HomeMy WebLinkAboutSolid Waste HAULING Only BidSECTION B
BID SPECIFICATIONS
(TECHNICAL/MANAGEMENT)
1.0
SECTION B
BID SPECIFICATIONS
TECHNICAL/MANAGEMENT
REQUIREMENTS
This request tbr bids is issued tbr the Town of Southold, State of New York, Town Hall,
53095 Main Road, Southold, New York, 11971 (Telephone (516) 765-1800) The eflbrt,
shall be known as the Town of S0uthold Solid Waste Haul Disposal Sen'ice.
The Town of Southold desires to issue an Agreement with a qualified Contractor to haul
a portion of its Solid Waste. The Town will need to dispose of approximately 10,000
12,500 tons of solid waste during the agreement years. The Contractor will ensure the
Town that solid waste will be hauled from the Town of Southold's transfer Station to the
TOH RRF.
2.0
3.0
· 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 defined
in the Code of Federal Regulations, or other applicable state and federal
regulatory requirements. [SEE NOTE AT END OF SECTION 6.2]
PROGRAM GOALS AND OBJECTIVES
The goal of this project is the continued safe and reliable hauling 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 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 uumber 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.
23
4.0
4.1
5.0
5.1
This Agreement will not provide any guarantees with respect to the volume of waste to
be hauled andor disposed of by Contractor or the specific operational techniques andor
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 tbr 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 temps 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 t3qpe 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
The Town Of Southold's historical solid waste quantities and characterization data are
available tbr 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 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 for such
waste disposal services 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 fullowing hours:
24
Monday through Friday 7:00 A.M. to 4:00 P.M.
The Transfe,- Station is closed on the following holidays:
New Year's Day
Martin Luther King Da3'
President's Day
Easter Sunday
Memorial Day
Independence Day
Labor Day
Columbus Day
Election Day
Veteran's Day
~_, Thanksgiving Eve
Thanksgiving Day
~ Christmas Eve
Christmas Da5'
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.
5.2
5.3
Loading Mode
The Contractor shall fully prepare transfer containers for loading, including assuring that
container covers or etnpty containers are left open. [SEE NOTE AT END OF
SECTION 6.2.1
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 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 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
25
5.4
6.0
6.1
6.2
will be submitted to the Town within twenty-tbur (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 SERV[CES
For Solid Waste Hauling Services-Agreement, the lbllowing services will include
the tasks, responsibilities and performance required as outlined herein.
Work Included
The Contractor shall provide the/bllowing major essential sen,ices 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 the TOH RRF in accordance with all local, state, and Federal
regulations. [SEE NOTE AT END OF SECTION 6.2.l
· Financial liability and maintenance 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 sen, ices ~vith 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 minimmn level of
haul senSces 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
~vill meet the Town of Southold Transfer Station requirements. Each bidder is therefore
responsible fbr familiarizing itself with the Town of Southold Transfer Station site, solid
26
6.3
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 lbr
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,
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 Transtar 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 servicing
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:
Itt the course qf this Agreement, the Town ma),, at its discretion, provide l
or more transfer trailers for use b), the Contractor. The Town warrants
that an), 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 b), the
Contractor, the Contractor together with the Town shall develop an
addendutn to this agreement governing such use.
Weighings
The Town will compensate the Contractor tbr waste material 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 certified weigh
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. An5' 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.
27
6.4
7.0
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 TOS RRF. 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 ham~less 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.
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,
cardiopuhnonary resuscitation, etc.
Noise and dust control, ear protection, respirators, hard-hats, safety shields,
glasses, protective clothing, sanitary facilities, etc.,
Fire and explosion preventions, control, 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).
g. Employee health safeguards.
h. Mechanic's lien safeguard against xvork 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
28
8.0
pertbnnance of the Agreement. The obligation exists twenty-four (24) hours a da3', 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 tbr safety precautions and programs, or tbr any
Ihilure to comply with laws, rules, regulations, ordinances, codes or orders applicable to
the Contractor furnishing and performing the sen'ices under the terms of the Agu'eement.
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, 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
weather alter normal 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. l
Supporting Data
In the event the Town requires any infommtion 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 operations
which may be required by Town, County, State or Federal la~v.
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 records shall be considered essential to the operation.
The Contractor shall keep these data in an organized fashion that allows lbr 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.
29
[n the ex ent the Town requires additional .infonnation tbr reporting purposes, the
Contractor will supply same. The Town, or its designee, ma3' call upon the Contractor at
anytime tbr an oral review of any technical matter.
The Contractor shall file and update the/:bllowing infommtion as specified herein.
Items
Haul Equipment (Schedule H)
Haul Accident Report (Appendix C)
Licenses, Permits and Inspection
Reports
All Bid Ini-bnnation Schedules
Due
as changes occur
on occurrence
on occurrence
as changes occur
3O
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 lbr unitbrmity in 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 Services
Agreemant 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 rammer or degree modi~' 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 exmnined 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 serx'ices,
permits, labor, rnaterials, equipment, vehicles, and tools required to pertbrm 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 fumish to the Town a
satisfactory performance bond, and insurance all within ten (10) calendar days.
SECOND: To begin Solid Waste Haul sen'ices operations on the coImnencement date
of any Agreement awarded hereunder, having completed all necessary prior preparations
of operational plamfing, persomml hiring, equipment procurement, subcontractor
32
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
pro¥ided 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 pertbrmance of this Agreement, the Contractor hereby agrees
The Contractor shall not discriminate against any employee or applicant tbr
employment because of age, race, creed, color, sex, marital status, national origin,
physical disability, and shall take affirmative action to ensure that the)' 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 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 fi. trnish 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 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 forthwith cancelled, terminated, or suspended, in whole
or in part, by the Towtl 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 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 efforts 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 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.
33
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 le) 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 pertbrmed
within the State of New York. The Contractor will take such action io 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 arhved at independently without collusion,
consultation, communication, or agreement I:br 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 any 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 purpose
of restricting competition.
The undersigned also declares that it has or they have carefully exanfined 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 perlbnn all work necessary under the aforesaid conditions, to
complete operations of the aforementioned 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 in full compensation therefore, the compensation
provided fur in Section C-3.
34
The undersigned submits herewith a bid guaranty within the tbrm provided by the
applicable bid documents in the amount of $100,000.00 tbr any option or combination
thereof2 In the event this proposal is accepted, and the undersigned thils, within ten (10)
calendar days after date of receipt of Notice Of Award from the Town to execute and
deliver an Agreement in the ibtln provided by the Town or thils to execute and deliver
evidence of proper insurance coverage and performance bond in the amounts required
and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty
Shall be tbrfeited and be retained by the Town toward the satisfaction of liquidated
damages and not as a penalty. Othem'ise, the total amount of bid guaranty liquidated will
be returned to the Bidder.
The undersigned acknowledges the receipt of the following addenda, but it agrees that it
is bound by all addenda whether or not listed herein and whether or not actually received,
it being the Bidder's responsibility to receive and have knowledge of all addenda.
