agreement year ~ is ~e~ ~ ~~ dollars and cents ($. ~ o~ ). (C4) The Haul-Disposal Sen'ice applicable unit price per ton tbr agreement year ~ - ~0~ is ~X~ ~ ~l~ ~ ~'/ ~ dollars and cents ($ ~ ). (C5) 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price - (C 1 ) l 0.000+(C2) 10,000+(C3 ) 10,000+.5(C4) I 0,000+.5(C5 } I 0,000 40,000 tons 4t Evaluation Unit Bid Price The evaluation unit bid price tbnnula is designed to evaluate years four and five at .5 the evaluate of each of the first three (3) years. ~rmi~ Address Authorized Representative By: O Date 4.0 BID SECURITY ACKNOWLEDGEMENT 5.0 I have attached the required bid security to this bid. INFORMATION SCHEDULES I agree to furnish and include the following information schedules in addition to the inlbrmation submitted with this proposal, as a part of this bid: Certification that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation-invoMng the Town of Southold. State of New York (Schedule A. attached heretol. Location and address of the Bidder's main office and the main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B, attached hereto). Identification of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C. attached hereto). Identification of all currently registered parent bidding subsidiary corporate officers, and their addresses, and identification and certification of offices authorized to execute an Agreement on behalf of the finn (Schedule D. attached hereto). Detailed financial statement tbr the Bidder. and if applicable, tbr parent companies (Schedule E, attached hereto). Statement of Bidder's Qualifications and related experiences (Schedule F. attached hereto). 42 Dated: H. I. J. L. M. Major Subcontractors - (Schedule G. attached hereto). Equipment- (Schedule H, attached hereto). Maximum Specified Capacity- (Schedule I, attached hereto). Intbrmation on Bidder's Solid Waste Disposal Site(s) (Schedule J attached hereto). Form of Bid Bond (Schedule K, attached hereto). Performance Bond (Schedule k, attached hereto). Operation Plan (Schedule M, attached hereto). Name of Bidder: T'rinJ~tut ffr~^'~'el'L~r''~'~' .... /z~-~-, Address of Bidder: 2tq TS(¥&.,k_,~3k /L~.. :l'xlc,~d.'~ ~Y II3'~5 By: Corporate Seal (If a Corporation) Signature Incorporated under the laws of the State of Names and addresses of officers of the corporation: M-,.,-o ~o,q(. (President) Name Address (Secretary) Name .'Address (Tl'easurer) Name (If an individual or partnership) ~r~t¢ /Ld. '~,'~ bt,'lt.l t',-/'-7' Address 43 Names and addresses of all principals or partners 44 INFORMATION SCHEDULE A Town of Southold Bid Project Solid Waste Haul-Disposal Services (Bidder's legal name) herein certifies that as a Bidder, it does not currently owe delinquent taxes or other outstanding Funds. of having pending or currently involved in any litigation involving the Town of Southold, State of New York. By: V~~ Date: (AuthoriZed Si~ature) / NOTE: (ll (2) If blank not applicable, fill in with N/A If bidder owes the Town taxes or is involved in any litigation, a statement of explanation will be attached hereto. Tax/Litigation Certification BID (PROPOSAL) FORM Schedule 5.0.A Page Iofl 45 INFORMATION SCHEDULE B Town of Southold Bid Project Solid Waste Haul-Disposal Sen'ices The following is information on the undersigned Bidder's office locations: Bidder's Main Office llt~ '61~^~Dk ltl. Manager's Name (Contact) Firm's Legal Name Street Address (Box Numbers) City State Zip Telephone Number The Bidder herein certifies that the is partially/wholly owned subsidiary of This By Bidder's Parent Corporation Main Office Manager's Name (Contact) Parent Firm's Legal Name Street Address (Box Numbers) City State Zip · Telephone Number Fim~ Parent Finn is oxvned Parent Finn or is a public;private stock corporation. Bidder Office Locations. Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page I of 2 46 INFORMATION SCHEDULE B - (Continued) Name(~f Bidder: '~ ;ex; ~ Note: (1) Any attachments or modifications to this form shall be labeled Schedule 5.0.B. and properly integrated into the Bid Form, (2) If blank not applicable, fill in with N;A. Bidder Office Location'Ownership Certification BID (PROPOSAL) FORM Schedule 5.0. B Page 2 of 2 47 This is identification that will be the Surety Company for INFORMATION SCHEDULE C Town of Southold Bid Project Solid Waste Haul-Disposal Services the Bidder. on this project and that the named Surety Company herein provides written certification that the named Surety Company will provide the Pertbnnance Bon& specified in the Contract Documents. in the event the Bidder enters into an agreement with the Town. The Surety Company herein certifies that such Company is licensed to do business in the State of New York. (L.S.) Principal (SEAL) Suret5 Company By: Surety Verification BID (PROPOSAL) FORM Schedule 5.0.C 48 INFORMATION SCHEDULE D Toxin of Southold Bid Project Solid Waste Haul-Disposal Sen'ices The Bidder herein certifies that the below named individuals are the current registered corporate officers, along current permanent addresses, and designates their authority to execute an Agreement on behalf of the finn Officer's Name ~C,,~ d...ot'~. Officer's Name SubsidiaO' Parent Corporate Title ~c'.siL..,,T Corporate Title Address 5~t:~ 7l~,._/L4. Address City Sit.. s ~:~- City State. Zip tW'n- State. Zip Officer's Name ?td'r-lci~. '~i t4e..'~-e O~ Officer's Name Subsidiaw Parent Co~orateTitle ~ /T~. Co.orate Title Address ~t ~ t~ ~r~ ~. Address City ~i~ ~,'t~ City State. Zip ~ W State. Zip Officer's Name officer's Name SubsidiaD' Parent Corporate Title Corporate Title Address Address City City State. Zip_ State. Zip Current Corporate Officers BID (PROPOSAL) FORM Schedule 5.0.D Page I of 2 49 INFORMATION SCHEDULE D - {Continued) Officer's Name Subsidiary Corporate Title Address City State. Zip O f$[}cer's Name Parent Corporate Title Address City State. Zip Corporate Seal Name o,l~lidder: Date: NOTE: If blank not applicable, fill in with N/A Current Corporate Officer BID (PROPOSAL) FORM Schedule 5.0.D Page 2 of 2 5O INFORMATION SCHEDULE E Town of Southold Bid Project Solid Waste Haul-Disposal Services STATEMENT OF BIDDER'S FINANCIAL CONDITION This Bidder agrees to provide tbr an3, subsidiary and parent finn. and hereto attaches a current or the most recent audited financial Statement(s) including as a mimmum the finns opinions, notes, revenue expense statements, conditions of cash, etc. The attached statement provided includes: Accounting Firm Name Address Financial Period Statement Date To The bidder certifies that he currently has an available line of credit in the amount or' $ . A supporting documentary evidence attached to this form is supplied by: Name Address Date The undersigned Bidder certifies to the validity of statement and agrees to furnish an3, other intbrmation upon request that may be required by the Town of Southold, New York. Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page I of 2 51 INFORMATION SCHEDULE E - tcontinued) The undersigned hereby authorizes and requests an3' person, fim~ or corporation to furnish any information requested by Town of Southold, New York in verification of the firms financial condition. Dated at ~tataota/O~. dq This {o da.',' o f ~I~',,V~' .20o~-' Name of Bidder Title State of Nfi. lw York, County of Title being duly sworn deposes and saws that he Name of Organization and that the ansx~;ers to the foregoing questions and all statement therein contained are true and correct. Swom to me this /4~'/t~ dayof ~ .20 My Commission expires: C~-Jt]o(o O Notary Publ{..ql JEANIE BORGESANO NOTARY PUBLIC. State of New York No. 4918146 Qualified in Su lo k County Commission Exp*res February 1, 20._~ NOTE: (1) (Bidder may submit additional intbrmation desired as Schedule E attachments.) (2) If blank not applicable, fill in with N,A Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page 2 of 2 52 INFORMATION SCHEDULE F Town of Southold Bid Project Solid Waste Haul-Disposal Sen'ices The Bidder herein certifies that it is qualified to pertbrm the work covered by this proposal, and that it is not acting as a broker on the behalf of others. To substantiate these qualifications, the Bidder offers the following related information and references in order that the Town ma5 evaluate the Bidder's qualifications and experience. Bidder's Legal Name: Business Address: Street CRy State Zip 3. State incorporated: ~O.t,,.o '"r'o a-lc. Year incorp.: ~ 3 4. NewYorkState:BusinessLicenseNo.: F,.~ z'h~' 5. No. Years in contracting business under above name: 6. Has firm ever defaulted on a contract? Yes years. No 7. Gross Value - work under current contract: Number of Current Contracts: 5 Brief description general work pertbrmed by firm: 10. Has Firm ever failed to complete work awarded? Yes N o If yes, attach supporting statement as to circumstances. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page I c I ~ 53 11. 11.1 INFORMATION SCHEDULE F tcontinued) Related Experience Reference (within previous 5 years) Project Title: Owner's Name: Address: Engineer: Address: Project Initial Star~ Date: Project Acceptance Date: Initial Bid Value: 5; Final Complete Project Value: $ Brief Project Description: 11.2 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 2 of 3 54 11.3 Project Title: Owller's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 12. Principal Firm Members' Background/Experience (3 members minimum). Attach current resumes as Schedule 5.0.F supplement or give concise description by individual. NOTE: Any supplemental attachments or modifications to this fbrm shall be labeled Schedule 5.0.F, and shall be properly integrated into this Bid Form. If blank not applicable, fill in with N/A. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 3 of 3 55 INFORMATION SCHDULE G Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it proposes, if awarded an A~eement to use the tbllowing haul sub-contractors on this project. 3. 4. 5. 6. 8. 9. Sub-Contractor' Contract Trade IndMdual Address Phone ~ Specialties NOTE: ' (Authon~ ~i~nature) ' t If blank not applicable, fill m with N A Subcontractors BID {PROPOSAL) FORM Schedule 5.0.G 56 IFORMATION SCHEDULE H Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder states that it owns the following pieces of equipment that are available tbr use on the project, if awarded the a~eement. Proposed Current Equipment Item Project Use Equipment Location NOTE: Namexf0 Bidder: An)' supplemental attachments or modilications to this form shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Form. If blank not applicable, fill in with NA Construction Equipment BID (PROPOSAL) FORM Schedulc 5.0.H 57 INFORMATION SCHEDULE I Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder hereb5 states that it will be prepared to dispose of up to the following Maximum Specified Yearly Capacities in tons of Town of Southold solid waste if awarded an agreement Contract Year Maximum Tons per Contract Year NameC)~Bidde~: t~'q"e5^,"%',/ 'l'tz^lip,r~'~-t,'o~- (__.~p/0. By: F~ ~]J/ff:~ Date: Maximum Specified Capacity BID (PROPOSAL) FORM Schedule 5.0.1 58 INFORMATION SCHEDULE J Town of Southold Bid Project Solid Waste Haul-Disposal Services NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE SOLID WASTE DISPOSAL SITE. AN INFORMATION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The following is intbrmation on the undersigned Bidder's Solid Waste Disposal Site: I. GENERAL Disposal Site Location Name: t~,o i ~"~_o.,, I 2 ,,2, Address: Phone: (,.t,'l~ ~%q- tl. Sq Disposal Site mailing address (if difi:erent than I) Address: $a..~_ II. CURRENT OPERATIONS A. Operations Permit 1. Pennittee: 2. No.: 3. State: 4. Date of Issue: 5. Date of Expiration: 6. Cop3,' Enclosed: Yes: No: Bidder Solid W"aste Disposal Site(s) BID {PROPOSAL) FORM Schedule 5.0.J Page I of 7 59 INFORMATION SCHEDULE J - (continued) Hours of Operations 1. What are the PERMITTED operating hours'? DAY A.,.~. P.M. Monday to Tuesday Wednesday to .' Thursday ,, to Friday - to ,. Saturday to Sunday Are there any PERMITTED closure periods stipulated'? What are the ACTUAL operating hours? DAY A.M. P.M. IVlonday ¢ to ,~ Tuesday " to Wednesday " to ,' Thursday to Friday " to " Saturday " to a Sunday ~'~ to /r/~ What holiday or other period is the Disposal Site typically closed'? DAY YES Next' Year's v'/ to Memorial ,,'/'~ to lodependertce v'/r to kabor v// to Thanksgiving .~/ to Christmas ,.~ to Other (specify) to NO Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORIVl Schedule 5.0.J Page 2 of 7 6O INFORMATION SCHEDULE J - {continued) Will the ACTUAL operating hours be extended up to the PERMITTED operating hours in Question ll.B. l in order to accommodate Town of Southold solid waste? Yes ~ No Are there an}' local agreements, ordinances, etc. which would prohibit extending the ACTUAL operating hours in Question II.B.3 up to the PERMITTED operating hours in Question ll.B. l? ,,47' O~..~o,~--r,~ ~ o,,ac=,e.,otot.~ Yes No What is the PERMITTED annual capacity in tons? 20 20__ . .--5 20 At the PERMITTED levels in Question II.C. what is the projected useful life in years? What is the annual RECEWING6 level today? At the RECEIVING levels in Question II.E. what is the projected useful lite in Years? Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page., ol 61 INFORMATION SCHEDULE J - Icontinued) How much of the RECEIVING level in Question II.E is committed to under contract in tons? 20 20 20 20 20 Does the Disposal Site have special waste restrictions? 1. Construction/Demolition 2. A~bestos 3. Wastewater Treatment Sludge 4. Hazardous Waste Gate Yes No Fee (5) Are there an3' existing agreements with local municipalities which prohibit: Item Routing to site Weight limits between state coeds and site Number of vehicles Vehicle size Solid waste importation outside jurisdictional area Host Community Benefits Yes No Bidder Solid Waste Disposal Site(s) BID (PROPOSALI FORM Schedule 5.0.J Page 4 o f 7 62 III. INFORMATION SCHEDULE J - (Continued) EXPANSION PLANS A. Application Permit 1. Pemlitee: 3. 4. 5. 6. State: Date of Submission: Copy Enclosed: Submission Status: Yes No a. Expansion of current site or new site b. Local Citizenry Reaction c. Regulator), agency d. Litigation e. Likelihood to succeed Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 5 of 7 63 INFORMATION SCHEDULE J - tContinued) If you are successful in Question III.A.. what is the additional annual DESIGN capacity in tons (do not include figures from Question II.C.)? :0 20 2O 20 20 At the mmual DESIGN levels in Question III.B_ what would be the projected useful life in years? Would you be willing to share with the Town of Southold engineering reports utilized for the preparation of the Operating Permits on Expansion Application? Yes No J Bidder's Disposal Site(s) Engineer of Record Finn's Name Firm's Address Project Engineer Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.03 Page 6 of 7 64 INFORMATION SCHEDULE J - IContinued) Are you willing to meet with the Town of Southold to discuss your short and loog tem~ disposal capabilities? Yes V/''' No The undersigned hereby certifies that services, material, equipment to be furnished as a result of this bid will be in accordance with Town of Southold specifications applying thereto unless exceptions are indicated above and an explanation attached. By Signature Phone No. Bidding Company City State Zip ' J Tr.~s. .lease Print or Type) NAME AND TITLE Date CORPORATE SEAL Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5 LJ Page 7 of 7 65 INFORMATION SCHEDULE K FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned. as Principal, and as Surety, are hereby held and firmly bound unto Owner in the sum of and truly be made. we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this__ dab' of .20 as tbr the payment of which, will The condition of the above obligation is such that whereas the Principal has submitted to the Town of Southold a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, fbr the hauling and disposal of solid waste: NOW, THEREFORE, (a) If said Bid shall be rejected or in the alternate, (b) If said Bid shall be accepted, and the Principal shall execute and deliver an Agreement in the form off the Sample Operating Agreement attached hereto (properly completed in accordance with said Bid) and shall furnish certificates of insurance and a bond for this faithful pertbnnance of said Agreement. and for the payment of all persons performing labor or furnishing materials in coxmection therewith, and shall in all other respects per]tbnn the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as hereto stated. The Surety. lbr value received, hereby stipulates and agrees that the obligations of said Surer,', and its bond shall be m no way impaired or affected by an5' extension of the time within which the Owner may accept such Bid: and said Surety does hereby waive notice of any such extension. Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page I of 3 66 IN WITNESS WHEREOF. the Principal and the Surety have hereunto set their hands and seats. and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the da.',' and year first set forth above. (L.S.) Principal Surety By: Address of Surety: SEAL (ACKNOWLEDGEMENT BY CONTRACTOR, IF A CORPORATION) STATE OF: ) COUNTY: ) SSN: On this day of and say that he resides in ofthe ,20__ before me personally came , to me known, who being dui.',' sworn, did depose : that he is the corporation described in and which executed the foregoing instrument: that he knows the seal of corporation: that the seal affixed to the instrument is such corporate seal: that it was st) affixed by the order of the Board of Directors of the corporation: and thai he signed his name thereto by like order. Notary Public Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 2 67 (ACKNOWLEDGMENT BY CONTRACTOR· IF A PARTNERSHIP) STATE OF: ) COUNTY: ) SSN: On this da.,,' of · 20 __ before me personally came . to me known, and known to me to be a member of the finn of , and known to me to be an individual described m, and who executed the fbregoing instrument in the firm name of and he duJy acknowledged to me that he executed the same for and in the behalf of said finn for the uses and purposes mentioned therein. Notary Public (ACKNOWLEDGEMENT BY INDIVIDUAL CONTRACTOR) STATE OF: COUNTY: On this SSN: da.,,' of ,20__ before me personally came · to me know, and known to be the person described m and who executed the tbregoing instrument and duly acknowledged that he executed the same. Notary Public Form of Bid Bond BID (PROPOSAL} FORM Schedule 5.0.K Page 3 of 3 68 INFORMATION SCBEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS. that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold Ihereinafter called the "Owner") in the full and just sum of dollars ($ ) good and lawful money of the United States of America. for the pa)men, of which sum of,none.v, well and truly to be made and done. the Principal binds himself, his heirs, executors, administrators and assigns and the Surety binds itselt: its successors and assigns, jointly and sex erally, firmly by these presents. WHEREAS, the Principal has entered into a certain xvritten Agreement bearing date on the day of .20 , with the Owner fur the Town of Southold Solid Waste Hard-Disposal Sen'ices, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal. his or its representatives or assigns, shall well and faithfully comply with and perfum~ all the tenns, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said A~eement, and shall full5' indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outla5' and expense which thc Owner may incur in making good any such dethult, and shall protect the said Owner against, and pay any and all amounts, damages, costs and judgments which may or shall be recovered against said Owner or its officers or agents or which the said Oxxner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing o?said work, or the repair of maintenance thereot: or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or servants or the improper performance of the said work by the said Principal. or his (their, its) agents or servants, or the inlhngement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or ntherwise. then this obligation shall be null and void. otherwise to relnain in tull force and effect: Perfbrmance Bond BID (PROPOSAL} FORM Schedule 5.0.L Page I o1'2 69 PROVIDED HOWEVER, the Suret3. tbr the value received, hereby stipulates and agrees, if requested to do so by the Owner. to fully per/bnn and cmnplete the work mentioned and described in said Agreetnent, pursuant to the terms, conditions, and covenants thereofi if fnr any cause the Principal fails or neglects to so fully perfom~ and complete such work and the Surety further agrees to commence such work of completion within ten (10) caleodar days after written notice thereof from the Owner and to complete such work within ten I I0) calendar days /'rom the expiration of the time allowed the Principal in the Agreement for the colnpletion thereof: and further PROVIDED HOWEVER, the Surety, for value received./hr itself, and its successors aod assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no may impaired or affected by an extension of time. modification, work to be per/brined thereunder, or by any payment thereunder before the time required herein, or by any waiver of an5' provisions thereof or by any assignment, subletting or other transfer of any work to be perl:bm~ed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation co assibmees, subcontractors, and other trans/i::rees shall have the same effect as to said Surety as though done or omitted to be done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto sec his (their. its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of .20__ (If Corporation add Seal and Attestation) By: Attest: Principal Surety Add Corporate Seal Attest: Address of Surety: Perl'brmance Bond BID (PORPOSAL) FORM Schedule 5.0.L Page 2 ot'2 70 INFORMATION SCHEDULE M OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the following operational plan to haul and dispose of Municipal Solid Waste (MSW) from the Town of Southold Landfill if awarded an Agreement. 1. Haul Summarize the manpower and equipment you will make available to perform under this Agreement. ~t~o~r~ ~s ~J. o~c 0~ ~ T~c~o~ ~ ~o Tr~,'I~ II. Disposal Summarize the identity and location of the primary and secondary sites you plan to use for disposal of the solid waste. Describe the arrangements between your company and the disposal site for use of the site. Describe any treatment the MSW will undergo during transport or upon arrival at the disposal site. Attach copies of the permits to construct and pennits to operate the disposal site. Site No. i NAME 01~,o; LOCATION CONTACT PERSON AND PHONE ARRANGEMENTS FOR USE ~D~o,.~ O~,o~rs[,'~ ?~-T,.,,,~-o Qo~?~;.s TREATMENT OR UNUSUAL CONDITIONS ~31~ Operational Plan BID (PROPOSAL) FORM Schedule 5.0. M Page 1 o1'2 71 Site No. 2 LOCATION CONTACT PERSON AND PHONE NO. "~a. fr,'td~ '~; ARRANGEMENTS FORUSE 0_o~,~o,,a ota~.rsk;~ TREATMENT OR UNUSUAL CONDITIONS Operational Plan BID (PROPOSAL) FORM Schedule 5.0. M Page~ ' of 2 72 APPENDIX A SAMPLE OPERATING AGREEMENT 73 THIS AGREEMENT. lnade on the day of .20 by and betkveen the Town of Southold, a municipal corporation of the State of New York hax mg its Principal place of business at 53095 Main Road Southold. New York hereinafter called the "Town" and hereinafter called the "Contractor." WITNESSETH WHEREAS. Contractor has submitted to the Town a bid dated 20 , ("Bid") in response to the Town's Bid Solicitation for Solid Waste Hauling- Disposal Services dated .20__.. CSolicitatiolf'): and WHEREAS. the Town Board of the Town of Southold by resolution No. adopted on authorized the Town Supervisor to enter into an agreement with the Contractor to perform certain ser~ ices in connection with the handling of solid waste, NOW, THEREFORE. it is mutually covenanted and agreed by and betxxcen thc parlies hereto as tbllows: 1. DEFINITIONS - Temps defined in the Bid Solicitation shall hax e thc same meaning as if defined herein. II. SCOPE OF SERVICES - The Contractor shall perfom~ the services in accordance with the description of those services as set tbrth in the Solicitation. III. TERM OF AGREEMENT The term of this Agreement shall be Three (3) 3'ears commencing on · 20 . If the Town enters into an inter-municipal solid ~astc APPENDIX A-I 74 haul disposal a~eement tile Town may tenninate the agreement at any time du,'ing Agreement years two (2) and three (3) by giving six (6) months written notice to the Coutractor. The Town. at its sole discretion, shall have the option of renewing the Agreement fbr two (2) additional one year terms by giving Contractor written notice of its intention to renew at lease thirty {30) days prior to the expiration of the term. IV. PRICE SCHEDULE'COMPENSATION The unit bid price schedule tbr the sen'ices to be furnished by Contractor is found in Section C - 3.1.3.2, Contractor's bid which is incorporated into this A,_m-eement. V. PAYMENTS A. The Contractor shall receive monthly payments tbr sen'ices performed during the prior calendar month. The Contractor shall submit a request for pa?nent on a Town approved voucher form along with Contractor's invoice which shall include a daily summary of tonnage hauled by Contractor to a Disposal Site and disposed by Contractor at a Disposal Site as applicable. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. The Town shall be entitled to deduct from any payment owning to Contractor any sums expended by the Town to cure any default or other Agreement non-compliance by Coutractor or to protect the Town fi'om loss on account of claims filed or reasonably anticipated to be filed. VI. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS Contractor makes the following warranties and representations: A. Contractor represents that the Town has made no commitment under this Agreement with respect to the volume solid waste to be handled by Contractor during tile term of this Agreement. B. Contractor warrants that Contractor shall comply x~ ith all federal, state and local laws, ordinances regulations applicable to ail of the services to be perforated Contractor. APPENDIX A-2 75 C. Contractor represents that the information furnished by Contractor in thc equipment schedules included in the bid is accurate and complete and Contractor acknowledges that Town has relied upon the accuracy and completeness of that intbnnation m the selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilize its best efforts to insure that M[inonty and Women Owned Businesses (MBE's and WBE's) bare the opportunity to participate as subcontractors under this Agreement. In the event the contractor subcontracts twenty-five percent (2500) or more of its work hereunder, Contractor shall submit to the Town an and a WBE Utilization Plan, prior to execution of this Agreement. D. In the event the Contractor's Disposal Site is unable to receive and dispose of the Town's waste for any reason (including failure to obtain or maintain necessary permits or licenses). Contractor shall be responsible for providing to the Town an alternate Disposal Site tbr the Town's use at no additional cost to the Town, and shall indemnify the Town against any additional hauling cost by the Town or its agent because of the location of the ahernate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or thilure or inability to obtain or maintain necessary permits by the Contractor be considered a change in conditions. In tile event the Coutractor is unable to find an alternate Disposal Site(s), he shall be deemed to bc in default of this Agreement and liable tbr damages, bond tbrfeitures and other expenses as provided itl the Agreement. VII.. INDEMNIFCATION INSURANCE/BONDS A. Contractor agrees to defend, indemni~' and save harn~less the Town of Southold against any and all liability, loss, damage, detriment, suit. claim, demand, cost, charge. attorney's tees and expenses of what ever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or pertbnning under the temps of this Agreement. or thilurc to carry out any of the provisions, duties, sen'ices or requirements of this Agreement, whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees, agents, engineers. citizens or by other persons or corporations, includiug an5' of Contractor's employees or agents APPENDIX A-3 '76 who may seek to hold the Town liable therefore. This obligation shall be ongoing, shall surx i~ e the term of this Agn'eement and include, but not be limited to. claims concendng non-sudden environmental impairments. The Contractor shall join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the Town. may be necessary. B. Contractor shall procure and maintain the insurance described in Section A of the Solicitation for a period commencing on the date of this Agreement and.temfinating no earlier than one year following termination of services under this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thilly (30) days written notice has been given to the Town. All such insurance shall be issued by a company duly authorized, to transact business in the State of New York and acceptabl~ to the Town and shall include all riders and additional coverage necessary to insure that Contractor will be financially able to meet its obligations under the foregoing indemnification. C. Contractor shall, for the period of the perfommnce of services hereunder, maintain a Perfom~ance Bond in the amount of one million ($1,000,000.00) dollars whcrein named obligee is Towrt of Southold. The Bond shall be in a tbrm acceptable to the Towu Attorney and issued by a surety licensed to do business in New York as a surety. grill. FORCE MAJEURE If either party is delayed or prevented from fulfilling any of its obligations under this A~eement due to any ack event or condition, whether affectiug the Town. the Contractor. the Disposal Site or any of the Town's or the Contractor's respective subcontractors or suppliers. to the extent that it materially and adversely affects the ability of either party to pertbm~ any obligation hereunder (except tbr pa;y~nent obligations), and if such act. event or condition is APPENDIX A-4 77 beyond the reasonable control and is uot also the result of the willful or negligent actiou. inaction, or fault of the part5' relying thereon as justification tbr not perlbnniug an obligatiou or complying with any condition required of such party under the Agreement. the time tbr fulfilling that obligation shall be extended day-by-day for the period of the uncontrollable circumstance: provided, however, that the contesting in good faith or the failure in good faith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either part.,,'. Subject to the foregoing, such acts or events shall include the fullowiug: (1') an act of God (but not including reasonable anticipated weather conditions for the geographic area of the Town or Disposal Site) hurricane, landslide, lightning, earthquake, fire. explosion, flood, sabotage or similar occurrence, acts of a public enemy, extortion, war. blockade or insurrection, riot or civil disturbance: (2) the failure of any appropriate federal, state, county, town or local public agency or private utility having Jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, sen'ices, water and sewer lines and power transmission lines which are required tbr the operation or maintenance of the Transfer Station or Disposal Site; (3) govemlnental pre-emption of materials or sen'ices in connection with a public emergency or any condemnation or other taking by eminent domaiu of any portion of the transfer Station or Disposal Site: and (4) the presence of hazardous waste upon. beneath or migrating from the Transfer Station. It is specifically understood that none of the tbllowing acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations: (b) the financial condition of the Town, the Contractor. any of its affiliates or an5' sub-contractor: (c) union work rules, requirements or demands which have the effect of increasing the number of employees employed otherwise increase the cost to the Contractor of operating its haul operation or the Disposal Site (d) equipment thilu,'e: (e) any impact of prevailing wage law. customs practices ou the Contractor's costs: I l) any act, cvcut or APPENDIX A-5 78 circumstances occurring outside of the United States. or (g) any change in law or in the pemfit conditions or status of the Transfer Station Disposal Site or alternate Disposal Site. IX. SUBONTRACTS Contractor shall not enter into any subcontracts in connection with the services to be pertbrmed by Contractor hereunder without the prior written approval by the town of such subcontracts. All such subcontracts shall make express reference to the terms and conditions of this agreement and shall obligate the subcontractor to comply with all applicable federal, state and local laws, ordinances or regulations relating to the sen'ices to be pertbnned under the subcontract. In the event the subcontractor is required to furnish any insurance or bonds for the benefit of Contractor. the Town shall also be named as an additional insured or obliges. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the Nex~ York State Labor Law relating to the pa3qnent of prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal. In the event that at any time during performance under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such requirement, all costs be borne exclusively by' Contractor. XI. FORCED ACCOUNTING In the event the Town directs the Contractor. by written authgnzation signed either by the Town Supervisor or Town's Solid \Vaste Coordinator, to pertbnn additional services beyond the scope of those described in this Agreement. the Contractor shall be compensated tbr such additional sen'ices on the tbllowing basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES - DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEADO + PROFIT For the purposes of this Section: APPENDIX A-6 79 A. DIRECT LABOR COST shall include houri5 wages, including overtime premiums actually paid plus the tbllowing thnge benefits-associated with those wages group medical, ~oup lite insurance, pensions. FICA, unilbnns, safety equipment or special tools. These fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in com~ection with work per~:brn~ed within the scope off the A~eement. B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor tbr materials utilized by Contractor in performance of the additional sen'ices. The costs for such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures, buildings, or real property of the Town since such personal property is exempt from taxation York State Tax Law. under Section I 115 of the New York State Tax Law. C. OVERHEAD shall be 10% of the total of the Direct Labor Costs and the Direct Material Costs, D. PROFITS shall be 5% of the total of the Direct Labor Costs, the Direct Material Costs and the Overhead. XII. CONTILACTOR'S OPERATIONS AND PROCEDURES REPORTS Contractor will provide the operating plan and supporting data listed in Sections A and B of the Solicitation to the Town for review and acceptance. Contractor will update the plan as necessary and furnish copies of those updates to the Town. Xlll. DEFAULT In the event the Contractor fails co' perform its obligations under the Agreement. the Town may terminate the Agreement. procure the services from other sources and hold thc Contractor responsible l-bt any costs incurred. This Town also may deduct such costs ti'om payments owing to the Contractor and. or d,'aw upon the Performance Bond as full or partial reimbursement tbr such excess costs. The Town reserves the right to terminate the Agreement for just cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services x~ ithout regard to the pemfit status of its Disposal Site. In thc exent that Contractor submits a APPENDIX A-7 Bid for a Disposal Site l-hr which Contractor does not currently have all necessary federal and state permits, or which after the acceptance of the Bid loses its permitted status. Coutractor shall. at its sole risk and expense, be responsible tbr obtaining and or renewing its permits or providing the Town an alternate Solid Waste Disposal Site at no additional cost {disposal plus an)' additional hauling) to the Town. The parties agree that this is a full service Agreement and failure of the Contractor to provide the identified Disposal Sits or acceptable alternative Disposal Site, on or after the commencement date shall constitute a breach of this Agreement. The Contractor accordingly shall not be excused from its obligations hereunde,' by reason of any failure to obtain or maintain its permits at the identified Disposal Site. XV. LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executor)' only to the extant of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XVI. DISPUTES/ARBITRATION An)' disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, an)' actions or claims by either part)' hereto shall be commenced in Supreme Court, Sut'fblk Count)', New York. In the event the parties agree to arbitrate a dispute, such arbitration shall be conducted in accordance with the rules of the American-Arbitration Association. In no event shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators l-bllowing aay such arbitration shall bc linal and Judgnnent ma)' be entered upon it in accordance with applicable law in any corn1 having jurisdiction thereoI~ XVII. MISCELLANEOUS A. This Agreement shall be governed by the laws of the State or' New York. B. Contractor shall not assign~ convey or otherwise transfer its rights or obligations under this Agreement without the prior written consent of thc To,.vn. APPENDIX A-8 81 C. This Agreement, including all Exhibits and documents referred to herein. along with the Specifications, Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the Services to be performed hereunder. This Agreement may be modified only by written a~eement of Contractor and the Town. D. To the extent of any inconsistency among the documents constituting the agreement of the parties, the priority among those documents shall be: This Agreement; Exhibits hereto; The Solicitation including Appendices: Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at law or under this Agreelnent, if the Contractor is adjudged bankrupt or makes an assignment tbr the benefit of creditors or s receiver is appointed for the Contractor or any insolvency arrangement proceedings are instituted by or against the Contractor, the Town nmy terminate this Agreement. F. Contractor agrees that it will conducl itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither held themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to. \Vorker's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. G. If any provision of this Agreement shall Ibr any reason he held to be invalid or unenforceable, the invalidity or unentbrceability of such provision shall not affect nny of the remaining provisions of this Agreement and this Agreement shall be entbrced as if such invalid and unenforceable provision had not been contained hereto. H. Contractor a~ees that it shall not discriminate and that it shall cause there to be no discrimination against any employee who is employee in tile x~ ork. or agaiast any ,APPENDIX A-0 82 applicant for such employment, because of race, religion, color, sex. age. marital status, handicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited to, the/bllowing: employment: up~ading, demotion or transfer: recruitment or recruitment advertising: layoff or termination: rates of pay or other/brms of compensation: and selection t:br training. XVIII. NOTICES All notices required to be g/yen hereunder shall be made in writing by first class mail addressed as tbllows: If to the Town: With a copy to: Supen'isor of the Town of Southold Town Hall 53095 Main Road Southold, New York 11971 Solid Waste Coordinator Town of Southold 53095 Main Road Southold, NY 11971 If to the Contractor: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on thc day and 3'ear first above written. TOWN OF SOUTHOLD By:. .Joshua Y. Horton. Supervisor By: APPENDIX A-10 83 APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT 84 APPENDIX C Town of Southold Accident Report ~? OVERVIEW OF TRANSFER STATION OPERATIONS 1. DESCRIPTION OF RESOURCES No changes to the District's funding mechanisms or management structure is anticipated at this time. although development of a long-range plan tbr the District is now underway. WASTE RECEIVING AND TRANSFER The Town transfer station operates under a temporary permit from the DEC I pending approval of plans for a new/re-designed transfer station). It receives municipal solid waste generated within the Town by residential and commercial sources. Approximately 10.000 tons are received annuall3. The waste is delivered individually both by residents and small commercial contractors bringing their own waste. (self-haulers) as well as by commercial garbage carters. All waste to be transferred is deposited into a cement pit. or trench, inside the existing collection building where it resides until the long-haul trailer{s) arrive to be "live- loaded." The trench can hold approximately 300 cubic yards of waste. Permit conditions require all waste to be removed within 48 hours of being received. Upon arrival and weighing at the scale, transfer trailers drive in a temporary loading "slot"' located outside the collection building approximately 75 yards from the trench containing the waste to be loaded. The transfer trailers rest on an asphalt surface approximately 4 feet below the loading grade. All loading is done with a front end bucket loader fitted with hydraulic clamps to grab and hold the garbage. Waste is packed, or pressed down. into the trailer by the pay loader bucket. Once filled with waste, the transfer vehicles pulls out of the slot and proceeds to the scale to be weighed. If too much weight is on the trailer, the track will return to thc loading slot where the payloader operator will remove enough waste to bring the track to a legal weight. If more waste can be accepted, the operator will add it to the load. Upon being properly loaded, thc truck will "scale out," receiving a weight ticket, and pull offto a convenient location where the driver will tarp the load. PLEASE NOTE: The New Transfer Station Currently Being Planned Will Allow for Indoor Loading and Tarpmg of thc \\'astc. The Town Anticipates Construction of the New Station \\:ill Be Completed Sometime in 1998. 3. RECYCLING OPERATIONS a) Folio\ring is a description of key elements of Southold Town's source separation and recycling program. APPENDIX E 89 1. Procedures for implementing the current program. Collection Methods. Recyclables are brought to the Collection Center in two ways: a) self:hauled by residents, and b) hauled from curbs:de by p,-ivate carters. a) Self-hauled rec¥clables are accepted during the Collection Center's regular hours. 7:00 am - 5:00 pm, Monday through Sunday. Self-haulers deposit the tbllowing items at the recycling drop-offstation: 1) glass bottles separated by color: 2) tin and aluminum cans into separate 2-cu. yard containers: 3) plastic containers: 4) polystyrene (PS)(~6 plastic): 5) mixed paper: and newspaper (ONP). Corrugated cardboard is also accepted, but at an outdoor "bunker" away from the main recycling drop-off station. The glass is deposited into 2-cu. yd containers. When tull. the glass containers are carried via forklift from the drop offstation to roll-offcontainers located at a below-grade storage area outdoors, approx. 60 feet to the north of the main collection building: the tin/aluminum cans are brought to an outdoor "bunker" {a 30' by 40' paved area enclosed on 3 sides by movable concrete block walls 4' in height): the plastic is hand-sorted to remove HDPE and PET containers, which are then baled n one of two small vertical downstroke balers. The remaining plastic consists ora mix of#2 color containers and other miscellaneous plastic. This mix is removed -n a container via tbrklift and dumped itl another outdoor bunker: the PS is placed into bags set up in one of two PVC frame bins at the drop-off station. There are separate PS bags for "peanuts" used in shipping packages, block used to pack electronic equipment, and tbod sen'ice containers. Mixed paper is dropped offinto 4-cu. tbot size gaylord boxes, which are then loaded via tbrklitt into a van-type trailer tbr hauling to the recycler. Corrugated cardboard is deposited in an outdoor "bunker" to hold until there is enough to load an open-top trailer tbr hauling to the recycler. The corrugated bunker is shared with canners bringing in corrugated from curbs:de. ONP is deposited into small carts used to transport the paper to roll-oft'containers stationed at the outdoor storage area. The ONP is then hauled out under arrangement with a private finn. b) Private Carters deliver source-separated curbs:de recyclables corn,:sting of all the same items as selt:haulers with the exception of polystyrene 1~6 plastic). Thc glass bottles (also separated by color) are delivered directly to thc roll-off containers at the bi-level drop area: the tm,aluminum cans. plastic containers, and corrugated cardboard are brought directly to the outdoor "bunkers" that were mentioned above, the curbs:de plastic comes in at tot) fast a rate to allow it to be sotxed to extract the valuable HDPE and PET. It is merely loaded loose rote all open top trailer tbr hauling to the recycler. The haulers bring nfixcd paper to the same ga.~lord boxes used by the self-hauling public. They' bring ONP directly to the roll-off in the bi-level area mentioned above. 