ADDENDUM NUMBER AND DATES
Number I ~ Dated:
Number 2 - Dated:
Number 3 - Dated:
Number 4 - Dated:
Number 5 - Dated:
The Bidder has completed the Contract Bid Form and Unit Price Schedules in both
words and numerals in accordance with these bid requirements.
3.0 UNIT PRICE BID SCHEDULE
SOLID WASTE HAUL-DISPOSAL SERVICES
SOUTHOLD TOWN, NEW YORK
3.1 COMPENSATION
The undersigned hereby submits the following price bid to furnish Solid Waste Haul
Sen'ices to Southold Town, New York tbr the terms July 1, 2002_ through December 31,
2006.
HAUL SERVICES
TheHaul Service applicable unit price per ton for agreement year
is
dollars and
35
cents ($
The Haul Service applicable unit pricc per ton for agreement year
is
ccnts ($
The Haul Service applicable unit price per ton tbr agreement year
is
cents ($
The Haul Service applicable unit price per ton tbr agreement year
is
cents ($
The Haul Se~dce applicable unit price per ton for agreement year
is
cents ($
). {el)
dollars and
).
dollars and
). {c3)
dollars and
). (C4)
dollars and
). (C5)
3.2 EVALUATION UNIT BID PRICE FORMULA
Evaluation Unit Bid Price --
(C 1) 10,000v(C2) 10,000+(C3) 10,000+.5(C4) 10,000+.5(C5) 10,000
40,000 tons
Evaluation Unit Bid Price = $
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.
Bidder:
Finn-Corporation
Address
gy~
Authorized Representative Date
BID SECURITY ACKNOWLEDGEMENT
I have attached the required bid security to this bid.
36
5.0 INFORMATION SCHEDULES
I agree to furnish and include the tbllowing 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).
H.
I.
J.
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).
NJ[.
Dated:
Detailed financial statement for the Bidder, and if applicable, tbr pm'ent
companies (Schedule E, attached hereto).
Statement of Bidder's Qualifications and related experiences (Schedule F,
attached hereto).
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 L, attached hereto).
Operation Plan (Schedule M, attached hereto).
Name of Bidder:
Address of Bidder:
37
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 indMdual or partnership)
Names and addresses of all principals or partners
38
This Bidder
INFORMATION SCHEDULE A
Town of Southold Bid Project
Solid Waste Haul Sen'ices
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 invoMng the Town of Southold, State ot'Ne~ York.
Name of Bidder:
By: Date:
(Authorized Signature)
NOTE:
(1)
(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 I of l
39
INFORMATION SCHEDULE B
Town of Southold Bid Project
Solid Waste Haul Sen'ices
The tbllowing is information 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 partially/wholly owned subsidiary of
This
By
Manager's Name (Contact)
Parent Firm'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 l of 2
40
INFORMATION SCHEDULE B - (Continued)
Name of Bidder:
Date:
Note: (1)
Any attachments or modifications to this fonn 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
41
INFORMATION SCHEDULE C
Town of Southold Bid Project
Solid Waste Haul 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:
Bidder Office Locatim~fO~vnership
Certification
BID (PROPOSAL) FORM
Schedule 5.0.C
Page Iofl
42
INFORMATION SCHEDULE D
Town of Southold Bid Project
Solid Waste Haul Sen'ices
The Bidder herein certifies that the below named individuals are the CUlTent 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
43
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 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
44
INFORMATION SCHEDULE E
Town of Southold Bid Project
Solid Waste Haul SeN'ices
STATEMENT OF BIDDER'S FINANCIAL CONDITION
This Bidder agrees to provide for any subsidiary and parent finn, and hereto attaches a
current or the most recent audited financial Statement(s) including as a minimum the
firms 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:
Namc
Address
Date
The undersigned Bidder certifies to the validity of statement and agrees to furnish any
other intbnnation 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
45
INFORMATION SCHEDULE E - {continued)
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any
inIbnnation 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:
(1)
(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) FORM
Schedule 5.0.E
Page 2 of 2
46
INFORMATION SCHEDULE F
Town of Southold Bid Project
Solid Waste Haul 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 following related information and references in order that the Town ma3'
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 firm:
No
years.
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
47
INFORMATION SCHEDULE F - (continued)
l 1. Related Experience Reference (within previous 5 years)
1 l. l Project Title:
Owner's Name:
Address:
Engineer:
Address:
Project Initial Start 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
48
l 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 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 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
49
INFORMATION SCHDULE G
Town of Southold Bid Project
Solid Waste Haul Sen'ices
The Bidder hereby states that it proposes, if awarded an Agreement to use the tbllowing haul
sub-contractors on this project.
3.
4.
5.
6.
7.
8.
9.
10.
Sub-Contractor/
Contract Trade/
IndMdual 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
5O
INFORMATION SCHEDULE H
Town of Southold Bid Project
Solid Waste Haul Services
The Bidder states that it owns the lbllowing pieces of equipment that are available l-hr use on the
project, if awarded the agreement.
Proposed Current
Equipment Item Project Use Equipment Location
Name of Bidder:
By:
Date:
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
$l
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 in tons of Town of Southold solid waste if awarded an agreement
Contract Year
Maximum Tons per Contract Year
Name of Bidder:
By: Date:
Maximum Specified Capacity
BID (PROPOSAL) FORM
Schedule 5.0.I
52
INFORMATION SCHEDULE J
Town of Southold Bid Project
Solid Waste Haul Sen'ices
Are you willing to meet with the Town of Southold to discuss your short and long term
hauling capabilities? Yes No
The undersigned hereby certifies that sen'ices, 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
By
City State Zip
Signature
(Please Print or Type) NAME AND TITLE
Phone No.
Date
CORPORATESEAL
53
Bidder Solid Waste Disposal Site(s) Schedule 5.0.J
BID (PROPOSAL) FORM Page 7 of 7
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
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, for the hauling 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 tbr this faithful performance of said Agreement, and for the
payment of all persons pertbnning labor or furnishing materials in colmection
therewith, and shall in all other respects perform 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, 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 1 of 3
54
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 year first set lbnh above.
(L.S.)
Principal
Surety
By:
Address of Surety:
SEAL
(ACKNOWLEDGEMENT BY CONTRACTOR, IF A CORPORATION)
STATE OF: )
COUNTY: ) SSN:
On this day of ,20__ befbre me personally catne
, 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
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 belbre me personally came
, to me known, and kmown 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 finn 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
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 (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
himsel/; his heirs, executors, administrators and assigns and the Surety binds itself, its successors
and assigns, jointly and severally, firmly 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 assigns, shall well and faithfully comply with and pertbrm 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 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 grmving 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 performance of the said work by
the said Principal, or his (their, its) agents or sen,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 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 ! of 2
57
PROVIDED HOWEVER. the Surety, for the value received, hereby stipulates and
agrees, if requested to do so by the Owner, to fully pertbnn and complete the work mentioned
and described in said Agreement, pursuant to the terms, conditions, and covenants thereot; if
any cause the Principal l'ails or neglects to so fully peri-bnn 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 for the completion
thereof; and further
PROVIDED HOWEVER, the Surety, l-hr 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 peri-bm~ed
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 an5, work to be
peri-brmed 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, pasments,
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) FORIM
Schedule 5.0.L
Page 2 of 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) I¥om the Town of Southold Transfer Stationl if awarded an
Agreement.
I. Haul
Summarize the manpower and equipment you wilt make available to perform under this
Agreement.
Operational Plan
BID (PROPOSAL) FORM
Schedule 5.0.M
Page I of I
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 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 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 Supetwisor to
enter into an agreement with the Contractor to perform 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 services 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 Four and One-Half (4-1/2) years
commencing on
,20
APPENDIX A-I
61
IX,'. PRICE SCHEDULECOMPENSATION
The unit bid price schedule tbr 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 tbr set'vices
performed during the prior calendar month. Thc Contractor shall submit a request for payment
on a Town approved voucher form along with Contractor's invoice which shall include a daily
smmnary of tonnage 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 any pa~,ment
owning to Contractor any sums expended by the Town to cure any default or other Ageement
non-compliance by Contractor 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 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.
C. Contractor represents that the information 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 information 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 opportunity to
participate as subcontractors under this Agreement. In the event 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.
APPENDIX A-2
62
vii. [NDEMNIFCATION INSURANCE/BONDS
A. Contractor agrees to defend, indemnil:v 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 per~:brming under the terms of this Agreement, or failure to carry out any of the
pro¥isions, 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
who may seek to bold the Town liable therelbre. 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 o f 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 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. Ail
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.
APPENDIX A-3
63
C. Contractor shall, lbr the period of the pertbrmance of sep,'ices hereunder,
maintain a Performance Bond in the amount of one lnillion ($1,000,000.00) dollars wherein
named obligee is Town of Southold. The Bond shall be in a tbrm 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 party to pertbm~ any
obligation hereunder (except for payment 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 perfbrming 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 following:
( 1 ) an act of God (but not including reasonable anticipated weather conditions for the
geographic area of the Town or TOH RRF) 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 TOH RRF is located to provide and maintain utilities,
services, water and sewer lines and power transmission lines which are
required fbr the operation or maintenance of the Transfer Station or TOH
RRF;
APPENDIX A-4
64
(3) gove~-nmental 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 transffr
Station or TOH RRF; and
(4) the presence of hazardous waste upon, beneath or migrating fi'om 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
cun'ency 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 (d) equipment failure~ (e) any impact of prevailing wage law.
customs practices on the Contractor's costs: (f) any act, event or circumstances OCCUlTing outside
of the United States. or (g) any change in law or in 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 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 performed 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.
APPENDIX A-5
65
XI. FORCED ACCOUNTING
In the event the Town directs the Contractor, by written authorization signed
either by the Town Super¥isor or Town's Solid Waste Coordinator, to perform additional
setwices beyond the scope of those described in this Agreement, the Contractor shall be
compensated lbr 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:
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 lite insurance, pensions, FICA, unifbrms, safety equipment or special tools.
These fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in
connection with work pertbrmed within the scope oft'the Agreement.
B. DIRECT MATERIAL COST shall be those costs actually paid by
Contractor/hr materials utilized by Contractor in per/brmance of the additional services. The
costs Ibr such materials shall not include sales tax tbr 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% 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 necessa~' 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 sen'ices from other sources and hold the
Contractor responsible for any costs incurred. This Town also may deduct such costs from
APPENDIX A-6
payments owing to the Contractor and/or draw upon the Perfommnce Bond as full or partial
reimbursement for 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 tbr MSW. Under the agreement, 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 emergancy or other condition causes the TOH RRF to be temporahly 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
party hereto shall be commenced in Supreme Court, Sufirblk 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 tbr 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 thereoI:
APPENDIX A-7
XVll. MISCELLANEOUS
A. This Ageement shall be governed by the laws of the State of New York.
B. Contractor shall not assign, convey or other;vise 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 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 unentbrceable, 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 unenforceable 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 any
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 following: employment:
upgrading, demotion or transfer: recruitment or recruitment advertising; layoff or termination:
rates of pay or other forms of compensation; and selection for training.
XVIII. NOTICES
All notices required to be given hereunder shall be made in writing by first class
mail addressed as t:bllows:
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 1197l
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-9
69
APPENDIX B
NEW YORK STATE DEPARTMENT OF
ENVIRONMENTAL CONSERVATION PERMIT
· 70
APPENDIX C
Town of Southold Accident Report
73
BIDDER'S SOLICITATION
SOLID WASTE HAUL SERVICES
AGREEMENT DOCUMENTS
TOWN OF SOUTHOLD
STATE OF NEW YORK
TOWN OfSOUTHOLD
May 2002
LEGALNOTICE
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 hauling only services until the time and at the location herein specified w]lich,
will then be opened and publicly read aloud;
PLACE:
Office Of the To~xm Clerk
Southold Totem Hall
53095 Main Road
Southold New York 1197 l
(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
folloxving:
A bid price per ton, to provide equipment and labor for
hauling solid waste and disposing solid waste at the Town of
Huntington Resource Recovery Facility. [NOTE: THIS IS AI-L~UL
BID ONLY. Under this bid, Southoid solid waste MUST be delivered
directly to the Town of Huntington Resource Recovery FaciliD'.
Under this bid, tipping costs at the Town of Huntington Resource
Recovery Facility shall be the sole responsibliity of and shall be borne
directly by the Town of Southold, under existing contract between the
Town of Southold and the Town of Huntington. Bidder should NOT
provide disposal site tip fee costs under this bid.] The term of this
Agreement shall be four and a half (4.5) years commencing on July 1,
2002.
Bids must be made in xvriting 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 vdthdraw 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 folloxving location on
weekdays from 8:00 A.M. to 4:00 P.M.:
Office of the Town Clerk
Southold Tox~m 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, Ma)' 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
(63 I) 765-1800. For information regarding Town Of South. old xvaste program and haul-
disposal operations, contact James Bunchuck (63 l) 734-7685.
All bids must be signed and sealed in envelopes plainly marked "Bid On Solid
Waste Hauling Only 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
ELIZABETH A. NEVILLE
SOUTHOLD TOV~q'q CLERK
PLEASE PUBLISH ON MAY 9, 2002, AND FORXVARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TO~VN 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
Broxvn's Letters
Burrelle's Information Sen, ices
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 t.vpe 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:
Pfintname
Corporate Title
(if any)
Company Name
Mailing Address
Phone Number
BID ON Solid Waste HAULING Only
· NOTICE TO BIDDERS
Solid Waste Haul-Disposal Services
The Town of Southold will receive sealed bids Ibr solid waste haul 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 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 four and one-half (4-1/2) years commencing on July 1, 2002.
And ending on December 31, 2006.
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 forn~ 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 perfbrmance 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 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.:
· 2
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, NY 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 intbrmation regarding Town Of Southold waste program and haul-disposal operations,
contact James Bunchuck (631) 734-7685.