9O Processing Design/Description - The thcility to which self-haulers bring their recyclables is a section ora large building (the Collection Center) that also houses an enclosed facility for the residential and commercial delivery of garbage, a mechanic workshop, and the Center's central office. The main residential self-hauler recycling drop-off area is on a covered concrete slab 50' by 25', open on one 50' side. It contains containers and bins tbr the drop off of glass {sorted into clear, green, and brown), plastic, tin and aluminum cans and polystyrene. It also contains the vertical balers used to bale HDEP and PET plastic, which is separated fi'om the mixed plastic stream by' facility' stat'ti The corrugated is deposited at an outdoor bunker that is also used by haulers delivering corrugated from curbside. Mixed paper is deposited, by both self- haulers and curbside haulers, to the gaylord boxes that are lined up along one wall of the residential garbage drop-off floor. Curbside glass and ONP are delivered to roll-offs located in the bi-level drop area: curbside cans, plastic, and corrugated are delivered to the outdoor bunkers. ACCOMPLISHMENTS/NEW ISSUES a) The 1996 period saw several si~mfificant and unique developments that contribute towards the MSW management goals set out in the SWMP. 1 ) Acquisition of Yard Waste Processing Equipment. In anticipation of receiving ultimate approval of the Town's compost plan. the District acquired the necessary' equipment to process and compost all of the yard waste currently generated within the Town. 2) Enhancement of Source-Separation Recycling Program. The Town adopted a design concept for a new transfer station that reinfurces its ability to handle existing source-separated recyclables/'rom both self-haulers and carters, and which provides for future expansion of the source-separation program. This demonstrates the Town's commitment to source-separation as the operating principle behind alt of its recycling efibrts, and as the means to achieving the recycling rates envisioned in the SWMP. Southold is unique in this regard. 3) Addition of Polystyrene to Source-Separated Recvclim4 Program. Southold became the first Town on kong Island to initiate a Town-wide polystyrene recycling program by participating in a pilot-project sponsored by the American Plastics Council (APC) and the County of Sultblk. Starting in May 1996. the recycling center collected and shipped to a Long Island vendor 3 grades of polystyrene (~6 Plastic). Approximately 2 tons of this extrcxncl3 light material {600 cu. Yds. I were collected and moved One of the grades, packaging "peanuts." were delivered directly to package shipping outlets lbr re-use. 91 4) "Cans tbr Kids" Program. The Town initiated a drop-off program to collect $0.05 deposit aluminum beverage cans tbr use by a local youth environmental organization. We estimate approximately $15,000 worth of these cans are delivered to the recycling center each ,','ear. The Town solicited and received the cooperation of local beverage distributors and sales outlets to accept cans delivered by youth group members who will use the income to fund group activities, which include nature area cleanups, ecosystem study sessions, and recreational camping and field trips. The drop off facility is designed to keep cans sorted into the required brand-name groupings, thus making it easier tbr the group to redeem them. b) Issues with a potential effect on MSW haul and disposal arrangements are listed below. Item Issue New Transfer Station Town plans to construct a new facility tbr receiving and transferring waste and recyclables adjacent to the existing transfer station. A conceptual design has been approved. Engineering specifications for the new station will be completed by early summer and submitted to the Town lbr approval and permit application to the DEC. Construction is expected to begin late in 1097. Existing loading patterns will be changed to accommodate construction actMties. The Town will work with the contractor in advance to address any changes in loading arrangements, including an5' effects on the location- where long-haul trailers are to be staged Irbr loading or the time or days of wcck available l:br loading. Permit for Full Scale Yard Waste Compost Facility DEC approval of plan submitted in 1995. (May depend on ultimate approval of Closure Plan). Town continues with previously approved small-scale compostmg program as well as volume reduction of excess yard waste Ishredding and chipping) for give-away program or use on-site as ground cover or slope-stabilizing medium Capping and Closure of Landfill The Town is planning to begin capping and closure operations of the now reactive landfill (which is adjacent to the transfer station) within the next two years. This activity may have minor impacts on SW transfer operations due to increased traffic at the site or occasional diversion of resources to activities other than loading MSW. The Town will notify the contractor iii advance if it appears that such impacts may result in delayed or postponed loading operations. O2 TRINITY TRANSPORTATION CORP. 2 1 ~1. BLYD[.NBUIRGH ROAD CENTRAL ISLIP, NY I I ? 2 2 Tel. (516) 34.2-9673 Fax (516) 3~1.2o9676 John Whitton; Trinity Transportation Corp.; General Manager since May 1996 Responsibilities include, dispatching, interaction with all customers including Municipal accounts. oversees daily operations of all faccts of company. Omni Recycling of Babylon Corp.; Facili~ Manager 1995 - 1996 Responsibilities included: daily operations of 1250 ton per da)' mc'cling/transfer facilily. Managed all incoming and outgoing materials flow. Arranged for transportation services for all outgoing materials. Patricia DiMatteo:. Jet Sanitation Service Corp.~ Manager 1976 - Present Responsibilities include: dispatching, communication with custmners, posting account information, service complaints, interaction x~ ith drivers, office oversite. Trinity Transportation Corp.: Sect?Treas 1996 - Presem Responsibilities include: Pa)roll. dispatch, office accounting. Omni Recycling of Babylon Inc.; Sect3.' - Treas 1996 - Present Responsibilities include: Capital equipment purchases, accounts payable, dali;, operations TRINITY TRANSPORTATION CORPORATION 214 BLYDE. VBL'RGH ROAD ISL.4_VDL& _VY ! 1-49 (630 342-96-3 F..LV(631) 342-96-6 Resume: J,lartin Doyle Work experience in the solid waste industO' 23 years. From ] 9-7-1982 worked for Donno Sanitation [nc. as a route supervisor. From 1982- 1995 workedfbr BFI Inc. as' a transfer station manager and hauling coordinator. From 1995-2002 and still currently employed by Trinio' Transportation Corp. as the manager Cf Hillside Compost Corp. a yard waste and composting~ncilio' located in Tremont P.4 which is wholly owned by TriniO' Transportation Corp. NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF SOLID WASTE APPLICATION FOR A SOLID WASTE MANAGEMENT FACILITY PERMIT Please read all instructions before completing this application Please TYPE or PRINT cleady DEPARTMENT USE ONLY DEC APPLICATION NUMBER FACILITY CODE 1. TYPE OF APPLICATION (Check All Applicable Boxes): I--I Permit to Construct [] Initial (New) [] pen'nit to Operate I'-[ Subsec[uent Stage (New) [] Renewal [] Modification 2.APPLICANT IS THE. [] Facilit~ Owner [] Facility Operator 3. FACILITY OWNER'S NAME 4. FACILITY OPERATOR'S NAME 5. ENGINEER'S NAME AND P.E. LICENSE NO. Omni Recycling of Babylon, Inc. Omni Recycling of Babylon, Inc. John D. Cameron, Jr., P.E. - 56898 Address Address Firm Name 114 Alder Street 114 Alder Street Cameron Engineering & Associates, LLP City City Address West Babylon West Babylon Three Aerial Way, Suite 1 Sbate~ip Code State/Zip Code City/State/Zip Code New York, 11704 New York, 11704 Syosset, NY 11791 Telephone Number Telephone NumPer Telephone Number (516) 694-1694 (516) 694-1694 (516) 827-4900 6. FACILITY NAME AND LOCATION (Attach USGS Topo Map showing exact location) 7. SITE OWNER'S NAME Name Omni Recycling of Babylon, Inc. Town of Babylon Street Address 114 Alder Street 200 East Sunrise Highway City, State, Zip Code City West Babylon. NY 11704 Lindenhuret Town I County State/Zip Code Babylon [ Suffolk New York, 11757 Coordinates Telephone Number NYTM-E 2,t66,500 NYTM-N 185,000 (516) 957-3072 8. TYPE OF FACILITY (Checx all applicable boxes) [] Landfill (Specify category) [] Research, Development and Demonstration [] Land Application [] Solid Waste Incineration [] Refuse Denvod Fuel Processing [] Composbng [] Recyclables Handling and Recovery [] Other (Describe) C & D Processinq [] Transfer Station [] Medical Waste ~ Waste 1'ire Storage [] Landfill Gas Recovery [] Waste Oil 9. IS APPLICATION BEING FILED BY OR ON BEHALF OF A MUNICIPALiTY? I'-[ Yes [] No if yes, name. 10. FEE AMOUNT ENCLOSED $ N/A 11. NAME(S) OF ALL MUNICIPALITIES SERVED N/A 12. SOLID WASTE HANDLED a. List wastes to be accepted Mixed commercial waste, mixed residential waste, yard waste, C & D waste, wood, residential comminqled c~ntainers, paper, tires. P. Quantity (SpecJfy Umts) Existing "approved design capacJt./" 1,300 TPD {455,060TPY~ Proposed "approved design capacity" 1,300 TPD ;455,O00TPY} 13 PROVIDE THE FOLLOWING INFORMATION WHERE APPLICABLE a. Facility area proposed In the application N/__A b. Fac~lit./area ultimately planned N/~A c. Ultimate facility height above ex~stJng ground level N/A d. Total Site Area N/__.~A e. Ex=sting landfill area on this site and adiacent prepert~es acres N/~AA 14. IS a VARIANCE REQUESTED FROM ANY PROVISION OF 6 NYCRR PART 3607 [] Yes ~ No if yes, c~te the specific provision(s) 15. CERTIFICATION: [ hereby affirm under penalty of ;)er]ury that Information provided on th~s form ancl attached statements and exhibits was prepared by me or Under my supervision and direm~on and Is true to the best of my knowledge and Petter, and that I nave the authortty or am authonzed as Manaqinq Partner ~ (title) of . Cameron Enqmeerinq & Associates, LLP (Entity) tc sign this application pursuant to 6 NYCRR Par{ 36~'t am aware ~P~at any false statement made harem ~s pumshaole as a Class A m~sdemeanor pursuant to Section 210.45 of the Penal Lav~. -/d ' * 12:53 FAX $16 294 4177 JASAN dASd'AN SCHL~INGER MOFFMAN LL~ Patricia DiMatteo May 7, 2002 May 7, 2002 of the State Uniform Procedures Act (Article 70, ECL) and its implement~ regulafion~ (6NYCRR, Pan 621) when a perminee has submined a timely and sufficient application for renewal of a permit for an activit3r of a continuing nature, as Om~{ Babylon has done in the in~tant case, the existing permit does not expire until the NYSDEC has made a final decision on thc renewal application. Therefore, thc existing permit remains in effect. This status could a~$o be confirmed directly with the NYSDEC as a matter of public information. MEW/djm Enclosure IfI can be of any further a.~is~ance in tlfi~ matler please feel fre~ to call me. Very lruly yours, 09/07/02 13:52 FAX 515 294 4177 3ASAN 2003 JASPAN SCHLESINGER HOFFMAN LLP May 7, 2002 FEDERAL EXPRESS Parr/cia DiMartco On~i Recycling of Babylon, Inc. 114 Alder Strut West Babylon. NY 11704 Re: New York State Dep~rtment of Environment Conservation ("NYSDEC") Omni Reeyeling of Babylon, Inr_. ("Omni Babylon") Solid Waste Management Facility Permit No. 1-4720-00643/00002-0 Dear Ms. DiManeo: In response to your requc~, figs letter will confirm the slams of the above referenced solid waste management facility operating permit. As you know, I represented and assisted Omni Babylon in mancrs relating to the NYSDEC permit, from the time Omni Babylon purchased th-, fac/lits, through the Bankruptcy Court and the permit was e'ansferred to Omni Babylon to the present. I continue to work with Cameron Engineering & Associates, LLP, thc cnvironmem consultant Omni Babylon has authorized tn prepare and submit reports and plans on il~ behalf to the NYSDEC in the permit renewal process. The permit was initially ~ransferred to Omni Babylon on April 15, 1996, with an expiration date of April 14. 2001 and most recently amended by the NYSDEC at the request of the pe,,dttee on July 27, 2000. In accord with the !~rmit conditions, a complete application for renewal of thc permit was subm/t'tcd m thc NYSDEC 180 days before the reported e. xpUation date. Attached is a copy ora letter dated October 16, 2000 from Cameron Engineering to the NYSDEC transmiiting the renewal application. Pursuant to the requirements of Section 401 (2) NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DEE PERMIT NUMBER ~-~728-00720/00001 FACILiTY/PROGRAM NOMEER($) 52-~-07 PERMIT EFFECTIVE DATE DecemDer 15, 2C00 EXPIRATION LATE(S) Dece~er 31, 2005 TYPE OF PERMIT ~ New · Renewal ~ Modification ~ Permit to ConsTruct ~ Permit tc Operate Article 19: Air Pol(ution Article 23, Title 27: Mined Article 2~: Freshwater Wetlands Article 25: Tidal Wetlands Articles 1, 3, 17, 19, 27, ~7' PERMIT ISSUED TO TELEPHONE NUMBER CGNTACT PERSON FOR PERMITTED WORK Nary D{Matteo 228 BkvdemDurg~ Road, Central Istip NY 11722 ~;AME AND ADORESS OF PROJECT/FACILITY :et Paper Stock Corp, Property 22~ B[yOenburgh Road .SCATION OF PROJECT/FACILITY WATERCOdRSE NYTM COORDINATES ~OUN T ~ TOWN DESCRIPTION OF AUTHORIZED ACTIVITY Evans HEP DATE DecemDer 15, 2000 Page i cf 4 ACORD. CERTIFICATE OF LIABILITYo,.¥ANDINSURANCE~__¢..,i~_ s,i. ~';~,,~;?~: ~ - THIS CERTIF{CATE IS ISSUED AS A MA'CTER OF INFORMATION ERG AG'rNCy , TNC . HO,DER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 247 H~I::G:~I'CK RCA. D' ALTER THE COVEP,~GE AFFORDED BY THE POLICIES BELOW. ._~:r~..OOK .F-' _ _. = _ Trinity T=an~o=tation Cen=ral Islip ~f 11722 COVE~GES ,NS'J~E=~ Villa~nova Insurance Com~a~.v A X .~CMME~C?'~-3E~'E~'LL"~L.~' UlnAS S I GN~D 10/30/01 10/30/02 1000000 B X ~Y ~T3 A~R527329! 10/30/01 04/07/02 X ---_=--z='~rrh ~ !0000 ~,CCRD 25-S (7/97) ~ -ZCCRD CCRPCR~T[ON 1988 os/o7/ol C OR_D. VEHICLE SCHEDULE PRODUCER I PHONE 516-799-8222 Bender Ins. Ag},, Inc. BR#1 365 Crossways Park Drive · ,Wood, u:-./ A~I 11797 Trlnlty ' ' Transportation Corp. COMPANy USE ONLY CODE; SUa CODE: , BODY TYPE: TPJ%CTO'R CSR JS ' V.LN.: R686530778~ VEHICLE DESCRIPTION 001 I 1979 MODEL: 6 $ 49500 TERR , GVWlGCW CLA~S WHERECFFY' STATE, ZIPGARAGED ISIJLNDIA N~ i 075 ! 36499  CHECK UNDRINS VEH~ ; YEAR MAKE: ~AC~ TYPE: TP~ACTO~ 002 i 19~1i MODEL: 10-WHEELER ' V.LN.: 1M2B!56CX~A002612 - SPEC X COMP AA STAMT S 3000 X COLL ' $ #137 s 3000 COLL ~ ~ ~ SYN~AOE COST NEW 6 s 80000 WHERE GARAGED 1075 i 36499 VE., I YEAR i MAKE; SUMMIT 'rw, E: TPJ%ILER ~ ~)~ SYn.%AGE COSTN~ 003 11995 MOOSL: I~BAL~2~7/~ ~, V.~.N.: 4 S 40000 WHEREGA~GEO : 075 , 68499 , CHEC~ MOTOR ~ ~S~ X ~CV X COUP~ VEH~ Y~R ~AKE: ~CK ~"E: T~CTOR ~ 27 004 1994 MODE~. CL V.LN.: 1M2~37YXRW001S77 4 s 80000 , WHERE GARAGED 075 120000 36499 005 1994 ~OCEL.: CL VLN.: l~37YXRW00~7~ , WHERE GARAGED 075 120000 36499 , 006 1994. MODEL: CL V.LN.: 1~2~3~73RW~1879 0T5 120000 36499 OT5 120000 36499 ACORO 129 SIC FACTOR S~T CP RADIUS FARTHEST TERM X ,:c~_ s ~2- s 3000 CC~L 4 s 80000 FACTCR SE~T CP RADIUS FARTHEST TERM $¥ ~A AGE COST NEW 4 s 80000 #33 S 3000 C~LL $ ACORD CORPORATION 1993 ~'EHIC LE, DESCRIPTION (con't.) 008 1993 MOOEU CL 009 1993 MOOEh: CL rw, E: TRACTOR ~r ~ I v.~.N.: 1M2AD27Y6PW001060 5 s 80000 010 1994 MODEL. CL O'75 120000 36499 TRACTOR ~ 1M2AD37Y8RW001876 4 s 80000 CFI'Y. STATE. ZIP ISLANDIA ~Y_ WHERE GARAGED DRIVE TO WORK/SCHOOL USE X COMM'L J 01~ 19941 MODEL: CL : TERR : G V~'IG C w I C L~.~ SIC FACTOR SEAT CP RADIUS FARTHEST TERM ' 075 120000 36499 : CHECK UNORINS DEDUCTIBLES X AC'~ ~ C~MP~ SPEC BODY EYe/AGE COST NEW ' 'fY.E: TRACTOR ~ 2~ ' V.LN.: 1M2AD37Y3RW001509 4 s 80000 ; 012 %994' MODEL: CL 0%4 '~ qg~ MODEL. ~FSTT.~A~ Cm~.STATE. ZIP ISLA~DIA N~ WHERE GARAGED I 075 ; ' 36499 075 3649~ V.LN.. l~RAL4527P000~096 _ 5 ~ 50600 __ 075 68499 TYPE. T~ A T T,'~.~ /~'/ SYM/AGE COST NEW 0] 5 %99~ MODEL. ;IT¥. STATE. Zrp I SLA~TDIA 075 CHECK ACORD 129 {3~33)a ATTACH TO BUSINESS AUTO SECT[ON ,VEHICLE,DESCRIPTION (con't.) ,~ 016 1994 MO~ V.L~.: 1S8~3928R0008368 4 s 50600 ~.~: T~CTOR ~ ~ 7 Cost N~ 017 11994 MODEL: DU~ X COMM'L VEH$ I YE~ ~A~E= ~CK 018 11994' MODEL: D[~Z~:) 075 120000 I 36499 BODY TYPE: TP. ACTOR ~ ~ SYM/AG E COST NE%~ v.i.N.: 1M2P267¥11~-M0208 $ 0 4 s 80000 DR[VETO WORK/SCHOOL USE UNDER 15 MrLES :.~ PLEASURE VEH~ I YEAR MAKE. EAST 019 ' 1995 MODEL; WALKING TERR I GVW/GCW CLA.~S SIC FACTOR SEAT CP RADIUS FARTHEST TERM 075 ! 120000 36499 TYPE: TRAILER ~ I~'7 SYM/AGE COSTNEW 'v.i.N.: 1E3U1Z289SRGl?623 3 :s 50000 i MA}(E: EAST 020 11995 MODEL. WALKING 021 I1995 MODEL: DRIVE TO WORK/SCHOOL USE MODEL: WAT,~T?q~ DRIVE TO WORK/SCHOOL USE TERR I 075 CHECK TERR O?5 CHECK G V'dV/GCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM I 68499 TYPE: TI~ ;~ T T.~,~, -j~ I~.~~ SYM/AGE COST N~N TERR CHEC~ 07~ ~ CCUM'L CO~VERAGEE ~ V.LN.: 1 ~1TT!X2.q n ~=,F:., 7 6 3 ~ .~ s 50[300 684~9 ACORD 129. (3~331a ATTACH TO BUSINESS AUTO SECT[ON tyEHICLE ,DESCRIPTION (con~.)~ j BODY . VEH # YEAR : ~AKE: EAST TV.E: Ti~ILER :~ ~ J 7 SY~AGS COST ~EW 024 1995 ~OOEL. W~KING V.L~.. 1E1UlX289SRGI7640 3 S 50000 TOWINO 025:1995 MODEL: WALKING V.I.N.: 1E1UiX280SRG17641 3 s 50000 TERR OVWlGCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM CFTY, STATE, ZIP IS~TDIA NY WHEREDARAGED 075 '68499 VEH# YEAR MAKE: EAST ~YPE: TEAILER ~ I07 swAo. cosT.~ 026:1995 MODEL: W~KING V.I.N.: 1EiU1X282SRG17642 3 s 50000 TERR , GVWIGCW I CLASS $1C FACTOR SEAT CP RADIUS FARTHEST TERM WHERE GARAGED I 0'75 I ; 68499 i TERR G~N,GCW CLASS SiC FACTOR SEAT CP RADIUS FARTHEST TERM CITY, STATE. ZIP ISLANDIA NY J 075 I 33499 "15MILESOROVER FA~M SER'~ICE X P~P X MOTOR COFL ~-~v X CCLL $ ~.i~T $3000 COLL 028:1995 MODEL: W~KING V.LN.: 1El~lX286SRG176%% 3 s 50000 c~. STA~. Zm IS~IA 07~ 68499 TERR CITY'STATE'ZIP ISLAATDIA NY WHERE GARAGED ACORD 129 (3/93)a AT~ACHTO SUSINESS AUTO SECTION VEHICLE DESCRIPTION (contr.) ' BODY ~ J ~ ~' BYM/AGE COST NEW TYPE: TPJkILER V.LN~ 1EiUIX283 SRG17648 3 s 50000 032 , 1995 MODEL' WA~LKING TERR 033 1995 MOOEL: WALKING crr'ASTATE. Zm 'rSLAI~DIA NY TERR 63499 r~.E: TP. AILER V.LN.: 1EiU1X2855RG17643 3 s 50000 034 !1995 MODEL. WALKING GV~';GCW C LA.B~ SiC FACTOR SE. AT CP RADIUS FARTHEST TERM ' 68499 UNCRINS DEDUCTIBLES SPE( SODY TYPE: TP. AILER %~ [ ~.~ S¥IWA~E COS* NEW V.I.N.: 1EiU1X281SRG!7650 3 S 50000 TERR GVW/GCW CLASS 075 68499 TYPE: TP~AILER 0~5 1995' MOBBL: WALKING TERR O?5 CHECK ~X CCMM'L CO__~_VERAGE$ X MILES CR OVER FARM ' VEH ~ YEAR MAKE: WHE~EGA~A~ED ISLANDIA ~TY TERR CHECK TERR TERR SIC FACTOR SEAT CP RADIUS FARTHEST TERM SPEC LSP DEDUCTIBLES X ~C'Y X COMP C OF[ COMP __ ~ __ST~T $3000 CCLL S #125T S3000 COLL -'a ]29 s~oE DOST V.I.N.: 1EIUIX283 SRG17651 3 $ 50000 ACORD 129 (3/~3)a ~Z CO~,m -- :A __ ST~,MT S3000 X CSLL S ~129T S3000 COLL A"~'ACH TO BUSINESS AUTO SECTION DEDUCTIBLES ;*C, COMP SPEC S ~12!T S]O00 I 68499 -- TOW)NG ~ NIED PaY & LABOR ~. l"YPe: TP~AILER ~ 12] V.LN.: 1EIU!X285SR~17652 c~s mc ~ACTOR 50000 t VEHICL~ DESCRIPTION (con't.) VEH~ i YEAR MAKE: ~AC~ 040 ~ 1993 MODEL; CH -- 041 11994 MODEL: CH T','P~: TRACTOR ~r SYM/AGE COST NEW V.LN.: 1M2AA13Y4PW026354 5 S 47000 TERR GV%NIGCW CLASS SIC FACTOR SEAT CP ~DIUS FARTHEST TERM 36499 ~.~: T~CTOR ~ ~ SY~AGE COST N~ vJ.~.: 1MI~13YiRW038369 4 S 68500 TERR CITY. STATE, ZIP ISLA/TDIA NY 042 11994 MODEL: CH GVWlGCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM 36499 ..... COF UOTOR COFL ~-W X CeLL S ~47 S3000 CO V.LN.: 1MiAA13Y4RW039810 4 ~ 68500 TERR - , MAKE: MACK 043 !1994 MODEL: CL 36499 BODY rY.E~ TE.ACTOR ;1~ U~I S¥~AOE COST V.~.N.: 1M1AD3?YgRW001891 4 s 68500 cFr¥. STATE. zip I SLANDIA WHERE GARAGED TERR 075 CHECK 044 1994 MODEL: ~ O75 CHECK DRIVE TO WORI(JSC HOOL--USE ~ DCMML '__COVERAGES 04~ 199~ MODEL: WAT.WT~iG 36499 i l"~'~s: TRACTOR :~ ~] SYM/AGE COST NEW V.I.N.: 1M2P867Y4RM020356 4 $ 68500 36499 TY.E: TRAILER ~ ]t.~J SYM~AGE COST NEW 075 68499 ~4q9 ACORD 129 (3F33)a ATTACH TO SUSINESS AUTO SECT{ON i VEHICLE ©ESCRIPTION .VEH# yEAR ~t~KE: EAST BODYTY~E: 048 199~'MO0~: W~KING v.m.~,: 1EiU1Y285SRF17056 & s 50000 MAKE: SUM~4I T 049 1994 MO D~EEC~ BODY SY/~AGE , TYPE: TP. AILER ~,~OV~ ~..[0 COST,~W V.[.N.: 1S8A.D3921R0008244 4 S 50600 CI'tEC K ADD'L U NCT~RNS F [.SP DEDUCTIBLES X ORIVETOWORK~SCHOOL USE X COMM'L CO~E~GES~~O'~SP,,p X COMP SPEC V~H* ~ ~: S~IT ~.~: T~ILER ~ ~ 050 199~ MO~L: D~ vJ.~.: 1S8~&524R0008303 TERR GVWIGCW CL.A~S , SiC FACTOR SEAT CP RADIUS FARTHEST TERM CIT'{,STATE, ZIP ISL.A/NDIA NY WHERE GARAGED 075 68498 J ) 15MILESOROVER FARM ' SERVICE i( PIP i X MOTOR I COFL X #153T S3000 COL~ VEH # i YEAR MAKE: SUMMIT TY.E: TRAILER ~; 77 SY~AOE COST.~ 05iI 1994 MODEL; WALKING V.I.N.: 1S8AL4521R0008260 4 $ 50600 TERR VEH# YEAR , MAKE: SUMMIT 052 1994 MODEL: WALKING TERR CITY. STATE, ZIP TS.~TA NY WHERE GARAGED 075 053 11994 MODEL: TERR TERR 07~ c o__v EP, AG ES ~ --~- __ __ x I TERR DRIVE TO WORK, SCHOOL USE 68499 UOTOR ,COF~ trw X CCLL $ #177T s3000 COL[ TY~'E: TRAILER ~' J 7'~ SYM/AOE COST ~IEW V.I.N.: 1S8~4~18R0008255 % S 50600 SiC FACTOR S~TCP ~DIUS FARTHEST TERM 68499 ~PE: ~W~TTm~W ~/~ SY~AGE COST NEW ACORD 129 (3/~31a ATTACH TO BUSINESS AUTO SECTION ~EHICLE DESCRIPTION (~n*t.) .VEH~ yEAR i MAKE: z~AST BODY ~PE: TP~AILER 056:1995 MOOEL: WALKING V.I.N.: 1EIH1X282SRG17639 3 s 60000 O7_= 057 1995 MOOEL: CH 58499 SiC FACTOR SEAT C P RADIUS FARTHEST TERM TOWING ~ s~ ~r' s3000 s #101T s3000 COL[- BODY 'r~.E: TRACTOR ' V.LN.: 1M2AA14YiSW049565 3 s 80000 058 1985 MODEL: F-700 075 CHECK 36499 MOTOR COFL ~P,'V X COLL S ~53 FARTHEST TERM sD000 $3000 COLL BODY ' TYPE: P/U TRUCX :1~ 1~ s¥~E COST N~V V.I.N.: 1FDNK74N"7 FVA49248 4 s 15000 CITY, STATE, ZIP ISLANDIA NY WHERE GARAGED 055 ~ 1995! MODEL: TERR O75 CHECK 10000 ' 03499 ' MOTOF~ COFL ~ X COLL S 413 s3000 COLL BODY ~.E: TRACTOR ~ ~ 7 SY~&/AGE COST NEW , V.I.N.: 1M2AJ%14y5 SW049567 3 s 70000 TERR C~P(.STATE.'Z[P ISLA/~DIA NY WHERE GARAGED I o75 CHECK DRIVETOWOR~'SCHOOL USE COMM't. ~ COVERAGES UNDER ~ MILES : I PLEASURE RETAIL __X LIAB I 060 1995 MODEL: O75 V~[H ~ yEAR MAKE: G¥¥V/GCW i C~ SiC FACTOR SEAT CP RADIUS FARTHEST TERM I ,i 36499 : MOTOR COFL PT',~' X COLL ~ ~57 s]000 COLL ' ~"~: T~CTOR ~ ~ sY~G~ COST .~ VJ.N.: 1M2~14YSSW049566 3 S 70000 C~SS S,C ~ACTO~ S~TCP ~US ~ARTHESTTS~a 075 56000 36499 ~PE: T~ A TT,F,I~ 4~ ~'L~ SYM/AGE COST NEW TERR 075 CHECK ' 3RIYE TO WOR~'SCHOOL--USE ~ COME?L --COVERAGESI ~PE. T~ A ~T,~,'p ~ "~Jl SY %%AGE COST NEW TERR DRIVE TO WOR~SCHCOL USE CHECK ACORD 129 (3~93)a AI-rACH TO BUSINESS AUTO SECTION VEHICLE DESCRIPTION (con'h) . VEH = YEAR MAKE: SPECTEC ' 064 1995 MODEL: AWO4596100 , ~'FPE: TP. AILER V.LN.: 1S9WA4523SS188200 3 S 49371 TERR O~IGCW CLASS mC FACTOR SEAT CP RADIUS FARTHEST TERM 075 8000C 68499 ' VEH# Y~R MAKE: SPECTEC 065 '1995 MODEL: AW04596100 WH£RE GARAGEED 075 80000 ' 68499 VEH # YEAR , MAKE SPECTEC rY~,E: TRAILER ~% SYM~AGE COST NEW 066 ~1995 MODEL: AW04596100 V.I.N.: 1S9WA4527SS188202 3 S 49371 WHEREGA~GED ~ 075 80000 ' 68499 WHEREGA~GED ' 075 80000 ' 68499 BODY SY~AGE COST N~ VEH~ Y~R ~KE: SPECTEC ~E: T~ILER 075 80000 MCOY ~ ~ SY~AOE COST NEW ~-5 80000 68499 ACORD 129 (3/~3)a A~rACH TO BUSINESS AUTO SECTION V, EHIC~E DESCRIPTION 080 1996 MOOS[.: WALKING TY.E: TP. AILER __ W.N.: 1SSAD3434T0009072 2 ~ 45500 075 69499 X UAB ! X MEDP~,¥--I &LABOR __ET ~X COMP -- ~ __STAMT $3000 BODY rY.~: TRAILER ~ ~ S~ACE COST NEW V.,.N.: lSSAD3436T0009073 2 S 45500 WHEWE O~GED DRIVETOWORFJSCHOOL USE X COMN{'L 082 J1996 MODEL: WALKING TERR GV%N/G CW C[.a~ S SiC FACTOR SEAT CP RADIUS FARTHEST TERM 075 68499 BODY ,~,~ SYNVAGE COST NEW TYPE: TRAILER ~'- V.I.N.: 158AD3438T0009074 2 s 45500 VEH~ , YEAR MAKE: SUMMIT 083,11995 MODEL; WALKING TERR GV, NIGCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM i ' 075 68499 RETAIL X , LIAB I X ' MEOPAY , ' &LABOR , FT ~X COMP :~A __ STAMT 53000 I V.I.N.: 08392 3 $ 49500 C~=Y, STATE, ZIP ISLA~TDIA STY WHERE GARAGED TERR G'v'~/GCW CLA~S SIC FACTOR SEAT CP RADIUS FARTHEST TERM : 075 ! 80000 ,' 68499 084 1995 MODEL; TYPE: 075 80000 6849~ TRAILER ~ 27 SYM~AGE COST NEW 1S9D5323XSS188273 3 s 38731 ~OOO CCLL cost V.LN.; 1FTEF14~40325 6 s 15000 TERR GVWIGCW CLASS SIC FACTOR SEAT CP RAEIUS FARTHEST TERM 0"5 03499 T~.E: T,'R A T T,F,'R '~ ~--7 SY~AGE COST NEW fl-5 fiR499 V.I.N.: ?VTDF15vl WCR248 q? 6 3 1T00N ACORD 129 (3~31a AT~ACH TO BUSINESS AUTO SECTION !EHICLE, DESC RIP?ION (con't) TYPE: TP~AILER V.LN.: 1S8AL4526S0008936 072 1995 49500 078 80000 6S499 FARTHESTTERM VEHW , YEAR NL~KE: SUMMIT re.E: TP. AILER 1~ '2.(~b7 SY~AGE 073 11995 MOOEL: WALKING V.LN.: 1S8AL4524S0008935 3 s3000 53000 COLL COST NEW $ 49500 TERR 075 CHECK 074 !1995 MODEL. WALKING GVWlGCW CLASS ,SIC FACTOR SEAT CF' RADIUS 80000 68499 IJNDRINS DEDUCTIBLES FARTHEST TERM s3000 S3000 COL~ ~.E: TP~AILER , - ~ V.I.N.: 158AL452350008718 ~"~ ~ 3 $ 49500 TERR CITY. STATE. ZIP ISI~IA ~ WHERE GARAG ED 0 7 5 CHECK DRIVETOWORK~SCMOOL USE ~X COMIgI'L CO~VERAGES X VEH# I YEAR MAKE: SPECTEC 0751 1995 MODEL: WALKING GVWlGCW CLA~S , SIC FACTOR SEAT CP RADIUS FARTHEST TERM i 68499 i TERR GVW/GCW i C[-AS$ SiC FACTOR SEAT CP' RAOIUS FARTHEST TERM ' 075 I 68499 -- -- ~'~YPE: TP. AILER ~ ~1 SY~AGE COST N~ 075 68499 ~PE: T~IT,ER ~ J~ SY~AGE COST NEW ~gD~I~OZ~IT ~ v.,.~.: ~ s ~0ooo 075 68499 I DRIVE TO WORK/SCHOOL USE ' I95~ MAKE: ~LL WHERE GARAGED DRIVE TO WORK'SCHOOL USE - ~6499 45500 ACORD 129 (3~31a A3-TACH TO BUSINESS AUTO SECTtON VEHICLE DESCRIPTION (con't.) BODY VEH ~ yEAR eKE: EAST ~'~PE: TRAILER %~ 089 1994 MODEL. SEMI GY v.I.N.: 1E1~!X282P~K!5479 s 50600 ..... TOWING IVeil ~ YEAR , ~t, AKE: EAST ' 'n'~,E: ~___ © I 0~1 1986 MODEL TRAILER V.L..: 1E1F2T283GRK06804 S 40000__ TERR GVW/GCW CLAS~ SIC FACTOR SEAT CP RADIUS FARTHEST TERM BODY VEH# YEAR MAKE: T~PE: MODEL: V.IN. TERR G%~VIGCW CLASS SiC FACTOR SEAT CP R~DlUS FARTHEST TERM CITY. STATE, ZIP WHERE GARAGED ACORD 129 (3~3)a ATTACH TO BUS]NESS AUTO SECT[ON i' ACORD. VEHICLE SCHEDULE ~ax..o.. Ext}: 516-799-8222 1365 Crossways Pa~rk Drive CODE: SUB CODE; USE ONLY AGENCY CUSTOMER ID CSR JS 08/07/0~ Insurea)Trinity Transportation Corp. 10/30,/00 10/30/01 X COST MODEL: V.LN.: ~ TERR WHERE GARAGED UNINS GV%NIGCW CLA~S SIC FACTOR SE,'tT C.P P. ADIUS FARTHEST TERM , TOWING 01 2002, M~ V.I.N.: 1TgSC42282B656034 WdEN'~L. - ~,EI~,~.DV~. S¥~AGE COSTN~V $ 68499 TERR G~IGCW, CLA~S SiC FACTOR SEAT CP RADIUS FARTHEST TERM -- - , , TOWinG ~ ~ . ~-- __R~^,L .X ~ __MEO~*~__.~S~ ~ X CO~.~,~ ~ 3.000 MODEL: V.I,N,: S CITY, STATE, ZIP WHERE GARAGED VEH ;' y~AR MAKE: TypE. MODEL. VJ.N.: CFr%'. STATE. ZIP VEH ~ YEAR MAKE: TYPE: MODEL: V.I.N.: COST NEW 'kCORD 129 (3~3)a ~.ACCRD CORPORA, T[ON lg~)s I TRINITY TRANSPORTATION CORR 2 ! 4. BLYDENBURGH ROAD CENTRAL ISUP, NY I 1 7 Z Z Tel. (516) 34. Z-9673 Fax (516) 342°9676 TRINITY TRANSPORTATION CORP. RESUME OF PROJECTS 2002 TOWN OF BROOKHAVEN, LONG ISLAND, NEW YORK Complete operation of MSW transfer station facility. Our responsibilities include acceptance of material from collection vehicles, all loading and transfer operations as well as hauling over 700 tons of MSW per da)'. All manpower and equipment is provided exclusively by Trinity Transportation Corp.. Equipment Provided: 18; one hundred cubic yard walking floor trailers. 7: on-road tractors. 1: Caterpillar 325L Grapple Loader, 1: Caterpillar 970 Payloader, 1: Komatsu 420 Pa.~loader, 2: switch tractors. Starl Date: April 1. 1996 Status: Under contract until Februan.', 2000 with 2 additional I ;*'ear options for extension. Extensions have been exercised through Februar3 2002. Contact_. Mr. Paul Roth. Commissioner of Sanitation Mr. Don Knobs. Assistant Deputy Commissioner of Sanitation TOWN OF EAST HAMPTON. LONG ISLAND, NEW YORK Hauling and Disposal or 40 to 100 tons per dax of MSW. Tnnily provides staged trailers at East Hamplon's Facili~' ~ Inch are pre-loaded. Trinit3 Transportation provides long haul and disposal of material. Equipment Provided: 10: one hundred cubic yard walking floor trailers Start Date: 1994 Status: Our operations ended April 1. 1997. Services resumed 1998to 1999. An extensmn through to 2001. was Town Board approved Re-bid. March 2001. m~arded to Trinity Transportation. Extension requested to 2003. Contact: Dave Paolelti. Commissioner of Sanitation TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK Transportation of Ash from incinerator operations. Hauling of ash residue from the Smithtm~WHuntington Incinerator to the Babylon Landfill. Equipment Provided: 2; ten wheel dump trucks and 2: tractors ~4th dump trailers. Status: Operation since 1995 to November 1999. Contact: John Zollo. Town Attorn~' TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK Transportation and disposal of Yard Waste through an 1Muk with the Toxvn of Babylon. Providing 100 cubic yard walking floor trailers with transportation and disposal of bagged yard waste. Approximately 250 tons per da.,,'. Equipment Provided: Approximately 10 tractor trailer loads per day. Status: Operation currently in progress since JanuaD, 1997. Comact: John Trent. Town of Smithtown Engineering Dept. TOWN OF RIVERHEAD, LONG ISLAND, NEW YORK Haulin~ and disposal of MSW and co-mingled rccvclablcs as sub-contractor to East End Recycling Corp.. Trinit5 provided one hundred cubic yard walking floor trailers and tractors for the hauhng and disposal of MSW. In addition. Trini~' arranged for the transportation of rec.',clables for separation and marketing. Equipment Provided: 2 - 5 one hundred cubic yard walking floor trailers Status: Operation completed in 1996. Contact: John Reeves. Commissioner of Sanitation TOWN OF SOUTHOLD, LONG ISLAND, NEW YORK Transportation and disposal of MSW and C&D materials. Trinit?. Transportation provides 100 cu. yd. walking floor trailers for the hauhng and disposal of all To',~ n generated MSW and C&D materials. TOWN OF SOUTHOLD, cont'd Equipment provided: 100 cu. yd. trailers and transportation adequate to handle volume generated. Status: Started Ma)' 1997 to present Contact: Mr. James Bunchuck, Landfill Supervisor OMNI OF WESTBURY (as subcontractor to TOWN OF HEMPSTEAD, LONG ISLAND) Triuit~' Transportation provides long haul and disposal serviees to the prime contractor. Omni of Westbur¥. Materials hauled include: yard wastes, and various recyclables. Equipment provided; 100 cu. yd. trailers and tractors as needed. Status: providing sub-contracting sen'ices since 1995 to present, as needed and if requested Contact: Nfl-. Anthony Core. President. Omni of Westbur? OMNI OF BABYLON, LONG ISLAND, NY Transfer station. NYS. DEC licensed. Trini~' Transportation provides long haul and disposal services for ALL facility commodities: MSW. mixed recyclables. C&D debris, yard wastes and concrete/aggregates. Equipment: 100 cu. yd. walking floor trailers, flat bed andvan trailer serxice for baled materials. and dump trailers. Status: Since 1995 to present Contact: Mr. Brad Meyers. Facilit? Manager TOWN OF HEMPSTEAD, NEW YORK Transfer of ash residue from Hempstead Facilit3. (Ref-Fuell to Brookhaxen Landfill. as interim operator. Approximately 30 loads per da3. 1500 tons per da3 Equipment: Tractors and dump trailers. Status; May 2001 to September 2001. (Emergenc). services performed for vendor default). Contact; Mr. John Pinto, Deputy ComnUssioner TOWN OF HEMPSTEAD, NEW YORK Transfer of MSW material from Hempstcad's Merrick Transfer facilit3.' to Hcmpstead's, Rcf-Fuc! facilit? Approximately 15 - 20 loads per day. Equipmem: 100 yard walking floor trailers and tractors Status: May '~001 to Present. (emergent' services provided for vendor default). Contact; Mr. John Pinto. Deputy ConUmssioncr Contact~ Mr. Jolm Pinto, DepuD' Commissioner TOWN OF HEMPSTEAD, NEW YORK Transfer of MSW material from Hcmpstcad's Merrick Transfer facility to Hcmpstead's. Ref-Fucl facilit3. Approximataly 15 - 20 loads per day. Equipment: 100 yard walking floor trailers and tractors Status; May 2001 to Present. (emergency services provided for vendor default). Contact~ Mr. John Pinto. Deputy Commissioner ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRLAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORM.~,TION 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 March 12.2003 Trinity Transportation Corp 2 l 4 Blydenburgh Rd Islandia NY 11749 Dear Sirs: Congratulations. The Southold To~vn Board, at its regular meeting of March 11, 2003, accepted the bid of Trinity Transportation Corp. for the hauling and disposal of municipal solid waste. A certified copy of the resolution is enclosed. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures cc: James Bunchuck, Solid Waste Coordinator JAMES BUNCHUCK SOLID WASTE COORDINATOR P.O. Box 962 Cutchogue, New York 11935-0962 Tel: (631) 734-7685 Fax: (631) 734-7976 March 3, 2003 SOUTHOLD TOWN SOLID WASTE DISTRICT MEMORANDUM TO: FROM: Toxvu Board Members ~im Bunchuck SUBJECT: Acceptance of MSW Haul-Dispose Bid As the Town is no longer formally under contract with the Town of Huntington for the disposal ofMSW, Southold is now free to accept the bid of Trinity Transportation for the hauling and disposal of MSW through December 3 l, 2006. Trinity has agreed to abide by the pricing it submitted last June. The proposed resolution should be adopted as soon as possible in order to secure disposal capacity for the foreseeable future. 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.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Haul Disposal Services Bid Opening 6/6/02 10:00 A.M. Trinity Transportation Corp 214 Blydenburgh Road Islandia, NY 11749 Bid Attached The Bidder bas completed the Contract Bid Form and Unit Price Schedules in both words and numerals in accordance with these bid requirements. 3.0 UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TOWN, NEW YORK 3. l COMPENSATION The undersigned hereby submits the following price bid to furnish Solid Waste Haul- Disposal Services, to Southold Town, New York for the terms 2002-- through ~O~0~ ~oo"/ HAUL-DISPOSAL SERVICES The Haul-Disposal Service applicable unit price per ton lbr agreement 5'ear 2002. - 'OJ is ~!VE~qT"/ t:-ot,Ot 1DOIA.tq~-~, IM4D qS/ . dollars and cents ($ ~4~ ). (C1) The Haul-Disposal Service applicable unit price per ton for a~eement year ~D - ~OO4 is ~q ~~ ~ W~ . dollars and cents ($ ~ ~ ), (C2) The Haul-Disposal Service applicable unit price per ton for agreement year ~ ~OO~ is ~qg~ ~tX~~ ~ q3/~ ~ dollarsand cents ($ ~ ). (C3) The Haul-Disposal Se~'ice applicable unit price per ton for a~eement 5~ar ~ ~0~ is ~V~w~ ~V~ ~~ dollars~d cents ($ ~ o~ ). (C4) The Haul-Disposal Se~4ce applicable unit price per ton for agreement year ~O~ ~O7 is ~V~M~ ~V~ ~O~ ~ ~//,v - dollars and cents ($ ~ ~ ). (C5) 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price = (C 1 )10,000+(C2) 10,000+(C3)10,000+.51C4) 10,000+.5(C5) 10,000 40,000 tons 41 Evaluation Unit Bid Price = $ mt ~..I. -/tog -, The evaluation unit bid price formula is designed to evaluate years four and five at .5 the evaluate of each of the first three (3) years. Authorized Representative By: 6 -6 Date 4.0 BID SECURITY ACKNOWLEDGEIVlENT 5.0 [ have attached tile required bid security to this bid. 1NFORIMATION SCHEDULES 1 agree to fumish and include the tbllowing information schedules in addition to the infbrmation submitted with this proposal, as a part of this bid: Certification that the Bidder does not cmTently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation-invoMng the Town of Southold, State of New York (Schedule A, attached hereto). Location and address of the Bidder's main office and tile main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B, attached hereto). Identification of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C, attached hereto). Identification of all currently registered parent bidding subsidiary corporate officers, and their addresses, and identification and certification of offices authorized to execute an Agreement on behalf of the firm (Schedule D, attached hereto). Detailed financial statement tbr the Bidder, and if applicable, tbr parent companies (Schedule E, attached hereto). Statement of Bidder's Qualifications and related experiences (Schedule F, attached hereto). 42 BIDDER'S SOLICITATION SOLID WASTE HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK TOWN OfSOUTHOLD May 2002 NOTICE TO BIDDERS Solid Waste Haul-Disposal Services The Town of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified xvhich, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (63l) 765-1800 DATE: Thursday, June 6, 2002 TIME: IO:OOAM (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance ~vith this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be three (3) years commencing on July 1, 2002. If the Town enters into an inter-municipal solid waste haul/disposal Agreement, the To~vn-may terminate the Agreement at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion, shall have the option of renewing the Agreement for two additional one year terms by giving Contractor written notice of its intention to renexv at least thirty (30) days prior to the expiration of the term. Bids must be made in writing on the forms fumished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Toxvn of Southold. The successful Bidder shall be required to furnish a performance Bond. and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. A Bidder may not xvithdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest of the Town of Southold. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding forms may be examined free of charge and at the following location on weekdays from 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Toxvn Clerk Southold Toxvn Hall 53095 Main Road Southold, New York 11971 Bidders will be allo~ved to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M, Thursday~ May 23~ 2002 at: Southold Town Hall, Meeting Room 53095 Main Road Southold, New York 11971 All bidders are encouraged to inspect the Southold To~vn Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (631) 734- 7685. Elizabeth A. Neville Town Clerk For further information regarding bidding requirements, contact Elizabeth A. Neville (631) 765- 1800. For information regarding Town Of Southold waste program and haul-disposal operations, contact James Bunchuck (63 I) 734-7685. TABLE OFCONTENTS GLOSSARY OF TERMS SECTION A- SUBMISSION REQUIREMENTS 1.0 Project Purpose 2.0 Schedule 3.0 Examination Of Agreement Documents 4.0 hCbrmation to be Subtnitted 4.1 Contractual Bid 4.2 Supplemental Intbrmation 5.0 Bid Format 5.1 Binding 5.2 Form Preparation 6.0 Submission of Bid 6.1 Withdrawal Of Bids 6.2 Questions & Addenda 7.0 Bid Guaranty 8.0 Execution Of Agreement 9.0 Consideration Of Bids 10.0 Selection Of Contractor 11.0 Acceptance of Bid l 2.0 Assigmnent 13.0 Limitation Of Funds Available 14.0 Insurance and Bonds 14.1 Insurance 14.2 Bonds 15.0 Indemnity (Hold Harmless) 16.0 Payments l 7.0 Default 18.0 Term of Agreement 19.0 Sewice Agreement 20.0 Subcontracts 21.0 Rights and Options SECTION B - BID SPECIFICATION 1.0 Requirements 2.0 Program Goals and Objectives 3.0 Potential Regulatory and Operational Changes 4.0 Character Of The Solid Waste 4. l Quality and Characteristics 5.0 Program Activities 5.1 Collection 5.2 Loading Mode 5.3 Town of Southold Accident and Damage Policy 7 10 11 11 12 13 13 13 15 15 15 15 15 16 16 16 17 17 18 18 18 18 18 20 20 21 21 21 2l 22 22 23 24 25 25 25 25 26 26 26 27 4 5.4 NYSDEC Part 360 Permit to Operate 6.0 Haul Services 6.1 Work Included 6.2 Equipment 6.3 Weighings 6.4 Routing Mode - Contractor's Responsibility 7.0 Disposal Sen'ices Program Activities 7.1 Work Included 7.2 Operational Capacity 7.3 Permit Requirements 7.3. l Disposal Sites Inside State Of New York 7.3.2 Disposal Sites Outside State of New York 7.4 Weighings 8.0 Safety and Health Regulations 9.0 Operations and Procedures 9.1 Supporting Data SECTION C - TOWN OF SOUTHOLD SOLID WASTE HAUL/DISPOSAL SERVICES 1.0 Intent 2.0 General Bid Statement 3.0 Unit Price Bid Schedule 3.1 Compensation 3.2 Evaluation Unit Bid Price Formula 4.0 Bid Security Acknowledgment 5.0 Information Schedules Intbrmation Schedule A Information Schedule B Information Schedule C Intbrmation Schedule D Information Schedule E Information Schedule F Intbnnation Schedule G Information Schedule H lnl:bnnation Schedule I Information Schedule J Information Schedule K Information Schedule L Intbm~ation Schedule M 27 27 27 28 29 29 29 29 3O 3O 31 31 33 33 34 34 36 37 37 40 40 41 42 42 SECTION D - APPENDICES Appendix A Sample Operating Agreement Appendix B New 'Fork State Department of Envirolmmntal Conser~ ation Permit Appendix C Accident Report GLOSSARY OF TERM ADMINISTRATOR -Shall mean the Coordinator of municipal solid waste (or his agent) of the Town of Southold, New York. AGREEMENT- Shall mean a Form operating agreement set tbrth by the Town and resulting from this Bid Solicitation between the Town of Southold and the successful Bidder to be executed in 1997. AGREEMENT DOCUMENTS -Shall include the notice to bidders, instructions, bid solicitation, bid Forms, information schedules, proposal, payment bond, bid bond, Agreement, pertbnnance bond. certificates of insurance, glossary of terms any general conditions or special conditions, and any addenda. The Agreement Documents will Form a part of the Agreement. AGREEMENT YEAR -Shall lnean the period from July 1 . of a calendar 3'ear to June 30, of the next calendar year. BIDDER -Shall mean any party or parties submitting in proper lbnn a bid to perfonn the work as specified in the Agreement Doculnents. The successful Bidder selected by the Town to perform the specified work will thereafter be known as the Contractor. BID PRICE -Shall mean the unit cost to determine the ranking of bidders. BID SOLICITATION-Shall mean this document, specifications, and any bid addenda issued. COMMENCEMENT DATE -Shall mean July 1, 2002_. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) -Shall mean solid waste resulting from the construction, renovation, equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, bricks, concrete and other masonry materials, soil, rock, wood, wall coverings, plaster, drywall, non-asbestos insulation and roofing shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) DISPOSAl, SITES -Shall mean any site designated by the Contractor where construction and demolition debris is disposed of in a manner that minimizes environmental hazards and is permitted under the design and operation requirements of 6NYCRR Part 360 or alternatively outside the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. GLOSSARY-I CONTRACT DOCUMENTS - Shall have the same meaning as Agreement Documents. CONTRACT YEAR - Shall have the same meaning as Agreement Year. CONTRACTOR - Shall mean the party contracting to pertbnn the work, or the heirs, executors, administrators, agents, or successors thereo/~ COORDINATOR - Shall mean the coordinator of municipal solid waste tbr the Town of Southold. COUNTY - Shall mean Suffolk County, State Of New York. DALLY - Sunday to Saturday, inclusive. EPA - Environmental Protection Agency (Federal). HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars tbr each ton of solid waste actually hauled from the Town Of Southold Transfer Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Designated Disposal Site. HAZARDOUS WASTE - Shall mean (1) any "hazardous waste" as defined under the Resource Conservation and Recovery Act, 42 U.S.C. Section 6901 et seq.. or "hazardous substance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.C. Section 9601 et seq., or "hazardous waste" as defined under New York Environmental Conservation Law Section 27-0901 et seq., as each such law may be amended from time to time, and the regulations promulgated thereunder, and any analogous or succeeding Federal, state or local law, rule or regulation and regulations promulgated thereunder and (2) any other material which any governmental agency or unit having appropriate jurisdiction shall determine from time to time cannot be processed at the facility because it is harmful, toxic or dangerous. NOTICE OF AWARD - Shall mean written notice from the Town of Southold to the successful Bidder that the Town of Southold intends to award an Agreement to the successful Bidder, subject to compliance with all their terms and conditions of the Agreement Documents. NYSDEC - New York State Department Of Environmental Conservation. OSHA - Federal Williams-Steiger Occupations Safety & Health Act of 1970, plus subsequent revisions. GLOSSARY - 2 OWNER - Shall mean the Town Of Southold, New York. Also may be referred to as the Town. PERMIT - Shall mean any and all permits, licenses, approvals, certificates of public convenience and necessity, Franchises or authorizations which must be issued by any Gox emmental Body having jurisdiction thereof to legally enable the Contractor to transport and or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid permit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, a~mScultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SOLID WASTE DISPOSAL SITE(S) - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes envirotunental hazards and Is permitted under the design and operation requirements of 6NYCRR Part 360 - Solid Waste Management Facilities, or alternatively outside of the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jufisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual, firm or corporation having a direct contract with the Contractor for sen'ices, equipment, materials and/or labor. GLOSSARY-3 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS 10 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1.0 PROJECT PURPOSE 2.0 The Town of Southold expects that it will receive and need to dispose of approximately 10,000 tons of solid waste during the agreement year. It is possible that thc Town of Southold will contract with another town to receive and dispose of their solid wastes. If this happens the quantity of wastes to be hauled and disposed of under this Agreement will increase. This Bid Solicitation xvill ensure Town of Southold's solid waste will continue to be 1) hauled From the Town of Southold Transfer Station to Disposal site(s) and 2) disposed of at permitted Disposal Site(s). SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as firm dates or deadlines due to. the multiple parties involved in the decision making process. EVENT Transfer Station Visits Pre-Bid Conference Bid Opening Town Board Approval Agreement Executed Operations Commencement DATE By Appointment 9:00 AM, Thursday, May 23, 2002 10:00 AM Thursday, June 6, 2002 June 18, 2002 On or Before June 28, 2002 July 1, 2002 11 3.0 EXAM[NATION OF AGREEMENT DOCUMENTS. FAMILIARITY WITH THE WORK It is the responsibility of each Bidder bel:bre submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly: (b) visit the site of the Town of Southold Transfer Station: (c) attend and be falniliar with the outcome of the pre-bid conference (d) become f~.miliar with conditions at the Town of Southold Transfer Station and Disposal Sites that ma5' affect cost, progress, perfurmance or furnishing of the work; (e) become familiar with and consider all federal, state and local laws, regulations ordinances, permits, approvals and orders that ma3' effect the cost, progress, performance or furnishing of the work: (t) study and carefully con'elate the Bidder's observations with the Agreement Documents; and (g) notify the Town Clerk of all conflicts, elTors or discrepancies in the Agreement Documents. Reference is made to the tbllowing Appendices which contain supplemental intbrmation which is attached to and made part of the Agreement Documents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Permit Appendix C: Town of Southold Accident Report Reference is made to the Following intbrmation which is available for review by Bidders at the Town Clerk's Office during normal business hours - 8:00 A.M. to 4:00 P.M. Monday through Friday. i. Pending conceptual plans for the proposed Town of Southold Transfer Station. ii. Town of Southold Solid Waste Management Plan. This infom~ation is presented solely for the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall form their own conclusions and opinions from this information and shall confirm any information contained therein regarding facilities and equipment through site visits. The Town does not guarantee the accuracy of any information contained in these documents. Before submitting a Bid, each Bidder shall, at the Bidder's o~vn expense, make or obtain any additional inspections, examinations, or 'studies and obtain any additional data and information which may affect cost, progress, performance or furnishing of the work and which Bidder deems necessary to determine its bid tbr performing and furnishing the work in accordance with the time, price and other terms and conditions of the Agreement Documents. The failure or omission of the Bidder to receive and examine any form, instrument or document, or make required inquiries and inspections, shall not relieve the Bidder from an.,,' obligation contained in the Agreement Documents. The Town will be 12 justified itl rejecting any claim based on 1'acts or conditions of which tile Contractor should have been cognizant. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder bas complied with every requirement of this Bid Solicitation, that without exception the Bid is premised upon performing and furnishing the work required by the Agreement Documents, and that the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performing and furnishing the work. Bidders will be allowed to ask questions regarding the Bid Docunlents during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold, New York 11971 4.0 4.1 4.2 INFORMATION TO BE SUBMITTED WITH PROPOSAL Contractual Bid For the purpose of assisting the Town in determining the responsible Bidders for this Bid Solicitation, the Bidder is required to submit the following minimum information with his bid: ii. iii. Contractor Bid Form Bid Security or Bid Bond Intbrmation Schedules A through M as applicable Supplemental Information as described in 4.2 Supplemental Intbrmation In addition to the aforementioned fbrms, the Bidder is. required to submit the tbllowing supplemental information with his bid: Operational Plan: A plan describing the Bidder's assessment of the requested operation set forth in Exhibit M. This section shall be divided into the tbllowing subsections: o Haul A detailed summary of requirements for mmlpower, materials and supplies, mobile equipment, etc., shall be included to provide the TOWll with general anticipated guidelines for performance under the Agreement. 13 ii. iii. o Disposal A detailed summary of requirements of site capacity, useful life. hours and days of the week, operation, etc., shall be included to provide the Town with general anticipated guidelines/hr pertbm~ance under the Agreement. A copy of the current Pennits to Construct and Pennits to Operate shall be included. If the Solid Waste Disposal Site is located outside the State of New York, a copy of the current applicable laws and regulations governing the design, construction and operation of the Disposal Site shall additionally be included. Litigation: A section briefly describing any current litigation which iii any way may affect the Bidder's operational capability of useful lite of the Solid Waste Disposal Sites. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or idenlity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. In addition, it is the policy of the Town of Southold to encourage the participation of Minority Business Enterprises (MBE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason, the Agreement will require Contractor to use its best efforts to include among its subcontractors MBE and WBE firms. In the event the successful Bidder intends to subcontract in excess of twenty-five percent (25%) of the work, the Bidder will be required to submit to the Town an MBE/WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site identified in its Bid, the Bidder shall furnish a statement, signed by an authorized representative of the Disposal Site, which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents. THE SUPPLEMENTAL INFORMATION REQUIREMENTS MAY BE SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A-M) IF THE SCHEDULE PROVIDES THE INFORMATION REQUESTED AND IS INCLUDED IN THE BID. 14 5.0 5.1 5.2 6.0 6. l BID FORMAT Binding The document(s) if bound shall be in a manner that will provide lbr easy evaluation access (to lie fiat when opened). Printing on both sides of the sheets, provided a quality paper is Utilized that will prevent the type from showing through, is acceptable. Paper with substantial recycled content is preferred. Form Preparation Bids shall be submitted in the form described in this Bid Solicitation. All blank spaces tbr bid prices shall be properly filled in, in ink or typed, in both words and numerals for all bid categories required. In the event a price shown in words and its equivalent shown in figures do not agree, the written words shall be binding on the Binder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing information. SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set for the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: Office of the Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. Withdrawal of Bids Any Bidder ~vill be given permission to withdra~v its Bid upon receipt of a properly notarized written request made no later than the time set for opening. At the time of opening of the bids, if such Bid is included, it will be returned to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 15 6.2 Questions & Addenda 7.0 8.0 All questions about this Bid Solicitation must be submitted ill writing to the tbllowing: Town Clerk Town of Southold 53095 Main Road Southold. New York 11971 No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda, whether or not received by the Bidders All questions must be received at least ten (10) calendar days before bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries concerning any addenda issued. All addenda will be on file at the Town Clerk's office at least twenty-four (24) hours before bids are opened. The Town will not be bound by oral clarifications. BID GUARANTY Each Bid must be accompanied by a bid guaranty (Section C, Schedule 5.0.K), without condition or qualification, which shall be in the sum of one hundred thousand dollars ($100,000.00). The guaranty may be certified check, bank draft, money order, standard form irrevocable letter of credit, or a bid bond in the form attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty, certified check, money order or bank draft must be made payable to the order of the Town of Southold. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the furnishing of the surety bond or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds insurance and other Agreement Documents are received from the successful Bidder. EXECUTION OF AGREEMENT,' FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall be required to appear in person within ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents for Haul/disposal services. The successful Bidder shall, at its mvn cost and expense, procure, execute and deliver to 16 9.0 the Town the lbllowing documents within ten (10) days of lbnnal Notice of Award by the Town. Performance Bond - A Performance Bond shall be in an amount of one ,nillion dollars ($1,000,000.00). This bond las shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense for the term of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may determine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action tbr any and all damages it may suffer as the result of such breach. The Town's rights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specifically reserves any and all other rights against the Contractor as a result of his thilure to pertbnn as required by these documents. CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any/or all bids for haul and disposal sen'ices if such action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation, each Bidder shall: Provide equipment, labor, maintenance and management sen'ices to haul and dispose of solid waste from the Town of Southold Transfer Station to Contractor designated Solid Waste Disposal Site(s) as set forth in Section B - Bid Specifications. B. Reserve and provide a minimum available capacity of 15,000 tons (52 weeks/year) yearly, allowing lbr seasonal and other peak periods. Provide evidence of all current valid state and Federal permits, licenses, local ordinances, etc., required by law to receive solid waste at the designated Disposal Site(s). D. Provide evidence of physical and financial capability to perform se~'ices described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved form of bid guaranty. Only bids solicited from firms or combinations thereof, who have sufficient management, engineering capabilities, operating, and maintenance experience to fulfill the Town's goals and comply with the applicable local, state, Federal laws, ordinances, regulations e.g. New York State Department of Environmental Conservation, Resource Conse~'ation Recovery Act and Federal Environmental Protection Agency guidelines will be accepted. The Town will review the bids and make a selection recommendation based on the 17 ex aluation criteria included in this Bid Solicitation or take sucb other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose E~raluation Unit Bid Price is the lowest. The Town of Soutbold resel-~'es the fight, in its sole discretion, to reject at bids submitted in response to this Bid Solicitation. 1 1.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance ora Bid. The acceptance ora Bid shall bind the successful Bidder to execute the Agreement and other Agreement Documents. 12.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transfen convey, sublet~ or other-wise dispose of the Agreement or of his right, title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. 13.0 LIMITATION OF FUNDS AVAILABLE 14.0 14.1 The Contractor specifically agrees that any Agreement shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds appropriated on the date of execntion of the Agreement by the Town for the said purpose. INSURANCE AND BONDS Insurance For the period from Agreement commencement date until one (1) year after Agreement termination date, Contractor must maintain insurance acceptable to the Town in the kinds and amounts set forth below. All such insurance coverage, shall be provided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of Sonthold and its agent shall be named as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall furnish to the Town, certificates of insurance, in a furm satisfactory to the Town Attorney, evidencing such insurance. The kinds and amounts of insurance are as tbllows: A. Contractor's Insurance - Insurance for liability tbr damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the Agreement, 18 whether performed by Contractor or his subcontractors. The kinds and amounts of insurance are as tbllows: (l) Worker's Compensation Insurance - A Policy coveting the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, h~own as the Worker's Compensation Law, covering all operations Of the Contractor, whether pertbrmed by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage for the benefit ot: and keep insured during the life of said Agreement such employees in compliance with provisions of the Worker's Compensation Law. (2) General Liability (Comprehensive Form) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work pertbrmed by him under the Agreement. The following insurance coverage shall be included: (a) Independent Contractor's Protective Liability - Coveting work pertbrmed by subcontractors. (b) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad Form Property Damage (e) Personal Injury. NOTE: I f any of the rating classifications embody property damage exclusions C or U, coverage for eliminating such exclusions must be provided. Coverage for the above will be required in not less than the following amounts: SINGLE LIMITS OF LIABILITY: AGGREGATE LIMITS OF LIABILITY: $ 1,000,000.00 $10,000,000.00 (3) Automobile Liability Insurance - Policy shall include coverage for all owned as well as non-owned and hired vehicles, and limits shall not be less than the following amounts: BODILY INJURY LIABILITY Aggregate: $3,000,000.00 PROPERTY DAMAGE LIABILITY Aggregate: $3.000,000.00 19 Each Person Each Occurrence Each Occurrence 14.2 $1,000,000.00 $1,000,000.00 Bonds Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a Performance Bond wherein the named obligee is the Town of Southold. The Performance Bond's purpose is to secure the faithful per/brmance of the Agreement. The bond' amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Suftblk County, New York. The form shall be acceptable to the Town of Southold and shall have a term through the completion of sen'ices. As an a alternative to the PerIbrmance Bond, the successful Bidder ma3, furnish a certified check, bank draft, money order, or a standard lbnn irrevocable letter of credit, certified check, bank draft or money order must be made payable to the order of the Town of Southold. The standard form irrevocable letter of credit shall be in a form acceptable to the Town of Southold. In the event the Contractor secures a Pertbrmance Bond from any of its subcontractors, said bond shall also name the Town of Southold as a dual obligee. Should the Town desigamte another public or private gent of contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town, upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) Contractor shall agree to defend, indemnif.v and save harmless the Town against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's tees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the terms of such Agreement, or the failure to carry out any of the revisions, duties, sen'ices or requirements of such Agreement, whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal, state or local govermnent agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, survive the term of the Agreement and include, but not be limited to, claims concerning nou-sudden environmental impairments. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all 20 necessary appeals which may be necessary, in the opinion of the Towu. 16.0 PAYMENTS 17.0 Contractor shall receive monthly payments tbr services pertbrmed during the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of municipal solid waste haul trips from the Town of Southold Transfer Station including the tonnage of municipal-solid waste and the manifest number tbr each load of municipal solid waste removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the' Transfer Station. The Town shall be entitled to deduct from any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. DEFAULT In the event the Contractor fails to perform its obligations under the Agreement, the Town may temfinate such Agreement, and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct fi'om payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement for such excess costs. The Town resen'es the right to terminate the Agreement for just cause. 18.0 TERM OFAGREEMENT The term of this Agreement shall be three (3) years commencing on July l, 2002. If the Town enters into an inter-municipal solid waste haul/disposal agreement the Town may terminate the agreement at any time during years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town, at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one (1) year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the term. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal setMces without regard to the permit' status of its Disposal Site. In the event that Bidder wishes to submit a bid for a Disposal Site for which Bidder does not currently have all necessary federal and state permits, Bidder shall at its sole risk and expense, be responsible fur obtaining and/or renewing its permits or providing to the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. This is a full sen, ice Agreement and failure of the successful Bidder to provide the identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date for sen'ices under the Agreement Documents awarded hereunder shall constitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations 21 2O.0 21.0 hereunder by reason of an3: failure to obtain or maintain its pern~its at the identified Disposal Site. SLrBCONTRACTS In the ex ent Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement, Bidder shall: (1 } furnish to the Town a copy of the signed Agreement between Bidder and the Disposal Site Contractor which provides tbr Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents; (2) require the Disposal Site Contractor to furnish to Contractor and the Town a perfornmnce bond guaranteeing the availability of the Disposal Site throughout the tem~ of the Agreement; (3) require the certificates Contractor to provide insurance naming the Town as additional insureds on all policies maintained by Contractor. RIGHTS AND OPTIONS The Town of Southold, New York, reserves and holds at its discretion the tbllowing rights and options upon issuing this Bid Solicitation: 1. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualifications and conduct investigations or interviews with respect to the qualifications of each Bidder. 5. To designate another public body, private or public agency, group, or authority to act in its behalf for evaluation and Agreement negotiations. 6. To designate another public body, private or public agency, group, or authority to act in its behalf for contract administration of this project at any time during the Agreement period. 22 SECTION B BID SPECIFICATIONS (TECHNICAL/MANAGEMENT) 23 1.0 SECTION B BID SPECIFICATIONS TECHNICAL;MANAGEMENT REQUIREMENTS This request tbr bids is issued for the Town of Southold, State of New York, Town Hall, 53095 Main Road, Southold, New York, 11971 (Telephone (516) 765-1800) The effort, shall be known as the Town of S0uthold Solid Waste Haul Disposal Service. The Town of Southold desires to issue an Agreement with a qualified Contractor to haul and dispose ora portion of its Solid Waste. The Town will need to dispose of approximately 10,000 tons of solid waste during the agreement years The Contractor will ensure the Town that solid waste will continue to be; I ) hauled from the Town of Southold's transfer Station to disposal site(s), and; 2) disposed at permitted disposal site(s). The tbllowing general setMces are sought in this request: · HAUL Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling solid waste from the Town of Southold transfer Station to Contractor designated disposal site(s) as set forth herein. Transportation equipment shall be in accordance with New York. State Department of Transportation, Interstate Commerce Commission, United States Department of Transportation, as defined in the Code of Federal Regulations, or other applicable state and federal regulatory requirements. · Disposal Reserve capacity and provide equipment, labor, maintenance, management and policies to receive and dispose of solid waste from the Town of Southold Transfer Station as set forth herein. The Contractor's New York State Solid Waste Disposal Site(s) must be in compliance with all State of New York Department Of Environmental Conservation's and U.S. Govermnent's Regulatory requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. Disposal Sites outside New- York State shall be permitted by applicable local, state and Federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment than those outlined in this specification. Disposal alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with regulatory requirements and environmental standards. 24 2.0 PROGRAM GOALS AND OBJECTIVES 3.0 4.0 4. l The goal of this project is the continued safe and reliable hauling and disposal of the solid waste materials from the Town Of Southold Transfer Station at minimum cost to the citizenry. It is also the objective of the Town of Southold to ensure that the haul-disposal operations proceed according to the provisions of this document and subsequent agreements/amendments are upheld. POTENTIAL REGULATORY AND OPERATIONAL CHANGES During the term of the Agreement, there may be a number of regulatory and operational changes which may affect the quantities and types of solid waste received at the Town of Southold Transfer Station and delivered to the Disposal Site: the manner in which solid waste is handled by the Town prior to the loading of waste for transfer; and the equipment maintained and used by Town tbrces in the handling of waste to be transferred. This Agreement ,.*,rill not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor or the specific operational techniques and/or equipment to be employed by the Town in the handling of waste at the Town transfer station. The Town reserves the right to designate another public body, private or public agency, group or authority to act in its behalf for administration of the Agreement at any time during the term of Agreement. CHARACTER OF THE SOLID WASTE The wastes which are to be hauled and disposed of under terms of this bid solicitation are to include typical municipal wastes from a rural community. This will include all waste types generated in private households, and, therefore, can include broken furniture, small appliances, and other wastes generated in a private home or apartment as allowed under 6NYCRR Part 360- 1.2(a) regulations and the Garbage, Rubbish and Refuse Law, Chapter 48 of the Code of the Town of Southold. Commercial waste may also be included in the solid waste stream. It may include any waste which is typically disposed of in dumpster or roll-off type container boxes at restaurants, small businesses, light industries, hospitals, office buildings etc. It should not include any wastes covered by special waste permits Such as pathogenic or hazardous materials, but the To~n cannot guarantee that the waste stream does not contain same. Special costs associated with handling noncompliance loads will be compensated under Forced Accounting (Appendix A-9). Quality and Characteristics 25 5.0 5.1 5.2 The Town Of Southold's historical solid waste quantities and characterization data are included in the Appendices. Bidders are cautioned that actual quantities may differ significantly from these data. Recycling programs may affect the quantity and characteristics of the waste receix'ed at the Town of Southold Transfer Station. If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of [he noncompliance waste in accordance with local, state and Federal regulations. Compensation for such waste disposal sen'ices shall be provided for under Forced Accounting (Appendix A-9). The Town makes no specific representations in the foregoing disclosure. PROGRAM ACTIVITIES Collection The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to 5:00 P.M. The Contractor will be expected to collect and remove solid waste from the Transfer Station during the tbllowing hours: Monday through Friday 7:00 A.M. to 4:00 P.M. The Transfer Station is closed on the tbllowing holidays: New Year's Day Martin Luther King Day President's Day Easter Sunday Memorial Day Independence Day Labor Day Columbus Day Election Day Veteran's Day ¥2 Thanksgiving Eve Thanksgiving Day !,h Christmas Eve Christmas Day 9~ New Years Eve The Contractor must make transfer containers available for loading seven days a week. if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on Sundays is frequently not required during the winter months. The Contractor will be expected to provide enough containers to empty the Transfer Station tipping floor on a daily basis, delivery and staging of an adequate number of containers for this purpose will be coordinated with Transfer Station Staff as needed. Loading Mode The Contractor shall fully prepare transfer containers fur loading, including assuring that container covers or empty containers are left open. [SEE NOTE AT END OF SECTION 6.2.] 26 5.3 5.4 6.0 6.1 Solid Waste xxill be loaded by the Town at its Transfer Station using a fi'ont end wheel loader. Arier loading, Contractor will briug transfer containers to the Town's truck scales weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to lea¥ing the site· If required by' any' local, state or Federal regulations or law, the contractor shall provide sealed containers tbr loading. This service shall be at the Contractor's expense and included in the unit price bid. Town Of Southold Accident and Damage Policy The Contractor shall be required to prepare an Accident Report (See Appendix C) Of any accidents and, or damage that occur while performing services under the term of the Agreement. The Town of Southold shall immediately be notified of any major occurrences such as bodily in. iuD' of structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. The offending Parts or representative/e thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. All accident and/or damage reports will be included in reports to the Town NYSDEC Part 360 Permit to Operate The Town Of Southold operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC) Part 360 Permit to Operate. A copy of NYSDEC Permit is included as Appendix B. HAUL SERVICES For Solid Waste Haul-Disposal Services-Agreement, the following sen, ices will include the tasks, responsibilities and performance required as outlined herein. Work Included The Contractor shall provide the following major essential services or equipment and any other non-specified items without limitations, to maintain a reliable haul services operation in a mamler that will meet the needs of the Town of Southold. · Management and operation of a fleet to accommodate the transport of solid waste frorn the Town transfer Station to Solid Waste Disposal Site(s) n accordance with all local, 27 6.2 state, and Federal regulations. [SEE NOTE AT END OF SECTION 6.2.1 · Financial liability and maintenance responsibility of transport equipment, i.e., dump trailers, transfer trailers bulk material containers, vehicles, personnel and services tbr open-top loading solid waste hauling activities. · Coordination of haul services with disposal services. Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment, along with personnel to operate and maintain a reliable haul services system in a manner that will satisfy the needs of the Town of Southold. The minimum level of haul sen'ices equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and containers, etc. The contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal solid waste including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet the Town of Southold Transfer Station requirements. Each bidder is therefore responsible for familiarizing itself with the Town of Southold Transfer Station site. solid waste, etc., to assure equipment compatibility. Transport equipment may be open-top bulk material containers, dump trailers, roll-off containers or open-top transfer trailers, provided that all such equipment is suitable for convenient loading given existing configurations of the Town of Southold Transfer Station. Transport equipment shall be: 1) Registered with the State of New York Department of Motor Vehicles or equivalent agency; 2) designed to preclude spillage of waste; 3) loaded within their design capacity and New York State Department of Transportation regulations; 4) well maintained in good working order. Corroded defective, bent, defon'ned or punctured trailers, roll-off boxes, or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting solid waste in open-top transport equipment. The bidder shall clearly indicate [he quantity and type of transport equipment/vehicles it plans to use, their availability date, state of repair, and that such units are compatible with the Town of Southold Transfer Station scales and New York State DOT regulations, United States Department of Transportation, as defined in the Code of Federal Regulations or equivalent. The Contractor will promptly remove from use any transport equipment/vehicle that does not conform with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own off-site maintenance shop thcilities for se~'icing 28 6.3 6.4 7.0 7.1 the transport equipment and vehicle fleet, unless it elects to subcontract for these serx ices. No major maintenance may be clone at the Town of Southold Transfer Station site. NOTE: Itt the course of this Agreement, the Town may, at #s' dixcretion, provide 1 or more transfer trailers for nse bi' the Contractor; The Town warrants that an), such equipment provided would be compatible with hauling vehicles' (tractors) generally standard itt the waste hauling h~dustr3: In the event that the Town wishes to provide snch equipment Jbr use by the Contractor, the Contractor together with the Town shall develop an addendum to this agreement governing such use. Weighings The Town of Southold will provide certified weighing at the Town of Southold Transfer Station. The Contractor will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales. Routing Mode - Contractor's Responsibility Contractor will have the right to select the route(s) for travel from the Town of Southold transfer Station to the Disposal Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town harmless from any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. DISPOSAL SERVICES PROGRAM ACTIVITIES For Solid Waste Haul-Disposal SetMce Agreement, the/bllowing disposal services will include the tasks, responsibilities and performance requirements as outlined herein. Work Included The Contractor shall provide the tbllowing major essential setMces or equipment and any other non-specified items, xvithout limitations, to maintain a reliable disposal services operation in a manner that will meet the needs of the Town Of Southold. · Liability insurance, performance and payment bonds. · Salbty equipment. 29 7.2 Operational Capacity The bidder shall identify in its proposal, the tbllowing information: · Disposal Site capacity. · Flexibility of Disposal Site capacity to allow tbr seasonal variances in waste generation and sufficient to permit service in the tonnages bid. · Hours and days of the week that the designated Disposal Site will be open tbr receiving solid waste from the Town of Southold, including weekends, holidays and special closure periods· 7.3 Permit Requirements Throughout the term of Agreement that may result t?om this Bid solicitation, the Contractor must maintain all current and valid local, state and Federal permits, licenses, or other authorizations, (either temporary and permanent) which are required by law to receive solid waste at any and all Disposal sites designated by the bidder. Because of the varying terms of Solid Waste Disposal Site permits, it is possible that a permit will expire during the term of Agreement. The responsibility of obtaining and/or renewing a permit to operate is solely upon the Contractor. In the event a Contractor fails to maintain or obtain any necessary current and valid local state and Federal Permits.. licenses, or other authorizations, allowing the lawful use of its designated Disposal Site then the Contractor will be solely responsible for obtaining the utilization of an alternate Solid Waste Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain permits by the Contractor be considered a change in conditions, in the event the Contractor is unable to find an alternate Disposal Site, it shall be deemed to be in default of the Agreement and liable for damages, bonds forfeitures and other expenses as provided in the Agreement. In the event the individual and/or entity submitting a bid in response to this bid solicitation is not the individual and/or entity named as the permit holder on any necessary current and valid local, state or federal permits, licenses or other authorizations, required by law to receive solid waste at any disposal site designated by the bidder or any alternate disposal site, the bidder is required to provide satisthctory evidence to the Town of Southold of a binding contractual relationship between the bidder and the permit holder which provides the bidder with the irrevocable right to utilize the solid waste disposal site during the term of Agreement, or portion thereof, in a nranner which is in complete compliance with this bid solicitation and the bidder's bid 30 submission. The agreement between the bidder and the permit holder shall include provisions that: Provide Town with the right to discuss operational matters with the permit holder whenever necessary. Require the permit holder to comply with directives of the Town which are consistent with and pursuant to the Agreement which shall result from this bid solicitation. 7.3.1 Disposal Sites Inside State of New York The Contractor's Solid Waste Disposal Sites, if located within the State of New York, must be in compliance with all State of New York Department of Environmental Conservation's and U.S. Environmental Protection Agency regulators requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Site must have valid construction and operating permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. Disposal alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with all the above govenfing regulators requirements and environmental standards. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal process and other infbrmation reasonably requested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the environment and its design, construction and operation complies with all applicable laws. 7.3.2 Disposal Sites Outside State of New York The Contractor's Solid Waste Disposal Sites, if located outside the State of New York must be in compliance with all the applicable local, state and Federal laws and regulations and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Sites must have valid construction and operation permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. If the Solid Waste Disposal Site is a landfill, it must comply with the ~rbllowing minimum standards: 31 · Liner System. All proposed landfills under the Agreement shall be prox ided with at least a single liner system to restrict the nrigration of leachate and prevent pollution of underling soil or ~oundwater. Liner systems shall consist of Iow permeability soil admixtures, clays or synthetic materials. Liners are at a minimum to consist of materials having a demonstrated hydraulic conductivity and chemical and physical resistance not adversely affected by waste emplacement or sanitary landfill leachate, including synthetic geoqnembranes and soils such as clay or other semi-impervious admixture. Liner systems may consist of an impetw'ious liner composed of at least two feet of clay with demonstrated hydraulic conductivity of Ix l 0-> cm/sec or a synthetic single lining system of a thickness of at least 60 mils. Thicknesses down to 40 mils may be acceptable tbr composite liners which include impervious clay. Foundation: The proposed landfill shall be designed and constructed on an appropriate tbundation which provides firm, relatively unyielding planar surfaces to support the liner system and which is capable of providing support to the liner and resistance to the pressure gradient above and below the liner resulting from settlement, compression or uplift. Leachate Collection: The proposed landfill shall be equipped by a leachate drainage and removal system. The leachate drainage system-shall consist of collection pipes and a drainage layer. The system shall be designed to ensure that the leachate head on the liner does not exceed one foot at any time. A leachate removal system shall be provided to remove leachate within the drainage system to a central collection point for treatment and disposal. Leachate Treatment and Disposal: I~eachate shall be treated and disposed of in accordance with all applicable taws, including applicable pretreatment standards and discharge limitations. Gas Collection and Venting: The proposed landfill shall be equipped with a suitable gas collection and/or venting system which complies with all air pollution requirements and other applicable laws. Surface Drainage Systems: The proposed landfill shall be designed with an appropriate surface drainage system which isolates the landfill from adjacent surface water drainage in a controlled manner~ as well as controlling mn-off from the landfill itself. Monitoring System: The proposed landfill shall be equipped with appropriate systems to monitor groundwater quality, gas production, leachate volmne, quantity, slope and settlement status. The number and location of ground water monitoring wells shall be sufficient to define and detect any potential migration of contaminants. However, no fewer than one up-gradient monitoring well and two down-gradient monitoring wells 32 7.4 8.0 shall be provided in any event. A regular sampling and analysis program shall be in place to verify that no groundwater contamination results from the landfill. Closure: The proposed landfill shall have in place a written closure plan which con/bnns to applicable taws and standard industry practice. The closure plan shall, be designed to insure that coutamination does not spread ti'om the landfill during) the post closure period. Bidder must clearly specify their intended disposal alternatives and support same with copies of appropriate experience, site location, permits, agreements et al., as outlined in this bid solicitation. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of Southold based upon review of information submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. The Contractor shall be solely and completely Responsible for any and all liability relative to contractor's l'ailure to dispose of solid waste at an approved site. Weighings The Town will compensate the Contractor for waste material hauled and disposed of on a net tonnage basis (short tons = 2000 pounds). The certified weighings will be made at the Southold Town Transfer Station. The Disposal Site will accept these weights for invoicing purposes. Alt weights will be generated on current certified weigh scales. In the event of any dispute over differences in net weights between the Town and Disposal Sites scales and weight records, the Town may make payment upon the weight it deems to be most correct, until the dispute is reconciled. Any claims for differences must be filed in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed final and binding between the parties. SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor, Safety and Health Regulations under the Occupational Safety and Health Act, 1972 (PI_ 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (P L 91-54). Specific consideration shall be given, but not limited to the tbllowing major areas: Maintenance safety procedures - guards and Shields on dynamic equipment, guards, railings, electrical lockouts, vehicle wheelblocks, audio vehicle backup alarms, vehicle wheel chocks, etc. Employee safety orientation, education, teaching, first-aid training, cardiopuhnonary resuscitation, etc. Noise and dust control, ear protection, respirators, hard-hats, safety shields, glasses, protective clothing, sanitary facilities, etc., 33 9.0 Fire and explosion preventions, control, equipment (fire blankets, extinguishers, first aid hoses, etc.) and personnel escape alternatix es. e. Traffic flow control patterns. Accident or injury reporting system (the Town shall received copies of al reports and immediate verbal notification). g. Employee health safeguards. h. Mechanic's lien safeguard against work interference. The Contractor shall comply with all local, state and Federal regulations, laws and Statutes, which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor current requirements. The Contractor shall be solely and completely responsible lbr operational safety during performance of the Agreement. The obligation exists twenty-four (24) hours a day, each and every day throughout the term of the Agreement. The Town of Southold shall not have any responsibility tbr means, methods, sequences of techniques selected by the Contractor for safety precautions and programs, or for any failure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and performing the services under the terms of the Agreement. OPERATIONS AND PROCEDURES The Contractor will be required, prior to commencement of operations, to provide the following operational plans to the Town for review and acceptance. Revisions, modification's, and updates shall be forwarded to the Town throughout the term of the Agreement. Organization personnel and structure, showing the chain of command, names and telephone numbers and staffing requirements. Operational plan - shifts, hours, etc. Safety, disaster, and emergency procedures. Transportation plan, including available transport equipment, vehicle fleet and reserve capabilities. Inclement Weather Plan - This shall describe the bidder's plan should inclement 34 9.1 weather aher normal daily operations as described in the bidder's operations plan. Tbe inclement weather plan shall include hauling operations and disposal operations. The bidder's means of assessing inclement weather conditions (weather and road conditions), method of reporting to tbe Town and the altenratives shall be described. Supporting Data In the event the Town requires any intbrmation in support of Town held licenses and permits at the Town. County, State and Federal level, the Contractor will be required to furnish all licenses, permits and inspection reports regarding equipment and disposal sites which may be required by Town, County. State or Federal law. [n the event the Contractor requires an3.' intbrmation in support of Contractor held licenses and permits at the Town, County', State and Federal level, the Town will cooperate in furnishing such information as it applies to the Southold Town operations. Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized thshion that allows for easy retrieval and analysis. The Town, or its designee, may upon 24 hours notice inspect the contractor's records. Such records shall he kept, available by Contractor tbr a period of two (2) years after termination of this Agreement. In the event the Town requires additional .information for reporting purposes, the Contractor will supply same. The Town, or its designee, may call upon the Contractor at anytime for an oral review of any technical matter. The Contractor shall file and update the following information as specified herein. Items Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Disposal Accident Reports Licenses, Permits and Inspection Reports Part 360 Permit All Bid lnlbnnation Schedules Due as changes occur on occurrence on occurrence on occurrence as changes occur as changes occur 35 SECTION C CONTRACTOR BID FORM 36 SECTION C TOWN OF SOUTHOLD SOLID WASTE HAUL-DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide for uniformity in bid evaluations. The formal Agreements resulting from this Bid Solicitation shall be in a form provided by the Town. These documents are intended to depict complete Solid Waste Haul-Disposal Services Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously xvas intended under the Agreement, shall not excuse or relieve the Bidder fi.om furnishing the same. No oral statement shall in any manner or degree modify of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID. STATEMENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Bidders: The undersigned Bidder has carefully examined the forms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, performance bond, certificates of insurance, genera! conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary services, 37 permits, labor, materials, equipment, vehicles, and tools required to perfi)rm and complete the work in strict accordance with nil of the bid documents written by or on behalf of the Town of Soutbold fur this project. The undersigned Bidder agrees to abide b.,, all conditions stated, intended, or implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided by the Towrt. and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satisfhctory perlbnnance bond, and insurance all within ten (l 0) calendar days. SECOND: To begin Solid Waste Haul-Disposal sen,ices operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor contractual agreements, and ancillary facilities, etc.; to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it may incur as a result of the Contractor's failure to 'perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnification or, payment of such damages. FOURTH: as follows: During the performance of this Agreement, the Contractor hereby agrees The Contractor shall not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, marital status, national origin, physical disability, and shall take affirmative action to ensure that they are afforded equal employment opportunities without discrimination because of age, race, creed, color, sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, emplo.,nnent, job assignment, promotion, upgrading, demotion, transfer, layoff, or tem~ination, rates of pay, or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The Contractor shall comply with the provisions of Sections 290 through 301 of the Executive Law, Shall furnish all information and reports deemed necessary by the State Commission for Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and shall permit access to his books, records, and accounts by the State Commission for Human Rights, the Attorney General. and the Industrial Commissioner lbr purposes of investigation to 38 ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law and Civil Rights kaw. This Agreement may be forthwith cancelled, terminated, or suspended, in whole or in part. by the Town upon the basis ora finding lnade by the State Commission lbr Human Rights that the Contractor has not complied with these noodiscrimination clauses, and the Contractor may be declared ineligible t-hr future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission tbr Human Rights that he has established and is canting out a program in conformity with the provisions of these nondiscrimination clauses. Such findings shall be made by the State Commission lbr Human Rights after conciliation efforts by the Commission have l'ailed to achieve compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been given to the Contractor. and an oppm~unity has been aftbrded to him to be heard publicly befbre three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in addition to sanctions and remedies otherwise provided by law. No laborer, workman or mechanic in lhe employ of the Contractor or subcontractor shall be permitted or required to work more than eight hours in any one calendar day, or more than five days in any one week except as otherwise provided in Labor Code Section 220. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be perforated within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct, including sanctions and remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of his knowledge and belief: The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. Unless othenvise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. 39 No attempt has been made nor will be made by the Bidder to induce any other person, partnership, or corporation to submit or not to submit a bid tbr the purpose of restricting competition. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or the3' have personally inspected tile actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, and waives all tights to claim any misunderstanding, omissions or errors regarding the same which such inspection and obsen'ation would have disclosed. The undersigned further understands and agrees that it is or they are to furnish and provide in return lbr the respective Evaluation Unit Bid Price, all the necessary materials, machinery, vehicles, implements, tools, labor sen'ices, and other items of whatever nature, and to do and pertbnn all work necessary under the atbresaid conditions, to complete operations of the aforementioned Solid' Waste Haul-Disposal Services operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and that it or they will accept in full compensation theretbre, the compensation provided for in Section C-3. The undersigned submits herewith a bid guaranty within the form provided by the applicable bid documents in the mnount of $100,000.00 for any option or combination thereot~ In the event this proposal is accepted, and the undersigned fails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the form provided by the Town or fails to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty Shall be forfeited and be retained by the Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise, the total amount of bid guaranty liquidated will be returned to the Bidder. The undersigned acknowledges the receipt of the following addenda, but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have knowledge of all addenda. ADDENDUM NUMBER AND DATES Number l - Dated: Number 2 - Dated: Number 3 - Dated: Number 4 - Dated: Number 5 - Dated: 4O 3.0 3.1 The Bidder has completed the Contract Bid Fom~ and Unit Price Schednles in both words and nmnerals in accordance with these bid requirements. UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TOWN. NEW YORK COMPENSATION The undersigned hereby submits the tbllowing price bid to furnish Solid Waste Haul- Disposal Services. to Southold Town. New York for the terms through HAUL-DISPOSAL SERVICES The Haul-Disposal Sen'ice applicable unit price per ton tbr agreement year is cents ($ ). (CI) The Haul-Disposal Sen, ice applicable unit price per ton for agreement year is ceres ($. ). (C2) The Haul-Disposal Sen, ice applicable unit price per ton for agreement year __ is cents ($. ). (C3) The Haul-Disposal Sen, ice applicable unit price per ton for agreement year is cents ($ ). (C4) The Haul-Disposal Sen'ice applicable unit price per ton for agreement year is cents ($ ). (C5) dollars and dollars and dollars and dollars and dollars and 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price = (C 1 ) 10,000+(C2) 10,000+(C3) l 0,000%5{C4) 10,000-.5(C5) l 0,000 40,000 tons 41 Evaluation Unit Bid Price - $ The evaluation unit bid price lbrmula is designed to evaluate years ~:bur and five at .5 the evaluate of each of the first three (3) years. Bidder: Firm-Corporation Address By: 4.0 5.0 Authorized Representative Date BID SECURITY ACKNOWLEDGEMENT l have attached the required bid security to this bid. INFORMATION SCHEDULES 1 agree to furnish and include the following intbrmation schedules in addition to the information submitted with this proposal, as a part of this bid: Certification that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation-invoMng the Town of Southold, State of New York (Schedule A, attached hereto). Location and address of the Bidder's main office and the main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B, attached hereto). Identification of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C, attached hereto). Identification of all currently registered parent bidding subsidiary corporate officers, and their addresses, and identification and certification of offices authorized to execute an Agreement on behalf of the firm (Schedule D, attached hereto). Detailed financial statement for the Bidder, and if applicable, for parent companies (Schedule E, attached hereto). Statement of Bidder's Qualifications and related experiences (Schedule F, attached hereto). 42 Dated: H. J. Major Subcontractors - (Schedule G, attached hereto). Equipment- (Schedule H. attached hereto). Maximum Specified Capacity- (Schedule I, attached hereto). lntbrmation on Bidder's Solid Waste Disposal Site(s) (Schedule J attached hereto). Form of Bid Bond (Schedule K, attached hereto). Pertbmaance Bond (Schedule L, attached hereto). Operation Plan (Schedule M, attached hereto). Name of Bidder: Address of Bidder: By: Signature Title Corporate Seal (If a Corporation) Incorporated under the laws of the State of Names and addresses of officers of the corporation: (President) Name Address (Secretary) Name Address (Treasurer) Name Address (If an individual or partnership) 43 Names and addresses of all principals or partners 44 INFORMATION SCHEDULE A Town of Southold Bid Project Solid Waste Haul-Disposal Services This Bidder herein certifies that as a (Bidder's legal name) Bidder, it does not currently owe delinquent taxes or other outstanding Funds, of having pending or currently involved in any litigation involving the Town of Southold, State of New York. Name of Bidder: By: Date: (Authorized Signature) NOTE: (~) (2) If blank not applicable, fill ill with N,'A If bidder owes the Town taxes or is involved in any litigation, a statement of explanation will be attached hereto. Tax/Litigation Certification BID (PROPOSAL) FORIVl Schedule 5.0.A Page I of 1 45 INFORMATION SCHEDLILE B Town of Southold Bid Project Solid Waste Haul-Disposal Services The lbllowing is inlbrmation on the undersigned Bidder's office locations: Bidder's Parent Bidder's Main Office Corporation Main Office Manager's Name (Contact) Firm's Legal Name Street Address (Box Numbers) City State Zip Telephone Number The Bidder herein certifies that the is paffially/wholly owned subsidiary of This By Manager's Name (Contact) Parent Finn's Legal Name Street Address (Box Numbers) City State Zip Telephone Number Firm is owned Parent Firm Parent Firm or is a public, private stock corporation. Bidder Office Locations/Ownership Certification BID (PROPOSAL.) FORM Schedule 5.0.B Page i of 2 46 INFORMATION SLHEDL LE B - (Continued) Name of Bidder: By: Date: Note: (1) Any attachments or modifications to this form shall be labeled Schedule 5.0.B, and properly integrated into the Bid Form, (2) If blank not applicable, fill in with N/A. Bidder Office LocatiolvOwnership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page 2 of 2 47 INFORMATION SCHEDULE C Town of Southold Bid Project Solid Waste Haul-Disposal Services This is identification that will be the Surety Company tbr the Bidder, on this project and that the named Surety Company herein provides written certification that the named Surety Company will provide the Performance Bond, specified in the Contract Documents, in the event the Bidder enters into an agreement with the Town. The Surety Company herein certifies that such Company is licensed to do business in the State of New York. (L.S.) Principal (SEAL) Surety Company By: Surety Verification BID (PROPOSAL) FORM Schedule 5.0.C 48 INFORMATION SCHEDULE D Town of Southold Bid Project Solid Waste Haul-Disposal Sen:ices The Bidder herein certifies that the below named individuals are the current registered corporate officers, along current permanent addresses, and designates their authority to execute an Agreement on behalf of the finn Officer's Name Officer's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City State, Zip State, Zip Officer's Name Officer's Name Subsidia~ Parent Corporate Title Corporate Title Address Address City City State, Zip State, Zip Officer's Name Officer's Name Subsidiary Parent Corporate Title Corporate Title Address Address City City State, Zip State, Zip Current Corporate Officers BID (PROPOSAL) FORM Schedule 5.0.D Page I of 2 49 INFORMATION SCHEDULE D - (Continued) Offieer'fi Name SubsidiaD' Corporate Title Address City State, Zip. Officer's Name Parent Corporate Title Address City State, Zip Corporate Seal Name of Bidder: By: Date: NOTE: If blank not applicable, fill in with N/A Current Corporate Officer BID (PROPOSAL) FORM Schedule 5.0.D Page 2 of 2 50 INFORMATION SCHEDULE E Town of Southold Bid Project Solid Waste Haul-Disposal Sen'ices STATEMENT OF BIDDER'S FINANCIAL CONDITION This Bidder agrees to provide for any subsidiary and parent fim~. and hereto attaches a current or the most recent audited financial Statement(s) including as a minimum the finns opinions, notes, revenue/expense statements, conditions of cash, etc. The attached statement provided includes: Accounting Finn Name Address Financial Period Statement Date To The bidder certifies that he currently has an available line of credit in the amount of $ . A supporting documentary evidence attached to this form is supplied by: Name Address Date The undersigned Bidder certifies to the validity of statement and agrees to fumish any other information upon request that may be required by the Town of Southold, New York. Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page I of 2 51 INFORMATION SCHEDULE E - (continued) The undersigned hereby authorizes and requests any person, fim~ or corporation to furnish any intbrmation requested by Town of Southold, New York in verification of the finns financial condition. Dated at This day of ,20 State of New York, County of Name of Bidder Title is of Title being duly sworn deposes and saws that he Name of Organization and that the answers to the foregoing questions and all statement therein contained are true and correct. Sworn to me this day of ,20 My Commission expires: Notary Public NOTE: (l) (2) (Bidder may submit additional information desired as Schedule E attachments.) If blank not applicable, fill in with N/A Bidder's Financial Condition BID (PROPOSAL) FORIM Schedule 5.0.E Page 2 of 2 52 INFORMATION SCHEDULE F Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder herein certifies that it is qualified to perfom~ the work covered by this proposal, and that it is not acting as a broker on the behalf of others. To substantiate these qualifications, the Bidder offers the tbllowing related information and references in order that the Town may evaluate the Bidder's qualifications and experience. 4. 5. 6. 7. 8. 9. Bidder's Legal Name: Business Address: State incorporated: Street City State Zip Year incorp.: New York State; Business License No.: No. Years in contracting business under above name: Has firm ever defaulted on a contract? Yes Gross Value - work under current contract: $ Number of Current Contracts: Brief description general work performed by finn: years. No 10. Has Firm ever failed to complete work awarded? Yes If yes, attach supporting statement as to circumstances. Qualifications Summary BID (PROPOSAL) FORM No Schedule 5.0.F Page 1 of 3 53 INFORMATION SCHEDULE F {continued) 11. Related Experience Reference (within previous 5 3'ears) I 1.1 Project Title: Owner's Name: Address: Engineer: Address: Project hfitial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 11.2 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 2 of 3 54 I 1.3 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 12. Principal Fim~ Members' Background/Experience (3 members minimum). Attach current resumes as Schedule 5.0.F supplement or give concise description by individual. Name of Bidder: By: Date: (Authorized Signature) NOTE: Any supplemental attachments or modifications to this form shall be labeled Schedule 5.0.F, and shall be properly integrated into this Bid Form. If blank not applicable, fill in with N/A. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 3 of 3 55 INFORMATION SCHDULE G Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it proposes, if awarded an Agreement to use the tbllowing haul sub-contractors on this project. 2. 3. 4. 5. 6. 7. 8. 9. 10. Sub-Contractor/ Contract Trade/ Individual Address Phone # Specialties NOTE: Name of Bidder: By: (Authorized Signature) If blank not applicable, fill in with N/A Date: Subcontractors BID (PROPOSAL) FORM Schedule 5.0.G 56 [FORMATION SCHEDULE H Town of Southold Bid Prc~iect Solid Waste Haul-Disposal Services The Bidder states that it owns the l:bllowing pieces of equipment that are available for use on the project, if awarded the agreement. Proposed Current Equipment Item Project Use Equipment Location NOTE: Name of Bidder: By: Date: Any supplemental attachments or modifications to this form shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Form. If blank not applicable, fill in with N/A Construction Equipment BID (PROPOSAL) FORM Schedule 5.0.H 57 INFORMATION SCHEDULE I Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it will be prepared to dispose of up to the l-bllowing Maximum Specified Yearly Capacities in tons of Town of Southold solid waste if awarded an agreement Contract Year Maximum Tous per Contract Year Name of Bidder: By: Date: Maximum Specified Capacity BID (PROPOSAL) FORM Schedule 5.0.I 58 INFORMATION SCHEDULE J Town of Southold Bid Project Solid Waste Haul-Disposal Ser~ ices NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE SOLID WASTE DISPOSAL SITE, AN INFORMATION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The Ibllowing is information on the undersigned Bidder's Solid Waste Disposal Site: I. GENERAL A. Disposal Site Location Name: Address: Phone: Disposal Site mailing address (if different than I) Address: II. CURRENT OPERATIONS A. Operations Permit 1. Pennittee: 2. No.: 3. State: 4. Date of Issue: 5. Date of Expiration: 6. Copy Enclosed: Yes: No: Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 1 of 7 59 INFORMATION SCHEDULE J -(continued) Hours of Operations 1. What are the PERMITTED operating hours? DAY A.M. Monday to Tuesday to Wednesday to Thursday to Friday to Saturday to Sunday to P.M. 2. Are there any PERMITTED closure periods stipulated? What are the ACTUAL operating hours? DAY A.M. Monday to Tuesday to Wednesday to Thursday to Friday to Saturday to Sunday to P.M. What holiday or other period is the Disposal Site typically closed'? DAY YES New Year's to Memorial to Independence to Labor to Thanksgiving to Christmas to Other (specify) to NO Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 2 of 7 6O INFORMATION SCHEDULE J - (continued) 4. Will the ACTUAL operating hours be exteoded up to the PERMITTED operating hours in Question ll.B. 1 in order to accommodate Town of Southold solid waste? Yes No 6. Are there any local agreements, ordinances, etc. which would prohibit extending the ACTUAL operating hours in Question II.B.3 up to the PERMITTED operating hours in Question II.B. 1 ? Yes No What is the PERMITTED mmual capacity in tons? 20 20 20 20 20 At the PERMITTED levels in Question II.C. what is the projected useful lite in years? What is the annual RECEIVING6 level today? At the RECEIVING levels in Question II.E, what is the projected useful life in Years? Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 3 of 7 61 INFORMATION SCHEDULE J {continued) How much of the RECEIVING level in Question II.E is committed to under coutract in tons'? 20 20 20 20 2O k Does the Disposal Site have special waste restrictions'? Gate Yes No Fee ($) 1. Construction/Demolition 2. Asbestos 3. Wastexvater Treatment Sludge 4. Hazardous Waste Are there any existing agreements with local municipalities which prohibit: Item Yes N~o 1. Routing to site 2. Weight limits between state coeds and site 3. Number of vehicles 4. Vehicle size 5. Solid waste importation outside jurisdictional area 6. Host Community Benefits Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 4 of 7 62 Ill. INFORMATION SCHEDULE J - {Contiuued} EXPANSION PLANS A. Application Perlnit 2. 3. 4. 5. 6. Permitee: No.: State: Date of Submission: Copy Enclosed: Submission Status: No Expansion of current site or new site Local Citizenry Reaction Regulatory agency d. Litigation Likelihood to succeed Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 5 of 7 63 INFORMATION SCHEDULE J {Continued) If you are successful in Question [[I.A., what is the additional annual DESIGN capacity in tons (do not include figures Ii'om Question II.C.)? 20 20 20 2O 20 At the annual DESIGN levels in Question III.B., what would be the projected useful life in years'? Would you be willing to share with the Town of Southold engineering reports utilized tbr the preparation of the Operating Permits on Expansion Application'? Yes No Bidder's Disposal Site(s) Engineer of Record Firm's Name Fim~'s Address Project Engineer Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 6 of 7 64 INFORMATION SCHEDULE J - {Continued) Are you willing to meet with the Town of Southold to discuss your short and long tel'm disposal capabilities'? Yes No The undersigned hereby certifies that services, material, equipment to be furnished as a result of this bid will be in accordance with Town of Southold specifications applying thereto unless exceptions are indicated above and an explanation attached. Bidding Company Address City State Zip By Signature (Please Print or Type) NAME AND TITLE Phone No. Date CORPORATE SEAL Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 7 of 7 65 INFORMATION SCHEDULE K FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we. the undersigned. as Principal. and as Surety, are hereby held and firmly bound unto Owner in the sum of and truly be made, we hereby jointly and severally bind ourseh'es, our heirs, executors. administrators, successors and assigns. Sigmed this day of ,20 as tbr the payment of which, will The condition of the above obligation is such that whereas the Principal has submitted to the Town of Southold a certaio Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, ibr the hauling and disposal of solid waste; NOW, THEREFORE, (a) If said Bid shall be rejected or in the alternate, (b) If said Bid shall be accepted, and the Principal shall execute and deliver an Agreement in the form off the Sample Operating Agreement attached hereto (properly completed in accordance with said Bid) and shall furnish certificates of insurance and a bond for this faithful performance of said Agreement, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects pertbrm the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherxvise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid: and said Surety does hereby waive notice of any such extension. Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page I of 3 66 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seats, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the da5' and 3'eat- first set tbrth above. (L.S.) Principal Surety By: Address of Surety: SEAL (ACKNOWLEDGEMENT BY CONTRACTOR, IF A CORPORATION) STATE OF: COUNTY: On this SSN: day of ., 20 betbre me personally came , to me known, who being duly sworn, did depose and say that he resides in ; that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of corporation: that the seal affixed to the instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of the corporation; and that he signed his name thereto by like order. Notary Public Fonn of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 2 of 3 67 IACKNOWLEDGMENT BY CONTRACTOR. IF A PARTNERSHIP) STATE OF: ) COUNTY: ) SSN: On this day of ,20 __ betbre me personally came , to me known, and known to me to be a member of the fim~ of , and known to me to be an indMdual described in, and who executed the tbregoing instrument in the firm name of and he duly acknowledged to me that he executed the same for and in the behalf of said fim~ for the uses and purposes mentioned therein. Notary Public (ACKNOWLEDGEMENT BY INDIVIDUAL CONTRACTOR) STATE OF: ) COUNTY: ) SSN: On this day of ,20 betbre me personally came , to me know, and known to be the person described in and who executed the foregoing instrument and duly acknowledged that he executed the same. Notary Public Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 3 of 3 68 INFORMATION SCBEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Suretf') are held and firmly bound to the Town of Southold (hereinafter called the "Owner") in the full and just sum of dollars ($ ) good and lawful money of the United States of America, tYr the payment of which sum of money, well and truly to be made and done, the Principal binds himselI; his heirs, executors, administrators and assigns and the Surety binds itself, its successors and assigns, jointly and severally, fim~ly by these presents. WHEREAS. the Principal has entered into a certain written Agreement bearing date on the day of ,20 , with the Owner for the Town of Southold Solid Waste Haul-Disposal Sen,ices, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal, his or its representatives or assigl~s, shall well and faithfully comply with and perform all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outlay and expense which the Owner may incur in making good any such dethult, and shall protect the said Owner against, and pay any and all amounts, damages, costs and judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or sen,ants or the improper performance of the said work by the said Principal, or his (their, its) agents or setw'ants, or the infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or othem, ise, then this obligation shall be null and void, otherwise to remain in full tbrce and effect: Performance Bond BID (PROPOSAL) FORM Schedule 5.0.L Page 1 of 2 69 PROVIDED HOWEVER. the Surety, tbr the value received, bereby stipulates and agrees, if requested to do so by the Owner, to tully perl:brm and cmnplete the work mentioned and described in said Agreement, pursuant to the terms, conditions, and cox chants thereof, if tbr any cause the Principal tails or neglects to so fully perform and complete ,-,uch work and the Surety further agrees to commence such work of completion within ten (10) calendar days after written notice thereof ti'om the Owner and to complete such work within ten ( 10} calendar days from the expiration of the time allowed the Principal in the Agreement for the completion thereof; and further PROVIDED HOWEVER, the Surety, fbr value received, tbr itself; and its successors and assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no may impaired or affected by an extension of time, modification, work to be performed thereunder, or by any pa3qnent thereunder before the time required herein, or by any waiver of any provisions thereof or by any assignment, subletting or other transfer of any work to be perlbm~ed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation co assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto sec his (their. its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of .20 (If Corporation add Seal and Attestation) By: Attest: Principal Add Corporate Seal By: Attest: Address of Surety: Surety Performance Bond BID (PORPOSAL) FORM Schedule 5.0.L Page 2 of 2 70 INFORMATION SCHEDULE M OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the tbllowing operational plan to haul and dispose of Municipal Solid Waste (MSW) from the Town of Southold Landfill if awarded an Agreement. I. Haul Summarize the manpower and equipment you will make available to perform under this Agreement. II. Disposal Summarize the identity and location of the primary and secondary sites you plan to use tbr disposal of the solid waste. Describe the axTangements between your company and the disposal site Ibr use of the site. Describe any treatment the MSW ~vill undergo during transport or upon arrival at the disposal site. Attach copies of the permits to construct and permits to operate the disposal site. Site No. I NAME LOCATION CONTACT PERSON AND PHONE NO. ARRANGEMENTS FOR USE TREATMENT OR UNUSUAL CONDITIONS Operatioual Plan BID (PROPOSAL) FORM Schedule 5.0.M Page l of 2 71 Site No. 2 NAME LOCATION CONTACT PERSON AND PHONE NO. ARRANGEMENTS FOR USE TREATMENT OR UNUSUAL CONDITIONS Operational Plan BID (PROPOSAL) FORM Schedule 5.0.M Page 2 of 2 72 APPENDIX A SAMPLE OPERATING AGREEMENT 73 THIS AGREEMENT, made on the da.,,' of ,20 by and between the Town of Southold, a municipal corporation of the State of New York having its Principal place of business at 53095 Mare Road Southold. New York hereinafter called the "Town" alld hereinafter called the "Cootractor." WITNESSETH WHEREAS, Contractor has submitted to the Town a bid dated 20 . ("Bid") in response to the Town's Bid Solicitation for Solid Waste Hauling- Disposal Sen'ices dated ,20 , ("Solicitation"); and WHEREAS, the Town Board of the Town of Southold by resolution No. adopted on authorized the Town Supervisor to enter into an agreement with the Contractor to perform certain services in connection with the handling of solid waste, NOW, THEREFORE, it is mutually covenanted and agreed by and between the parties hereto as follows: I. DEFINITIONS - Terms defined in the Bid Solicitation shall have the same meaning as if defined herein. II. SCOPE OF SERVICES - The Contractor shall perform the services in accordance with the description of those services as set forth in the Solicitation. IIl. TERM OF AGREEMENT The term of this Agreement shall be Three (3) years commencing on ,20 . If the Town enters into an inter-municipal solid waste APPENDIX A-1 74 haul/disposal agreement the Town may terminate the agreement at any time during Agreement years two (2i and three (3) by gMng six (6) lnonths written notice to the Contractor. The Town, at its sole discretion, shall have the option of renewing the Agreement tbr two (2) additional one 3'ear tenns by gMng Contractor written notice of its intention to renew at lease thirty (30) days prior to the expiration of the tenn. IV. PRICE SCHEDULE"COMPENSATION The unit bid price schedule tbr the services to be furnished by' Contractor is tbund in Section C - 3.1," '~ ~.~,, Contractor's bid which is incorporated into this Agreement. v. PAYMENTS A. The Contractor shall receive monthly payments lbr services performed during the prior calendar month. The Contractor shall submit a request for payment on a Town approved voucher form along with Contractor's invoice which shall include a daily summary of tonnage hauled by Contractor to a Disposal Site and disposed by Contractor at a Disposal Site as applicable. Such pasqnents shall be made within sixty (60) days of the Town's approval of Contractor's invoice. The Town shall be entitled to deduct/'rom any payment owning to Contractor any sums expended by the Town to cure any default or other Agreement non-compliance by Contractor or to protect the Town from loss on account of claims filed or reasonably anticipated to be filed. VI. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS Contractor makes the following warranties and representations: A. Contractor represents that the Town has made no commitment under this Agreement with respect to the volume solid waste to be handled by Contractor during the term of this Agreement. B. Contractor warrants that Contractor shall comply with all federal, state and local laws, ordinances regulations applicable to ail of the sen'ices to be performed Contractor. APPENDIX A-2 75 C. Contractor represents that the intbrmation furnished by Contractor in the equipment schedules included in the bid is accurate and complete and Contractor ackno~ ledges that Town has relied upon the accuracy and cotnpleteness of that infom~ation in the selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilize its best eftbrts to insure that Minority and Women Owned Businesses (MBE's and WBE's) have the opportunity to participate as subcontractors under this Agreement. In the event the contractor subcontracts twenty-five percent (25°,o) or more of its work hereunder. Contractor shall submit to the Town an a,~d a WBE Utilization Plan, prior to execution of this Agreement. D. In the event the Contractor's Disposal Site is unable to receive and dispose of the Town's waste l:br any reason (including failure to obtain or maintain necessary permits or licenses), Contractor shall be responsible for providing to the Town an alten~ate Disposal Site tbr the Town's use at no additional cost to the Town. and shall indemnify the Town against any additional hauling cost by the Town or its agent because of the location of the alternate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or failure or inability to obtain or maintain necessary permits by the Contractor be considered a change in conditions. In the event the Contractor is unable to find an alternate Disposal Site(s). he shall be deemed to be in default of this Agreement and liable for damages, bond forfeitures and other expenses as provided in the Agreement. VII. INDEMNIFCATION INSURANCE/BONDS A. Contractor agrees to defend, indemnify and save harmless the Town of Southold against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of what ever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or performing under the terms of this Agreement, or thilure to carry out any of the provisions, duties, sen'ices or requirements of this Agreement, whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees, agents, engineers. citizens or by other persons or corporations, including any of Contractor's employees or agents APPENDIX A-3 76 who may seek to hold the Town liable theretbre. This obligation shall be ongoing, shall survive the term of this Agreenrent and include, but not be limited to, claims concerning non-sudden environmental impairments, The Contractor shall join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interl-:erence or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the Town, may be necessary. B. Contractor shall procure and maintain the insurance described in Section A of the Solicitation for a period commencing on the date of this Agreement and terminating no earlier than one year tbllowing termination of services under this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thirty (30) days written notice has been given to the Town. All such insurance shall be issued by a company duly authorized, to transact business in the State of New York and acceptable to the Town and shall include all riders and additional coverage necessary to insure that Contractor will be financially able to meet its obligations under the foregoing indemnification. C. Contractor shall, for the period of the performance of setMces hereunder, maintain a Performance Bond in the amount of one million ($1,000,000.00) dollars wherein named obligee is Town of Southold. The Bond shall be in a form acceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety. VIII. FORCE MAJEURE If either party is delayed or prevented from fulfilling any of its obligations under this Agreement due to any act, event or condition, whether affecting the Town, the Contractor, the Disposal Site or any of the Town's or the Contractor's respective subcontractors or suppliers, to the extent that it materially and adversely affects the ability of either party to perform any obligation hereunder (except for payment obligations), and if such act, event or condition is APPENDIX A-4 77 beyond the reasonable control and is not also the result of the willful or negligent action, inaction, or fault of the party relying thereon as justificatiou tbr not pertbrming an obligation or complying with any condition required of such party under the Agreement, the time for fulfilling that obligation shall be extended day-by-day tbr the period of the uncontrollable circumstance; provided, however, that the contesting in good faith or the failure in good faith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the foregoing, such acts or events shall include the tbllowing: ( I ) an act of God (but not includiug reasonable auticipated weather conditions for the geographic area of the Town or Disposal Site) hurricane, landslide, lightning, earthquake, fire, explosion, flood, sabotage or sitnilar occurrence, acts of a public euemy, extortion, war, blockade or insurrection, riot or civil disturbance; (2) the failure of any appropriate federal, state, county, town or local public agency or private utility having Jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, sen'ices, water and sewer lines and power transmission lines which are required tbr the operation or maintenance of the Transfer Station or Disposal Site; (3) govemmental pre-emption of inaterials or senfices in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the transfer Station or Disposal Site; and (4) the presence of hazardous waste upon, beneath or migrating fi.om the Transfer Station. It is specifically understood that none of the following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations; (b) the financial condition of the Town, the Contractor, any of its affiliates or any sub-contractor; (c) union work rules, requirements or demauds which have the effect of increasing the number of employees employed othem, ise increase the cost to the Contractor of operating ils haul operation or the Disposal Site (d) equipment failure; (e) any impact of prevailing wage law, customs practices on the Coutractor's costs; (t) any act, event or APPENDIX A-5 78 circmnstances occurring outside of the United States. or {g) any change in law or in the pemfit conditions or status of the Transfer Station Disposal Site or alternate Disposal Site. IX. SUBONTRACTS Contractor shall not enter into any subcontracts in connection with the services to be performed by Contractor hereunder without the prior written approval by the town of such subcontracts. All such subcontracts shall lnake express reference to the terms and conditions of this agreement and shall obligate the subcontractor to colnply with all applicable federal, state and local laws, ordinances or regulations relating to the setwices to be perlbnned under the subcontract. In the event the subcontractor is required to furnish any insurance or bonds for the benefit of Contractor, the Town shall also be named as an additional insured or obliges. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the New York State Labor Law relating to the payment of prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal. In the event that at any time during performance under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such requirement, all costs be borne exclusively by Contractor. XI. FORCED ACCOUNTING In the event the Town directs the Contractor, by written authorization signed either by the Town Supervisor or Town's Solid Waste Coordinator, to pertbrm additional setwices beyond the scope of those described in this Agreement, the Contractor shall be compensated for such additional services on the following basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES = DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEADO + PROFIT For the purposes of this Section: APPENDIX A-6 79 A. DIRECT LABOR COST shall include hourly wages, including ox ertime premiums actually paid plus the following fringe benefits-associated with those wages - group medical, group lite insurance, pensions. FICA. uniforms, safety equipment or special tools. These fi'inge benefits shall be separately identified and shall not duplicate fringe benefits paid in connection with work pertbnned within the scope offthe Agreement. B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor tbr materials utilized by Contractor in performance of the additional services. The costs tbr such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures, buildings, or real property of the Town since such personal property is exempt from taxation York State Tax Law, under Section l 115 of the New York State Tax Law. C. OVERHEAD shall be 10% of the total of the Direct Labor Costs and the Direct Material Costs, D. PROFITS shall be 5% of the total of the Direct Labor Costs, the Direct Material Costs and the Overhead. X[[. CONTRACTOR'S OPERATIONS AND PROCEDURES REPORTS Contractor will provide the operating plan and supporting data listed in Sections A and B of the Solicitation to the Town fur review and acceptance. Contractor will update the plan as necessary and furnish copies of those updates to the Town. XIII. DEFAULT In the event the Contractor fails co' perform its obligations under the Agreement, the Town may terminate the Agreement, procure the services from other sources and hold the Contractor responsible for any costs incurred. This Town also may deduct such costs fi'om pajyments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to terminate the Agreement tbr just cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal setMces without regard to the permit status of its Disposal Site. In the evem that Contractor submits a APPENDIX A-7 80 Bid fi~r a Disposal Site for which Contractor does not currently haxe all necessary federal and state permits, or which alter the acceptance of the Bid loses its permitted status, Contractor shall. at its sole risk and expense, be responsible tbr obtaining and/or renewing its permits or providing tile Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. The parties agree that this is a full sen'ice Agreement and failure of the Contractor to provide the identified Disposal Sits or acceptable alternative Disposal Site, on or after the commencement date shall constitute a breach of this Agreement. The Contractor accordingly shall not be excused from its obligations hereunder by reason of any thilure to obtain or maintain its pemfits at the identified Disposal Site. XV. LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extant of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XV[. DISPUTES/ARBITRATION Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, any actions or claims by either party hereto shall be commenced in Supreme Court, Suffolk County, New York. In the event the parties agree to arbitrate a dispute, such arbitration shall be conducted in accordance with the rules of the American-Arbitration Association. In no event shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators following any such arbitration shall be final and Judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. XVII. MISCE£LANEOUS A. This Agreement shall be governed by the laws of the State of New York. B. Contractor shall not assign, convey or otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. APPENDIX A-8 81 C. This Agreement. including ail Exhibits and documents referred to herein. along with the Specifications. Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the Services to be pertbnned hereunder. This Agreement may be modified only by written agreelnent of Contractor and the Town. D. To the extent of any inconsistency among the documents constituting the agreement of the parties, the priority among those documents shall be: 2. 3. 4. This Agreement: Exhibits hereto; The Solicitation including Appendices: Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors or s receiver is appointed for the Contractor or any insolvency arrangement proceedings are instituted by or against the Contractor, the Town may terminate this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither held themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to, Worker's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. G. If any provision of this Agreement shall for any reason he held to be invalid or unenforceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be enforced as if such invalid and unentbrceable provision had not been contained herein. H. Contractor agrees that it shall not discriminate and that it shall cause there to be no discrimination against any employee who is employee in the work, or against any APPENDIX A-9 82 applicant for such employment, because of race, religion, color, sex. age, marital status, handicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited to. the tbllowmg: employment: up~ading, demotion or transfer: recruitment or recruitment advertising: layoff or termination; rates of pay or other tbnns of compensation; and selection tbr training. XVII[. NOTICES All notices required to be given hereunder shall be made in writing by first class mail addressed as follows: If to the Town: With a copy to: Supervisor of the Town of Southold Town Hall 53095 Main Road Southold, New York 11971 Solid Waste Coordinator Town of Southold 53095 Main Road Southold, NY 11971 If to the Contractor: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. TOWN OF SOUTHOLD By: Joshua Y. Horton, Supervisor By: APPENDIX A-10 83 APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT 84 APPENDIX C Town of Southold Accident Report 87 OVERVIEW OF TRANSFER STATION OPERATIONS I. DESCRIPTION OF RESOURCES No changes to the District's funding mechanisms or management structure is anticipated at this time, although dex elopment of a long-range plan fol' the District is now undel:vay. WASTE RECEIVING AND TRANSFER The Town transfer station operates under a temporary permit from the DEC (pending approval of plans for a new/re-designed transfer station). It receives municipal solid waste generated within the Town by residential and commercial sources. Approximately 10,000 tons are received mmually. The waste is delivered individually both by residents and small commercial contractors bringing their own waste. (self-haulers) as well as by commercial garbage caners. All waste to be transferred is deposited into a cement pit, or trench, inside the existing collection building where it resides until the long-haul trailer(s) arrive to be "live- loaded." Tbe trench can hold approximately 300 cubic yards of waste. Permit conditions require all waste to be removed within 48 hours of being received. Upon arhval and weighing at the scale, transfer trailers drive in a temporary loading "slot"' located outside the collection building approximately 75 yards from the trench containing the waste to be loaded. The transfer trailers rest on an asphalt surface approximately 4 feet below the loading grade. All loading is done with a front end bucket loader fitted with hydraulic clamps to grab and hold the garbage. Waste is packed, or pressed down, into the trailer by the pay loader bucket. Once filled with waste, the transfer vehicles pulls out of the slot and proceeds to the scale to be weighed. If too much weight is on the trailer, the truck will return to the loading slot where the payloader operator will remove enough waste to bring the truck to a legal weight. If more waste can be accepted, the operator will add it to the load. Upon being properly loaded, the truck will "scale out," receiving a weight ticket, and pull offto a convenient location where the driver will tarp the load. PLEASE NOTE: The New Transfer Station Currently Being Plam~ed Will Allow for Indoor Loading and Tarping of the Waste. The Town Anticipates Construction of the New Station Will Be Completed Sometime in 1998. 3. RECYCLING OPERATIONS a) Following is a description of key elements of Southold Town's source separation and recycling program. APPENDIX E 89 1. Procedures for implementing the current program. Collection Methods. Recyclables are brought to the Collection Center in two wa.~ s: a) self-hauled by residents, and b) hauled t¥om curbside b5 private carters. a) Self-hauled rec¥clables are accepted during the Collection Center's regular hours. 7:00 am - 5:00 pm, Monday through Sunday. Self-haulers deposit the tbllowing items at the recycling drop-off station: 1) glass bottles separated by color: 2) tin and aluminum cans into separate 2-cu. yard containers; 3) plastic containers: 4) polystyrene (PS)(#6 plastic): 5) mixed paper: and newspaper (ONP). COlTugated cardboard is also accepted, but at an outdoor "bunker" away fi'om the main recycling drop-off station. The glass is deposited into 2-cu. yd containers. When full. the glass containers are carded via forklift from the drop off station to roll-off containers located at a below-grade storage area outdoors, approx. 60 feet to the north of the main collection building; the tin/aluminum cans are brought to an outdoor "bunker" (a 30' by 40' paved area enclosed on 3 sides by movable concrete block walls 4' in height); the plastic is hand-sorted to remove HDPE and PET containers, which are then baled n one of two small vertical downstroke balers. The remaining plastic consists of a mix of #2 color containers and other miscellaneous plastic. This mix is removed -n a container via forklift and dumped in another outdoor bunker: the PS is placed into bags set up in one of two PVC frame bins at the drop-off station. There are separate PS bags for "peanuts" used in shipping packages, block used to pack electronic equipment, and tbod setwice containers. Mixed paper is dropped off into 4-cu. tbot size gaylord boxes, which are then loaded via fbrklifi into a van-type trailer for hauling to the recycler. Corrugated cardboard is deposited in an outdoor "bunker" to hold until there is enough to load an open-top trailer for hauling to the recycler. The corrugated bunker is shared with carters bringing in corrugated from curbside. ONP is deposited into small carts used to transport the paper to roll-off containers stationed at the outdoor storage area. The ONP is then hauled out under arrangement with a private finn. b) Private Carters deliver source-separated curbside recyclables consisting of all the same items as self-haulers with the exception of polystyrene (#6 plastic). The glass bottles (also separated by color) are delivered directly to the roll-off containers at the bi-level drop area; the tin/aluminum cans, plastic containers, and corrugated cardboard are brought directly to the outdoor "bunkers" that were mentioned above, the curbside plastic comes in at too fhst a rate to allow it to be sorted to extract the valuable HDPE and PET. It is merely loaded loose into an open top trailer for hauling to the recycler. The haulers bring mixed paper to the same gaylord boxes used by the self-hauling public. They bring ONP directly to the roll-off in the bi-level area mentioned above. 