TABLE OFCONTENTS
GLOSSARY OF TERMS
SECTION A- SUBMISSION REQUIREMENTS
1.0 Project Purpose
2.0 Schedule
3.0 Examination Of Agree~nent Documents
4.0 Information to be Submitted
4.1 Contractual Bid
4.2 Supplemental Information
5.0 Bid Format
5. I 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
l 0.0 Selection Of Contractor
11.0 Acceptance of Bid
12.0 Assignment
13.0 Limitation Of Funds Available
14.0 Insurance and Bonds
14. l Insurance
14.2 Bonds
15.0 Indemnity (Hold Harmless)
16.0 Pa3,raents
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. l Collection
5.2 Loading Mode
5.3 Town of Southold Accident and Damage Policy
5.4 NYSDEC Part 360 Permit to Operate
10
11
11
12
13
13
13
14
14
14
14
15
15
15
16
16
16
17
17
17
17
17
19
19
20
20
20
20
20
21
22
23
23
23
24
24
24
24
25
25
26
6.0 Haul Services
6. l Work Included
6.2 Equipment
6.3 Weighings
7.0 Safety and Health Regulations
9.0 Operations and Procedures
9.1 Supporting Data
SECTION C - CONTRACTOR BID FORM
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
Inl:brmation Schedule A
Information Schedule B
lnfonnation Schedule C
lnfom~ation Schedule D
[n~brmation Schedule E
Infom~ation Schedule F
Information Schedule G
Information Schedule H
lntbrmation Schedule I
Information Schedule J
Information Schedule K
Information Schedule L
Intbrmation Schedule M
26
26
26
27
28
29
29
3l
32
32
35
35
36
36
37
SECTION D - APPENDICES
Appendix A Sample Operating Agreement
Appendix 13 New York State Department of Enx ironmental Conservation Pem~it
Appendix C Accident Report
GLOSSARY OF TERMS
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 furth 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 Fomis, information schedules, proposal, payment bond, bid bond, Agreement, perfurmance
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 July I , of a calendar year to June 30, of
the next calendar year.
BIDDER -Shall mean any party or parties submitting in proper form a bid to perfom~ the work as
specified in the Agreement Documents. 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 constructiou and demolition
debris is disposed of in a mariner 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
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 perlbm~ the work, or the heirs, executors,
administrators, agents, or successors thereofi
COORDINATOR - Shall mean the coordinator of municipal solid waste tbr the To~vn of
Southold.
COUNTY - Shall mean Suftblk 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 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
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 27-090l 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 Conser,,ation.
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 refen'ed to as the Town.
PERMIT - Shall mean an5' and all pennits, licenses, approvals, certificates of public convenience
and necessity, Franchises or authorizations which nmst be issued by any Go~ erumental 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).
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 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 perufitted 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 setMces, equipment, materials and/or labor.
TOH - Town of Huntington
TOS Town of Southold
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 PROJECT PURPOSE
The Town of Southold receives and must dispose of approximately l0,000 tons of solid
waste annually. The Town of Southold (TOS) has entered into an agreement with the
Town of Huntington (TOH) wherein TOS will send its solid waste to the Town of
Huntington Resource Recovery Facility (hereinafter "RRF") for disposal. The TOS-TOH
agreement runs through December 31, 2006. The purpose of this solicitation is to seek
bids tbr the trucking of Southold's MSW to the Huntington RRF/hr the duration of the
TOS-TOH contract period. Annual tonnage of MSW 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 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, Thurs., May 23, 2002 .
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
July 1, 2002
ii
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,
perfommnce or furnishing of the work: (fl study and carefully correlate the Bidder's
observations with the Agreement Documents; and (g) notify 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 tbr the proposed Town of Southold Transfer Station.
ii. Town of Southold Solid Waste Management Plan.
This intbrmation 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 inlbrmation 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 may affect cost, progress, performance or furnishing of the work and
which Bidder deems necessary to determine its bid for 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 docmnent, or make required inquiries and inspections, shall not relieve the
Bidder from 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 have been cognizant.
12
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 Docmnents are sufficient in scope and
detail to indicate and convey understanding of all terms and conditions tbr perforating
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 t 1971
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 tbr this Bid
Solicitation, the Bidder is required to submit the tbllowing minimum information with his
bid:
ii.
iii.
ix.,.
Contractor Bid Form
Bid Security or Bid Bond
Information Schedules A through M as applicable
Supplemental hfformation as described in 4.2
Supplemental Information
In addition to the aforelnentioned 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:
ii.
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 pertbrmancc under the Agreement.
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.
13
5.0
5.1
5.2
6.0
iii.
Subcontractors: If the Bidder intends to use one or more subcontractors to
complete any portion of the ~vork, the Bidder must so indicate this intent itl its
Bid. The Bidder is advised that any Agreement awarded will be contingent upon
the use of tile subcontractor(s) so identified. In the event that the Bidder desires to
change the number or identity of such subcontractor(s), the proposed change tnust
be submitted to the Town lbr 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 eftbrts to include among its
subcontractors MBE and WBE firms. In the event the success~l 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
To~vn prior to the Town's execution of the Agreement.
BID FORMAT
Binding
The document(s) if bound shall be in a manner that will provide for 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 tbrm 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 extent a specification is not applicable, it shall be so indicated. Incomplete bids may
not be considered, depending on the nature of the missing infom~ation.
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 retumed 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
14
6.1
6.2
7.0
Bids received prior to the time of opening will be kept securely unopeoed. No bid
received thereafter will be considered.
Withdrawal of Bids
An.,,' 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 alter opening until execution of the Agreement or rejection of
all bids as provided herein.
Questions & Addenda
All questions about this Bid Solicitation must be submitted in writing to the following:
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 questious 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 xvill 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
15
8.0
9.0
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 sen'ices.
The successful Bidder shall, at its own cost and expense, procure, execute and deliver to
the Town the tbllowing documents within ten (10) days of formal Notice of Award by the
Town.
Performance 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 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 perform as required
by these documents.
CONSIDERATION OF BIDS
The Town of Southold reserves the right to reject any;or all bids for hauling 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 solid
waste from the Town of Southold Transfer Station to the TOH RRF as set Ibrth in
Section B - Bid Specifications.
B. Reserve attd provide a minimum available hauling 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, licenses, local
ordinances, etc., required by lax,,, to ship solid waste to the RRF.
D. Provide evidence of physical and financial capability to perform services described in
the bid specifications.
10.0 SELECTION OF CONTRACTOR
16
Bids will be evaluated only if accompanied by the approved tbm~ of bid guaranty. Only
bids solicited l¥om firms or combinations thereof~ who have sufficient management.
engineering capabilities, operating, and maintenance experience to fulfill the Town's
goals and co,nply 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
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 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, 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 pro~ ided by
companies licensed to do business in Near York State. 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 form satisfactory to the Town Attorney, evidencing such insurance. The
kinds and amounts of insurance are as tbllows:
17
A. Contractor's Insurance - Insurance tbr liabilit.~ for damage imposed by law of kinds
and in the amounts hereinafter provided covering all work under the Agreement,
whether pertbnned by Contractor or his subcontractors. The kinds and amounts of
insurance are as lbllows:
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, covehng 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 tbr the benefit or; 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 performed by him under the Agreement.
The lbllowing 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 o f 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
tbllowing amounts:
BODILY INJURY LIABILITY
PROPERTY DAMAGE LIABILITY
18
14.2
Aggregate: $3,000,000.00
Each Person Each Occurrence
$1,000,000.00
Aggregate: $3.000,000.00
Each Occurrence
$1,000,000.00
Bonds
Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a
Perfom~ance Bond wherein the named obligee is the Town of Southold. The Performance
Bond's purpose is to secure the faithful performance of the Agreement. The bond' amount
shall be set tbrth 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 fom~ shall be acceptable to the
Town of Southold and shall have a term through the completion of services.
As an a alternative to the Pertbrmance Bond, the successful Bidder may furnish a
certified check, bank draft, money order, or a standard tbrm irrevocable letter of credit,
certified check, bm~ draft or money order must be made payable to the order of the
Town of Southold. The standard tbnn 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 obtigee 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 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
government agencies relating to the Contractor'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
necessary appeals which may be necessary, in the opinion of the Town.
19
16.0 PAYMENTS
17.0
Contractor shall receive monthly payments I:br 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 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 sulnmary 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 lnay 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 draxv upon the Perfutmance Bond as full
or partial reimbursement tbr such excess costs. The Town reserves the right to terminate
the Agreement lbr just cause.
18.0 TERM OF AGREEMENT
The term of this Agreement shall be four and one-half(4-l/2) years commencing on July
1, 2002.
19.0 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 l:br MSW. Under the
agreement, 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.
20.0 SUBCONTRACTS
The Bidder warrants that there will be no subcontractor employed to haul TOS MSW to
the RRF.
20
21.0
RIGHTS AND OPTIONS
The Town of Southold, New York. resei-,,es and holds at its discretion the following
rights and options upon issuing this Bid Solicitation:
1. To award an Agreement to the candidate ,,*,'hose 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.
21
LEGALNOTICE
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 hauling only sel'viees until the time and at the location herein specified which,
will then be opened and publicly read aloud;
PLACE:
Office Of the Tox~m Clerk
Southold Town Hall
53095 Main Road
Southold Nexv 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 fox'
hauling solid waste and disposing solid waste at the Town of
Huntington Resource Recovery Facility. [NOTE: THIS IS A HAUL
BID ONLY. Under this bid, Southold solid waste bIUST be delivered
directly to the Town of Huntington Resource Recovery Facility.
Under this bid, tipping costs at the Town of Huntington Resource
Recovery FacilitT shall be the sole responsibility of and shall be borne
directly by the Town of Sonthold, under existing contract between the
Town of Southold and the Town of Huntington. Bidder should NOT
provide disposal site tip fee costs under this bid.] The term of this
Agreement shall be four and a half (4.5) years commencing on July l,
2002.
Bids must be made in w,-iting on the forms furnished and shall be accompanied by a
Bid Guaranty in the Form of certified check, money order, bank draft o.~ standard ~nn
letter of credit made payable to Town of Southold, or bid bond. in tt:e ,:urn of one
hundred thousand dellars ($100,000.00)wherein the named oblJgce rhah be tb: 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 avy 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 To;~n reserves the right to reject any or all bids and to waive ~ntbrmalities,
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
Southotd, 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 1197l
For further information regarding bidding requirements, contact Elizabeth A. Neville
(631 ) 765-1800. For information regarding To~vn 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 Hauling Only 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: Ma.,,, 3. 2002
ELIZABETH A. NEVILLE
SOUTHOLD TO~q'xT CLERK
PLEASE PUBLISH ON MAY 9, 2002, AND FORWA.RD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOV~'N 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
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 an3' of its employees or
agents, to any person not an employee or agent of the bidder or its surety on an3' bond furnished
herewith prior to the official opening of the bid.
Signed: /~-'~ ~
Pfintname ?c~'Mc.',.,. t~; rldt, ff~_o
Corporate Title
Mailing Address ~-~'~ 6 Iv d...oa,~{-L ~d_ -
Phone Number (',.1,"~ 3,1. -5 c,'33
BID ON Solid XVaste HAULING Only
BIDDER'S SOLICITATION
SOLID WASTE HAUL SERVICES
AGREEMENT DOCUMENTS
TOWN OF SOUTHOLD
STATE OF NEW YORK
TOWN Of SOUTHOLD
May 2002
NOTICE TO BIDDERS
Solid Waste Haul-Disposal Sen'ices
The Town of Southold will receive sealed bids ir'or solid waste haul sen'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:
Thursdas, 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 price per ton, to provide equipment and labor tbr
hauling solid waste and disposing solid waste at the
Contractor's Solid Waste Disposal Site. The term of this
Agreement shall be four and one-half(4-1.2) years commencing on July 1, 2002.
And ending on December 31. 2006.
Bids must be made in writing on the forms furnished and shall be accompanied by a Bid
Cmaranty in the Form of certified check, money order, batik draft or standard form letter of credit
made payable to Town of Southold. or bid bond. in the suni of one hundred thousand dollars
($100,000.00) wherein the named obligee shall be the Towa of Southold.
The successful Bidder shall be required to furnish a pertbrmance Bond. and insurance in
accordance with the instructions in the Bid Sol/citation.
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 furty-five (45) days airier 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 requiremeuts, instructions, technical specifications.
and bidding fumes may be examined tree 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 Mare Road
Southold. New York 11971
Upon pa.,,~nent 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 1197l
Bidders will be allowed to ask questions regarding the Bid Solicitation during a pre-bid
contierence to be held at 9:00 A.M. _Thursday, May 23. 2002 at:
Southold Town Hall
Meeting Room
53095 Main Road
Southold, NY 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 probn'am and haul-disposal operations,
contact James Buncbuck (631 ) 734-7685.
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 Information to be Submitted
4.1 Contractual Bid
4.2 Supplemental Intbrmation
5.0 Bid Format
5. I Binding
5.2 Form Preparation
6.0 Submission of Bid
6.1 Withdrawal Of Bids
6.2 Questions & Addenda
7.0 Bid Guaranty
g.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 lndemnit5 (Hold Harmless)
16.0 Payments
17.0 Dethult
l 8.0 Term of Agreement
19.0 Service Agreement
20.0 Subcontracts
21.0 Rights and Options
SECTION B - BID SPECIFICATION
1.0 Requirements
2.0 Pro.am Goals and Objectives
3.0 Potential Regulatory and Operational Changes
4.(I Character Of The Solid Waste
4.1 Quality and Characteristics
5.0 Pro.am Activities 5. I Collection
5.2 Loading Mode
5.3 Town of Southold Accident and Damage Polio3
5.4 NYSDEC Part 360 Permit to Operate
7
10
1l
11
12
13
13
13
14
14
14
14
15
15
15
16
16
16
17
17
17
17
17
19
19
20
20
20
20
20
2[
23
23
23
24
24
24
24
5
5
26
4
6.0 Haul Services
6.1 Wo,'k Included
6.2 Equipment
6.3 Weighings
7.0 Safety and Health Regulations
9.0 Operations and Procedures
9.1 Supporting Data
SECTION C CONTRACTOR BID FORM
1.0 lnteot
2.0 General Bid Statement
3.0 Unit Price Bid Schedule 3. I Compensation
3.2 Evaluation Unit Bid Price Formula
4.0 Bid Security Acknowledgment
5.0 Inl-brmation Schedules
lnlbnnation Schedule A
Infonnation Schedule B
Information Schedule C
Inl:bnnation Schedule D
lni'bm~ation Schedule E
lnl-brmation Schedule F
lntbnnation Schedule G
Information Schedule H
lnl-bmmtion Schedule l
lntbm~ation Schedule J
lnfommt~on Schedule K
lnfommtioo Schedule L
lnfonnatioo Schedule M
26
26
26
27
28
29
29
31
32
32
35
35
36
36
37
5
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 TERMS
ADMINISTRATOR -Shall lnean the Coordinator of municipal solid waste (or his agent) of the
Town 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 DOCLIMENTS -Shall include the notice to bidders, instructions, bid solicitation.
bid Forms, intbrmation schedules, proposal, pas~nent bond. bid bond, Agreement, performance
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 ~July 1_, of a calendar 5'ear to June 30, of
the next calendar year.