90 o Processing Design/Description - The facility to which self-haulers bring their recyclables is a section of a large building (the Collection Center) that also houses an enclosed facility fur the residential and commercial delix ery of garbage, a mechanic workshop, and the Center's central office. The main residential self-hauler recycling drop-off area is on a covered concrete slab 50' by 25', open on one 50' side. It contains containers and bins ~:br the drop offof glass (sorted into clear, green, and brown), plastic, tin and aluminum cans and polystyrene. It also contains the vertical balers used to bale HDEP and PET plastic, which is separated from the mixed plastic stream by facility staff. The corrugated is deposited at an outdoor bunker that is also used by haulers delivering corrugated I¥om curbside. Mixed paper is deposited, by both self- haulers and curbside haulers, to the gaylord boxes that are lined up along one wall of the residential garbage drop-off floor. Curbside glass and ONP are delivered to roll-offs located in the bi-level drop area; curbside cans, plastic, and corrugated are delivered to the outdoor bunkers. ACCOMPLISHMENTS/NEW ISSUES a) The 1996 period saw several significant and unique developments that contribute towards the MSW management goals set out in the SWMP. 1) Acquisition of Yard Waste Processing Equipment. In anticipation of receiving ultimate approval of the Town's compost plan, the District acquired the necessary equipment to process and compost all of the yard waste cun'ently generated within the Town. 2) Enhancement of Source-Separation Recycling Program. The Town adopted a design concept for a new transfer station that reinforces its ability to handle existing source-separated recyclables from both self-haulers and carters, and which provides tbr future expansion of the source-separation program. This demonstrates the Town's commitment to source-separation as the operating principle behind all of its recycling efforts, and as the means to achieving the recycling rates envisioned in the SWMP. Southold is unique in this regard. 3) Addition of Polystyrene to Source-Separated Recycling Program. Southold became the first Town on Long Island to initiate a Town~wide polystyrene recycling program by participating in a pilot-project sponsored by the American Plastics Council (APC) and the County of Suffolk. Starting in May 1996, the recycling center collected and shipped to a Long Island vendor 3 grades of polystyrene (#6 Plastic). Approximately 2 tons of this extremely light material (600 cu. Yds.) were collected and moved. One of the grades, packaging "peanuts," were delivered directly to package shipping outlets for re-use. 91 4) "Cans for Kids" Program. The Town initiated a drop-off program to collect $0.05 deposit aluminum beverage cans tbr use by a local youth environmental organization. We estimate approximately $15,000 worth or' these cans are delivered to the recycling center each 5'ear. The Town solicited and received the cooperation of local beverage disttSbutors and sales outlets to accept cans delivered by youth group members who will use the income to fund group activities, which include nature area cleanups, ecosystem study sessions, and recreational camping and field trips. The drop off facility is designed to keep cans sorted into the required brand-name groupings, thus making it easier tbr the group to redeem them. b) Issues with a potential effect on MSW haul and disposal arrangements are listed below. Item Issue New Transfer Station Town plans to construct a new facility for receiving and transferring waste and recyclables adjacent to the existing transfer station. A conceptual design has been approved. Engineering specifications for the new station will be completed by early summer and submitted to the Town for approval and permit application to the DEC. Construction is expected to begin late in 1997. Existing loading patterns will be changed to accommodate construction activities. The Town will work with the contractor in advance to address any changes in loading arrangements, including any effects on the location- where long-haul trailers are to be staged for loading or the time or days of week available tbr loading. Permit for Full Scale Yard Waste Compost Facility DEC approval of plan submitted in 1995. (May depend on ultimate approval of Closure Plan). Town continues with previously approved small~scale composting program as well as volume reduction of excess yard waste (shredding and chipping) for give-away program or use on-site as ground cover or slope-stabilizing medium. Capping and Closure of Landfill The Town is planning to begin capping and closure operations of the now inactive landfill (which is adjacent to the transfer station) within the next two years. This activity may have minor impacts on SW transfer operations due to increased traffic at the site or occasional diversion of resources to activities other than loading MSW. The Town will notify the contractor in advance if it appears that such impacts may result in delayed or postponed loading operations. 92 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: Print name Corporate Title (if any) Company Name Mailing Address Phone Number BID ON Solid Waste Haul & Disposal · · - (~31) 7(~-1880 STATE OF NE-W YORK) )SS: SUFFOLK) of Mattituck, in said county, being duly sworn, says that he/she is Pdncipel clerk of THE SUFFOLK TIMES, a weekly newspaper, pub- lished 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 bccn regula~ pub- lished in said Newspaper once each week for. .~ weeks successively, commencing Notary Public, State of New York No 01 B06067958 Qualified in Suffolk County My Commission Expires Dec. 24, LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HERE~Y GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that the Town of Southold ~ JlJlr, JliJJlJtlJJ~ which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road li971 (631) 765-1800 DATE: Thursday. June 6. 2002 TIME: 10:00 a.m. (LATE BIDS WILL NOT BE OPENED) with this Bid Solicitation shall equipment and labor for hauling solid waste and disposing solid this Agreement shall be five (5) have the option of renewing the Agreement for two (2) additional the forms furnished and shall be dollars ($100.000.00) wherein the Solicitation. bid within forty-five (45) days after lng of bids. reject any or all bids and to waive Southold. location on weekdays from 8:00 a.m. Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation Office of the Town Clerk Southold Town Hall 53095 Main Road Bidders will be allowed to ask Southold Town Hall 53095 Main Road Southold, New York 11971 For further information regard- ing bidding requirements, contact ELizabeth A. Neville (631) 765-1800. For information regarding Town of Southold waste program and haul- James Bunchuck (631) 734-7685. All bids must be signed and sealed in envelopes plainly marked "Bid On Solid Waste Hauling- Disposal Services", 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. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK STATE OF NE'VV YORK) )SS: :~~Fz,/~,SU F 'FOLK) ,/~'~A'~',~'_ of Mattituck, in said county, being duly sworn, says that be/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, pub- lished 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 pdnted copy, has been regularly pub- lished in said Newspaper once each week for / weeks successively, commencing on the ,~' day Sworn to before me this day 20 L~AURA E. BONDARCHUK Notary Public, State of New York No 01 B06067958 Qualified in Suffolk County My Commission Expires Dec, 24, 08'05 '02 liON 10:50 FAX. 516 765 6145 SOUTHOLD CLERK ~]001 T.k/RX NO INC0~IPkETE TX RX TRANSACTION OK ERROR MULTI TX/RX REPORT *** 3420 [* 15]244957fi [* 16]18005243329 [* 17118882329941 [* 18118002582984 ]* 32]18009620544 Burrelle's Info Data Construct Dodge Reports Construct, Info, ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF V~TAL STATISTICS NiA-RRL~GE OFFICER RECORDS IVL%NAGENIENT OFFICER FREEDOM OF INFOIKM. ATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southol& 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 BROWNS'S LETTERS 244~9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 76S-1800; fax 765-6145 May 6~ 2002 "BIDS" ADVERTISEMENTfPUBLICATION Number of Pages (including cover): 4 If total rrm~smittal is not received, please call 63t 765-1800. COMMENT S: PLEASE ADVERTISE ',[['HE FOLLO%VI~G BIDS AT YOU EARLIEST CONVENIENCE Please acknowledge receipt of this information by si~ing below and returning a faxed copy to me at 631 765-6145, attention: Betty Neville. Thank you. o6 05 '02 ',~,3N 08:4.9 FAX 516 765 6145 SOUTHOLD CLERK *** TX REPORT TRANSMISSION OK TX/RX NO CONNECTION TEL CONNECTION ID ST. TIME ESAGE T PGS. SENT RESULT 3416 2983287 Suffolk Times 06/00 08:47 02'05 6 OK ELIZABETH A. N~VTT,t.~ TOWN CLERK REGISTRAR OF VITAL STATISTICS IVL&R.RL%GE OFFICER ~ECORDS MANAGEMENT OFFICER FREEDOM OF LNFORA4ATION 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 FAX TRANS~HTTAL TO: FROM: DATE: RE: SUFFOLK TIMES - A_TTENTION: Joan Ann LYNDA M. BOHN · 5/6/2002 LEGAL NOTICES FOR PUBLICATION IN 2002 Nmraber of pages being faxed 6~ including cover page If total transmittal is not received, please call 631 765-1800. fax 631 765-6145 Two (2) Notice to Bidders One (1) Annual Financial Report PLEASE ACKNOWLEDGE RECEI?T OF THIS LEGAL NOTICE WITHIN ONE (2) HOUR BY SIONLNG BELOW ~ _R. ETURNINO BY F~AXT~O 765~6145, ATTENTION: BETTY NEViLLE. THANK YOU, ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF ¥IT.~L STATISTICS ~C, kRRIAGE OFFICER RECORDS I~C~kNAGEMENT 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 southo]dtown.north£ork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: SUFFOLK TIMES - ATTENTION: Joan Ann FROM: DATE: RE: LYNDA M. BOHN 5/6/2002 LEGAL NOTICES FOR PUBLICATION IN 2002 Number of pages being faxed 6 including cover page If total transmittal is not received, please call 631 765-1800. fax 631 765-6145 Two (2) Notice to Bidders One (1) Annual Financial Report PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (1) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. THANK YOU. Received By Date II LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that the Town of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00 A. M. (LATE BDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be five (5) years commencing on July 1, 2002. The Town at its sole discretion, shall have the option of renewing the Agreement for txvo (2) additional one year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the term. Bids must be made in writing on the forms furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Totem of Southold. The successful Bidder shall be required to furnish a performance Bond and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest of the Town of Southold. Bid Solicitation may be examined free of charge and at the following location on weekdays from 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable fifty, dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation dur/ng a pre- bid conference to be held at 9:00 A.M, Thursday, May 23, 2002 at: Southold Toxvn Hall Meeting Hall 53095 Main Road Southold, New York 11971 For further information regarding bidding requirements, contact Elizabeth A. Neville (631) 765-1800. For information regarding Town Of Southold waste program and haul- disposal operations, contact James Bunchuck (631) 734-7685. All bids must be signed and sealed in envelopes plainly marked "Bid On Solid Waste Haul-Disposal Services ", and submitted to the Office of the Toxvn Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Soutbold is exempt. Dated: May 3, 2002 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 9, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members To~vn Attorney Accounting Jim Bunchuck Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, Nexv York being duly sworn, says that on the ~ day of (Y~ ,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 Toxvn of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, Nexv York. Legal Notice to Bidders: Solid Waste Haul-Disposal Services Bid opening June 6, 2002 at 10:00 AM. Sworn to before me this Day o .P~G~,. ,2002 0Notary Public 67 Eliz~Deth A. Ne)/ille - Southold Town Clerk LYNDA M. BOHN NOTARY PUBUC, State of New Y~/~ No. 01806020932 (~uatified In Suffolk Cou~y Term Expires March 8, 20 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS M-~RRL~kGE OFFICER RECORDS I,,La. NAGEMENT OFFICER FREEDOM OF INFOR~L~TION 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: Gregory Yakaboski, Town Attorney Mary C. Wilson, Assistant Town Attorney FROM: DATE: RE: Lynda M Bohn 7,~ Deputy Town Cl4dc\ ~ ' ' May 1, 2002 Haul & Disposal and Haul only bid Specifications Enclosed in these two folders are the two bid specifications for 1) the hauling and disposing of Solid Waste from the Cutchogue Landfill to a contractor provided location and 2) the hauling of Solid Waste from the Cutchogue landfill to the Toxvn of Huntington Resource Recovery Facility. As James Bunchuck would like to advertise in next Thursday, May 9th Suffolk Times, I will need to know by Friday May 3rd if these specifications are okay. Thank you for your cooperation in this matter. SECTION C TOWN OF SOUTHOLD SOLID WASTE HAUL-DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide for unitbnnity in bid evaluations. The fbrmal Agreements resulting from this Bid Solicitation shall be in a form provided by the Town. These documents are intended to depict complete Solid Waste Haul-Disposal Services Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder from furnishing the stone. No oral statement shall in any manner or degree modil~ of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID. STATEMENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Gentleinen: The undersigned Bidder has carefully examined the furms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, performance bond, certificates of insurance, genera! conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary sen'ices, 37 BIDDER'S SOLICITATION SOLID WASTE HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK TOWN Of SOUTHOLD Originally Prepared by: Solid Waste Task Force Technical Committee 53095 Main Road Southold, NY 11971 May 2002 BIDDER'S SOLICITATION SOLID WASTE HAUL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK TOWN OfSOUTHOLD Originally Prepared by: Solid Waste Task Force Technical Committee 53095 Main Road Southold, NY ! 1971 May 2002 SECTION C [ [ TO\VN OF SOUTHOLD SOLID ~ ASTE HAL L SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide for unifomfity ill bid evaluations. The tbrmal Agreements resulting from this Bid Solicitation shall be in a form provided by the Town. These documents are intended to depict complete Solid Waste Haul Selwices Agreement and therefore any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder from furnishing the same. No oral statement shall in any manner or degree modify of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID STATE]MENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Gentlemen: The undersigned Bidder has carefully examined the irbrms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, performance bond, certificates of insurance, genera! conditions, bid specifications, and addenda, has thmiliarized itself with the sites of work, and hereby proposes to furnish all necessary services, permits, labor, materials, equipment, vehicles, and tools required to perform and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold for this project. The undersigned Bidder agrees to abide by all conditions stated, intended, or implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satisthctory perfom~ance bond, and insurance all within ten (10) calendar days. SECOND: To begin Solid Waste Haul sen'ices operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor 32 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS M.~d~RIAGE OFFICER RECORDS MANAGEMENT OFFICER EREEDOM OF INFOR~ATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF $OUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 727 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON OCTOBER 23, 2001: WHEREAS thc Town of Southold has deemed it in its mutual interest to enter into an Agreement for the disposal of municipal solid waste (MSW) generated by thc Town of Southold at the Town of Huntington Resource Recovery Facility and the acceptance of leaves generated by the Town of Huntington at the Yard Waste Compost Facility operated by the Town of Southold, now therefore be it RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids for the equipment and labor for the trucking/hauling of municipal solid waste from the Town of Southold MSW Transfer Station to the Town of Huntington Resource Recovery Facility, such advertisement subject to the completion of bid specifications to be provided by the Solid Waste Coordinator and the subsequent review and approval of same by the Town Attorney. Elizabeth A. Neville Southold Town Clerk THE AMERICAN INSTITUTE OF'^RCI~IT~CTS AIA.Doc~ment A370 Bid Bond KNOW .ALL MEN BY :'THESE ·PRESENTS, that we TRINITY TRANSPORTATION CORPORATION ISLANDIA, NY 1 t 749 as Princ;'pal, hereinafter called the P:i~ctpal, and CAROLINA CASUALTY INSURANCE COMPANY a corporlifion-dbly or.8~AniZe~ under' the Jaws ot[ the SEam Of FL as Surety, hereinafter called the Suffer; .hre 1-ieJd and flrmly'bo~nd un;,O as Obi·gee, hereinafter called the Obli8ee, in the sum of One Hundred Thousand and 00/100 Dollars ($ 100.000.00 ), for the payment of which sum well and truly to be made, tee sa~d Principal and the said Su~e~/, bind ourselves, our hints, executors,, administrators, successors and a${igns, jointly and severally, firmly by these presents. WHEREAS, the Prinop;aJ has submitted a bid fbf Solid Waste Haul and Disposal Services/Town of Sou~old, Southold, NY; July 1, 2002 - July· 1, 2007; with two additional option years· NOW. THEREFORE. ,f Ihe Obi·gee Ihlll ,~:¢e))! 'the bid of the Principal and ~ Pnncil~l shall e~ter mm · Contract Signed and sealed this 6th Cla~a Grosso day Of June 2002 Eleanor Doudera (TiUe) Attorney-in-Fact AmA DOCUMENT A31~ · 810 BONO- AIA · · F~BRUARY 1970 ~D · THE AMERICAN ~NSTITLJTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASI41NGTON, Corp. Ack. STATE OF ~ ss.: COUNTY OF to me kn~w,n, who, being by me duly sworn, did depose and say; that he resides in ................................................. of the......T~'.~? T~.~P.~.~.~.~ .~.Y.E~.~?~ ........................... the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; thai it was so affixed by order of the Board of Directors of said cor- poration, and that he signed his name thereto by like order. (~J~~ (Seal) 85OO4 126 -- NO, POWER OF ATTORNEY CAROLINA CASUALTY INSURANCE COMPANY JACKSONVILLE, FLORIDA NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Plea.se review carefully. KNOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Company") a corporation ly organized and existing under the laws of the State of Florida. having its Principal office in Jacksonville, Florida, has made, constituted d appointed, and does by these presents make. constitute and appoint Anthony J. Romano or Thomas Bean or Fred Nicholson or Gerard S. Macholz or Eleanor Doudera or Rita Sagistano of Uniondale, NY its true and lawful Agent and Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute. seal, acknowledge and deliver: any and all bonds and undertakings and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons· This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company held on Mamh 30. 1966. to wit: RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company, Chairman of the Board, President. Secretary and Treasurer, or either of them. are hereby authorized'to execute on behalf of the Carolina Casualty Insurance Company, Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company, and further, that the said Officers of the Company mentioned, are hereby authorized to affix the corporate seal of the said Company to Powers of Attorney executed pursuant hereto." RESOLVED FURTHER, this Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the company except in the manner and to the extent therein stated· RESOLVED FURTHER. this Power of Attorney revokes all previous powers issued on behalf of tbe attorney-in-fact named above. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed· The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers oftbe Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued· WrFNESS WHEREOF Carolina Casualty Insurance Company has caused these presents to be signed and attested by its appropriate officers and its c6rporate seal hereunto affixed this ] 71-h day of ·l~mm~ 1 7~ 7{300 O Attest: .~_~ ~ Carolj/o/a Casualty Insurance Company By ~, ~ By'~ ' Betty 0.t.S~the~land ' Attain W. Blumberg kx I WARNING: THIS r~ra , ,¥ e.f Executive'Off, cer STATE OF FLORIDA) SS COUNTY OF DUVAL) On this 17th day of ~, ~.0_O~_, before me personally came Bol-ey C. Stt~-hor] ~ncl . to me known, who, being by me duly sworn, did depose and say: that Jl~she is .q~c'ro l-,q ry of Carolina Casualty Insurance Company, the Corporation described in and which executed the above instrument; and tha.k~/she knows the seal of said Corporation: that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he/she signed his/her name thereto by like order. IN WITNESS WHEREOE I have hereunto set my OFFICIAL NOTARY SEAL PATRICIA M JOHNSON NOTARY FUBLIC b'rATE OF FLORIDA cOMMISSION NO. CC615749 I~Y COMMI'3$1ON EXP. FEB. 25,200l hand and affixed my official seal; the day and year herein first above written· Notary Public, State of Florida at Large CERTIFICATE [. the undersigned. Secretary of CAROLINA CASUALTY INS URANCE COMPANY. DO HEREBY CERTIFY that the tbregoing is a just. tree. correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority et' the Anomey-in-Fact set forth therein, who executed the bond to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and the seal of the Company, this 61:h day of Jlltll , 2002 {gel~ty C. Su~herland . Secretary Corp. Ack. STATE OF NEW YORK COUNTY OF NASSAU SS. 2 On this .......... 61:h ............ day of.. . June ........... 2002, before me personally came ELEANOR DOUDERA to me known, who, being by me duly sworn, did depose and say; that he resides in .................................. .... ~?9~...~.~[~-Y.~...~. ..................................... that he is the ............ .~.~.~.~.~?. ................................... of the........~.~.~A .~.~ ..~.~?...?.~.~.~ .......................... the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said cor- poration, and that he signed his name thereto by like order. ~ma~.~,,'m,~ ~ (Seal) CAROLINA CASUALTY INSURANCE COMPANY STATEMENT, DECEMBER 31, 2001 tAMOUNTS IN THOUSANDS) STATUTORY BALANCE SHEET Admitted Assets Bonds Common & Prel'crred Stocks Cash & Short Term Investments Premiums Receivable Investment Income Receivable Reinsurance Recoverables Other Assets 136.104 I4.022 73,496 42,227 2.04 I 3,358 7,949 Total Admitted Assets $ 279,197 Liabilities & Surplus Loss & LAE Reserves Unearned Premium Reserves Drafts Outstanding Other Liabilities $ 83.782 73.787 3,311 39,309 Total Liabilities 200, I89 Capital Stock Additional Paid In Capital Unassigned Surplus 3,687 52.090 23.231 · ' I Total Pohcyholders Surp us $ 79,008 Total Liabilities & Surplus $ 279, I97 Officers: President: Vice President: \;ice President: \"ice President: Vice President: Corporate Secretary: Attain Walter Blumberg Gary R. Wotbe Robert F. Flanncry Barbara B. Murray Carroll D. Starmer Betty C. Sutherland Directors: Armin W. Blumberg Eugene G. Ballard Ira Seth Lederman Michael J. Snead Carroll D. Starmer Edward A. Thomas Gary R. Wothe Insurance Company ~' o ITOR SURETY MANAGERS, INC'~-'7'-' THE LINCOLN BUILDING. 60 EAST 42ND STREET, SUITE 2240 NEW YORK, NY 10165 June 6,2002 Town of Southold 53095 Main Street southold, NY 11971 RE: TRINITY TRANSPORTATION CORPORATION 214 BLYDENBURGH ROAD ISLANDIA, NY 11749 PROJECT: SOLID WASTE HAUL AND DISPOSAL SERVICES, TOWN OF SOUTHOLD, SOUTHOLD, NY; JULY 1, 2002 - JULY 1, 2007; WITH TWO ADDITIONAL OPTION YEARS Gentlemen: The undersigned, CAROLINA CASUALTY INSURANCE COMPANY, is prepared to execute the required 100% Performance and Payment Bonds if TRINITY TRANSPORTATION CORPORATION is awarded the captioned contract. This obligation is contingent upon principal and suretY's review and approval of the contract terms and the obligee arranging financing satisfactory to principal and surety. This commitment expires sixty (60) days from this date. CAROLINA CASUALTY INSURANCE COMPANY BY: ELEANOR DOUDERA ATTORNEY-IN-FACT No. POWER OF ATTORNEY CAROLINA CASUALTY INSURANCE COMPANY .JACKSONVILLE, FLORIDA NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Compauy") a corporation uly organized and existing under the laws of the State of Florida, having its Principal office in Jacksonville, FIorida~ has made, constituted nd appointed, and does by these presents make, constitute and appoint Anthony J. Romano or Thomas Bean or Fred Nicholson or Gerard S. Macholz or Eleanor Doudera or Rita Sagistano of Uniondale, NY its true and lawful Agent and Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver: any and all bonds and undertakings and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney is granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company held on March 30, 1966, to wit: RESOLVED: "That the following Officers of the Carolina Casualty Insurance Company, Chairman of the Board, President, Secretary and Treasurer, or either of them, am bemby authorized'to execute on behalf of the Carolina Casualty Insurance Company, Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company, and further, that the said Officers of the Company mentioned, are hereby authorized to affix the corporate seal of the said Company to Powers of Attorney executed pursuant hereto." RESOLVED FURTHER, this Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the company except in the manner and to the extent therein stated. RESOLVED FURTHER. this Power of Attorney revokes all previous powers issued on behalf of the attorney-in-fact named above. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same rome and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officem of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. ~1 WITNESS WHEREOF Carolina Casualty Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this ] 7ch day of J~mm~ ] 7, 700Q  Attest: .~ ~ Carolj~]a Casualty Insurance ComPany Betty O.tS~thefland - Annin W. Blumberg k~ I reda ,, ,~ ~f Execut ive~a0fflce r STATE OF FLORIDA) COUNTY OF DUVAL) SS On this 17th day of__J, arllli:9,ry~, 2000, before me personally came Botry C. Sn~horl and , to me known, who. being by me duly sworn, did depose and say: that tll~sbe is $,~c.r'a t' ~ ry of Carolina Casualty Insurance Company, the Corporation described in and which executed the above instrument; and tha.~she knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he/she signed his/her name thereto by like orden IN WITNESS WHEREOF, I have hereunto set my hand and affixed my offic al sea; the day and year herein first above written. I OFFICIAL NOTARY SEA /'J ~ { J NOTARY PUBLIC STATE OF FLORIDA J ~ . . . ! COMMISSION NO. CC615749 [ Notary Pubhc. State ot Florida at Large [ MY ~2OMMI$SIO,N EXP FEB 25 2001 / CE , ' ' ' ' RTIFICATE I. the undersigned. Secretary Of CAROLINA CASUALTY INSURANCE COMPANY. DO HEREBY CERTIFY that the tbregoing is a just. tree. correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set tbrth therein, who executed the bond to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and the seal of the Company. this 6t:h day of June 2002 (::gaily C. SuEherland .Secretary Corp. Ack. STATE OF NEW YORK COUNTY OF NASSAU On this .......... 6.~ ................... day of ....... '~3t3~ .. ELEANOR DOUDERA ........... 2002., before me personally came to me known, who, being by me duly sworn, did depose and say; that he resides in ............................... ATTORNEY-IN-FACT ....... ~UF~(~5....~q~.~.~....~ ......................................... that he is the .................................................................................................... the CAROLINA CASUALTY INSURANCE COMPANY .. of ................................................ the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to eaid instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said cor- poration, and that he signed his name thereto by like order. ~,~,~ x_.~o<~¥<t~~ CAROLINA CASUALTY INSURANCE COMPANY STATEMENT, DECEMBER 31. 2001 IAMOUNTS IN THOUSANDS) STA'FUTORY BALANCE SHEET Admitted Assets Bonds Common & Pret'crrcd Stocks Cash & Short Term hwestments Premiums Receivable Investment Income Receivable Reinsurance Recoverables Other Assets $ 136.104 14,022 73.496 42,227 2,041 3,358 7,949 Total Admitted Assets $ 279,197 Liabilities & Surplus Loss & LAE Reserves Unearned Premium Reserves Drafts Outstanding Other Liabilities 83,782 73,787 3,311 39,309 Total Liabilities $ 200,189 Capital Stock Additional Paid In Capital Unassigned Surplus 3,687 52,090 23,231 Total Policyholders' Sumlus 79,008 Total Liabilities & Surplu~ $ 279,197 Officers: President: Vice President: Vice President: Vice President: Vice President: Corporate Secretary: Am'fin Walter Blumberg Gary R. Wothe Robert F. Flannery Barbara B. Murray Carroll D. Starmer Betty C. Sutherland Directors: Armin W. Blumberg Eugene G. Ballard Ira Seth Lederman Michael J. Snead Carroll D. Starmer Edward A. Thomas Gary, R. Wothe LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that the Town of Southold will receive sealed bids for solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 1197l (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00A. M. (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid pr/ce per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be five (5) years commencing on JuI3r 1, 2002. The Town at its sole discretion, shall have the option of renewing the Agreement for m,o (2) additional one 3'ear terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the tenn. Bids must be made in writing on the forms furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to furnish a performance Bond and insurance in accordance with the instructions in the Bid Solicitation. The bid price shall not include any tax, Federal, state, or local, from which the Tox~m of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. 'The 'To~ n reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest of the Town of Southold. Bid Solicitation may be examined fi'ce of charge and at the following location on weekdays Rom 8:00 A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable f'ff~' dollars ($50.00) Bid Solicitation may be picked up at: Office of the Toxvn Clerk Southold Town Hall 53095 Main Road Southold, New York 1197 l Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre- bid conference to be held at 9:00 A.M, Thursday, May 23, 2002 at: Southold Town Hall Meeting Hall 53095 Main Road Southold, New York 11971 For further information regarding bidding requirements, contact Elizabeth A. Neville (631) 765-1800. For information regarding Town Of Southold waste program and haul- disposal operations, contact James Bunchuck (631) 734-7685. All bids must be signed and sealed in envelopes plainly marked "Bid On Solid Waste Haul-Disposal Services ", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Toxvn of Southold is exempt. Dated: May 3, 2002 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON lVIAY 9, 2002, AND FORW.a~RD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Toxvn Board Members Town Attorney Accountiug Jim Bunchuck Data Construction Dodge Repons Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been al:rived 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, aud 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: ~~~ Print name Corporate Title (i f an),) Company Name "'f't','a;I/q 7'rcns?r'~ra4-,'or~ Mailing Address Phone Number BID ON Solid Waste Haul & Disposal BIDDER'S SOLICITATION SOLID WASTE HAUL AND DISPOSAL SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK TOV~qN Of SOUTHOLD May 2002 NOTICE TO BIDDERS Solid Waste Haul-Disposal Services The Town of Southold will receive sealed bids tbr solid waste haul-disposal services until the time and at the location herein specified which, will then be opened and publicly read aloud; PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold New York 11971 (631) 765-1800 DATE: Thursday, June 6, 2002 TIME: 10:00 AM (LATE BIDS WILL NOT BE OPENED) The offer to be made in accordance with this Bid Solicitation shall include a bid on the following: A bid price per ton, to provide equipment and labor for hauling solid waste and disposing solid waste at the Contractor's Solid Waste Disposal Site. The term of this Agreement shall be three (3) years commencing on July 1, 2002. If the Town enters into an inter-municipal solid waste haul/disposal Agreement, the Town-may temfinate the Agreement at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town. at its sole discretion, shall have the option of renewing the Agreement for two additional one year terms by giving Contractor written notice of its intention to renew at least thirty (30) days prior to the expiration of the temp. Bids must be made in writing on the fonns furnished and shall be accompanied by a Bid Guaranty in the Form of certified check, money order, bank draft or standard form letter of credit made payable to Town of Southold, or bid bond, in the sum of one hundred thousand dollars ($100,000.00) wherein the named obligee shall be the Town of Southold. The successful Bidder shall be required to fumish a performance Bond. and insurance io accordance with the instructions in the Bid Solicitation. The bid price shall not include an)' tax, Federal, state, or local, from which the Town of Southold is exempt. 2 A Bidder may not withdraw his bid within tbrty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves tile right to reject any or all bids and to waive intbmLalities, should this action be in the best interest of the Town of Southold. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding tbrms may be examined free of charge and at the following location oil weekdays from 8:01) A.M. to 4:00 P.M.: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold, New York 11971 Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre-bid conference to be held at 9:00 A.M, Thursday, May 23, 2002 at: Southold Town Hall, Meeting Room 53095 Main Road Southold, New York 11971 All bidders are encouraged to inspect the Southold Town Transfer Station prior to the bid conference. Appointments to do so may be scheduled by calling James Bunchuck at (631 ) 734- 7685. Elizabeth A. Neville Town Clerk For further information regarding bidding requirements, contact Elizabeth A. Neville (631) 765- 1800. For information regarding Town O£Southold waste program and haul-disposal operations, contact James Bunchuck (631) 734-7685. 3 TABLE OF CONTENTS GLOSSARY OF TERMS SECTION A- SUBMISSION REQUIREMENTS 1.0 Project Purpose 2.0 Schedule 3.0 Examination Of Agreement Documents 4.0 Inlbnnation to be Submitted 4.1 Contractual Bid 4.2 Supplemental Intbrmation 5.0 Bid Format 5.1 Binding 5.2 Form Preparation 6.0 Submission of Bid 6.1 Withdrawal Of Bids 6.2 Questions 8,: Addenda 7.0 Bid Guaranty 8.0 Execution Of Agreement 9.0 Consideration Of Bids 10.0 Selection Of Contractor 11.0 Acceptance of Bid 12.0 Assignment 13.0 Limitation Of Funds Available 14.0 Insurance and Bonds 14.1 Insurance 14.2 Bonds 15.0 Indemnity (Hold Harmless) l 6.0 Pa3qnents 17.0 Default 18.0 Term of Agreement 19.0 Sen'ice Agreement 20.0 Subcontracts 21.0 Rights and Options SECTION B - BID SPECIFICATION 1.0 Requirements 2.0 Program Goals and Objectives 3.0 Potential Regulatory and Operational Changes 4.0 Character Of The Solid Waste 4.1 Quality and Characteristics 5.0 Program Activities 5. l Collection 5.2 Loading Mode 5.3 Town of Southold Accident and Damage Policy 7 10 I1 Il 12 13 13 13 15 15 15 15 15 16 16 16 17 17 18 18 18 18 18 20 20 21 2l 21 21 22 22 23 24 25 25 5 25 26 26 26 27 4 5.4 NYSDEC Part 360 Permit to Operate 6.0 Haul Services 6. I Work Included 6.2 Equipment 6.3 Weighings 6.4 Routing Mode - Contractor's Responsibility 7.0 Disposal Services Program Activities 7.1 Work Included 7.2 Operational Capacity 7.3 Permit Requirements 7.3.1 Disposal Sites Inside State Of New York 7.3.2 Disposal Sites Outside State of New York 7.4 Weighings 8.0 Safety and Health Regulations 9.0 Operations and Procedures 9.1 Supporting Data SECTION C - TOWN OF SOUTHOLD SOLID WASTE HAUL/DISPOSAL SERVICES 1.0 Intent 2.0 General Bid Statement 3.0 Unit Price Bid Schedule 3. l Compensation 3.2 Evaluation Unit Bid Price Formula 4.0 Bid Security Acknowledgment 5.0 Information Schedules Imtbm~ation Schedule A Inl-brmation Schedule B Information Schedule C Information Schedule D Information Schedule E Information Schedule F Information Schedule G lntbrmation Schedule H lnfonnation Schedule I Information Schedule J Information Schedule K Information Schedule L Infom~ation Schedule M 27 27 27 28 29 29 29 29 30 30 31 31 33 33 34 34 36 37 37 4O 40 41 42 42 SECTION D - ,APPENDICES Appendix A Sample Operating Agreement Appendix B New York State Department of Environmental Conservation Permit Appendix C Accident Report 6 GLOSSARY OF TERM ADMINISTRATOR -Shall lnean the Coordinator of municipal solid waste (or his agent) of the Towll of Southold, New York. AGREEMENT- Shall mean a Form operating agreement set forth by the Town and resulting fi'om this Bid Solicitation between the Town of Southold and the successful Bidder to be executed in 1997. AGREEMENT DOCUMENTS -Shall include the notice to bidders, instructions, bid solicitation, bid Forms, information schedules, proposal, pa3nnent bond, bid bond, Agreement, perfurmance bond, certificates of insurance, glossary of reruns any general conditions or special conditions, and any addenda. The Agreement Documents will Form a part of the Agreement. AGREEMENT YEAR -Shall mean the period from __July I , ora calendar year to June 30, of the next calendar year. BIDDER -Shall mean any' party or parties submitting in proper form a bid to perform the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perlbnn the specified work will thereafter be lmown as the Contractor. BID PRICE -Shall mean the unit cost to determine the ranking of bidders. BID SOLICITATION-Shall mean this document, specifications, and any' bid addenda issued. COMMENCEMENT DATE -Shall mean July 1, 2002_. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) -Shall mean solid waste resulting from the construction, renovation, equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, bricks, concrete and other masonry materials, soil, rock, wood, wall coverings, plaster, drywall, non-asbestos insulation and roofing shingles. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) DISPOSAL SITES -Shall mean any site designated by the Contractor where construction and demolition debris is disposed of in a manner that minimizes environmental hazards and is permitted under the design and operation requirements of 6NYCRR Part 360 or alternatively outside the State of New York, is permitted under design and operation requirements meeting the requirements of I) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. GLOSSARY-I CONTRACT DOCUMENTS - Shall have the same meaning as Agreement Documents. CONTRACT YEAR - Shall have the same meaning as Agreement Year. CONTRACTOR - Shall mean the part3.' contracting to perl:brm the work, or the heirs, executors, administrators, agents, or successors thereof. COORDINATOR - Shall mean the coordinator of municipal solid waste for the Town of Southold. COUNTY - Shall mean Suflblk County, State Of New York. DALLY - Sunday to Saturday, inclusive. EPA - Environmental Protection Agency (Federal). HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars trbr each ton of solid waste actually hauled from the Town Of Southold Transfer Station to the Contractor-Designated Disposal Site and disposed of at the Contractor-Designated Disposal Site. HAZARDOUS WASTE - Shall mean (1) any "hazardous waste" as defined under the Resource Conservation and Recovery Act, 42 U.S.C. Section 6901 et seq.. or "hazardous substance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.C. Section 9601 et seq., or "hazardous waste" as defined under New York Enviromnental Conservation Law Section 27-0901 et seq., as each such law may be amended from time to time, and the regulations promulgated thereunder, and any analogous or succeeding Federal, state or local law, rule or regulation and regulations promulgated thereunder and (2) any other material which any governmental agency or unit having appropriate jurisdiction shall deternfine from time to time cannot be processed at the facility because it is harmful, toxic or dangerous. NOTICE OF AWARD - Shall mean written notice fi'om the Town of Southold to the successful Bidder that the Town of Southold intends to award an Agreement to the successful Bidder, subject to compliance with all their terms and conditions of the Agreement Documents. NYSDEC - New York State Department Of Environmental Consetwation. OSHA - Federal Williams-Steiger Occupations Safety & Health Act of 1970, plus subsequent revisions. GLOSSARY-2 OWNER - Shall mean the Town Of Southold, New York. Also may be referred to as the Town. PERMIT - Shall mean any and all permits, licenses, approvals, certificates of public convenience and necessity, Franchises or authorizations which must be issued by any Goverumental Body having jurisdiction thereof to legally enable the Contractor to transport and/or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid perufit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act (Federal). SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SOLID WASTE DISPOSAL SITE(S) - Shall mean any site designated by the Contractor where solid waste is disposed of in a manner that minimizes environmental hazards and Is permitted under the design and operation requirements of 6NYCRR Part 360 - Solid Waste Management Facilities, or alternatively outside of the State of New York, is permitted under design and operation requirements meeting the requirements of 1) that jurisdiction's applicable regulatory agency and 2) Town of Southold's minimum standards. Also may be referred to as Disposal Site(s). SUBCONTRACTOR - Shall mean an individual, firm or corporation having a direct contract with the Contractor for sen,ices, equipment, materials and~or labor. GLOSSARY-3 9 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS, AND AWARD BASIS 10 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1.0 2.0 PROJECT PURPOSE The Town of Southold expects that it will receive and need to dispose of approxitnately 10,000 tons of solid waste during the agreement year. It is possible that the Town of Southold will contract with another town to receive and dispose of their solid wastes. If this happens the quantity of wastes to be hauled and disposed of under this Agreement will increase. This Bid Solicitation will ensure Town of Southold's solid waste will continue to be l) hauled From the Town of Southold Transfer Station to Disposal site(s) and 2) disposed of at permitted Disposal Site(s). SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as firm dates or deadlines due to. the multiple parties involved in the decision making process. EVENT Transfer Station Visits Pre-Bid Conference Bid Opening Town Board Approval Agreement Executed Operations Commencement DATE By Appointment 9:00 AM, Thursday, May 23, 2002 10:00 AM Thursday, June 6, 2002 June 18, 2002 On or Before June 28, 2002 July 1, 2002 11 3.0 EXAMINATION OF AGREEIVIENT DOCUIMENTS. FAMILIARITY WITH THE WORK It is the responsibility of each Bidder before submitting a Bid to (a) examine the Sample Operating Agreement and Agreement Documents thoroughly; (b) visit the site of the Town of Southold Transfer Station; (c) attend and be familiar with the outcome of the pre-bid conference (d) become familiar with conditions at the Town of Southold Transfer Station and Disposal Sites that may affect cost, progress, perfurmance or furnishing of the work: (e) become familiar with and consider all federal, state and local laws, regulations ordinances, permits, approvals and orders that may effect the cost, progress, perfurmance or furnishing of the work: (t) study and carefully correlate the Bidder's observations with the Agreement Documents: aud (g) notif.v the Town Clerk of all conflicts, errors or discrepancies in the Agreement Documents. Reference is made to the following Appendices which contain supplemental information which is attached to and made part of the Agreement Docmnents: Appendix A: Sample Operating Agreement Appendix B: NYSDEC Part 360 Operating Permit Appendix C: Town of Southold Accident Report Reference is made to the Following information ~vhich is available for review by Bidders at the Town Clerk's Office during normal business hours - 8:00 A.M. to 4:00 P.M. Monday through Friday. i. Pending conceptual plans for the proposed Town of Southold Transfer Station. ii. Town of Southold Solid Waste Management Plan. This infbrmation is presented solely for the convenience of the Bidders and does not constitute part of the Agreement Documents. Bidders shall form their own conclusions and opinions from this information and shall confirm any information contained therein regarding facilities and equipment through site visits. The Town does not guarantee the accuracy of any information contained in these documents. Before submitting a Bid, each Bidder shall, at the Bidder's own expense, make or obtain any additional inspections, examinations, or 'studies and obtain any additional data and infurmation which may affect cost, progress, performance or furnishing of the work and which Bidder deems necessary to determine its bid for performing and fumishing the work iii accordance with the time, pr/ce and other terms and conditions of the Agreement Documents. The thilure or omission of the Bidder to receive and examine any t:brm, instrument or document, or make required inquiries and inspections, shall not relieve the Bidder from any obligation contained in the Agreement Documents. The Town will be 12 justified in rejecting any claim based on facts or conditions of which the Contractor should have been cognizant. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Bid Solicitation, that without exception the Bid is premised upon pertbrming and furnishing the work required by the Agreement Documents, and that the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for pertbrming and funfishing the work. Bidders will be allowed to ask questions regarding the Bid Documents during the pre-bid conference to be held at: Town Hall 53095 Main Road Southold, New York 11971 4.0 4. l 4.2 INFORMATION TO BE SUBMITTED WITH PROPOSAL Contractual Bid For the purpose of assisting the Town in detennining the responsible Bidders for this Bid Solicitation, the Bidder is required to submit the tbllowing minimum information with his bid: ii. iii. iv. Contractor Bid Form Bid Security or Bid Bond lnfonnation Schedules A through M as applicable Supplemental Information as described in 4.2 Supplemental lnfom~ation In addition to the atbrementioned forms, the Bidder is. required to submit the following supplemental information with his bid: Operational Plan: A plan describing the Bidder's assessment of the requested operation set forth in Exhibit M. This section shall be divided into the following subsections: o Haul A detailed summary of requirements for manpower, materials and supplies, mobile equipment, etc., shall be included to provide the Town with general anticipated guidelines for performance under the Agreement. 13 ii. iii. o Disposal A detailed summary of requirements of site capacity, useful life. hours and days of the week, operation, etc., shall be included to provide the Town with general anticipated guidelines tbr perl:brmance under the Agreement. A copy of the current Permits to Construct and Permits to Operate shall be included. If the Solid Waste Disposal Site is located outside the State of New York, a copy of the current applicable laws and regulations governing the design, construction and operation of the Disposal Site shall additionally be included. Litigation: A section briefly describing an), current litigation which in any way may affect the Bidder's operational capability of useful life of the Solid Waste Disposal Sites. Subcontractors: If the Bidder intends to use one or more subcontractors to complete any portion of the work, the Bidder must so indicate this intent in its Bid. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s), the proposed change must be submitted to the Town for approval. No such change shall be made without the Town's approval. In addition, it is the policy of the Town of Southold to encourage the participation of Minority Business Enterprises (MBE's) and Women- Owned Business Enterprises (WBE's) on Town projects. For this reason, the Agreement will require Contractor to use its best efforts to include among its subcontractors MBE and WBE firms. In the event the successful Bidder intends to subcontract in excess of twenty-five percent (25°,/o) of the work, the Bidder will be required to submit to the Town an MBE/WBE Utilization Plan acceptable to the Town prior to the Town's execution of the Agreement. Disposal Site Subcontractor: In the event the Bidder does not own the Disposal Site identified in its Bid, the Bidder shall furnish a statement, signed by an authorized representative of the Disposal Site, which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents. THE SUPPLEMENTAL INFORMATION REQUIREMENTS MAY BE SATISFIED BY INCLUDING A REFERENCE TO AN INFORMATION SCHEDULE (A-M) IF THE SCHEDULE PROVIDES THE INFORMATION REQUESTED AND IS INCLUDED IN THE BID. 14 5.{) 5.1 5.2 6.0 6.1 BID FORMAT Binding The document(s) if bound shall be in a mam~er that will provide tbr easy evaluation access (to lie flat when opened). Printing on both sides of the sheets, provided a quality paper is Utilized that will prevent the type from showing through, is acceptable. Paper with substantial recycled content is preferred. Form Preparation Bids shall be submitted in the form described in this Bid Solicitation. All blank spaces for bid prices shall be properly filled im in ink or typed, in both words and numerals for all bid categories required. In the event a price shown in words and its equivalent shown in figures do not agree, the written words shall be binding on the Binder. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing information. SUBMISSION OF BID Each Bidder shall submit six (6) separate complete sets of his Bid which shall be enclosed in a sealed opaque envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set tbr the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: Office of the Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 Bids received prior to the time of opening will be kept securely unopened. No bid received thereafter will be considered. Withdrawal of Bids Any Bidder will be given permission to withdraw its Bid upon receipt of a properly notarized written request made no later than the time set for opening. At the time of opening of the bids, if such Bid is included, it will be returned to the Bidder unopened. No bid may be withdrawn after opening until execution of the Agreement or rejection of all bids as provided herein. 15 6.2 Questions & Addenda 7.0 8.0 All questions about this Bid Solicitation must be submitted in writing to the tbllowing: Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 No alterations to this Bid Solicitation will be considered valid unless in writing and issued as Addenda. All such addenda shall become part of the documents and all Bidders shall be bound by such addenda, whether or not received by the Bidders All questions must be received at least ten (10) calendar days before bid opening in order to be answered. It shall be the Bidder's responsibility to make inquiries concerning any addenda issued. All addenda will be on file at the Town Clerk's office at least twenty-four (24) hours before bids are opened. The Town will not be bound by oral clarifications. BID GUARANTY Each Bid must be accompanied by a bid guaranty (Section C, Schedule 5.0.K), without condition or qualification, which shall be in the sum of one hundred thousand dollars ($100,000.00). The guaranty may be certified check, bank draft, money order, standard fom~ irrevocable letter of credit, or a bid bond in the fbrm attached. The bid bond shall be secured from a surety company authorized to do business in the State of New York as a surety. No Bid will be considered unless it is accompanied by the required guaranty, certified check, money order or bank draft must be made payable to the order of the Town of Southold. The bid bond shall name the Town as the obligee. Cash deposits will not be accepted. The bid guaranty shall ensure the execution of the Agreement and the thmishing of the surety bond or other required bonds by the successful Bidder, all as required by the Agreement Documents. All guaranties will be returned within ten (10) days after the execution of the Agreement and required bonds insurance and other Agreement Documents are received from the successful Bidder. EXECUTION OF AGREEMENT,' FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall be required to appear in person withiu ten (10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents for Haul/disposal services. The successful Bidder shall, at its own cost and expense, procure, execute and deliver to 16 9.0 the Town the tbllowing documents within ten (10) days of tbm~al Notice of A~x ard by the Town. Perfurmance Bond - A Pertbrmance Bond shall be in an amount of one million dollars I$1,000.000.00). This bond (as shown by example in Section C, Schedule 5.0.L), shall be maintained at the Contractor's own expense tbr the term of the Agreement. Failure or refusal of the successful Bidder to execute and/or deliver such bond within the time designated, shall constitute a breach of such Bidder of the Agreement created by the Town's acceptance of the bid. In such event, the Town may determine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may suffer as the result of such breach. The Town's rights in this regard shall include but not be limited to a claim against the bid bond provided. The Town specifically reserves any and all other rights against the Contractor as a result of his failure to perfurm as required by these documents. CONSIDERATION OF BIDS The Town of Southold reset'es the right to reject any/or all bids for haul and disposal services if such action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation, each Bidder shall: A. Provide equipment, labor, maintenance and management services to haul and dispose of solid waste from the Town of Southold Transfer Station to Contractor designated Solid Waste Disposal Site(s) as set forth in Section B - Bid Specifications. B. Resen.'e and provide a minimum available capacity of 15,000 tons (52 weeks/year) yearly, allowing tbr seasonal and other peak periods. C. Provide evidence of all current valid state and Federal permits, licenses, local ordinances, etc., required by law to receive solid waste at the designated Disposal Site(s). D. Provide evidence of physical and financial capability to perfom~ services described in the bid specifications. 10.0 SELECTION OF CONTRACTOR Bids will be evaluated only if accompanied by the approved form of bid guaranty. Only bids solicited fi'om firms or combinations thereof, who have sufficient management, engineering capabilities, operating, and maintenance experience to fulfill the Town's goals and comply with the applicable local, state, Federal laws, ordinances, regulations e.g. New York State Department of Environmental Conser,.'ation, Resource Conservation Recovery Act and Federal Environmental Protection Agency guidelines will be accepted. The Town will review the bids and make a selection recommendation based on the 17 evaluation criteria included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose Evaluation Unit Bid Price is the lowest. The Town of Southold reserves the right, in its sole discretion, to reject at bids submitted ill response to this Bid Solicitatioa. 11.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance ora Bid. Ihe acceptance ora Bid shall bind the successful Bidder to execute the Agreement and other Agreement Documents. 12.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transfer, convey, sublet, or otherwise dispose of the Agreement or of his right, title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. 13.0 LIMITATION OF FUNDS AVAILABLE 14.0 14.1 The Contractor specifically agrees that any Agreement shall be deemed executory only to the extent of the funds appropriated for the purpose of the Agreement and that no liability shall be incurred by the Town beyond the funds appropriated on the date of execution of the Agreement by the Town for the said purpose. INSURANCE AND BONDS Insurance For the period from Agreement commencement date until one (1) year after Agreement termination date, Contractor must maintain insurance acceptable to the Town in the kinds and amounts set forth below. All such insurance coverage, shall be provided by companies licensed to do business in New York State and the state in which the Disposal Site(s) is (are) located. The Town of Southold and its agent shall be named as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall furnish to the Town, certificates of insurance, in a foml satisthctory to the Town Attorney, evidencing such insurance. The kinds and amounts of insurance am as tbllows: A. Contractor's Insurance - Insurance for liability for damage imposed by law of kinds and in the amounts hereinafter provided covering all work under the Agreement, 18 whether perforated by Contractor or his subcontractors. The kinds and amounts of insurance are as follows: Worker's Compensation Insurance - A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, known as the Worker's Compensation Law, covering all operations Of the Contractor, whether pertbrmed by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage tbr the benefit of, and keep insured during the lite of said Agreement such employees in compliance xvith provisions of the Worker's Compensation Law. (2) General Liability (Comprehensive Forn~) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work performed by him under the Agreement. The following insurance coverage shall be included: (a) Independent Contractor's Protective Liability - Covering work performed by subcontractors. (b) Completed Operations or Product Liability. (c) Contractual Liability. (d) Broad Form Property Damage (e) Personal Injury. NOTE: If any of the rating classifications embody property damage exclusions C or U, coverage for eliminating such exclusions must be provided. Coverage for the above will be required in not less than the following amounts: SINGLE LIMITS OF LIABILITY: AGGREGATE LIMITS OF LIABILITY: $1,000,000.00 $10,000,000.00 (3) Automobile Liability Insurance - Policy shall include coverage for all owned as well as non-owned and hired vehicles, and limits shall not be less than the following amounts: BODILY INJURY LIABILITY Aggregate: $3,000,000.00 PROPERTY DAMAGE LIABILITY Aggregate: $3.000,000.00 19 Each Person Each Occurrence Each Occurrence 14.2 $1.000.000.00 $1.000,000.00 Bonds Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a Performance Bond wherein the named obligee is the Town of Southold. The Pertbrmance Bond's purpose is to secure the faithful pertbrmance of the Agreement. The bond' amount shall be set forth in Section A-8.0. The bond shall be executed by a surety company approved by the Town authorized to do business in the State of New York and with an office or representative in Suffolk County, New York. The form shall be acceptable to the Town of Southold and shall have a term through the completion of sen'ices. As an a alternative to the Performance Bond, the successful Bidder may furnish a certified check, bank draft, money order, or a standard form irrevocable letter of credit, certified check, bank draft or money order must be made payable to the order of the Town of Southold. The standard form irrevocable letter of credit shall be in a form acceptable to the Town of Southold. In the event the Contractor secures a Performance Bond from any of its subcontractors, said bond shall also name the Town of Southold as a dual obligee. Should the Town designate another public or private gent of contract administrator, the same or others shall be added as additional named obligee at no added costs to the Town, upon written request from the Town. 15.0 INDEMNITY (HOLD HARMLESS) Contractor shall agree to defend, indemnify and save harmless the Town against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the terms of such Agreement, or the failure to carry out any of the revisions, duties, services or requirements of such Agreement, whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This indemnity shall include any and all claims, penalties or other losses or damages incurred by the Town as a result of enforcement or other proceedings by Federal state or local government agencies relating to Contractor's Disposal Site(s) operation. This obligation shall be ongoing, sur,'ive the term of the Agreement and include, but not be limited to, claims concerning non-sudden environmental impairments. The Bidder agrees to join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Toxvn's rights hereunder, including all 2O necessary appeals which may be necessary, in the opinion of the Tox~ n. 16.0 PAYMENTS 17.0 Contractor shall receive monthly payments for services performed during the prior calendar month upon submission of an invoice (with a Town voucher) that shall contain an itemized list of municipal solid waste haul trips from the Town of Southold Transfer Station including the tonnage of municipal-solid waste and the manifest number for each load of municipal solid waste removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the' Transfer Station. The Town shall be entitled to deduct from any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. DEFAULT In the event the Contractor fails to perform its obligations under the Agreement, the Town ma), terminate such Agreement, and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Pertbrmance Bond as full or partial reimburse~nent for such excess costs. The Town reserves the right to terminate the Agreement fbr just cause. 18.0 TERM OF AGREEMENT The tenn of this Agreement shall be three (3) years commencing on July 1, 2002. If the Town enters into an inter-municipal solid waste haul/disposal agreement the Town may terminate the agreement at any time during years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Town, at its sole discretion, shall have the option of renewing the Agreement for t~vo (2) additional one (1) year terms by giving Contractor written notice of its intention to renexv at least thirty (30) days prior to the expiration of the term. 19.0 SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal selMces without regard to the permit' status of its Disposal Site. In the event that Bidder wishes to submit a bid for a Disposal Site for which Bidder does not currently have all necessary federal and state permits, Bidder shall at its sole risk and expense, be responsible for obtaining and/or renewing its permits or providing to the Town an alternate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. This is a full service Agreement and failure of the successful Bidder to provide the identified Disposal Site or acceptable alternative Disposal Site, on or after the commencement date for services under the Agreement Documents awarded hereunder shall constitute a breach of this Agreement. The Bidder accordingly shall not be excused from it obligations 21 20.0 21.0 hereunder by reason of an5' failure to obtain or maintain its permits at the ideutified Disposal Site. SUBCONTRACTS In the event Bidder does not own the Disposal Site identified in its bid prior to execution of the Agreement, Bidder shall: (1) furnish to the Town a copy of the sigued Agreement between Bidder and the Disposal Site Contractor which provides for Bidder's use of the site pursuant to this Bid Solicitation in accordance with the Agreement Documents; (2) require the Disposal Site Contractor to fumish to Contractor and the Town a performance bond guaranteeing the availability of the Disposal Site throughout the term of the Agreement; (3) require the certificates Contractor to provide insurance naming the Town as additional insureds on all policies maintained by Contractor. RIGHTS AND OPTIONS The Town of Southold, New York, reserves and holds at its discretion the following fights and options upon issuing this Bid Solicitation: 1. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualifications and conduct investigations or interviews with respect to the qualifications of each Bidder. 5. To designate another public body, private or public agency, group, or authority to act in its behalf fbr evaluation and Agreement negotiations. 6. To designate another public body, private or public agency, group, or authority to act in its behalf for contract administration of this project at any time during the Agreement period. 22 SECTION B BID SPECIFICATIONS (TECHNICAL/MANAGEMENT) 1.0 SECTION B BID SPECIFICATIONS TECHNICAL, MANAGEMENT REQUIREMENTS This request for bids is issued for the Town of Southold, State of New York. Town Hall, 53095 Main Road, Southold, New York, 11971 (Telephone (516) 765-1800) The effort, shall be known as the Town of S0uthold Solid Waste Haul Disposal Service. The Town of Southold desires to issue an Agreement with a qualified Contractor to haul and dispose of a portion of its Solid Waste. The Town will need to dispose of approximately 10,000 tons of solid waste during the agreement years The Contractor will ensure the Town that solid waste will continue to be; I ) hauled from the Town of Southold's transfer Station to disposal site(s), and; 2) disposed at permitted disposal site(s). The following general sen'ices are sought in this request: 'HAUL Provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling solid waste from the Town of Southold transfer Station to Contractor designated disposal site(s) as set forth herein. Transportation equipment shall be in accordance with New York. State Department of Transportation, Interstate Commerce Commission. United States Department of Transportation, as defined in the Code of Federal Regulations, or other applicable state and federal regulatory requirements. · Disposal Reserve capacity and provide equipment, labor, maintenance, management and policies to receive and dispose of solid waste from the Town of Southold Transfer Station as set forth herein. The Contractor's New York State Solid Waste Disposal Site(s) must be in compliance with all State of New York Department Of Environmental Conservation's and U.S. Government's Regulatory requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Enviromnental Protection Agency - Subtitle D, et al. Disposal Sites outside New- York State shall be permitted by applicable local, state and Federal laws including RCRA and Subtitle D and regulations deemed by the Town to be no less protective of the environment than those outlined in this specification. Disposal altematives that will be considered include land disposal, incineration, composting, etc., as long as they comply with regulatory requirements and environmental standards. 24 2.0 3.0 4.0 4.1 PROGRAM GOALS AND OBJECTIVES The goal of this project is the continued sate and reliable hauling and disposal of the solid waste materials from the Town Of Southold Transfer Station at minimum cost to the citizenry. [t is also the objective of the Town of Southold to ensure that the haul-disposal operations proceed according to the provisions of this document and subsequent agreements, amendments are upheld. POTENTIAL REGULATORY AND OPERATIONAL CHANGES During the term of the Agreement, there may be a number of regulatory and operational changes which may affect the quantities and types of solid waste received at the Town of Southold Transfer Station and delivered to the Disposal Site: the manner in which solid waste is handled by the Town prior to the loading of waste t-hr transfer; and the equipment maintained and used by Town forces in the handling of waste to be transferred. This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor or the specific operational techniques and/or equipment to be employed by the Town in the handling of waste at the Town transfer station. The Town reserves the right to designate another public body, private or public agency, group or authority to act in its behalf for administration of the Agreement at an3,' time during the term of Agreement. CHARACTER OF THE SOLID WASTE The wastes which are to be hauled and disposed of under terms of this bid solicitation are to include typical municipal wastes from a rural community. This will include all waste types generated in private households, and, therefore, can include broken furniture, small appliances, and other wastes generated in a private home or apartment as allowed under 6NYCRR Part 360- 1.2(a) regulations and the Garbage, Rubbish and Refuse Law, Chapter 48 of the Code of the Town of Southold. Commercial waste may also be included in the solid waste stream. It may include any waste which is typically disposed of in dumpster or roll-off type container boxes at restaurants, small businesses, light industries, hospitals, office buildings etc. It should not include any wastes covered by special waste permits Such as pathogenic or hazardous materials, but the Town cannot guarantee that the waste stream does not contain same. Special costs associated with handling noncompliance loads will be compensated under Forced Accounting (Appendix A-9). Quality and Characteristics 25 5.0 5.1 5.2 The Town Of Southold's historical solid waste quantities and charactehzation data are included in the Appendices. Bidders are cautioned that actual quantities may differ significantly t¥om these data. Recycling programs may affect the quantity and characteristics of the waste received at the Town of Southold Transfer Station. If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of [he noncompliance waste in accordance with local, state and Federal regulations. Compensation tbr such waste disposal sen'ices shall be provided lbr under Forced Accounting (Appendix A-9). The Town makes no specific representations in the tbregoing disclosure. PROGRAM ACTIVITIES Collection The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to 5:00 P.M. The Contractor will be expected to collect and remove solid waste from the Transfer Station during the following hours: Monday through Friday 7:00 A.M. to 4:00 P.M. The Transfer Station is closed on the tbllowing holidays: New Year's Day Martin Luther King Day President's Day Easter Sunday Memorial Day Independence Day Labor Day Columbus Day Election Day Veteran's Day !/2 Thanksgiving Eve Thanksgiving Day ½ Christmas Eve Christmas Day ½ New Years Eve The Contractor must make transfer containers available for loading seven days a week. if requested, between 7:00 A.M. and 4:00 P.M. Removal of waste on Sundays is frequently not required during the xvinter months. The Contractor will be expected to provide enough containers to empty the Transfer Station tipping floor on a daily basis, delivery and staging of an adequate number of containers for this purpose will be coordinated with Transfer Station Staff as needed. Loading Mode The Contractor shall fully prepare transfer containers for loading, including assuring that container covers or empty containers are left open. [SEE NOTE AT END OF SECTION 6.2.1 26 5.4 6.0 6.1 Solid Waste will be loaded by the Town at its Ti'ansi:Er Station using a front end wheel loader. After loading, Contractor will bring transfer containers to the Town's truck scales for weighing to prevent overloading and to document haul and disposal tonnages. Contractor will then cover (tarp) his load prior to leaving the site. If required by' an3' local, state or Federal regulations or law, the contractor shall provide sealed containers for loading· This service shall be at the Contractor's expense and included in the unit price bid. Town Of Southold Accident and Damage Policy The Contractor shall be required to prepare an Accident Report (See Appendix C) Of any accidents and, or damage that occur while performing services under the term of the Agreement. The Town of Southold shall immediately be notified of any major occurrences such as bodily injury of structural damage to the Town's Transfer Station. An Accident Report will be submitted to the Town within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. The offending Parts or representative/e thereof shall also be recorded and required to sign the accident/damage report prior to departing the Town of Southold Transfer Station. All accident and/or damage reports xvill be included in reports to the Town NYSDEC Part 360 Permit to Operate The Town Of Southold operates the Transfer Station under a New York State Department of Environmental Consen,ation (NYSDEC) Part 360 Permit to Operate. A copy of NYSDEC Permit is included as Appendix B. HAUL SERVICES For Solid Waste Haul-Disposal Sen'ices-Agreement, the following sen'ices will include the tasks, responsibilities and pertbrmance required as outlined herein. Work Included The Contractor shall provide the following major essential services or equipment and any other non-specified items without limitations, to maintain a reliable haul sen'ices operation in a manner that will meet the needs of the Town of Southold. · Management and operation of a fleet to accommodate the transport of solid waste from the Town transfer Station to Solid Waste Disposal Site(s) n accordance with all local, 27 6.2 state, and Federal regulations. [SEE NOTE AT END OF SECTION 6.2.l · Financial liability aud maiutenance responsibility of transport equipment, i.e., dump trailers, transfer trailers bulk material containers, vehicles, personnel and services for open-top loading solid waste hauling activities. · Coordination of haul services with disposal services. Equipment The Contractor shall provide reliable refuse handling and other essential ancillary equipment, along with personnel to operate and maintain a reliable haul selwices system in a manner that will satisfy the needs of the Town of Southold. The minimum level of haul serv'ices equipment acceptable to the Town to support the haul operation includes open-top trailers and bulk material containers. The Contractor will supply additional open-top trailers and containers, etc. The contractor must assure the Town that an adequate reserve supply of equipment exists to haul and dispose of the daily and seasonal solid waste including unpredictable surges or delays due to inclement weather and that transport equipment storage requirements will meet the Town of Southold Transfer Station requirements. Each bidder is therefore responsible tbr thmiliarizing itself with the Town of Southold Transfer Station site. solid waste, etc., to assure equipment compatibility. Transport equipment may be open-top bulk material containers, dump trailers, roll-off containers or open-top transfer trailers, provided that all such equipment is suitable for convenient loading given existing configurations of the Town of Southold Transfer Station. Transport equipment shall be: 1) Registered with the State of New York Department of Motor Vehicles or equivalent agency; 2) designed to preclude spillage of waste; 3) loaded within their design capacity and New York State Department of Transportation regulations; 4) well maintained in good working order. Corroded defective, bent, deformed or punctured trailers, roll-off boxes, or other containers of waste materials shall not be utilized at any time. Suitable covers shall be provided and used while transporting solid waste in open-top transport equipment. The bidder shall clearly indicate [he quantity and type of transport equipment/vehicles it plans to use, their availability date, state of repair, and that such units are compatible with the Town of Southold Transfer Station scales and New York State DOT regulations, United States Department of Transportation, as defined in the Code of Federal Regulations or equivalent. The Contractor will promptly remove from use any transport equipment/vehicle that does not conform with these requirements and replace it with an acceptable unit. The Contractor shall maintain its own off-site maintenance shop facilities for serviciug 28 the transport equipment and vehicle fleet, unless it elects to subcontract for tbese services. No major maintenance may be done at the Town of Southold Transfer Station site. 6.3 6.4 7.0 7.1 NOTE: Itt the course of this Agreement, the Town ma)', at its discretion, provide 1 or more transfer trailers for use by the Contractor. The Town warrants that an), such equipment provided would be compatible with hauling vehicles (tractors) generally standard itt the waste hauling industry. In the event that the Town wishes to provide such equipment for use b), the Contractor, the Contractor together with the Town shall develop att addendum to this agreement governing such use. Weighings The Town of Southold will provide certified weighing at the Town of Southold Transfer Station· The Contractor will accept these weights for invoicing purposes. All weights will be generated on current certified weigh scales· Routing Mode - Contractor's Responsibility Contractor will have the right to select the route(s) tbr travel from the Town of Southold transfer Station to the Disposal Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), Contractor will insure that it is not violating any applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town harmless from any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. DISPOSAL SERVICES PROGRAM ACTIVITIES For Solid Waste Haul-Disposal SetMce Agreement, the following disposal setMces will include the tasks, responsibilities and performance requirements as outlined herein. Work Included The Contractor shall provide the following major essential services or equipment and any other non-specified items, without limitations, to maintain a reliable disposal sen'ices operation in a manner that will meet the needs of the Town Of Southold. · Liability insurance, performance and payment bonds. · Safety equipment. 29 7.2 Operational Capacity The bidder shall identify in its proposal, the tbllowing intbm~ation: · Disposal Site capacity. · Flexibility of Disposal Site capacity to allow for seasonal variances in waste generation and sufficient to permit service in the tonnages bid. · Hours and days of the week that the designated Disposal Site will be open for receiving solid waste trom the Town of Southold, including weekends, holidays and special closure periods. 7.3 Permit Requirements Throughout the term of Agreement that may result from this Bid solicitation, the Contractor must maintain all current and valid local, state and Federal permits, licenses, or other authorizations, (either temporary and permanent) which are required by law to receive solid waste at any and all Disposal sites designated by the bidder. Because of the varying terms of Solid Waste Disposal Site permits, it is possible that a permit will expire during the term of Agreement. The responsibility of obtaining and/or renewing a permit to operate is solely upon the Contractor. In the event a Contractor fails to maintain or obtain any necessary current and valid local state and Federal Permits., licenses, or other authorizations, allowing the lawful use of its designated Disposal Site then the Contractor will be solely responsible for obtaining the utilization of an alternate Solid Waste Disposal Site at no additional cost to the Town including any additional hauling cost because of the location of the alternate Disposal site. Under no circumstances shall such a change in Disposal Site or failure or inability to obtain permits by the Contractor be considered a change in conditions, in the event the Contractor is unable to find an alternate Disposal Site, it shall be deemed to be in dethult of the Agreement and liable for damages, bonds forfeitures and other expenses as provided in the Agreement. In the event the individual and/or entity submitting a bid in response to this bid solicitation is not the individual and/or entity named as the permit holder on any necessary current and valid local, state or federal permits, licenses or other authorizations, required by law to receive solid waste at any disposal site designated by the bidder or any alternate disposal site, the bidder is required to provide satisthctory evidence to the Town of Southold ora binding contractual relationship between the bidder and the permit holder which provides the bidder with the irrevocable right to utilize the solid waste disposal site during the term of Agreement, or portion thereof, in a manner which is in complete compliance with this bid solicitation and the bidder's bid 3O submission. The agreement between the bidder and the pernfit holder shall include provisions that: Provide Town with the right to discuss operational matters with the permit holder whenever necessary. Require the permit holder to comply with directives of the Town which are consistent xvith and pursuant to the Agreement which shall result fi.om this bid solicitation. 7.3.1 Disposal Sites Inside State of New York The Contractor's Solid Waste Disposal Sites, if located within the State of New York, must be in compliance with all State of New York Department of Environmental Conselwation's and U.S. Environmental Protection Agency regulators requirements, e.g., 6NYCRR Part 360, Resource Conservation Recovery Act (RCRA), Enviromnental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Site must have valid construction and operating permits in accordance xvith all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. Disposal alternatives that will be considered include land disposal, incineration, composting, etc., as long as they comply with all the above governing regulators requirements and environmental standards. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of Southold based upon review of intbrmation submitted with the bid describing in detail the nature of the disposal process and other information reasonably requested by the Town. No Disposal Site shall be acceptable unless it poses no significant threat to the environment and its design, construction and operation complies with all applicable laws. 7.3.2 Disposal Sites Outside State of New York The Contractor's Solid Waste Disposal Sites, if located outside the State of New York must be in compliance with all the applicable local, state and Federal laws and regulations and U.S. Environmental Protection Agency regulatory requirements, e.g. Resource Conservation Recovery Act (RCRA), Environmental Protection Agency - Subtitle D, et al. The Solid Waste Disposal Sites must have valid construction and operation permits in accordance with all applicable laws in the jurisdiction in which it is located. It shall be permitted to accept Town of Southold solid waste without violating applicable law. It shall meet the design, construction and operating requirements of all applicable laws in the jurisdiction where the disposal site is operating. If the Solid Waste Disposal Site is a landfill, it must comply with the following minimum standards: 31 · Liner System. All proposed landfills under the A~eement shall be provided with at least a single liner system to restrict the migration of leachate and prevent pollution of underling soil or groundwater. Liner systems shall consist of low permeability soil admixtures, clays or synthetic materials. Liners are at a minimum to consist of materials having a demonstrated hydraulic conductivity and chemical and physical resistance not adversely affected by waste emplacement or sanitary landfill leachate, including synthetic geo-membranes and soils such as clay or other semi-impervious admixture. Liner systems may consist of an impervious liner composed of at least two t~et of clay with delnonstrated hydraulic conductivity of Ix 10-> cra/sec or a synthetic single lining system of a thic~ess of at least 60 mils. Thicknesses down to 40 mils may be acceptable tbr composite liners which include impervious clay. Foundation: The proposed landfill shall be designed and constructed on an appropriate foundation which provides firm, relatively unyielding planar surfaces to support the liner system and which is capable of providing support to the liner and resistance to the pressure gradient above and below the liner resulting fi.om settlement, compression or uplift. Leachate Collection: The proposed landfill shall be equipped by a leachate drainage and removal system. The leachate drainage system-shall consist of collection pipes and a drainage layer. The system shall be designed to ensure that the leachate head on the liner does not exceed one foot at any time. A leachate removal system shall be provided to remove leachate within the drainage system to a central collection point for treatment and disposal. Leachate Treatment and Disposal: Leachate shall be treated and disposed of in accordance with all applicable taws, including applicable pretreatment standards and discharge limitations. Gas Collection and Venting: The proposed landfill shall be equipped xvith a suitable gas collection and/or venting system which complies with all air pollution requirements and other applicable laws. Surface Drainage Systems: The proposed landfill shall be designed with an appropriate surface drainage system which isolates the landfill fi.om adjacent surface water drainage in a controlled manner, as well as controlling run-off from the landfill itsel~ Monitoring System: The proposed landfill shall be equipped with appropriate systems to monitor groundwater quality, gas production, leachate volume, quantity, slope and settlement status. The number and location of ground water monitoring wells shall be sufficient to define and detect any potential migration of contaminants. However, no fewer than one up-gradient monitoring well and two down-gradient monitoring wells 32 shall be provided in any event. A regular sampling and analysis program shall be in place to verify that no groundwater contalnmation results from the landfill. Closure: The proposed landfill shall have in place a written closure plan which contbrms to applicable taws and standard industry practice. The closure plan shall, be designed to insure that contamination does not spread from the landfill during) the post closure period. Bidder must clearly specify their intended disposal alternatives and support same with copies of appropriate experience, site location, permits, agreements et al., as outlined in this bid solicitation. The use of Solid Waste Disposal Sites shall be subject to the approval of the Town of Southold based upon review of intbm~ation submitted with the bid describing in detail the nature of the disposal process and other inlbrmation reasonably requested by the Town. The Contractor shall be solely and completely Responsible tbr any and all liability relative to contractor's failure to dispose of solid waste at an approved site. 7.4 Weighings The Town will compensate the Contractor for waste material hauled and disposed of on a net tonnage basis (short tons - 2000 pounds). The certified weighings will be made at the Southold Town Transfer Station. The Disposal Site will accept these weights tbr invoicing purposes. Alt weights will be generated on current certified weigh scales. In the event of any dispute over differences in net weights between the Town and Disposal Sites scales and weight records, the Town may make payment upon the weight it deems to be most correct, until the dispute is reconciled. Any claims for differences must be filed in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed final and binding between the parties. 8.0 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor, Safety and Health Regulations under the Occupational Safety and Health Act, 1972 (PL 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (PL 91-54). Specific consideration shall be given, but not limited to the following major areas: Maintenance safety procedures - guards and Shields on dynamic equipment, guards, railings, electrical lockouts, vehicle wheelblocks, audio vehicle backup alarms, vehicle wheel chocks, etc. Employee safety orientation, education, teaching, first-aid training, cardiopulmonary resuscitation, etc. Noise and dust control, ear protection, respirators, hard-hats, safety shields, glasses, protective clothing, sanitary facilities, etc., 33 Fire and explosion preventions, control, equipment (fire blankets, extinguishers, first aid hoses, etc.) and personnel escape ahernatives. e. Traffic flow control patterns. Accident or injury reporting system (the Town shall received copies of al reports and immediate verbal notification). g. Employee health safeguards. h. Mechanic's lien safeguard against work interference. The Contractor shall comply with all local, state and Federal regulations, laws and Statutes, which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor current requirements. The Contractor shall be solely and completely responsible for operational safety during performance of the Agreement. The obligation exists twenty-fuur (24) hours a day, each and every day throughout the term of the Agreement. The Town of Southold shall not have any responsibility for means, methods, sequences of techniques selected by the Contractor for safety precautions and programs, or for any failure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and performing the services under the terms of the Agreement. 9.0 OPERATIONS AND PROCEDURES The Contractor will be required, prior to commencement of operations, to provide the following operational plans to the Town for review and acceptance. Revisions, modification's, and updates shall be forwarded to the Town throughout the term of the Agreement. Organization personnel and structure, showing the chain of command, names and telephone numbers and staffing requirements. Operational plan - shifts, hours, etc. Safety, disaster, and emergency procedures. Transportation plan, including available transport equipment, vehicle fleet and reserve capabilities. Inclement Weather Plan - This shall describe the bidder's plan should inclement 34 9.1 weather alter norn~al daily operations as described in the bidder's operations plan. The inclement weather plan shall include hauling operations and disposal operations. The bidder's means of assessing inclement weather conditions (weather and road conditions), method of reporting to the Town and the alternatives shall be described. Supporting Data In the event the Town requires any information in support of Town held licenses and permits at the Town, County, State and Federal level, the Contractor will be required to furnish all licenses, permits and inspection reports regarding equipment and disposal sites which may be required by Town, County, State or Federal law. In the event the Contractor requires any infom~ation in support of Contractor held licenses and permits at the Town, County, State and Federal level, the Town will cooperate in furnishing such information as it applies to the Southold Town operations. Operating (hauling and disposal) records shall be considered essential to the operation. The Contractor shall keep these data in an organized fashion that allows for easy retrieval and analysis. The Town, or its designee, may upon 24 hours notice inspect the contractor's records. Such records shall he kept, available by Contractor for a period of two (2) years after termination of this Agreement. In the event the Town requires additional .information t-hr reporting purposes, the Contractor will supply same. The Town, or its designee, may call upon the Contractor at anytime tbr an oral review of any technical matter. The Contractor shall file and update the following information as specified herein. Items Haul Equipment (Schedule H) Haul Accident Report (Appendix C) Disposal Accident Reports Licenses, Permits and Inspection Reports Part 360 Permit All Bid Infom~ation Schedules Due as changes occur on occu~ence on occu~ence on occu~ence as changes occur as changes occur 35 SECTION C CONTRACTOR BID FORM 36 SECTION C TOWN OF SOUTHOLD SOLID WASTE HAUL-DISPOSAL SERVICES CONTRACTOR BID FORM 1.0 INTENT The undersigned hereby recognizes that these documents are complementary and are intended to provide for uniformity in bid evaluations. The tbrmal Agreements resulting fi.om this Bid Solicitation shall be in a tbrm provided by the Town. These documents are intended to depict complete Solid Waste Haul-Disposal Sen,ices Agreement and therefure any discrepancies contained in the documents, of the omission from the documents of express reference to any work which obviously was intended under the Agreement, shall not excuse or relieve the Bidder from furnishing the same. No oral statement shall in any manner or degree modify of otherwise affect the terms of the Agreement. Work or materials described in words which have a well known technical or trade meaning, shall be interpreted by such meaning. 