BIDDER -Shall mean an), party or parties submitting in proper ~brm a bid to perfbnn the work as
specified in the Agreement Documents. The successful Bidder selected by the Town to pert-bnn
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 an5' bid addenda issued.
COMMENCEMENT DATE -Shall mean July 1. 2002
CONSTRUCTION MATERIALS AND'OR DEM'OLIT1ON DEBRIS (C&D) -Shall mean solid
waste resulting/'rom 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, dr.vwall, 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 regnlatory 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 perform the work. tit' the heirs, executors.
administrators, agents, or successors thereof.
_COORDINATOR - Shall mean the coordinator of municipal solid waste for thc Town of
Southold.
COUNTY - Shall mean Suffblk County, State Of New York.
DAILY - Sunday to Saturday, inclusive.
EPA - Enx ironmental Protection Agency (Federal).
HAUL-DISPOSAL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in
dollars fbr each ton of solid waste actually hauled fi.om the Town Of Southold Transtar 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 Enviromnental Response, Compensntion. and Liability Act, 42
U.S.C. Section 9601 et seq., or "hazardous waste" as defined under New York Enviromnental
Conservation Law Section 27-090l et seq., as each such law may be amended fi.om 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 {2) any tither 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 successthl
Bidder that the Town of Southold intends to award an Agreemeut 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 & ttealth Act of 1970, plus subsequent
revisions.
GLOSSARY - 2
OWNER - Shall mean the Town Of Southold. New York. Also may be referred to as the Tow n.
,PERMIT - Shall mean any and all permits, licenses, approvals, certificates of public convenience
and necessity', Franchises or authorizations which must be issued by any Governmental 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).
RRF - Town of Huntington Resource Recovery Facility, located at 99 Town Line Road. East
Northport. NY. I 173 I.
SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances.
including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and oflhl. (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 alteruatively outside of the State of New York. is permitted under design and
operation requirements meeting the requirements of I ) that jurisdiction's applicable regulator3'
agency' and 2) Toxxn 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 tbr set~'ices, equipment, materials and,or labor.
TOH - Town of Huntington
TOS - Town of Southold
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 PROJECT PURPOSE
The Town of Southold receives and must dispose of approximately I 0.000 tons of solid
waste annually. The Town of Southold (TOS) has entered into an agreement with the
Town of Huntington (TOH) wherein TOS will send its solid waste to the Town of
Huntington Resource Recovery Facility (hereinafter "RRF") for disposal. The TOS-TOH
agreement runs through December 3 l, 2006. The purpose of this solicitation is to seek
bids for the trucking of Southold's MSW to the Huntington RRF l'br the duration of the
TOS-TOH contract period. Annual tonnage of MSW 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 fim~ dates or
deadlines due to. the multiple parties involved in the decision making process.
EVENT DATE
Transfer Station Visits
By Appointment
Pre-Bid Contbrence
9:00 AM, Thurs., May 23, 2002 .
Bid Opening
10:00 AM Thursday. June 6. 2002
Town Board Approval
June 18.2002
Agreement Executed
On or Betbre June 28, 2002
Operations Commencernent
Julvl,2002
Il
3.0
EXAMINATION OF AGREEMENT DOCUMENTS. FAMILIARITY \VITH THE
WORK
It is the responsibility of each Bidder betbre submitting a Bid to (a) examine the Samplc
Operating Agreement and Agreement Documents thoroughly; (b) visit the site of the
Town of Southold Transfer Station; (c) attend m~d be lam/l/ar with the outcome of the
pre-bid conference (d) become familiar with conditions at the Town of Southold Transfer
Station and Disposal Sites that ma3' affect cost, progress, per~bnnance or furnishing of
the work: (e) become familiar with and consider all t~deral, state and local laws.
regulations ordinances, pern~its, approvals and orders that may efliect the cost. progq'ess.
perfunnance or furnishing of the work: (t) study and carefully cnn'elate tile Bidder's
observations with the Agreement Documents: and (g) notify 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 reviex~ by
Bidders itt 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 tile proposed Town of Southokl Transfer Station.
ii. Town of Southold Solid Waste Management Plan.
]'his intbrmation is presented solely tbr 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 ini-brmation contained thereto
regarding facilities and equipment through site visits~ The Town does not guarantee the
accuracy of any intbrmation contained itl 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 may afflict cost, progress, pertbrmance or furnishing of the work and
which Bidder deems necessary to determine its bid i%r pertbnning 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 titan,
instrument or document, or make required inquiries and inspections, shall not relieve the
Bidder from any obligation contained itl the Agreement Documents. The Town will be
justified in rejecting any claim based on facts or conditions of which the Contractor
should have been cognizant.
12
Thc submission ora Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Bid Solicitation. that xx ithout
exception the Bid is premised upon pertbrming and furnishing the work required by the
Agreement Documents. and that the Agreement Documents are sufticient 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 'Fork 11971
4.0
4.1
.2
INFORMATION TO BE SUBMITTED WITH PROPOSAL
Contractual Bid
For the purpose of assisting the Town in determining the responsible Bidders tbr this Bid
Solicitation. the Bidder is required to submit the following minimum intbrmation with his
bid:
ii.
Contractor Bid Form
Bid Security or Bid Bond
Intbrmation Schedules A through M as applicable
Supplemental Information as descr/bed in 4.2
Supplemental Information
In addition to the afbrementioned fonns, the Bidder is. required to submit the tbllowing
supplemental information 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 tile tbllowing
subsections:
Haul
A detailed summary of requirements for ~nanpower. materials and supplies.
mobile equipment, etc., shall be included to provide the Town with general
anticipated guidelines for pertbrmance under the Agreement.
ii.
Litigation: A section briefly describing any current litigation which in any way
may affect the Bidder's operational capability of useful lilb of thc Solid Waste
Disposal Sites.
13
5.0
5. l
.2
6.0
iii.
Subcontractors: If the Bidder intends to use one or more subcontractors to
complete an5' 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 eftbrts 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 wnrk. the Bidder will be
required to submit to the ]'own an MBE WBE Utilization Plan acceptable to the
Town prior to the Town's execution of the Agreement.
BID FORMAT
Binding
The document(s) if bound shall be in a manner that will provide for 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 lbnn 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 ~br all
bid categories required. In the event a price shown in words and its equivalent shown m
figures do not a~ee. 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 mtbnnation.
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 reccixed
after the time set tbr the opening will be returned to Bidders unopened. \Vhcn sent by
mail, pret;erably registered, the sealed Bid, marked as above, should be enclosed m an
additional envelope similarly marked and addressed to:
Office of the Town Clerk
Town of Southold
53095 Main Road
Southold. New York 11971
14
6.1
6.2
7.0
Bids received prior to the time of opening will be kept securely unopened. No bid
received thereafter ',`,'ill be considered.
Withdrawal of Bids
An.,,' Bidder will be given permission to withdraw its Bid upon receipt ora properly
notarized written request made no later than the time set l-hr 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 exeention of the Agreement or rejection of
all bids as pro`, ided herein.
Questions & Addenda
All questions about this Bid Solicitation must be submitted in writing to tile tbllowing:
Town Clerk
Town of Southold
53095 Main Road
Southold. New York 1197l
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 betbre bid opening iu 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 m'enty-tbur
(24) hours before bids are opened. The Town will not be bound by oral clarificatious.
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}.
Tile guaranty may be certified check, bank draft, money order, standard fonn 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 tile required guaranty, certified check,
money order or bank draft must be made payable to the order of tile To',vn o f Southold.
The bid bond shall nan'te the Town as the obligee. Cash deposits ,,',,ill uot be accepted.
The bid guaranty shall ensure the execution of the Agreement and the lhmisbing of the
surety bond or other required bonds by tile successful Bidder. all as required by the
Agreement Documents.
All guaranties `,','ill be returned within ten ( I 0) days after the execution of thc Agreement
and required bonds insurance and other Agreement Documents arc received frmn the
15
8.0
9.0
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 A~eement Documents for
Haul, disposal sen'ices.
The successful Bidder shall, at its own cost and expense, procure, execute and deliver to
the Town the following documents within ten (10) days of formal Notice of Award by the
Town.
Performance 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 reserves any
and all other fights against the Contractor as a result of his failure to pertbrm as required
by these documents.
CONSIDERATION OF BIDS
The Town of Southold reserves the right to reject an?or all bids Ibr hauling services if
such action is deemed to be in the best interests of the Town. To bc considered
responsive to this Bid Solicitation, each Bidder shall:
Provide equipment, labor, maintenance and ,nanagement services to haul solid
waste/'rom the Town of Southold Transfer Station to the TOH RRF as set tbrth m
Sectkm B - Bid Specificatioos.
B. Reserve and provide a minimum available hauli,tg capacity of 15.000 tons (52
weeks Tear) yearly, allowing for seasonal and other peak periods.
C. Provide evidence of all current valid state and Federal permits, licenses, local
ordinances, etc., required by law to ship solid waste to the RRF.
D. Provide evidence of physical and financial capability to pcrtbnn sen'ices described in
the bid specifications.
10.0 SELECTION OF CONTRACTOR
16
Bids will be evaluated only if accompanied by the approved $:bnn of bid guaranty. On13
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 Conser,'ation
Recovery Act and Federal Environmemal Protection Agency guidelines will be accepted.
The Town will review the bids and make a selection recommendation based on the
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
{Init 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.
11.0 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
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, transfer, convey, sublet, or othenvise 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 fbr 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 ( l ) 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. The Town of Southold and its
agent shall be named as an additional insured and coverage shall not bc changed or
cancelled until thirty (30} days wnnen notice has been given to the Town. Within ten 110)
days of the Notice of Award, Contractor shall furnish to the Town. certificates of
insurance, in a form satisfhctory to the Town Anomey. evidencing such insurance. The
kinds and amounts of insurance are as follows:
17
A. Contractor's Insurance - Insurance for liabiliLv for damage imposed by law of kinds
and in the amounts hereinafter provided coveting all work under the Agreement.
whether pertbm~ed 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 pertbnned by him or by his
subcontractors. The A~eement 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 with provisions of the Worker's Compensation
Law.
(2)
General Liability (Comprehensive Fon'n) Insurance - Contractor's liability
insurance issued to and covering legal liability of the Contractor with respect
to all work peribrmed by him under the Agreement.
The tbllowing insurance coverage shall be included:
(a)
Independent Contractor's Protective Liability - Covering work
pertbrmed by subcontractors.
(b) Completed Operations or Product Liability.
(c) Contractual Liability.
(d) Broad Fom~ Property Damage
(e) Personal Injury.
NOTE: If any of the rating classifications embod.$ property damage
exclusions C or U. coverage tbr 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:
S 1.000.000.00
$ 10.000.000.00
(31 Automobile Liability Insurance- Policy shall include coverage Ibr all owned
as well as non-owned and hired vehicles, and limits shall not be less than the
/bllowing amounts:
BODILY INJURY LIABILITY
PROPERTY DAMAGE LIABILITY
18
14.2
Aggregate: $3,000,000.00
Each Person Each Occurrence
$ 1.000.000.00
Aggregate: $3.000.0/)0.00
Each Occurrence
$1,000,000.00
Bonds
Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a
Performance Bond whereto the named obligee is the Town of Southold. The Pertbnnance
Bond's purpose is to secure the faithful performance of the Agreement. The bond' amount
shall be set tbrth itl 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 Suflblk County, New York. The form shall be acceptable to the
Town of Southold and shall have a tem~ through the completion of services.
As an a alternative to the Performance Bond, the successful Bidder may furnish a
certified check, bank draft, money order, or a standard tbml 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 tbnn
acceptable to the Town of Southold.
In the event the Contractor secures a Pertbnnance 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 ilo added costs to the Town,
upon written request from the Town.
15.0 INDEMNITY (HOLD HARMLESS)
Contractor shall agee to defend, indemnify and save hannless the Town against an.,,' 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 recur,
suffer or be required to pa,',' by reason of or in consequence of the carrying out of or the
performance of the terms of such A~eement. or the thilure to carry out any of the
revisions, duties, sen'ices or requirements of such Agreement, whether such losses and
damages m-e suffered or sustained by the Town directly or its employees, liceosees.
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 therelbr. This.
indemnity shall include any and all claims, penalties or other losses or damages incurred
b? the Toxxn as a result of enlbrcement or other proceedings by Federal. state or local
government agencies relating to the Contractor's operation. This obligation
shall be ongoing, survive the tenn of the Ageement and include, but not be limited to.
claims concerning non-sudden environmental impairments.
The Bidder agees to join in the commencement of any action or proceeding or in thc
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
necessary appeals which may be necessary, in the opinion of the Town.
19
16.0 PAYMENTS
17.0
Contractor shall receive monthly payments tbr sen'ices 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 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 mouthly inx oice 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 tails to perform its obligations under the Agreement, the
Town may terminate such Agreement, and the Town may procure the serx ices 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 Perlbnnance Bond as full
or partial reimbursement for such excess costs. The Town reserves the right to terminate
the Agreement fbr just cause.