2.0 GENERAL BID. STATEMENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 Bidders: The undersigned Bidder has carefully examined the forms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement, pertbrmance bond, certificates of insurance, genera! conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary services, 37 permits, labor, materials, equipment, vehicles, and tools required to perform and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold tbr this project. The undersigned Bidder agrees to abide by all conditions stated~ intended, or implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as lbllows: FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a satistb, ctory perfunnance bond, and insurance all within ten (10) calendar day's. SECOND: To begin Solid Waste Haul-Disposal services operations on the commencement date of any Agreement awarded hereunder, having completed all necessary prior preparations of operational planning, personnel hiring, equipment procurement, subcontractor contractual agreements, and ancillary facilities, etc.: to assure a smooth and orderly acceptance of these duties. THIRD: To pay the Town any and all damages it ma.,,' incur as a result of the Contractor's failure to 'perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. It is recognized and agreed that the Town has the unconditional right to utilize the funds provided by the bid bond posted by the Bidder as a means of obtaining indemnification or, pa3anent of such damages. FOURTH: as folloxvs: During the performance of this Agreement, the Contractor hereby agrees The Contractor shall not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, marital status, national origin, physical disability, and shall take affirmative action to ensure that they are afforded equal employment opportunities without discrimination because of age, race, creed, color, sex, marital status, national origin or physical disability. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination, rates of pay, or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The Contractor shall comply with the provisions of Sections 290 through 30l of the Executive Law, Shall furnish all information and reports deemed necessary by the State Commission for Human Rights under these nondiscri~nination clauses and such sections of the Executive Law, and shall permit access to his books, records, and accounts by the State Commission for Human Rights, the Attorney General. and the Industrial Commissioner for purposes of investigation to 38 ascertain compliance with these nondiscrimination clauses and such sections of the Executive Law and Civil Rights Law. This Agreement may be forthwith cancelled, terminated, or suspended, in whole or in part, by the Town upon the basis of a finding made by the State Commission tbr Human Rights that the Contractor has not complied with these nondiscrimination clauses, and the Contractor may be declared ineligible tbr future Agreements made by or on behalf of the state or public authority or agency of the state, until he satisfies to the State Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these nondiscrimination clauses. Such findings shall be made by the State Commission tbr Human Rights after conciliation eftbrts by the Commission have tailed to achieve compliance with these nondiscrimination clauses and after verified complaint has been filed with the Commission, notice thereof has been given to the Contractor, and an opportunity has been afforded to him to be heard publicly betbre three members of the Commission. Such sanctions may be imposed and remedies invoked independently or in addition to sanctions and remedies otherwise provided by law. No laborer, workman or mechanic in the employ of the Contractor or subcontractor shall be permitted or required to work more than eight hours in any one calendar day, or more than five days in any one week except as otherwise provided in Labor Code Section 220. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the Town may direct, including sanctions and remedies. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of his knowledge and belief: The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. Unless other~vise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. 39 No attempt has been made nor will be made by the Bidder to induce any other person, partnership, or corporation to submit or not to submit a bid fur the purpose of restricting competition. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally inspected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, and waives all rights to claim any misunderstanding, onfissions or errors regarding the same which such inspection and observation would have disclosed. The undersigned further understands and agrees that it is or they are to furnish and provide in return for the respective Evaluation Unit Bid Price, all the necessary materials, machinery, vehicles, implements, tools, labor services, and other items of whatever nature, and to do and perform all work necessary under the afuresaid conditions, to complete operations of the aforementioned Solid' Waste Haul-Disposal Sen'ices operations in accordance with the Bid Solicitation requirements, which requirements are a part of this response, and that it or they will accept in full compensation therefore, the compensation provided for in Section C-3. The undersigned submits herewith a bid guaranty within the form provided by the applicable bid documents in the amount of $100,000.00 for any option or combination thereof. In the event this proposal is accepted, and the undersigned tails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the form provided by the Town or fails to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty Shall be forfeited and be retained by the Town toward the satisthction of liquidated damages and not as a penalty. Othenvise, the total amount of bid guaranty liquidated will be returned to the Bidder. The undersigned acknowledges the receipt of the following addenda, but it agrees that it is bound by all addenda whether or not listed herein and whether or not actually received, it being the Bidder's responsibility to receive and have knowledge of all addenda. ADDENDUM NUMBER AND DATES Number I -Dated: t~,?, o~y.~)~,~. /In,.~,re.,~.~x gr "aIa3~ ~.~7,'~[..& Number 2 - Dated: Number 3 - Dated: Number 4 - Dated: Number 5 - Dated: 40 3.0 The Bidder has completed the Contract Bid Form and Unit Price Schedules in both words and numerals in accordance with these bid requirements. UNIT PRICE BID SCHEDULE SOLID WASTE HAUL-DISPOSAL SERVICES SOUTHOLD TOWN, NEW YORK 3.1 COMPENSATION The undersigned hereby submits the tbllowing price bid to furnish Solid Waste Haul- Disposal Services. to Southold Town. Nexv York for the terms through HAUL-DISPOSAL SERVICES The Haul-Disposal Service applicable unit price per ton for agreement year 2Z:~2 is ~/1~4T¥ ~"Ot,Ot '[DObad21[~-~ ~O qS/ . dollars and cents ($ ~ ). (CI) The Haul-Disposal Sen, ice applicable unit price per ton for agreement year 2~D - ~OO~ is ~q ~~ ~ ~2~ dollars and cents ($ ~ ~ ). (C2) The Haul-Disposal Se~4ce applicable unit price per ton for a~eement year ~¢ ~OO~ is ~V~ ~ ~ ~~ ~ q~/~ ~ - dollars and cents ($ ~&~ ). (C3) The Haul-Disposal SeDice applicable unit price per ton for ageement year ~ ~ is ~V~ ~VE~ ~~ dollarsand cents ($ ~ o~ ). (C4) The Haul-Disposal Semice applicable unit price per ton for a~eement year ~ ~O7 is ~¢VEMI~ ~[~ ~O~ ~ G~//,v dollars and cents($ ~ ).(C5) 3.2 EVALUATION UNIT BID PRICE FORMULA Evaluation Unit Bid Price = (C l) 10,000+(C2) 10,000+(C3) 10,000+.5(C4) 10,000+.5(C5) 10,000 40,000 tons 4l Evaluation Unit Bid Price = $ tv ~ ,.,=~, The evaluation unit bid price tbrmula is designed to evaluate yea,'s four and fix e at .5 the evaluate of each of the first three (3) years. Bidder: Authorized Representative Date 4.0BID SECURITY ACKNOWLEDGEMENT Address '" I have attached the required bid security to this bid. 5.0 INFORMATION SCHEDULES I agree to fumish and include the following information schedules in addition to the information submitted with this proposal, as a part of this bid: Certification that the Bidder does not currently owe taxes, or other outstanding funds, or have pending or is currently involved in any litigation-involving the Town of Southold, State of Nexv York (Schedule A, attached hereto). Location and address of the Bidder's main office and the main office of parent companies (if applicable) and Certified Statements of Ownership (Schedule B, attached hereto). Identification of Surety Company and its Agent. and written certification from the Surety verifying the bond specified herein will be provided (Schedule C, attached hereto). Identification of all currently registered parent bidding subsidiary corporate officers, and their addresses, and identification and certification of offices authorized to execute an Agreement on behalf of the firm (Schedule D, attached hereto). Detailed financial statement for the Bidder, and if applicable, tbr parent companies (Schedule E, attached hereto). Statement of Bidder's Qualifications and related experiences (Schedule F, attached hereto). 42 Dated: H. I. J. Major Subcontractors - (Schedule G, attached hereto). Equiplnent- (Schedule H, attached hereto). Maximum Specified Capacity- (Schedule I, attached hereto). Information on Bidder's Solid Waste Disposal Site(s) (Schedule J attached hereto). Form of Bid Bond (Schedule K, attached hereto). Performance Bond (Schedule L attached hereto). Operation Plan (Schedule M, attached hereto). Name of Bidder: '['rin, Jtut ~'r~$~rF~tyo'~.~ tT~r~-., Address of Bidder: By: Corporate Seal (If a Corporation) Signature Incorporated under the laws of the State of Names and addresses of officers of the corporation: (President) Name (Secretary) Name Address ~r~- /LZ_. ~.'~ H,'II4 ~,"..j Address (T~easurer) Name (if an individual or partnership) Address 43 Names and addresses of all principals or partners 44 INFORMATION SCHEDULE A Town of Southold Bid Project Solid Waste Haul-Disposal SelMces This Bidder "~'~ ~ik~ ~e,.~xS'~o v ~'~* ~ ~ ~- herein ce~ifies that as a (Bidder's legal name) Bidder, it does not cu~ently owe delinquent taxes or other outstanding Funds, of having pending or cu~ently involved in any litigation involving the Town of Southold, State of New York. Nam~fBidd~: ~ Tr;~i~7 T~,~sp,~ 4~.'o~ By: ~[~ Date: (Authodze~ ~i~ature) / / NOTE: (1) (2) If blank not applicable, fill in with N/A If bidder owes the Tovm taxes or is involved in oa~y litigation, a statement of explanation will be attached hereto. Tax/Litigation Certification BID (PROPOSAL) FORM Schedule 5.0.A Page I of l 45 INFORMATION SCHEDULE B Town of Southold Bid Project Solid Waste Haul-Disposal Sen,ices The tbllowing is intbrmation on the undersigned Bidder's office locations: Bidder's Main Office Manager's Name (Contact) Finn S Legal Name a.t ,-t BL¥,[~^ ¢.o71k Street Address (Bo~x Numbers) City State Zip Telephone Number The Bidder herein certifies that the is partially/wholly owned subsidiary o£ This By Bidder's Parent Corporation Main Office Manager's Name (Contact) Parent Firm's Legal Name Street Address (Box Numbers) City State Zip Telephone Number Finn Parent Finn is owned Parent Finn or is a public/private stock corporation. Bidder Office Locations,'Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page I of 2 46 INFORMATION SCHEDULE B - (Coutinued) Name f Bidder: "fid i t~ ~ By: ld-/!~~)c'~ Date: Note: (1) Any attactunents or modifications to this form shall be labeled Schedule 5.0.B, and properly integrated into the Bid Form, (2) If blank not applicable, fill in with N/A. Bidder Office Location/Ownership Certification BID (PROPOSAL) FORM Schedule 5.0.B Page 2 of 2 47 This is identification that will be the Surety Company tbr INFORMATION SCHEDULE C Town of Southold Bid Project Solid Waste Haul-Disposal Sel-,'ices the Bidder, on this project and that the named Surety Company herein provides written certification that the named Surety Company will provide the Pertbnnance Bond, specified in the Contract Documents, in the event the Bidder enters into an agreement with the Town. The Surety Company herein certifies that such Company is licensed to do business in the State of New York. (L.S.) Principal (SEAL) Surety Company By: Surety Verification BID (PROPOSAL) FORM Schedule 5.0.C 48 INFORMATION SCHEDULE D Town of Southold Bid Project Solid Waste Haul-Disposal Sen'ices The Bidder herein certifies that the below named individuals are the current registered corporate officers, along current permanent addresses, and designates their authority to execute an Agreement on behalf of the firm Officer's Name (q,~,,j~ d,~ol'~ Officer's Name Subsidiary Parent Corporate Title '~c'.si,t..,,,T Corporate Title Address 5]~t;'t }Zocv._/Ld.. Address City Si... ~- City State, Zip MW State, Zip Officer's Name Subsidiary Corporat~ Title Address City '~ ; ,c State, Zip Officer's Name Parent Corporate Title Address City State. Zip Officer's Nalne Subsidiao' Corporate Title Address City State. Zip Officer's Name Parent Corporate Title Address City State, Zip Current Corporate Officers BID (PROPOSAL) FORM Schedule 5.0.D Page 1 of 2 49 INFORMATION SCHEDULE D - (Continued) Officer's Name Subsidiary Corporate Title Address City State, Zip Officer's Name Parent Corporate Title Address City State, Zip Corporate Seal Name olqBidder: Date: NOTE: If blank not applicable, fill in with N/A Current Corporate Officer BID (PROPOSAL) FORM Schedule 5.0.D Page 2 of 2 5O INFORMATION SCHEDULE E Town of Southold Bid Project Solid Waste Haul-Disposal Services STATEMENT OF BIDDER'S FINANCIAL CONDITION This Bidder agrees to provide for any subsidiary and parent firm, and hereto attaches a current or the most recent audited financial Statement(s) including as a minimum the finns opinions, notes, revenue, expense statements, conditions of cash, etc. The attached statement provided includes: Accounting Firm Name_ /~//~/}tl/O~t,- ~-r~/,r~ca4,.~ ~ Address Financial Period Statement Date To The bidder certifies that he currently has an available line of credit in the amount of $ . A supporting documentary evidence attached to this form is supplied by: Name Address Date The undersigned Bidder certifies to the validity of statement and agrees to furnish any other information upon request that may be required by the Town of Southold, New York. Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page I o1'2 51 INFORMATION SCHEDULE E - (continued) The undersigned hereby authorizes and requests any person, firm or corporation to furnish any intbrmation requested by Town of Southold, New York in verification of the firms financial condition. Dated at ~5~ottdb~: dq This /a daF' of,t~'M~~'' ,20o~.' Name of Bidder Title State of N~w York, County of Title being duly sxvom deposes and saws that he Name of Organization and that the answers to the foregoing questions and all statement therein contained are true and correct. Swom to me this 6'/''~-' dayof ~ ,20t~.'- My Commission expires: O'~] I / O ~o ~~N~tar~ JEANIE BORGESANO NOTARY PUBLIC. Stere of New York No. 49f 8146 Oualified in Suffolk CourtW ~ Commission E~pires Felxuary 1, 20..~ NOTE: (1) (Bidder may submit additional information desired as Schedule E attachments.) (2) If blank not applicable, fill ill with N/A Bidder's Financial Condition BID (PROPOSAL) FORM Schedule 5.0.E Page 2 of 2 52 INFORMATION SCHEDULE F Town of Southold Bid Project Solid Waste Haul-Disposal Sen'ices The Bidder herein certifies that it is qualified to perform the work covered by this proposal, and that it is not acting as a broker on the behalf of others. To substantiate these qualifications, the Bidder offers the following related intbrmation and references in order that the Town may' evaluate the Bidder's qualifications and experience. 1. Bidder's Legal Name: 2. Business Address: 4. 5. 6. 7. 8. 9. Street City State Zip State incorporated: Year incorp.: ~ 3 New York State; Business License No.: F,-~ x'h~ Il -~ll~' Oil 5"' No. Years in contracting business under above name: years. Has finn ever defaulted on a contract? Yes No Gross Value - work under current contract: Number of Current Contracts: Brief description general work per/brmed by firm: 10. Has Fi~ ever failed to complete work awarded? Yes No If yes, attach supporting statement as to circumstances. Qualifications Summao' BID (PROPOSAL) FORM Schedule 5.0.F Page 1 of 3 53 11. 11.1 INFORMATION SCHEDULE F (continued) Related Experience Reference (within previous 5 years) Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 1t.2 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Start Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 2 of 3 54 11.3 Project Title: Owner's Name: Address: Engineer: Address: Project Initial Sta,-t Date: Project Acceptance Date: Initial Bid Value: $ Final Complete Project Value: $ Brief Project Description: 12. Principal Firm Members' Background/Experience (3 members minimum). Attach current resumes as Schedule 5.0.F supplement or give concise description by individual. NOTE: Any supplemental attachments or modifications to this form shall be labeled Schedule 5.0.F, and shall be properly integrated into this Bid Form. If blank not applicable, fill in with N/A. Qualifications Summary BID (PROPOSAL) FORM Schedule 5.0.F Page 3 of 3 55 INFORMATION SCHDULE G Town of Southold Bid Project Solid Waste Haul-Disposal Services Thc Bidder hereby states that it proposes, if awarded an Agreement to use the tbllowing haul sub-contractors on this project. 2. 3. 4. 5. 6. 7. 8. 9. 10. Sub-Contractor' Contract Trade,' Individual Address Phone # Specialties NOTE: Nameq~Bidder: 'T~'n;4v T~'~.,~l ~.,tJcqJci~a (-J~r ? , (Authorized ~Signature) - ~ If blank not applicable, fill in with N/A Subcontractors BID (PROPOSAL) FORM Schedule 5.0.G 56 [FORMATION SCHEDULE H Town of Southold Bid Project Solid Waste Haul-Disposal Sen'ices The Bidder states that it owns the following pieces of equipment that are available for use on the project, if awarded the agreement. Proposed Current Equipment Item Project Use Equipment Location Name,6'0 Bidder: '~t';,x; Jc¥ Date: NOTE: Any supplemental attachments or modifications to this ~brm shall be labeled Schedule 5.0.H and shall be properly integrated into the Bid Form. If blank not applicable, fill in with N/A Construction Equipment BID (PROPOSAL) FORM Schedule 5.0.H 57 INFORMATION SCHEDULE I Town of Southold Bid Project Solid Waste Haul-Disposal Services The Bidder hereby states that it will be prepared to dispose of up to the following Maximum Specified Yearly Capacities in tons of Town of Southold solid waste if awarded an agreement Contract Year Maximum Tons per Contract Year o~ - 04 o'~ - o~ o£ - o¢ Maximum Specified Capacity BID (PROPOSAL) FORM Schedule 5.0.I 58 INFORMATION SCHEDULE J Town of Southold Bid Project Solid Waste Haul-Disposal Services NOTE: IF A BIDDER INTENDS TO UTILIZE MORE THAN ONE SOLID WASTE DISPOSAL SITE, AN INFORMATION SCHEDULE J MUST BE COMPLETED FOR EACH DISPOSAL SITE. The tbllowing is infom~ation on the undersigned Bidder's Solid Waste Disposal Site: I. GENERAL Disposal Site Location Name: Address: Phone: (.l~'~ Disposal Site mailing address (if different than I) Address: II. CURRENT OPERATIONS A. Operations Pennit 1. Permittee: 2. No.: 3. State: 4. Date of Issue: 5. Date of Expiration: 6. Copy Enclosed: Yes: No: Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page I of 7 59 INFORMATION SCHEDULE J - (continued) Hours of Operations 1. What are the PERMITTED operating hours? DAY A.~.. P.l~l. Monday to Tuesday Wednesday to Thursday ,' to Friday - to ,' Saturday to " Sunday 2. Are there any PERMITTED closure periods stipulated? What are the ACTUAL operating hours? DAY A.I$I. P.M. Monday Tuesday Wednesday " to Thursday to Friday " to Saturday " to Sunday ~'/~ to What holiday or other period is the Disposal Site typically closed? DAY YES New Year's v/ to Memorial ~/,- to Independence v/' to Labor ~ to Thanksgiving ,,~ to Christmas J to Other (specify) to NO Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 2 of 7 60 INFORMATION SCHEDULE J - {continued) Will the ACTUAL operating hours be extended up to the PERMITTED operating hours in Question II.B. l in order to accommodate Town of Southold solid waste? Yes V~ No Are there any local agreements, ordinances, etc. which would prohibit extending the ACTUAL operating hours in Question H.B.3 up to the PERMITTED operating hours in Question II.B. 17 t4~' t..~ ~- Yes No What is the PERMITTED annual capacity in tons? 2O 20 . 20 20 At the PERMITTED levels in Question II.C., what is the projected useful life in years? What is the annual RECEIVING6 level today? At the RECEIVING levels in Question II.E, what is the projected useful life in Years? Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 3 of 7 61 INFORMATION SCHEDULE J (continued) How much of the RECEIVING level in Question II.E is committed to under contract in tons? 20 h/~d( 2O 2O 2O 2O Does the Disposal Site have special waste restrictions'? 1. Constructiow Demolition 2. Asbestos 3. Wastewater Treatment Sludge 4. Hazardous Waste Gate Yes No Fee ($) k Are there any existing agreements with local municipalities which prohibit: Item Routing to site Weight limits bet~veen state coeds and site Number of vehicles Vehicle size Solid waste importation outside jurisdictional area Host Community Benefits Yes No Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 4 of 7 62 III. INFORMATION SCHEDULE J - (Continued) EXPANSION PLANS A. Application Permit 1. Permitee: 2. No.: 3. State: 4. Date of Submission: 5. Copy Enclosed: 6. Submission Status: a. Yes No Expansion of current site or new site Local Citizenry Reaction Regulatory agency d. Litigation Likelihood to succeed Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 5 of 7 63 INFORMATION SCHEDULE J - (Continued) If you are successful in Question IILA., what is the additional annual DESIGN capacity in tons (do not include figures t¥om Question II.C.)? 20__ /k///~' 2O 20 2O 2O At the annual DESIGN levels in Question III.B., what xvould be the projected useful life in years? Would you be willing to share with the Town of Southold engineering reports utilized for the preparation of the Operating Pemfits on Expansion Application? Yes No J Bidder's Disposal Site(s) Engineer of Record Firm's Name Firm's Address Project Engineer Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 6 of 7 64 INFORMATION SCHEDULE J - (Continued) Are you willing to meet with the Town of Southold to discuss your short and long term disposal capabilities? Yes ~ No The undersigned hereby certifies that sexwices, material, equipment to be furnished as a result of this bid will be in accordance with Town of Southold specifications applying thereto unless exceptions are indicated above and all explanation attached. gv Signature Phone No. Bidding Company Address ~. ~ City State Zip _.lease P~ri~ or Type) NAME AND TITLE Date CORPORATE SEAL Bidder Solid Waste Disposal Site(s) BID (PROPOSAL) FORM Schedule 5.0.J Page 7 of 7 65 INFORMATION SCHEDULE K FORM OF BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto Owner in the sum of and truly be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of ,20 as for the payment of which, will The condition of the above obligation is such that whereas the Principal has submitted to the Town of Southold a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the hauling and disposal of solid waste; NOW, THEREFORE. (a) If said Bid shall be rejected or in the alternate, (b) If said Bid shall be accepted, and the Principal shall execute and deliver an Agreement in the tbrm off the Sample Operating Agreement attached hereto (properly completed in accordance with said Bid) and shall furnish certificates of insurance and a bond for this faithful perfurmance of said Agreement, and for the payment of all persons pertbnning labor or furnishing materials in connection therewith, and shall in all other respects pertbnn the Agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in tbrce and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an)' extension of the time within which the Owner may accept such Bid: and said Surety does hereby waive notice of any such extension. Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 1 of 3 66 IN WITNESS WHEREOF, the Principal and the Surety' have hereunto set their hands and seats. and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by' their proper officers, the day' and .,,'ear first set lbrth above. iLS.) Principal Surety By: Address of Surety: SEAL (ACKNOWLEDGEMENT BY CONTRACTOR, IF A CORPORATION) STATE OF: ) COUNTY: ) SSN: On this day of and say that he resides in ofthe 20__ beibre me personally came ., to me known, who being duly sworn, did depose : that he is the corporation described in and which executed the foregoing instrument; that he knows the seal of corporation; that the seal affixed to the instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of the corporation; and that he signed his name thereto by like order. Notary Public Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 2 of 3 67 (ACKNOWLEDGMENT BY CONTRACTOR, IF A PARTNERSHIP) STATE OF: COUNTY: SSN: On this day of ,20 before me personally came , to me known, and known to me to be a member of the firm of , and known to me to be an individual described in, and who executed the tbregoing instrument in the firm name of and he duly acknowledged to me that he executed the same for and in the behalf of said firm tbr the uses and purposes lnentioned therein. Notary Public (ACKNOWLEDGEMENT BY INDIVIDUAL CONTRACTOR) STATE OF: ) COUNTY: ) SSN: On this day of ,20 before me personally came , to me know, and known to be the person described in and who executed the foregoing instrument and duly acknowledged that he executed the same. Notary Public Form of Bid Bond BID (PROPOSAL) FORM Schedule 5.0.K Page 3 of 3 68 INFORIMATION SCBEDULE L PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold (hereinafter called the "Owner") in the full and just sum of dollars ($_ ) good and lawful money of the United States of America, tbr the payment of which sum of money, well and truly to be made and done, the Principal binds himself; his heirs, executors, administrators and assigns and the Surety binds itself, its successors and assigns, jointly and severally, firefly by these presents. WHEREAS, the Principal has entered into a certain written Agreement bearing date on the day of ,20 , with the Owner for the Town of Southold Solid Waste Haul-Disposal Sen, ices, a copy of which Agreement is atmexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal, his or its representatives or assigns, shall well and faithfully comply with and perform all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify' and save harmless the Oxvner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outlay and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pay any and all amounts, damages, costs and judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or servants or the improper perfom~ance of the said work by the said Principal, or his (their, its) agents or servants, or the infringement of any patent or patent fights by reason of the use of any materials furnished or work done as atbresaid or otherwise, then this obligation shall be null and void, otherwise to remain in full force and effect; Performance Bond BID (PROPOSAL) FORM Schedule 5.0.L Page i of 2 69 PROVIDED HOWEVER, the Surety, lbr the value received, hereby stipulates and agrees, if requested to do so by the Owner, to full.,,' perform and complete the work mentioned and described in said Agreement, pursuant to the terms, conditions, and covenants thereot; if tbr any cause the Principal fails or neglects to so fully perform and complete such work and the Surety further agrees to commence such work of completion within ten (10) calendar days after written notice thereof from the Owner and to complete such work within ten (10) calendar days t?om the expiration of the time allowed the Principal in the Agreement for the completion thereof: and further PROVIDED HOWEVER, the Surety, for value received, tbr itself, and its successors and assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no may impaired or affected by an extension of time, modification, work to be pertbrmed thereunder, or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof or by any assignment, subletting or other transfer of any work to be performed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation co assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done by or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto sec his (their, its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of ,20 (If Corporation add Seal and Attestation) By: Attest: Principal Add Corporate Seal By: Attest: Address of Surety: Surety Performance Bond BID (PORPOSAL) FORM Schedule 5.0.L Page 2 of 2 70 INFORMATION SCHEDULE M OPERATIONAL PLAN The Bidder hereby states that it proposes to implement the lbllowing operational plan to haul and dispose of Municipal Solid Waste (MSW) fi'om the Town of Southold Landfill if awarded an Agreement. 1. Haul Summarize the manpower and equipment you will make available to per~tbrm under this Agreement. II. Disposal Summarize the identity and location of the primary and secondary sites you plan to use for disposal of the solid waste. Describe the arrangements between your company and the disposal site for use of the site. Describe any treatment the MSW will undergo during transport or upon arrival at the disposal site. Attach copies of the permits to construct and permits to operate the disposal site. Site No. 1 NAME Om,a; ~¢o/cti,~.] ~(' LOCATION IN ~ ST. CONTACT PERSON AND PHONE NO. ARRANGEMENTS FOR USE ~o.~oa TREATMENT OR UNUSUAL CONDITIONS Operational Plan BID (PROPOSAL) FORM Schedule 5.0.M Page 1 of 2 71 Site No. 2 LOCATION :Z~.~' 'alv&,,~k ~.e..Z'$;,~,-,. ,,_~y ~?~5 CONTACT PERSON AND PHONE NO. ~eb;~;,~ '~,'/q~'.0 (~'.'3 a~¥-?;~ ARRANGEMENTS FOR USE TREATMENT OR UNUSUAL CONDITIONS Operational Plan BID (PROPOSAL) FORM Schedule 5.0.M Page 2 of 2 72 APPENDIX A SAMPLE OPERATING AGREEMENT 73 THIS AGREEMENT, made on the da3' of .20 by and between the Town of Southold, a municipal corporation of the State of New York having its Principal place of business at 53095 Main Road Southold, New York hereinafter called the "Town" and hereinafter called the "Contractor." WITNESSETH WHEREAS, Contractor has submitted to the Town a bid dated 20 _, ("Bid") in response to the Town's Bid Solicitation for Solid Waste Hauling- Disposal Sen'ices dated ,20 , ("Solicitation"); and WHEREAS, the Town Board of the Town of Southold by resolution No. adopted on authorized the Town Supervisor to enter into an agreement with the Contractor to perfbrm certain sen'ices in connection with the handling of solid waste, NOW, THEREFORE, it is mutually covenanted and agreed by and between the parties hereto as follows: I. DEFINITIONS - Terms defined in the Bid Solicitation shall have the same meaning as if defined herein. II. SCOPE OF SERVICES - The Contractor shall perform the sen'ices in accordance with the description of those services as set forth in the Solicitation. III. TERM OF AGREEMENT The term of this Agreement shall be Three (3) years commencing on ,20 __. If the Town enters into an inter-municipal solid waste APPENDIX A-I 74 haul disposal agreement the Town may temfinate the agreement at any time during Agreement years two (2) and three (3) by giving six (6) months written notice to the Contractor. The Iown, at its sole discretion, shall have the option of renewing the Agreement for two (2) additional one year terms by gi¥ing Contractor written notice of its intention to renew at lease thirty {30) days prior to the expiration of the tenn. IV. PRICE SCHEDULE/COMPENSATION The unit bid price schedule for the services to be furnished by Contractor is found in Section C 3.1," ') ~.-, Contractor's bid which is incorporated into this Agreement. V. PAYMENTS A. The Contractor shall receive monthly payments tbr services per/brmed during the prior calendar month. The Contractor shall submit a request tbr pa)~nent on a Town approved voucher form along with Contractor's invoice which shall include a daily summary, of tonnage hauled by Contractor to a Disposal Site and disposed by Contractor at a Disposal Site as applicable. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. The Town shall be entitled to deduct fi.om any payment owning to Contractor an)' sums expended by the Town to cure any default or other Agreement non-compliance by Contractor or to protect the Town from loss on account of claims filed or reasonably anticipated to be filed. VI. CONTRACTOR'S WARRANTIES AND REPRESENTATIONS Contractor makes the following warranties and representations: A. Contractor represents that the Town has made no commitment under this Agreement with respect to the volume solid waste to be handled by Contractor during the term of this Agreement. B. Contractor warrants that Contractor shall comply with all federal, state and local laws, ordinances regulations applicable to ail of the services to be performed Contractor. APPENDIX A-2 75 C. Contractor represents that the intbnnation furnished by Contractor in the equipment schedules included in the bid is accurate and complete and Contractor ackuowledges that Town has relied upon the accuracy and completeness of that intbrmation in the selection of Contractor as the lowest responsible bidder. D. The Contractor represents that Contractor shall utilize its best eftbrts to insure that Minority and Women Owned Businesses (MBE's and WBE's) have the opportunity to participate as subcontractors under this Agreement. In the e'~'ent the contractor subcontracts twenty-five percent (25%) or more of its work hereunder, Contractor shall submit to the Town an and a WBE Utilization Plan, prior to execution of this Agreement, D. In the event the Contractor's Disposal Site is unable to receive and dispose of the Town's waste for any reason (including failure to obtain or maintain necessary permits or licenses), Contractor shall be responsible for providing to the Town an alternate Disposal Site for the Town's use at no additional cost to the Town, and shall indemnify the Town against any additional hauling cost by the Town or its agent because of the location of the alternate Disposal Site. Under no circumstances shall a change in Disposal Site(s) or failure or inability to obtain or maintain necessary permits by the Contractor be considered a change in conditions. In the event the Contractor is unable to find an alternate Disposal Site(s), he shall be deemed to be in default of this Agreement and liable for damages, bond forfeitures and other expenses as provided in the Agreement. VII. INDEMNIFCATION INSURANCE/BONDS A. Contractor agrees to defend, indemnify and save harmless the Town of Southold against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge~ attorney's fees and expenses of what ever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or pertbrming under the terms of this Agreement, or failure to carry out any of the provisions, duties, services or requirements of this Agreement, whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of Contractor's employees or agents APPENDIX A-3 76 who may seek to hold the Town liable theretbre. This obligation shall be ongoing, shall survive the term of this Agreement and include, but not be limited to, claims concerning non-sudden environmental impairments, The Contractor shall join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the Town, may be necessary. B. Contractor shall procure and maintain the insurance described in Section A of the Solicitation tbr a period commencing on the date of this Agreement and terminating no earlier than one year following termination of services under this Agreement. All such insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thirty (30) days written notice has been given to the Town. All such insurance shall be issued by a company duly authorized, to transact business in the State of New York and acceptable to the Town and shall include all riders and additional coverage necessary to insure that Contractor will be financially able to meet its obligations under the foregoing indemnification. C. Contractor shall, for the period of the perfommnce of sen,ices hereunder, maintain a Performance Bond in the amount of one million ($1,000,000.00) dollars wherein named obligee is Town of Southold. The Bond shall be in a form acceptable to the Town Attorney and issued by a surety licensed to do business in New York as a surety. Vlll. FORCE MAJEURE If either party is delayed or prevented from fulfilling any of its obligations under this Agreement due to any act, event or condition, whether affecting the Town, the Contractor, the Disposal Site or any of the Town's or the Contractor's respective subcontractors or suppliers, to the extent that it materially and adversely affects the ability of either party to pertbrm any obligation hereunder (except for payment obligations), and if such act, event or condition is APPENDIX A-4 77 beyond the reasonable control and is not also the result of the willful or negligent action, inaction, or fault of the party relying thereon as justification lbr not perl:bnning an obligation or complying with any condition required of such party under the Agreement, the time fnr fulfilling that obligation shall be extended day-by-day for the period of the uncontrollable circumstance; provided, however, that the contesting in good faith or the failure in good faith to contest such action or in action shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the foregoing, such acts or events shall include the following: ( 1 ) an act of God (but not including reasonable anticipated weather conditions for the geographic area of the Town or Disposal Site) hurricane, landslide, lightning, earthquake, fire, explosion, flood, sabotage or similar occurrence, acts of a public enemy, extortion, war, blockade or insurrection, riot or cMl disturbance; (2) the failure of any appropriate federal, state, county, town or local public agency or private utility having Jurisdiction in the areas in which the Transfer Station or Disposal Site is located to provide and maintain utilities, services, water and sewer lines and power transmission lines which are required for the operation or maintenance of the Transfer Station or Disposal Site; (3) govemlnental pre-emption of materials or services in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the transfer Station or Disposal Site; and (4) the presence of hazardous waste upon, beneath or migrating from the Transfer Station. It is specifically understood that none of the following acts or conditions shall constitute uncontrollable circumstances: (a) general economic conditions, interest or inflation rates, or currency fluctuations; (b) the financial condition of the Town, the Contractor, any of its affiliates or any sub-contractor; (c) union work rules, requirements or demands which have the effect of increasing the number of employees employed otherwise increase the cost to the Contractor of operating its haul operation or the Disposal Site (d) equipment failure; (e) any impact of prevailing wage law, customs practices on the Contractor's costs; (t) any act, event or APPENDIX A-5 78 circumstances occun-ing outside of the United States, or (g) an.,,' change in law or in the permit conditions or status of the Transfer Station Disposal Site or alternate Disposal Site. IX. SUBONTRACTS Contractor shall not enter into any subcontracts in connection with the services to be performed by Contractor hereunder without the prior written approval by the town of such subcontracts. All such subcontracts shall make express reference to the terms and conditions of this agreement and shall obligate the subcontractor to comply with all applicable federal, state and local laws, ordinances or regulations relating to the services to be pertbrmed under the subcontract. In the event the subcontractor is required to furnish any insurance or bonds for the benefit of Contractor, the Town shall also be named as an additional insured or obliges. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the New York State Labor Law relating to the pasqnent of prevailing wage rates to the extent applicable, or the applicable State Law in the state of disposal. In the event that at any time during performance under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such requirement, all costs be borne exclusively by Contractor. XI. FORCED ACCOUNTING In the event the Town directs the Contractor, by written authorization signed either by the Town Supervisor or Town's Solid Waste Coordinator, to pertbrm additional sep,'ices beyond the scope of those described in this Agreement, the Contractor shall be compensated for such additional services on the folloxving basis: TOTAL COMPENSATION FOR ADDITIONAL SERVICES = DIRECT LABOR COST + DIRECT MATERIAL COST + OVERHEADO + PROFIT For the purposes of this Section: APPENDIX A-6 79 A. DIRECT LABOR COST shall include hourly wages, including overtime premiums actually paid plus the fbllowing fringe benefits-associated with those wages - group medical, ~oup life insurance, pensions, FICA, unitbrms, sal-lety equipment or special tools. These fringe benefits shall be separately identified and shall not duplicate fi'inge benefits paid in connection with work perfot'med within the scope off the Agreement. B. DIRECT MATERIAL COST shall be those costs actually paid by Contractor fbr materials utilized by Contractor in performance of the additional services. The costs for such materials shall not include sales tax for any materials which constitute personal property incorporated into the structures, buildings, or real property of the Town since such personal property is exempt from taxation York State Tax Law, under Section l 115 of the New York State Tax Law. C. OVERHEAD shall be 10% of the total of the Direct Labor Costs and the Direct Material Costs, D. PROFITS shall be 5% of the total of the Direct Labor Costs, the Direct Material Costs and the Overhead. XII. CONTRACTOR'S OPERATIONS AND PROCEDURES REPORTS Contractor will provide the operating plan and supporting data listed in Sections A and B of the Solicitation to the Town for review and acceptance. Contractor will update the plan as necessary and furnish copies of those updates to the Town. XII[. DEFAULT In the event the Contractor fails co' perform its obligations under the Agreement, the Town may terminate the Agreement, procure the services from other sources and hold the Contractor responsible for any costs incurred. This Town also may deduct such costs from payments owing to the Contractor and/or draw upon the Perfom~ance Bond as full or partial reimbursement for such excess costs. The Town reset,es the right to terminate the Agreement tbr just cause. XIV. SERVICE AGREEMENT The Contractor shall be obligated to provide the Town with disposal services without regard to the pem~it status of its Disposal Site. In the event that Contractor submits a APPENDIX A-7 80 Bid for a Disposal Site tbr which Contractor does not currently have all necessary federal and state permits, or which after the acceptance of the Bid loses its permitted status, Contractor shall, at its sole risk and expense, be responsible tbr obtaining and/or renewing its permits or providing the Town an altemate Solid Waste Disposal Site at no additional cost (disposal plus any additional hauling) to the Town. The parties agree that this is a full service Agreement and failure of the Contractor to provide the identified Disposal Sits or acceptable alternative Disposal Site, on or afl:er the commencement date shall constitute a breach of this Agreelnent. The Contractor accordingly shall not be excused from its obligations hereunder by reason of any failure to obtain or maintain its permits at the identified Disposal Site. XV. LIMITATION OF FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extant of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XVI. DISPUTES/ARBITRATION Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, any actions or claims by either party hereto shall be commenced in Supreme Court, Suffolk County, New York. In the event the parties agree to arbitrate a dispute, such arbitration shall be conducted in accordance with the rules of the American-Arbitration Association. In no event shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators following any such arbitration shall be final and Judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. XVII. MISCELLANEOUS A. This Agreement shall be governed by the laws of the State of New York. B. Contractor shall not assign, convey or otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. APPENDIX A-8 8l C. This Agreement, including all Exhibits and documents refen'ed to herein, along with the Specifications, Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the Services to be performed hereunder. This Agreement may be modified only by written agreement of Contractor and the Town. D. To the extent of any inconsistency among the documents constituting the agreement of the parties, the priority among those documents shall be: This Agreement; Exhibits hereto; The Solicitation including Appendices; Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at laxv or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment tbr the benefit of creditors or s receiver is appointed for the Contractor or any insolvency arrangement proceedings are instituted by or against the Contractor, the Town may terminate this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither held themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to, Worker's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. G. If any provision of this Agreement shall for any reason he held to be invalid or unenl:brceable, the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be enl-brced as if such invalid and unenforceable provision had not been contained herein. H. Contractor agrees that it shall not discriminate and that it shall cause there to be no discrimination against any employee who is employee in the work, or against any APPENDIX A-9 82 applicant for such employment, because of race, religion, color, sex, age, marital status, haudicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include, but not be limited to. the Ibllowmg: employment; upgrading, demotion or transfer: recruitment or recruitment advertising; layoff or termination: rates of pay or other tbnns of compensation: and selection tbr training. XVIH. NOTICES All notices required to be given hereunder shall be made in writing by first class mail addressed as tbllows: If to the Town: With a cop), to: Supervisor of the Town of Southold Town Hall 53095 Main Road Southold, New York 11971 Solid Waste Coordinator Town of Southold 53095 Main Road Southold, NY 11971 If to the Contractor: IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. TOWN OF SOUTHOLD By: Joshua Y. Horton, Supervisor By: APPENDIX A-10 83 APPENDIX B NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION PERMIT 84 APPENDIX C Town of Southold Accident Report 87 OVERVIE~r OF TRANSFER STATION OPERATIONS 1. DESCRIPTION OF RESOURCES No changes to the District's funding mechanisms or management structure is anticipated at this time. although development ora long-range plan tbr the District is now underway. 2. WASTE RECEIVING AND TRANSFER The Town transfer station operates under a temporary permit from the DEC (pending approval of plans for a new/re-designed transfer station). [t receives municipal solid waste generated within the Town by residential and commercial sources. Approximately 10,000 tons are received annually. The waste is delivered individually both by residents and small commercial contractors bringing their own waste. (self-haulers) as well as by commercial garbage carters. All waste to be transferred is deposited into a cement pit, or trench, inside the existing collection building where it resides until the long-haul trailer(s) attire to be "live- loaded." The trench can hold approximately 300 cubic yards of waste. Permit conditions require all waste to be removed within 48 hours of being received. Upon arrival and weighing at the scale, transfer trailers drive in a temporary loading "slot"' located outside the collection building approximately 75 yards from the trench containing the waste to be loaded. The transfer trailers rest on an asphalt surface approximately 4 feet below the loading grade. All loading is done with a front end bucket loader fitted with hydraulic clamps to grab and hold the garbage. Waste is packed, or pressed down, into the trailer by the pay loader bucket. Once filled with waste, the transfer vehicles pulls out of the slot and proceeds to the scale to be weighed. If too much weight is on the trailer, the truck will return to the loading slot where the payloader operator will remove enough waste to bring the truck to a legal weight. If more waste can be accepted, the operator will add it to the load. Upon being properly loaded, the truck will "scale out," receiving a weight ticket, and pull off to a convenient location where the driver will tarp the load. PLEASE NOTE: The New Transfer Station Currently Being Planned Will Allow for Indoor Loading and Tarping of the Waste. The Town Anticipates Construction of the New Station Will Be Completed Sometime in 1998. 3. RECYCLING OPERATIONS a) Following is a description of key elements of Southold Town's source separation and recycling program. APPENDIX E 89 1. Procedures for implementing the current program. Collection Methods. Recyclables are brought to the Collection Center in two ways: a) self-hauled by residents, and b) hauled from curbside by private carters. a) Self-hauled recyelables are accepted during the Collection Center's regular hours, 7:00 am - 5:00 pm, Monday through Sunday. Self-haulers deposit the following items at the recycling drop-off station: 1) glass bottles separated by color: 2) tin and aluminum cans into separate 2-cu. yard containers: 3) plastic containers; 4) polystyrene (PS)(#6 plastic); 5) mixed paper; and newspaper (ONP). Corrugated cardboard is also accepted, but at an outdoor "bunker" away from the main recycling drop-off station. The glass is deposited into 2-cu. ~y~ containers. When full, the glass containers are carried via forklift from the drop off station to roll-off containers located at a below-grade storage area outdoors, approx. 60 feet to the north of the main collection building: the tiw'aluminum cans are brought to an outdoor "bunker" (a 30' by 40' paved area enclosed on 3 sides by movable concrete block walls 4' in height); the plastic is hand-sorted to remove HDPE and PET containers, which are then baled n one of two small vertical downstroke balers. The remaining plastic consists of a mix of#2 color containers and other miscellaneous plastic. This mix is removed -n a container via forklift and dumped in another outdoor bunker; the PS is placed into bags set up in one of two PVC frame bins at the drop-off station. There are separate PS bags tbr "peanuts" used in shipping packages, block used to pack electronic equipment, and food service containers. Mixed paper is dropped off into 4-cu. foot size gaylord boxes, which are then loaded via forklift into a van-type trailer for hauling to the recycler. Corrugated cardboard is deposited in an outdoor "bunker" to hold until there is enough to load an open-top trailer for hauling to the recycler. The corrugated bunker is shared with carters bringing in corrugated from curbside. ONP is deposited into small carts used to transport the paper to roll-off containers stationed at the outdoor storage area. The ONP is then hauled out under arrangement with a private finn. b) Private Carters deliver source-separated curbside recyclables consisting of all the same items as self-haulers with the exception of polystyrene (#6 plastic). The glass bottles (also separated by color) are delivered directly to the roll-off containers at the bi-level drop area; the tin/aluminum cans, plastic containers, and corrugated cardboard are brought directly to the outdoor "bunkers" that were mentioned above, the curbside plastic comes in at too fast a rate to allow it to be sorted to extract the valuable HDPE and PET. It is merely loaded loose into an open top trailer fbr hauling to the recycler. The haulers bring nfixed paper to the same gaylord boxes used by the self-hauling public. They bring ONP directly to the roll-off in the bi-level area mentioned above. 90 Processing Desb, n/Descriotion - The facility to which sell-haulers bring their recyclables is a section of a large building (the Collection Center) that also houses an enclosed facility for the residential and commercial delivery of garbage, a mechanic workshop, and the Center's central office. The main residential self-hauler recycling drop-off area is on a covered concrete slab 50' by 25', open on one 50' side. It contains containers and bins tbr the drop off of glass (sorted into clear, greem and brown), plastic, tin and aluminmn cans and polystyrene. It also contains the vertical balers used to bale HDEP and PET plastic, which is separated fi.om the mixed plastic stream by facility staft~ The corrugated is deposited at an outdoor bunker that is also used by haulers delivering corrugated from curbside. Mixed paper is deposited, by both self- haulers and curbside haulers, to the gaylord boxes that are lined up along one wall of the residential garbage drop-off floor. Curbside glass and ONP are delivered to roll-offs located in the bi-level drop area; curbside cans. plastic, and corrugated are delivered to the outdoor bunkers. ACCOMPLISHMENTS/NEW ISSUES a) The 1996 period saw several significant and unique developments that contribute towards the MSW management goals set out in the SWMP. l) Acquisition of Yard Waste Processing Equipment. In anticipation of receiving ultimate approval of the Town's compost plan, the District acquired the necessary equipment to process and compost all of the yard waste currently generated within the Town. 2) Enhancement of Source-Separation Recycling Program. The Town adopted a design concept tbr a new transfer station that reinforces its ability to handle existing source-separated recyclables fi.om both selt:haulers and carters, and which provides for future expansion of the source-separation program. This demonstrates the Town's commitment to source-separation as the operating principle behind all of its recycling efforts, and as the means to achieving the recycling rates envisioned in the SWMP. Southold is unique in this regard. 3) Addition of Polystwene to Source-Separated Recycling Program. Southold became the first Town on Long Island to initiate a Town-wide polystyrene recycling program by participating in a pilot-project sponsored by the American Plastics Council (APC) and the County of Suffolk. Starting in May 1996, the recycling center collected and shipped to a Long Island vendor 3 grades of polyst)q'ene (//6 Plastic). Approximately 2 tons of this extremely light material (600 cu. Yds.) were collected and moved. One of the grades, packaging "peanuts," were delivered directly to package shipping outlets for re-use. 91 4) "Cans tbr Kids" Program. The Town initiated a drop-offpmgram to collect $0.05 deposit aluminum beverage cans tbr use by a local youth enviromnental organization. We estimate approximately $15,000 worth of these cans are delivered to the recycling center each year. The Town solicited and received the cooperation of local beverage distributors and sales outlets to accept cans delivered by youth group members who will use the income to fund gToup activities, which include nature area cleanups, ecosystem study sessions, and recreational camping and field trips. The drop off facility is designed to keep cans sorted into the required brand-name groupings, thus making it easier l-hr the group to redeem them. b) Issues with a potential effect on MSW haul and disposal arrangements are listed below. Item Issue New Transfer Station Town plans to construct a new facility for receiving and transferring waste and recyclables adjacent to the existing transfer station. A conceptual design has been approved. Engineering specifications for the new station will be completed by early summer and submitted to the Town for approval and permit application to the DEC. Construction is expected to begin late in 1997. Existing loading patterns will be changed to accommodate construction activities. The Town will work with the contractor in advance to address any changes in loading arrangements, including any effects on the location- where long-haul trailers are to be staged for loading or the time or days of week available for loading. Permit for Full Scale Yard Waste Compost Facility DEC approval of plan submitted in 1995. (May depend on ultimate approval of Closure Plan). Town continues with previously approved small-scale composting program as well as volume reduction of excess yard waste (shredding and chipping) for give-away program or use on-site as ground cover or slope-stabilizing medium. Capping and Closure of Landfill The Town is planning to begin capping and closure operations of the now inactive landfill (which is adjacent to the transfer station) within the next two years. This activity may have minor impacts on SW transfer operations due to increased traffic at the site or occasional diversion of resources to activities other than loading MSW. The Town will notify the contractor in advance if it appears that such impacts may result in delayed or postponed loading operations. 92 TRINITY TRANSPORTATION CORP. Z 14. BLYDENBURGH ROAD CENTRAL ISUP, NY I 1 7 2 Z Tel. (516) 34.2-9673 Fax(516) 34.2-9676 John Whitton; Trinity Transportation Corp.; General Manager since May 1996 Responsibilities include: dispatching, interaction with all customers including Municipal accounts. oversees daily operations of all facets of company. Omni Recycling of Babylon Corp.; Facili~' Manager 1995 - 1996 Responsibilities included: daily operations of 1250 ton per da)' tee)cling/transfer facility, Managed all incoming and outgoing materials flog'. Arranged for transportation sen'ices for all outgoing materials. Patricia DiMatteo; Jet Sanitation Service Corp.; Manager 1976 - Present Responsibilities include: dispatching, communication with customers, posting account information, service complaints, interaction with drivers, office oversite. Trinity Transportation Corp.; Secty-Treas 1996 - Present Responsibilities include: Payroll. d~spatch, office accounting. Omni Recycling of Babylon Inc.; Sec~' - Treas 1996 - Present Respons~hilities include; Capital equipment purclmses, accounts pa)able, daily operations. TRINITY TRANSPORTATION CORPORATION 214 BLYDENBURGH ROAD ISLANDL4. NY 1 l -'49 (631) 342-96~3 FAX(630 342-9676 Resume: z~lartin Doyle Work experience in the solid waste industry 23 ),ears. From 19~-1982 worked for Donno Sanitation Inc. as a route supervisor. From 1982- 1995 workedJbr BF1 Inc. as a transfer station manager and hauling coordinator. From 1995-2002 and still currently employed by Trinity Transportation Corp. as the manager of Hillside Compost Corp., a yard waste and compostingfacilio,, located in Tremont t>_4 which is wholl? owned by Trini~.' Transportation Corp. NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF SOLID WASTE APPLICATION FOR A SOLID WASTE MANAGEMENT FACILITY PERMIT Please read all instructions before completing this application PleaSe TYPE or PRINT clear~/ -FA~'TE~-~-~ O E 1. TYPE OF APPLICATION (Check All Applicable Boxes): [] Permit to Construct [] Initial (New) [] Permit to Operate [] Subsequent Stage (New) [] Renewal [] Modification F 2.APPLICANT IS THE: [] Facilib/Owner [] Facility Operator 3. FACILITY OWNER'S NAME 4. FACILITY OPERATOR'S NAME 5. ENGINEER'S NAME AND F.E. LICEtISE NO. Omni Recycling of Babylon, Inc. Omni Recycling of Babylon, Inc. John D. Cameron, Jr., P.E. - 56899 Address Address Firm Name 114 Alder Street 114 Aider Street Cameron Engineering & Associates, LLP City City Address West Babylon West Babylon 'l'nree Aerial Way, Suite 100 State/ZJp Code State/Zip Code City/State/Zip Code New York, 11704 New York, t 1704 Syosset, NY 11791 Telephone Number Telephone Number Telephone Number (516) 694-1694 (516) 694-1694 (516) 827-4900 6. FACILITY NAME AND LOCATION (Attach USGS Tope Map showing exact location) 7'. SITE OWNER'S NAME Name Omni Recycling of Babylon, Inc. Town of Babylon Street Address 114 Aider Street 200 East Sundse Highway City, State, Zip Code City West Bedyloe, NY 11704 Liedenhurst Tewn I County Bedylon Suffolk CoordinateS NY'rM-E 2,166.500 NY'I'M-N 185,000 State/Zip Code New York, 11757 Telephone Number (516) 957-3072 8. TYPE OF FACILITY (Check all applicable boxes) Landfill (Specify category) [] Research, Development and Demonstration [] Land Application [] Solid Waste Incineration [] Refuse Derived Fuel Processing [] Composfing [] Recydables Handling and Recovery [] Other (Deschbe) C & D Procassinq ~ Transfer Station [] Medical Waste [] Waste TIre Storage E] Landfill Gas Recovery [] Waste Oil 9. IS APPLICATION BEING FILED BY OR ON BEHALF OF A MUNICIPALITY? [] Yes [] No If yes, name. lC,. FEE AMOUNT ENCLOSED $ N/A t 1. NAME(S) OF ALL MUNICIPALITIES SERVED N/A 12. SOLID WASTE HANDLED a. List wastes to be accepted Mixed commercial waste, mixed residential waste, yard waste, C & D waste, wood, residential comminqled containers, paper, tires. ti. Quantity (Specify Units) Existing "approved design capacity" 1,300 TPD (455,000'i'PY) Proposed "approved design capacity" 1,300 TPD (455,000TPY~ 13. PROVIDE THE FOLLOWING INFORMATION WHERE APPLICABLE a. Facility area proposed In the application Nlra b. Facility area ultimately planned N/A c. Ultimate facility height above existing ground level NlrA d. Total Site Area N/A e. Existing landfill area on this site and adjacent pro[~ertles acres Nlra 14. IS A VARIANCE REQUESTED FROM ANY PROVISION OF 6 NYCRR PART 360? [] Yes [] No If yes, cite the specific provision(s) 15. CERTIFICATION: I hereby affirm under penalty of perjury that Information provided on this form and attached statements and exhibits was prepared by me or .Under my supervision and direction and Is true to the best of my Knowledge and belief, and that I have the authority or am authorized as Manaqinq Partner "~ (title) of · Cameron En.qineedng & Associates, LLP __ (E lhty) to sign this application pursuant to 6 Nyq'R~ Par~ 360~/1 am aware ~J~at any false statement made herein is pumshable as a Class ~misdemeanor pursuant te Section 2 0.45 of t,e Pe.a, _av // f. ' ' ,/k/' ...A~j~ John D. Cameron, Jr., P.E. Data . ,/ Signature '/ Print Name 05/07/02 12:$.3 FAX 518 29-1 4177 JASAN dA,SPAN SCHLE. SINGER HOFF'MAN LLF:' ~ oo3._ Pau'icia DiMam=o May 7, 2002 May 7, 2002 of the State Uniform Procedures Act (Article 70, ECL) and its implementing regulation~ (6NYCRR, Pan 621) when a pemfi~ee has submitted a timely and sufficient application for renewal of a permit for an acdviry of a continuing nature, as Omni Babylon has done in the instant case, the existing permit does not expire until the NYSDEC has made a final decision on thc renewal application. Therefore, thc cxisling permit remains in effect. This status could also be confirmed directly with thc NYSDEC as a matter of public information_ MEW/djnt Enclosure IfI can be of any further assistance in this matter please feel free to call me. Very truly yours, 05,"07~02 12:$2 F&~ $15 29~ ~177 J&$~ ~00~ JASPAN $CHIESINGER HOFFMAN LLP May7,2002 VIA FEDERAL EXPRESS Patricia DiMatteo Omni Recycling of Babylon, Inc. 114 Alder Street West Babylon, NY 11704 Re-' New York State Department of Environment Conservation ("NYSDEC") Omni Recycling of Babylon, Ine~ ("Omni Babylon") Solid W~te Management FaeiliW Permit No. 1-4720-00643/{}0002-0 Dear Ms. DiMattco: In response to your request, this letter will confirm the status of the above rcfcrencid solid waste management faciliv/opcroling pcrm/t. As you kno.w, I represented and assisted Omni Babylon in matters relating to file NYSDEC permit, from the time Omni Babylon purchased the facility through the Bankruptcy Court and the pennit was t:~msfetred to Omni Babylon to the present. I continue to work with Cameron Engine-ring & Associates, LLP, the environment consultant Omni Babylon hss authorized tn prepare and submit rcports and plans on its b~-half to thc NYSDEC in the permit renewal process. The permit was initially transferred to Omni Babylon on April 15, 1996, with an cxpiraIion date of April 14, 2001 and most recently amended by the NYSDEC at the request of the pe~,dttee on July 27, 2000. In accord with the permit conditions, a complete application for renewal of the permit was submitted to thc NYSDEC 180 days before the reported expiration datc. Attached is a copy of a letter dated October 16, 2000 from Cameron Engineering tn the NYSDEC v'~,amaitting the renewal application. Purmant to thc requirements of Section 401(2) NEW YORK STATE BEPARTMENT OF ENVIRONMENTAL CONSERVATION 1-4728-00720/00001 FACILITY/PROGRAM NUMBER(S) 52-M-D7 PERMIT Under the Environmental Conservation Law EFFECTIVE DATE DecemBer 15, 2000 EXPIRATION DATE(S) Dece~er 31, 2005 TYPE OF PERMIT [] New · Renewal [] Modification [] Permit to Construct [] Permit to Operate Article 15, Title 5: Protection Article 15, Title 15: Water Supply Article 15, Title 15: Water [] Article lB, Title 15: Long Island Wells [] Article 15, Title 27: Wild, Scenic and Recreational Rivers [] Other: 6NYCRR 608: Water Quality Certification Article 17, Titles 7, 8: SPDES Article 19: Air Pollution Control Article 23, Title 27: Mined Article 24: Freshwater Wetlands Article 25: Tidal Wetlands [] Articles 1, 3~ 17, 19, 27, 37; 6NYCRR 380: Radiation Contrc1 PERMIT ISSUED TO Jet paper Stock Corp. ADDRESS OF PERM[TTEE 228 BLydenPurgh Road Cen=ra[ ls[ip, New York 11722 CONTACT PERSON FOR PERMITTED WORK Mary DiMatteo 228 Blydenburgh RoadI Central Islip NY 11722 NAME AND ADDRESS OF PROJECT/FACILITY Jet Paper Stock Corp. Property 228 Blydenburgh Road TELEPHONE NUMBER (631) 234-7100 TELEPHONE NUMBER LOCATION OF PROJECT/FACILITY Central Islip COUNTY TOWN WATERCOURSE NYTM COORDINATES Suffolk IsLip DESCRIPTION OF AUTHORIZED ACTIVITY Operation of recyc[ab[es recovery and transfer station, The facility may process a maximum of 650 tons per day of non- res{~entia[ mixed solid waste and construction and Oemo[ition debris. By acceptance of this permit, the permittee agrees that the permit is contingent upon strict com~oliance wi=h %ne ECL, all applicable regulations, the General Conditions speciFied (see page 2) and any Special ConOitions included as par~ cr [n,s permit. PERMIT ADMINISTRATOR: Roger Evans MEP ADDRESS BIOB. #40, SUNY, Stony Brook, NY 11790-2356 DATE December 15, 2000 Page 1 of CERTI FICATE OF LIABILITY INSURANCE r_% 247 MEP~ZCK ROAD ~=RCCUCSa ~ THIS CERTIFICATE IS ISSUED AS A MA~ER OF INFORMATION e: 5_~-599-520G Fax:516-599-SS0! ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I,Nsu~$~ American Ho~ A~$urance Co. -= Trinity Transportation Corp. I~NSURERC Royal Insur~ce Co. _~ 214 Bly~e~urgh R~ m,N~Ra~D: Vill~ova Insur~ce Co~y Central Islip ~ 11722 COVE~GES 10/30/01 10/30/02 UNASSIGNED !~1000000 s- . ] s 5000 ~ :slO00000 I ,~.~..UTOMO BILE LIABILITY A~B5273291 10/30/01 04/07/02 X ~ET~CH s 10000 P.~/q016491 10/30/01 10/30/'02 10000000 D WC51569550 10/29/01 10/29/02 E.L.-~C:-~CCSE'J :~ 500000 OTHER All Loca'-ions, All Opera=ions CERTIFICATE HOLDER ACORD 2S.-S {7/97) CANCELLATION ACORD. ~ODUCER PHONE r~,~.s,.: 516-799-8222 Bender Ins. AH, Inc. BR~I  5 Crossways Park Drive od]Du~i ~ 11797 VEHI.CLE SCHEDULE CODE: J SUn CODE: AGENCY CUSTOMER ID A/~PLICANT (First Named 10/30/'00 10/30/01 ~ AGEIIC'KB~LL CSR ES ' 08/07~03. __ T~T~T-,i VEHICLE DESCRIPTrON · : . . :. · · ' .. VEH'#ri YEAR MAKE: ~Y, AC~ BODY SYM/AGE I COST NEW 001 I 3.979 MODEL P~D I V.l.N.: R686S30778 ....... 16 S 49500 crFY. STATE, ZlF T~Ia%.."T~LA ~ I 075 136499 : ,use XICOMM'U jCHE¢~ XIAD~'LP'PIX iMOTOR I IF · UNINS ~]FT~V ~. COLL ~#137 I$ 3000 COLL VE. ~ ~EA" ~: ~ ~E: T~CTOR ~ ~ I I s~o~ I COST N~ 902 19~1 MODEL: 10-~ELER via.: 1M2B156C~A002612 ,6 ~ s 80000 WHERE GARAGED 0 ? 5 4 9 9 DRIVE TO WORKJSCHOOL I USE I X ! COMM'L CC~ERAGES ~ DO' ~ .~OTOR ~ F ~ ~ LA~ r OWIN~ ' UN NS SPEC V~H~ I ~" J ~E= S~IT ] ~.f: T~ILER I TERR I GVW~GCW CLASS CffY, STATE, ZIP IS~IA ~ r W.EaE~G~0 I 0~5 ,I [ 68499 UNINS ' BOOY VEH ~ J Y~R I ~KE: ~CK [ ~"e: T~QTOR ___ a 27 004 [ v.l.~.: ~M2~37YXRW001877 SIC FACTOR ] nEAT CPI RADIUS FARTHESTTERM ! LSP I DEDUCTIBLES X: ACV SPEC S ,MT $ 3000 ! COLL [$ ~6'1 $ 3000 COLL ~ ZO~ s~*~ COST N~ :4 s 40000 [ SIC I FACTOR ISEATCPI RADIUS FARTHEST TERM iX:COMP r~ [STAMT S 3000 119941 MODEL: CL L~~ I s 80000 WHERE GA~GED , 075 120000 36499 ____~ ~d: T~CTOR ~z co,,P [--~ ' ST.~,.,T ,s3000 X COLL- $ ~27 Is 3000 COLL ~ ~j sv~G~ ~ COST 005 1994i MOCEL: CL r V.I.N.: 1M2AD37YXR~L~O_l$7~ ;4 I $ 80000 ,~[LJNDER15MILES ~PLEASURE IR~.~L --~UAS ~MEDR.AY L~&TO~WJ(~G~ ~FTuNmNS SPEC --~COMP [--~ ___msr~'r ms 3ooo ) 15MILESOROVER ] ~R~, m SE.'.',C~ i PIP ~ ~OTOR ~ COFL F~,V X COLL ~f3! s 3000 COLL VEHaIY~R m MAKE: ~C~ m~PE; T~CTO~_ ~ COSTN~ 006 m~99&)~oOEL: C~ Iv.c~.: ~ ~ mS 80000 CJ~,STATE,~P [~[~ ~ T~RR m G~iGcw FACTOR :S~T~ ~OiUS ; FARTHESTTERM WHEREGA~GED 'm 075 , [20000 136&99 m m~ m m 0o7 m 1994 MODEL: ~L V.LN.: 1~~o~]~9~ 4 ms 80000 r~'g~% zs~ ~ ' , , , , ~ ~ ~20000 136499 I ' , 3 { UNDER '5 MILESm: I PL~SURE TOWING i {SMILESOROVE~ I I ~ARM i SERVICE U ~S , ~P ~ - ' {X.~~"P. .: ~{UO~O~ I ,OO~ I ,~.~I~ICOLL IS ~33 ,1$ 3000 COL~ ACORD. 129 (3~3)a tDACORD CORPO~T~N 1993 ~EHICLE DESCRIPTION (~n't.) : ' BODY =* ~ I SY~AOE COST mEW VEH#j YE. AR j MAKE: YAcK I r~RE: TRACTOR 008 ~1993~MODEL: CL rV.LN.: lM2~27Y5PW001048 I; 5 80000 TERR G~IGCW , C~S , SiC FACTOR S~TCP ~OIUS , ~TERM ,  D 075 120000 35499 WHEREG~GED r 075 ~ 120000 36499 m OlD i 1994: MODEL: CT. CITY, STATE. Z)P ISLA~'DIA NY f TERR DR~VE TOWORKiSCHOOL USE I X COMM'L COVERAGEE X UNDER 15 MILES PL~ASbRE RETAIL ~ LIAS J is ~.LSS OROVER i I FARM i SEHV'OE I X l "IP f~ V~H* j V~RI~KE: YACK 011 119941 MODEL: CL V.I.N.: 1M2AD37Y8RW001876 I 4 IS soooo z2oooo 13.. I: LDEouOT-LESI x~Ao¥ , , $~EC ADD'L RIp L~ ~OlO~ ~ F bS~ CO~ C OF ~ ~o~//~o~1 ~ ~o~ ~ I m~%~ ~ooo { V.m.N,: lN2~3~3RN001609 m ~ m ~ 80000 ~23 ' 153000 I I· yac~ I EYM/AGE DOST N~ i 1994! MODEL: fL I V.I.N.: 1M2AD37YgRW001398 I 4I $ 80000 ~ TERR I O~/ocw I C~S ' SIC FACTOR ' S~T CPI ~DIUS m FARTHEST TERM CHEC Io~DUCTI"L~s , S~EC ~;~v x:CCt: ~25 *~O00 15MILESORO~ER FARM SERVICE m x m P ~ MOFCR · COFL m~ FV,V ' X dOLL ~il~7~ ms 3000 dOLL I STATE, ZIPIS~IA ~ It~..m G~/GCW IC~ m SIC FACTOR ~T C~m ~DIUS I FARTHESTTERM m OTf : r 68499 I I m lSMILESOROVERI: KARM i SERVICE ~ PiP VEH~ Y~R j ~KE: ~AST m~p~= t~a~r.~ /~ sv~a~ COST.~ · ACORO' 129 (3~3)a.' ' AT'rAC~-TO BUSINESS AUTO SECT[ON VEHICLE DESCRIPTION (~n't.) ~- 'TY.E: T~%i'LER ~O~ !S¥~AGE ~ COSTNEW 016 .1994 MO~ IV.LN.: 1S8~3928R0008368 -- 4 50600 ,STATE, ZIP IS~IA ~f c~s ~ sic ~ FACTOR S~TCP' ~DIUS ~ FARTHESTTER~ VEH ~ Y~" ' ~KE: ~CK ~E:SO°Y T~CTOR ~ .~ 7 I SYBASECOST N~ 1994 ~DEL; D~ V.LN.: 1M2P267Y2~020646 ~ 4 80000 W.EREGA~ED ~07~ ! 1=0000 !~6~99 I i ; I ~ I i ST~MT $ 3000 UNINS SPEC I~ 15MILSSOROVER FAPM SERVTCE ~ PIP mX' MOTOR COFL ~V COLL m s ~37 -- m s3000 COLL ~E: T~CTOR ~ ~ i SY~AGE COST N~ 018 [99~ ~OOE: D~ ~V'~'N': [~267~0~0850 ~ & .S 80000 C~,STATE. Zrp IS~IA ~ ] TERR [ G~IGCW [ C~S SIC FACTOR iS~TCP; ~DIUS FARTHESTTE~ w...~=,~ ,o~s~ ~=oooo ~., I I , I I , I I5MmLESOROVER m J ' SERVmCE ~ . UNNS SPEC 3Cs 50000 ) OR'ETD WOR~SCHOOL 019 11995 MODEL: WALKING : V.LN.: 1EiU1X289SR~17623 075 , 68499 I ~DR,VETO WOR:~SCHO0~. I US~~x COMM, · X ' ~,OD'L PIP ~ U~D~m~ 15 MILES OR OVER FARM : SERVICE xmP~P IX MOTOR m rSPEC CO~L ~ ~ ~COLL IS ~37T S3000 CO~ ~ [995~~EL: N~Z~G [VIE.: Z~Z~ZZ285S~GZ?635 ~ 3 ~S 50000 WHE.S~SD 0?5 ~ ~ 68492 ~ ; ' ~A~T ~PE: T~IL~ ~ JO~ m SY~AGE i COST N~ 075 , 68499 m UNDER 15MILES ~ PLEASURE :~ RETAIL ~ LIAR ;~UNINsMEDPAY ' , CHECk ~75 ' VEH~ : Y~,~KE: ~m :~p~: m~=T~.~R ~ JJ~ j S~A~E I COSTN~ ACORD' ~29. (3/93)a' ATTACH TO. BUSINESS AUTO SECTION VEHICLE DESCRIPTION (con't.) ~ v...i ~E~" MAX=: EAST I'°D''' ~' 1~7 .... TYPE: TE-~'r'i%ER SYI~AGE I COST NEW 02~ ~9~5~ MO~EL; ~G V-J-N-; [~[G[Z289S~76~0 3 ~ 50000 C[~TATE, ZIP IS.~I~TA ~ I TERR : G%qN/GCW I CI.A.SS I SIC i FACTOR ~S~TCP~ ~DIUS ~ FARTHEST~M ~ 075 6~499 ' UNOER ~5 MILES r~ PL~SURE RETAIL ~] X I L~8 I X I MEO PAY & ~BOR ' J ~ ~ COMP . ~ ~ ~' ST AMT 000 15MILE9OROVER : FARM I SERVrCE ~ X: PIP ~MOToRUNINS .~ cSPECoFL I ~ "X ' COLL ~ S ~TT . S3000 COL 025 19951MOO~: W~KING ,V.LN.: 1EiUiX280SRG176~1 3 ;S 50000 DRIVE TO WORK,SCHOOL I USE . X VEH# I YEAR!MAKE: EAST 026 i 19951 MODEL: WA/~KING ~L~ERAGES X ADD'LPI" IX I MOTOR DEDUCTIBLES I X I AC'/ ~ TOWING AA L~ STAMT ~P~P ' X MOTOR ~COFL ~ COLL ~109T J ~PE: T~ILER ~ SY~AGE v.ku.: 1Ei~IX282 SRG17642 3 I 075 ORIV£TOWORK/SCHOOL USE[ ~ co,,~,.,. I~'~[~GEsl X FARTHESTTERM [ SPEC $3000 $3000 COL[ COST NEW 50000 s3000 MED PAY & LABOR FT i XI COMP ~ MOToRUNINS CO~LSPECi in COLL J $ #107T ! S 3000 COLL VEH # YEAR MAKE: AUTOCA.R TYPe: TRUCK ~l"~p,~ I SYM/AGE , COST NEW 027 RE I V.LN.: 1WA~G~T304346 6 ] $ 80000 WHEREG~GED 075 [ m 33499 i I O.~ TO WO"~SCHOOL , USE ~LIA8 :~ MED PAY ; · EAST ~PE: IVJ'N': [~[D[X286~AG[?6~ ' ~ 3 S 50000 ' CITY, STATE, ZIP ISLA/TDIA NY '1~ 15 MmLES OR O'vER ~-- FARM SER'ylCE i LSPDEDUCTIBLES I 3: .,c', ~ ,.oMPJ~ c o~ ~ ~z~ u...~ ~ ~.,E~ ~¥ I . mW,N~ ~ .~ ~ , COFL ~.~ '~ COLL m5 ~1~ I S3OO0 COLL m TERR G~IGCW C~ sic FACTOR S~T CPi ~DIUS FARTHEST TERM CH~CK , UNDRINS ~ ~csP m OEDUCTmBLES ~ I SPEC ' ~PE: m~ATX. F~ ~ I~ BY.AGE COST~ : C.~C~ 07~ 68499 ACORD. 1'29: {3/93)a · ATTACH TO: BUSINESS AUTO. SECTION VEHICLE DESCRIPTION (~n~.) 032 ~1995 MODEL: WALKING I TYPE: TP~AILER v I.N.: 1El~1X283 SRO17648 I 3 50000 TERR O~IOCW I CLASS I SaC ! FACTOR IS~CPI RADIUS I FARTHEETTERM VEH# Y~AR I MAKE: EAST 033 [19951MOE~L: WALKING ~ 15 MILES OR OVER ~ FARM VEH# I YEAR [MAKE: EAST MOTOR I 1GOFL ~ F~ COLE I 5 #135T S3000 COte TYPE; T~ILER · v.L~.: 1E1GiX285SRG176%9 ~ 3 ~s 50000 "~TA~L ~ LIA" ~ X M~D PAY / & ~OR -- 03~ 119951 MODEL; WALKING I V.I.N.: 1E1[IIX281SRG17650 I 3 I $ 50000 CHECK ~ UNDRINS ' X LIAB I MEDPAY ~ &~8OR ~ ' X~ COMP { r~ [ STAMT $~000 u.~.s s.~c ~ COtL ~25T *3000 COLt VEH~ Y~R ~KE. EAST I ~PE: T~ILER ~ 12~ 035 ~1995 MOO~L: W~KING ~VJ.N.: 1El~lX283SRG17651 3 ,s 50000 I TERR { GVWIGCW I C~S r sic I FACTOR ISEATCPi RA01US I FARTHEST TERM [ ;UNNS SPEC ~COLL [$ ~129T 53000 ----COLL ~ODY [ SY~AGE [ COSTN~ ~1995J~DEL: ~r,~T~G ERIN.: l~[GlZ285SRGl?652 3 rS 50000 WHERE GA~GEDCI''--STATE' ZIP IS~IA ~ ~'J TERR ;Q,5 I G~/GCW ~ 68499 , C~S I S'C ~l FACTOR ' S~T CP' ~OIUSI. I FARTHEST TERM L~ MOTOR ; ; I I LSP X AC'; ~COMPu~ COFL UNDER15 MILESmPLEASURE ;RETAIL I LIA8 ~MEDPAY / I&~BOR ~ m~ : COMP = STAMT 153000 [ORIVETOWOR~SCHOOL ~ ,~ COMM'L CHECK , · UNORINS : ~UCTIB~ AC" ~ ~ COFL VEH~ m Y~R M~E: q~TT '~PE: T~TT,~R ~ l%7 SY~AGE ,m COSTN~ ACORD. 129 (3/93)a ATTACH TO BUSINESS AUTO. SECTION .. I VEHICLE DESCRIPTION (~n't.) .. 040 11993' MODEL: CH V.I.N.: 1M2A~k13Y4PW026354 I 5 $ 47000 C~TATE, Z'P ISLA-,N'DIA NY I ,EaR C~,CD'~ iCLASS J SiC FACTOR SEAT DP': RADIUS I FARTHEST TERM GARAGED 075 36499 YaH# YEA" I MAKE: ~[ACK , T~PE: TP. ACTOR ~ ~ 041 ,1994 MODEL: CK ]VJ.N.: 1M1~13Y1RW038369 s'r ~MT !~3000 ; $3000 COLE BY'WAG E COST NEW 4 ~ $ 68500 CITY. STATE, ZIP ISLANDIA N~ D RIVE TO WORK/SCHOOL USE ' UNDER 15 MILES ; PLEASURE I 042 11994 MODEL: CH CITY, STATE, ZIP ISL2%NDIA ~Y DRJVE TO WORK/SCHOOL I USE VEH# I YEAR IMAKE: ~[ACK TYPE; T~CTOR 043 ]1994: MODEL: CL V.I.N.: , RETAIL $3000 $3000 DOLL BODY IW,E: T~,ACTOR :~ ~ I SYM/AGE COST NEW V.I.N.: 1MiAA13¥4RW039810 I 4 68500 I TEaRi ovw/ocw i cLAss I slci FACTOR :SEATCPI RADIU: ,SLaV,CE XIPIP ~MOTOR ~CO~[ ~/×IcoLL ', .~ m FARTHEST TERM SPEC ICOFL $3000 $3000 COLL 1M1/LD37YgRW001891 s 68500 CITY, STATE, ZIP I S[~TDIA NY C~S i SIC , FACTOR SEAT cPI, RADIUS WHERE GARAGED 36499 i DmYE TO WORK/SCHOOL i USE UNDER 15 MILES PLEASURE FARTHEST TERM ~COMP~ 000 COLL BODY TY.E: TRACTOR ! v.t.~.: 1~867Y4P~4020356 L TEaR i OVW/GCW 075 ) 36499 ] UNINS SPEC SYIWAGE i cost NEW · 4is 68500 SiC FACTOR SEATCPII RADIUS FARTHESTTERM LSP DEDUCTIBLES I ACV I COMP; I SPEC ~ I X, ~ ~COFL COMP '~ AA L~ STAMT $3000 ~O0O0 15 MILES OR OVER FARM YEAR i MAKE; [ CFTC. STATE. ZIP i WHERE GARAGED T~.T.~A_,~T~ NY i DRIVE TO WORK/SCHOOL I use UNDER 15 MILES PLEASURE I RETAIL SPEC s3000 COST NEW :CrrY, STATE, ZIR ISLA~DIA NY WHERE GARAGED I 075 68499 I )CHECK F~_COVERAGES ,m iU~DmNSMoTOR ~ F ~ LSP DEDUCTIBLES X; .ACV 9RIVE TO WOR~SCHOOL; USE I ~ COblbI'L AOD'L PIP ~ FACTOR SEAT CP" RADIUS FARTHESTTERM TERRI GVWIGCW i CLASS SIC ; : CHECK ~l , I UNDRINS DEDUCTIBLES ~X-- SPEC ~ETAIL I IL,*B ~IMEDPA'¢ I .TOW,NG × AC'Y COMP~ ' : ACORD: 129' (3/~3)a ATTACH TO BUSINESS AUTO SECT[ON VEHICLE DESCRIPTION (~n't.)' ' 048 i 199~i MODEL: WALKING T~PE: TP. AILER ~ · VJ.N.: 1EiUIY285SRF17056 I 4 s 50000 ISLANDIA NY ' I TERR I GVWIGCW I CLASS ; SIC FACTOR SEAT CPI RADIUS ~ I 075 63499 ' I FARTHEST TERM UNINS , SPEC I I F~ I X; COLL I $ #183T , lW~'E: TPJ%ILER RE~'V~.OV'~* ~.[O : SYM~AGE I IV'LN'; 1S8AD392[~0008244 ~ 4 'S 50600 TERR ; GVW/GCW CLASS ' SJC FACTOR RADIUS ' FARTHESTTERM I 68499 : ' 050 11994; MODEL: [ i DEDUCTIBLES MED PAY ~.MT UNINS TP. AILER ~ CFTY. STATE, ZIP IST.,2~TDIA NY ; WHERE GARAGED I 075 DIVE TO WOR~SCHOOL I USE COMM'L ; UNDER 15 MILES ~ PLF-~SURE RETAIL ~ LIAB 15 MILES OR OVER { F~.RM i SERVICE ix lPIP VEH# YEAR I mE: SUMMIT 051 1994! MODEL: WALKING V.I.N.; 1S8AL4524R0008303 68499 : I I ', LSP ~ DEDUCTIBLES i X ! ACV &LAEOR -- COMP i A~ I ! STAMT COFL COLL #153T TP~AILER ~ 177 I S',~A~E 1S8AL452120008260 I 4 / TERR I GVWIGCW I CLASS I $1C FACTOR WHERE GARAGED I 684 9 , I : X UNDRiNE ~ ~ DEDUCTiBlES ~,ACV DRIVE TO WOR~SCHOOLi use x COMM'L ADO'L PIP MOTOR I : LSP DEl 15MILESOROVER FARM I:SER'vlCE X I PIP ~ X MOTOR COFL ~177T ~ ' Y~R I~KE: S~IT T~ILER ' ]7~ SY.AGE 19941 ~OEL: W~KING CITY, STATE, ZIP ISLA~DIA NY WHERE GARAGED s3000 $3000 FARTHEST TERM 0 Is3000 COLL COST NEVV 50600 SEAT cPi RADIUS FARTHEST TERM COFL s3000 I $3000 CCL~ V.I.N.: 1S8AL4518R0008255 4 50600 CO 'C ' COVERAGES ; DDT blO,TOR , i F RETAIL ~, LIAB MED ~AY & LABOR ISERVlCE , X ~lp X,MOTOR iCOFL I '~Vl z'COLL 15 ~175T Is3ooo COLL ] ~PE: T~CTO~ ~ ~ m SY~AGE j COSTNEW COFu ~'X COLS IS ¢~ s~onn COLL : I I I I 075 ' 68499 ACORD 129. (3/93)a ATTACH TO BUSINESS AUTO SECTION · .. VEHICLE DESCRIPTION (con't.)' ~E: TP. AILER COST NEW V.LN.: 1EiUlX282SRG17639 ' I 3 I $ 60000 TERR I G'~NIGCW CLASS I SIC ; FACTOR SEATCP' RADIUS FARTHEST TERM CI~I~TATE, ZIP ISLANDIA ~ ] I I ~ARAGED ~ 075 68499 i~ UNINS ~ SPEC ~ F~,~ COaL I S #101T s3000 COLL 057 1995 MODEL: CH JTERR 075 CHECK DRIVE TO WORK/SCHOOL L~ UNDER 15 MILES ~ PLEASURE 15 MtLE$ OR OVER! I FARM 058 I MODEL: F-700 CITY. STATE. ZIP ISLANDIA NY WHERE GARAGED DRIVE TO WORK/SCHOOL ~ USE b~ COMM'L TERR 0?5 BODY TYPE: i 36499 ~ooLPP ~,io,oR I IF BODY WRE: P/U TRUCK TRACTOR =t~ ~ , SY~AOE . COST 1M2AJ~14¥1SW049565 I 3 is 80000 SiC FACTOR IS~TCP' ~DIUS F~THESTTERM ' COFL COMP ~ .~ ~ STAMT COaL~53 s3000 COLL VJ.N.: 1FDN~74N7 FVA49248 4 15000 1000003499 II = : ADD'L RIP;~ TOWTNoMOTOR F I. SP Ii DEDUCTlaLES, i ~Z ^er X~ COMP~J C~"ECOF e u.m.s ~sP~c ~ ~COLL )S 813 MOTOR C OF L S 3000 COLL iYEAR I MAKE; ~ACK VEH# I YEAR iMAKE: i~CK UNDER 15 MILES I-- PLEASURE WHE~EG,~GED T$~'['A ~ 1995 , BODY VEH # i YEAR MAKE: HACK I TYPE: TRACTOR %~ ~ 7 SY~VA~E COST 059 ! MODEL: CH ] V.l.~.: 1M2AA14YSSW049~67 3 70000 GVWIGCW C[.~S SiC FACTOR S~T CP~ ~01Ul FARTHESTTERM ~o~o~ ~o~ ~co~ '~ ~7 COFL s3000 $3000 COLL , TYPE: TRACTOr. -~, SYM/AGE COST NEW i V.l.N.: 1M2AA14¥5 SW0~ 9566 3 7gO00 ~COMM'L~ ~COVE~GEsCHECK ~ AOD.LPiP ~ ~S ~ Fj ~ LSP :DEDUCTIBLES BODY ~ ~ SY~AGE COST NEW I TERR ~ G~IGCW C~S SiC I FACTOR I S~T CP~ ~DIUS FARTHEST TERM I 075 ~ 56000 36499 I I CH~:CK ' ADD'LPIP ~ uNDR"NS ~ DEDUCTIBLES X 'C'Y ~COMP~ SPEC ' ONINS , SPEC ~ ~%v m x,COaL S ~67 S 3000 ', ~PE: ~ATT,~ ~ ~[~ SY~AGE COSTN~ CHECK I DRIVETOWORKJSCHOOL USE ; i COMM'L COVERAGES, X 3 49371 i s,cI FACTOR IS~TCP: ~Dmus FARTHEST TERM '1~D ~TT"~ ~ "~l } SYM~AGE I COST NEW AC ORD' 129 (3/93)a ATTACH TO. BUSINESS AUTO SECTION VEHICLE DESCRIPTION (con't.) VEH # YEAR ~ MAKE: SPECTEC 064 i 1995[MODEL: AWO4596100 T~PE: TRAILER V.LN.: 1SgWA4523SS188200 3 $ TERR COST NEW 49371 FARTHESTTERM m 075 80000 68499 LIAO MEDPAY &LABOR I FT ' X I COMP :A L~ STAMT ! $3000 .~ UNINS SPEC ~ BOLL 5~--~209T $3000 COLL i V.I.N.: 159WA4525SS188201 , 3 I $ 49371 TERR I O~W/GCW CL~S : SIC FACTOR SEATCPI P~IUS FARTHEETTERM i 075 80000 68499 I . : COVE~GES X ADO'L PrP UNDRINS m I DEDUCTIBLES X l ACV X ~COMP~ SPEC ~ COF[ UNINS , )COFL I , ~ ~ cou~ ~2~5T $3000 co~ 066 1995 mODEL: AWO4596100 I VJ.N.: lS9WA4527SS188202 I 3 s 49371 CFr%', STATE, ZIP ISLAIFDIA NY , WHBRB OARAGED i 075 80000 68499 COFL UNDER 15 MILES PL~SURE R~AIL . X UAa . TOWING F ~5MILESOROVER FARM ~ ~ SERVICE ~ P~P MOTOR COFL ~ COLL ~2~7T $3000 COLL BODY SY~AGE [ COST N~ 067 1995 MODEL: AW04596100 1S9WA4520SS188204 : 3 $ 49371 WHERE GARAGEDCITY' STATE' ZIP ISL~N'DIA ~ ITERR075 ] 800000%~VIGCW N RIN/ CLASS i SIC I FACTOR SEATCP]I~OluS I FARTHEST TERM68499 i I DRIVE TO WOR~SCHOOL USE CHECK U O S ~ I UNDER 15 bllLES , ~ X'cOLL ~219T 's3000 ~ 15 MI~S OR OVE~ SER~IC~ ~mP ~m~R ~L '~ CFTC. STATE, ZIP ISLANDIA NY I WHERE GARAGED ! 075 $0000 I 68499 BRAVE TO WO.~SC~OOL I US~ m' OH~C~ . UNO'INS ~ x UNDE~ ~5 UILE~I-- m x cO ,M' m "ETAmL ~ LIAB ~ MEDP~Y ~ TOWNG,~O, ~T YEAR i MAKE: S~CT~C , T~PE: T[C~TLI~R 1995; ~DEL: AWO4596100 Iv.'.N.= 1S9WA4522SS188205 I 3 S 49371 ~ COMP ~ ~A STAMT I S3000 ~ I CCLL mS ~221~ ~s3000 COLL ~ ~ m SY AGE I COST NEW mVJ-N.: l~gWA4~26SS~R206 m 3 :s 49371 i 069 ! 199~, MODEL AWO45961D0 TERR GVW/GCW CLASS CITY, STATE, ZIP ISLANDIA NY 07~ 80000 i 68499 DRIVETOWORK/SCHOOL, USE ~ COMM'L I CHECK m m m UNDRINE , __ , X ~Y~ ~ ~OR ~T ISIC FACTOR i SEAT CP'RADIUS , FARTHEST TERM I I I I OI'T~,STATE. ZlP ISLA-NDIA NY TERRI GVW/GCW ! C)-~SB i SIC FACTOR SEATCP' RADIUS i FARTHEST TERMI ~ ~ MOTOR m , ACORD 129 (3/93)a ATTACH TO. BUSINESS AUTO SECTtON I VEHICLE' DESCRIPTIQN (~r?t.) ~' 080 1996 MODEL: WALKING 2 $ 45500 $3000 , ~oo~ ~ ~ I i V.LN.: 1S8AD3434T0009072 I 075 ' 68499 pip ~ UNINE I m sPEc ~- ~ I x. COLL $ #31T I SODY TYPE; TP~AILER ~ ~ m SY~AGE 83000 COLL 081 ' 1996 MODEL: DU~ 188AD3436T0009073 2 ' S 45500 crrY, STATE, Zip T S L.~/qD TA l%iy i TE~ I G'v'W/GOW CL.a~S : SiC I FACTOR S£ATCP RADIUS I FARTHEETTEP. M WHERE GA~GED m [o75 ,i 68499 ~ I UNDER15 MILES I PLEASURE RETAIL UAB MEDPAY &~BOR X ~ COMP ~ ~ MT S3000 I ~U~INS SPEC X~COLL rs ~33T 'S3000 CO~ 082 'r 1996~ MODEL; W~KING V.[.N.: lS8~3438T0009074 S 45500 C~,STATE, Z,P IS~IA ~ m TERR I G~/GCW ~c~ sIC FACTOR s~TCP ~.Us F~THEsTTE~ WHERE GA~GED 075 68 ~ 99 VEH ~ Y~R ~E: S~IT ~PE: T~ILER 083 199~ MODEL: W~KIN~ ,V.LN.: 08392 3 S ~9500 C~J'Y,$TATE, ZIP ISLA/FDIA NY WHERE GARAGED DRIVE TO WORFJSCHOOL ! USE ] Ii Y~RI~KE= SPECTEC - 19951 MODEL: CITY, STATE, ZIP ISLANDIA NY TERR I G%"/~/GCW ', C~ : sc I FACTOR EEATCP, RADUE I FARTHEETTERM I 075 I 80000 [ 68499 I i , i I , ~ERAOES X AOD'LPIP XX~ MOTO. F i[-SP X ,%C,/ X!CON1Pr iCOFi' p TOW NG ~ ~ '-- ~ ' ~VJ.N.: lS9DS323XSS188271 , 3 ,S 38731 TERR : G~IGCW [ C~ ISICI FACTOR S~TCP' ~DIUSI FARTHESTTERM ~ , ~ I I CHECK 0?5 :r 80000 ; 68499 : ~ ~.E: ~IC~ -lip SY~AG E COST N~ TERR G'~N/GCW C~ I sic i FACTOR SEATCPI ~DIUS : FARTHEETTERM C[I'Y, STA?EZiP ISLA/~DIA NY ',~HERE GARAGED 075 ' 03499 I ISMILE$OROVER '~M i SER',ICE I X:~IP , X l~3,oSR ~ DEDUCTIBLES I I EP=C 18-7 IsY~vA~E I COST N~ lCH ; 07~ : 68499II I I { ~ COM~'L COyE~AGES~ X ^DDL.Ip ~ MOTOR I ~ I I L~P ACORD. 129(3~33)a ATFACHTO'BtJSINESSAUTOSECT~ON · ' · · VEHICLE DESCRIPTION (con't.) VEH# I yEAR blAKE: ST~'TT 072 ,1995 ~ODEL: WALKING ~TATE. ZIP ISLANDIA AU[ GARAGED V.LN.: 1S8A.L4526S0008936 3 Is 49500 075 80000.I 68499 LIAR ~- MED PAY ' ~rowINO ~PIP ~UNZNSMo~O~ ~CO~ I~ x:co~L Is ff205T s3000 cou 073 ! 1995 MODEL: WA.LKING v.I.N.: 1S8AL4524S0008935 '1 3 ! I 49500 TERR GV'C/IGCW [ CLASS s'cl FACTOR SEAT C"I RADIUS CIR, STATE, ZIP IS~IA ~ ' , ~ WHEREG~GED I 075 80000 I 68499 I I ' D~IVE TO WOR~SCHOOL USE COMM'L COVE~GES~ ADD'L PIP ~ LSP ~ ACV ~7~ [995:MODEL: N~[~G ~VJ,N.: [S8~A523S0008718 I 3 :S CITY, STATE, ZIP ISLA~TDIA ~T~ I 68499 ; WHERE GARAGED ! 075 DRIVETOWOR~SCHOOL USE : X lCOMM'L COVE~GESl X' ADD'LP'P I~ MOToRUNDRINS F ~SP I DEDUCTIBLES I x J UNDER I5 MILES PL~SURE RETAIL ' X UAB X: MEDPAY &~BOR FI COMP ~ ~ STAMT [$3000 ~ , UN NS SPEC vJ.~.: [SlgDS3239SS188214 ~ 3 ~s~ 49500 , ; U~NS ~25T S3000 COLL I 15 MIL~S OR OVER I I ~ARM S~¥IC~ X [ "'P ~ MOTM J l co~ co~ WHEREO~GEDCI~' STAT[ ZIP IS~IA ~ { 07'~' ] {. 68499 , {' ; , ~ u~s SPEC [ ~ ' ~Ico~ ~21T iS3000 COLL ~ 15MILESOROVER U~ F&RM I ~ SERVrCE ~ PI~ ~ MOTOR COFL :, 077 ~ MODEL: D~ I~D~SD]~O2~I~vJ'N': I 6 20000 rem. ~ ~/OCW C~S ' S,C ~ACTO. I WHERE GARAGED I S IA CHECK .~ SPEC r~RIVETOWORKJSCHOOL USE :~L COMM'L COVERAGES~L COMP! I COFL CiTY STATE, ZiP , { WHE'I~EGARAGED ISLANDIA ~ CHEC~ 075 { ~K49q DR'VETO WOR~SCHOOL USE , UNDR,NS ~ ~ DEOUCTIBLES '~ ~ SPEC ~ 15MrLESOROVER ~ FARM ) SERVrCE x m ~m~ X MOTOR COFL ~ X) COLL ~ ~q9 Sannn COLL CLASS SiC FACTOR SEATCP' RADIUS ; FARTHEST TERM . ACORD 129 (3,~J3)a ATTACH TO BUSINESS AUTO.SECT[ON VEHICuE DESCRIPTION (~n't.) VEH~ I YEAR. MAKE: ~.~'T'~'~ 088 11989: MODEL: SEMI GY TY~'E: T~J~ILER V. LN.: 1HgDGG3DiK1022017 $ 36000 TERR OVW/GCW ICLA~E i SIC I FACTOR SEATCP! RADIUS I FARTHEST TERM GARAGED 076 68499 VEH · Y~" . MAKE: ~ST ~.E: T~ILER ~ ] ~ COST NEW 089 1994 ~: S~ GY IVJ'N': 1E1~1X282~15&79 , ;S 50600 D~ 'O WOR~CHOOL U~E ' X COMM'L ~.~,~ A~'L ~IP I X ~OTO~ ~ ~ ' I g~ ~cv co~P~ c o~g VEH · Y~R MAKE; A~OC~ ~ ~PE: T~CTOR · WHERE GARAGED 36499 I r  CHECK I A ' P UNDRINS F ] UN~ER ,~ MILES PL~SURE .RETAIL i~ LIAS ]~ MED AY ~ &LABOR ~] I X i CO~*~. ~ 1, MILE~ O. OVER FA.M *ERVmC~ ~ .,P ~ ~gj~R ~ C O~ L ~ ~' i X COLL 19861 ~DEL: T~ILE~ V.LN.: 1E1F2T283G~0680% ~'~0 COM I SPEC S~.~.k .~JS'F~MT [$3'000 i s 9000 COLL I SYNi/AGE I COST NEW s 40000 ClTY, STATE, ZtP ISLA~TDIA NY WHERE GARAGED 11749 .DRIVE TO WORKISCHOOL Iuse 68499 I I FACTOR E~TCP1 ~OlUS I FARTHESTTERM WHERE GARAGED i 0RIVETOWORK/SCHOOL COMM'L ~!ERAGESL~ AOO'LPIP ; I MOTOR F I I LSP ACV AA ~AMT $.~000 EY~AGE COST NEW I I I MODEL: V.I.N.: C~, STATE, ZIP i OVW/O CW WHERE GARAGED i F~ ~ ~ TOWING ' COLL COST NEW FARTHEST TERM WHERE GARAGED I CHECK UNDRINS ' DEDUCT BLES ' DRIVETOWORK/SCHOOL USE I COMM'L COVERAGEEI ADD'LPIP : ' MOTOR I I F I LSP I i COST NEW FARTHESTTERM SYM/AGE COST NEW '1 MODEL: V.I.N,: I ~ TERR I GV1NIGCW CLASS CITY, STATE. ZIP .... ~ UNINS ; SPEC I ElD FACTOR SEATCPI Fa~ADIUS FARTHEST TERM I DEDUCTIBLES i SPEC- COLL, I ACORD' 129 (3/93)a · ATTACH TO. BUSINESS AUTO SECTEON . ' J ,4CORD. VEHICLE SCHEDULE cs, Js osz o ! PRODUCER PHONE ,~ s16-799-8222 Bender !ns. A~;, Inc. BR#1 3~Crossways Park Drive !fuz~t N-Y 11797 AGENCY CUSTOMER ID ~PPLICANT (First Named Insured) Trinity Transportation Corp. 10/30//00 I 10/30/01 , BODY SY~AGE : TYPE; I MODEL: COSTNEW CITY, STATE. ZIP I WHERE GARAGED [ I '' I CHECK UNORIN~ I , I DEDUCTIBLES [AC'y co~Pl_~ r ~.E: ~L - ~Oq~ COST.~ 01 2002[ M~ m V.I.N.: 1TgSC42282B656034 m ~ s 68499 DRIVE TO WORK/SCHOOL I use ClT~, STATE, ZIP WHERE GARAGED DRIVE TO WORKJSCHOOL ' USE MODEL: TERR . GVW/GCW CLASS I SIC FACTOR lsat cPI RADIUS [ FARTHEST TERM I TSRR ' GV'h'IGCW i CLASS i SIC FACTOR i S~T CPI ~DIUS i FARTHEST TERM CHEC~ · t~N~RINS I I~LS~ iDEDDCTms~ES J AC': ~CCMP TERR I.~ UNOER15 MILES PLEASURE :~-- RETAIL I? LrAs ? MEDPaY' BODY I ~ GVWIGCW SPEC CLASS SIC FACTOR SEAT CP RAOIUS IFARTHEST TERM DEDUCTIBLES TERR GV'W/GCW I GLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM i i MODEL: i V.LN.: SyM/AGE COST NEW TERR GVW/GCW CLASS , SiC FACTOR S~T CPi ~ADtUS ; FARTHEST TERM ACORD: 129. (3/93)a .~ ACORD CORPORATION 19!33 TRINITY TRANSPORTATION COR~ Z 14. BLYDENBURGH ROAD CENTRAL ISLIP, NY I I 722 Tel. (516) 342-9673 Fax(516) 342-9676 TRINITY TRANSPORTATION CORP. RESUME OF PROJECTS 2002 TOWN OF BROOKHAVEN, LONG ISLAND, NEW YORK Complete operation of MSW transfer station facilip,'. Our responsibilities include acceptance of material from collection vehicles, all loading and transfer operations as well as hauling over 700 tons of MSW per day. All tnanpoxver and equipment is provided exclusively by Trinity Transportation Corp.. Equipment Provided: 18: one hundred cubic yard walking floor trailers, 7: on-road tractors. 1: Caterpillar 325L Grapple Loader, l: Caterpillar 970 Payloader~ l: Komatsu 420 Payloader, 2; switch tractors. Start Date: April l. 1996 Status: Under contract until February. 2000 ~ith 2 additional 1 year options for extension. Extensions have been exercised through Februa~, 2002. Contact. Mr. Paul Roth, Commissioner of Sanitation Mr. Don Knohs, Assistant Deputy Conunissioner of Sanitation TOWN OF EAST HAMPTON, LONG ISLAND, NEW YORK Hauling and Disposal or 40 to 100 tons per day of MSW. Trinity provides staged trailers at East Hampton's Facilit)~ which arc pre-loaded. Triaity Transportatmn provides long haul and disposal of tnaterial. Equipment Provided: 10; one hundred cubic yard walking floor trailers Start Date: 1994 Status: Our operations ended April 1, 1997. SeN'ices resumed 1998 to 1999. An extension through to 2001, was Town Board approved. Re-bi& March 2001: awarded to Trinity Transportation. Extension requested to 2003. Contact: Dave Paolelli, Commissioner of Sanitation TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK Transportation of Ash from incinerator operanons. Hauling of ash residue from the Smithto~WHuntington Incinerator to the Babylon Landfill. Equipment Provided: 2; ten wheel dump trucks and 2: tractors ~th dump trailers. Status: Operation since 1995 to November 1999. Contact: John Zollo. Town Attorney TOWN OF SMITHTOWN, LONG ISLANi), NEW YORK Transportation and disposal of Yard Waste through an [MA with the Town of Babylon. Providing 100 cubic yard walking floor trailers with transportation and disposal of bagged yard waste. Approximately 250 tons per day. Equipment Provided: Approximately 10 tractor trailer loads per day. Status: Operation currently in progress since Janua .fy 1997. Contact: John Trent, Town of Smithtown Engineering Dept. TOWN OF RIVERHEAD, LONG ISLAND, NEW YORK Hauling and disposal of MSW and co-mingled rcc¥clables as sub-contractor to East End Recycling Corp.. Trinity provided one hundred cubic yard walking floor trailers and tractors for thc hauling and disposal of MSW. In addition, TriniV,.' arranged for thc transportation of recyclables for separation and marketing. Equipment Provided: 2 - 5 one hundred cubic yard walking floor trailers. Status: Operation completed in 1996. Contact: John Reeves, Commissioner of Sanitation TOWN OF SOUTHOLD, LONG ISLAND, NEW YORK Transportation and disposal of MSW and C&D materials. Trini~, Transportation provides 100 cu. yd. walking floor trailers for the hauling and disposal of all Town generated MSW and C&D materials. TOWN OF SOUTHOLD. cont'd Equipment provided: 100 cu. yd. trailers and transportation adequate to handle volume generated. Status: Started May 1997 to present Contact: Mr. lames Bunchuck, Landfill Supervisor OMNI OF WESTBURY (as subcontractor to TOWN OF HEMPSTEAD, LONG ISLAND) Trinity Transportation provides long haul and disposal ser¥ices to the prime contractor, Omm of Westbm3'. Materials hauled include: yard wastes, and various r~.'clablcs. Equipment provided; 100 cu..x'd, trailers and tractors as needed. Status; providing sub-contracting services since 1995 to present, as needed and if requested. Contact: Mr. Anthony Core. President. Omni of Westbm3' OMNI OF BABYLON, LONG ISLAND, NY Transfer station, NYS. DEC licensed. Trinity Transportation prox~dcs long haul and disposal services for ALL facility commodities: MSW, mixed rcc3'clables~ C&D debris, yard wastes and concrete/aggregates. Equipment: 100 cu..x'd, walking floor trailers, fiat bed and van trailer service for baled materials. and dump trailers. Status: Since 1995 to present Contact: Mr. Brad Meyers. FaciliW Manager TOWN OF HEMPSTEAD, NEW YORK Transfer of ash residue from Hempstcad Facili~', (Rcf-Fuel) to Brookhaven Landfill, as interim operator. Approximately 30 loads per day~ 1500 tons per day. Equipment; Tractors and dump trailers. Status~ May2001 toSeptembcr 2001. (Emergenc3, services performcd for vendor default). Contact:, Mr. John Pinto. Deputy Commissioner TOWN OF HEMPSTEAD, NEW YORK Transfer of MSW material from Hempstead's Merrick Transfer facili~, to Hempstead's. Ref-Fuel facility. Approximately 15 - 20 loads per day. Equipment; 100 yard walking floor trailers and tractors Status; Ma)' 2001 to Present. (emergency services provided for vendor default). Contact( Mr. John Pinto, Deputy Commissioner