18.0 TERM OF AGREEMENT
The term of this A~eement shall be four and one-half{4-12) years commencing on July
1, 2002.
19.0 sERvIcE AGREEMENT
The Contractor shall be obligated to provide the Town with hauling serx ices to the TOH
RRF only. kinder the agreement the Contractor shall not be responsible for providing.
and is not obligated or authorized to provide, a disposal site tbr MSW. Under the
agreement, 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 sitels) for TOS MSW 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.
2O
21.0 RIGHTS AND OPTIONS
The Town of Southold. New York, reserves and holds at its discretion the lbllowing
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 an&or all bids.
3. To issue subsequent bid solicitations.
4. To issue additional and subsequent solicitations tbr 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 an5' time during the
Agreement period.
21
SECTION B
BID SPECIFICATIONS
(TECHNICAL/MANAGEMENT)
1.0
SECTION B
BID SPECIFICATIONS
TECHNICAL MANAGEIVlENT
REQUIREMENTS
This request for bids is issued tbr 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
a portion of its Solid Waste. The Town will need to dispose of approximately 10,000
12.500 tons of solid waste during the agreement years. The Contractor will ensure the
Town that solid waste will be hauled from the Town of Southold's transfer Station to the
TOH RRF.
2.0
3.0
· HAUL
Prl)vide 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 Next' York. State Department of Transportation. htterstate
Commerce Commission, United States Department of Transportation. as defined
in the Code of Federal Regulations, or other applicable state and federal
regulatory requirements. [SEE NOTE AT END OF SECTION 6.2[
PROGRAM GOALS ,AND OBJECTIVES
The goal of this project is the continued safe and reliable hauling of thc 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 operations
proceed according to the provisions of this document and subsequent
agreen~ents axnendments 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 m which solid
waste is handled by the Town prior to the loading of waste tbr transfer: and thc
equipment maintained and used by Town forces in the handling of waste tn be
transferred.
23
4.0
4.1
5.0
5.1
This Agreement will not provide any guarantees with respect to the x olumc 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,
~oup or authority to act in its behalf tbr 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 pemfits Such as pathogenic or hazardous
materials, but the Toxvn 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
The Town Of Southold's historical solid waste quantities and characterization data are
available for rex Jew at the Southold Town Solid Waste Management District, County Rt.
g48 and Zack's Lane. Cutchogue, NY, 11935. Bidders are cautioned that actual quantities
may differ significantly from these data. Recycling programs may affect thc 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 fi}r such
waste disposal sen'ices shall be provided tbr 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.IVI. The Contractor will be expected to collect and remove solid
waste from the Transfer Station during the tbllowing hours:
24
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 Da5'
Easter Sunday
Memorial Da5'
Independence Day
Labor Day
Columbus Day
Election Day
Veteran's Day
~-- Thanksgiving Eve
Thanksgiving Day
~ 2 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 thc 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.
5.2
5.3
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
Soli'd 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 scalcs lbr
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. thc contractor shall providc
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 pertbnning services under the term of the
Agreement.
The Town of Southold shall immediately be notified of any m~ior occmTences such as
bodily injury of structural damage to the Town's Transfer Station. An Accident Repor~
25
5.4
6.0
6.1
6.2
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 si~m~ 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 Hauling Sen'ices-Agreement, the tbllowing sen'ices will include
the tasks, responsibilities and performance required as outlined herein.
Work Included
The Contractor shall provide the lbllowing 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.
· M[anagement and operation of a fleet to accommodate the transport of solid 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 services Ibr
open-top loading solid waste hauling activities.
· Coordination of haul sen'ices with disposal sen'ices.
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 aud containers, etc.
The contractor must assure the Town that an adequate reserve supply or' equipment exists
to haut 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 familiarizing itself with the Town of Southold Transfer Station site, solid
26
6.3
waste, etc., to assure equipment compatibilit3.
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
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.
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 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 t'or servicing
the transport equipment and vehicle fleet, unless it elects to subcontract lbr these
services. No major maintenance may be done at the Town of Southold Transfer Station
site.
~XOTE.
h~ the course qf this Agreement. the Town moo'. at its discretion, providc I
or more transfer trailers?hr use by the Contractor. Thc Ton'n warrants
that any such eqtlipment provided n'ould be compatible with hauli~tg
vehicles (ri'actors) generally standard in the waste hauling imhtstt3', hi
thc event that the Town wishes to provide such equipment./hr list ~' the
Contractor. the Contractor together n'ith thc Ton'n shall develop an
addendum to this agreement governi~g such list'.
Weighings
The Town will compensate the Contractor for waste material 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 certified weigh
scales.
Itl the event of any dispute over differences in net weights between the Town and
TOS RRF scales and weight records, the Town ma.,,' make payment upon the weight
it deems to be most correct, until the dispute is reconciled. Any claims lk~r 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.
27
6.4
7.0
Routing Mode - Contractor's Responsibility
Contractor will have the right to select the route(s) l-bt travel 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 violating any
applicable motor vehicle height (overpass clearance), motor vehicle weight restrictions.
local ordinances or Interstate Commerce Commission regulations. Contractor will
indemnit3' and hold the Town harmless from an5' claims, fines and other damages
assessed upon or incurred by the Town as a result of any violations of applicablc
restrictions or regulations relating to the routes traveled by the Contractor.
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 91-5t)6) 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:
Nlaintenance safety procedures - guards and Shields on dynamic equipment,
guards, railings, electrical lockouts, vehicle wheelblocks, audio vehicle backup
alanns, 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.,
Fire and explosion preventions, control, equipment (fire blankets, extinguishers,
first aid hoses, etc.) and personnel escape ahematives.
Traffic flow control patterns.
Accident or in ur,',' reporting system (the Town shall received topics 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 sat;ety during
28
8.0
pertbm~ance of the A~m'eement. 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 tbr safety' precautions and programs, or lb,' any
thilure to comply with laws. rules, regulations, ordinances, codes or orders applicable to
the Contractor furnishing and per/brining the services under the terms of the Agreeme,m
OPERATIONS AND PROCEDURES
The Contractor will be required, prior to commencement of operations, to pro, ide the
tbllowing operational plans to the Town for review and acceptance. Revisions.
modification's, and updates shall be tbrwarded 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
weather alter norn~al 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 an)' inforn~ation 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 operations
which may be required by Town, County, State or Federal law.
In the event the Contractor requires an5' intbnnation in support of Contractor held
licenses and pennits at the Town, County. State and Federal level, the Town will
cooperate in furnishing such information as it applies to thc Southold Ttmn operations.
Operating records shall be considered essential to the operation.
The Contractor shall keep these data in an organized fashion that allows tbr cas5' 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) 5'ears after termination of this Agu-eement.
29
In the event the Town requires additional .infom~ation tbr 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 inlbm~ation as specified herein.
Items
Haul Equipment (Schedule H)
Haul Accident Report (Appendix C)
Licenses. Permits and Inspection
Reports
All Bid Intbnnation 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 HALL SER\ ICES
CONTRACTOR BID FORM
1.0 INTENT
The undersigned hereby' recognizes that these documents are complementaD' and are
intended to provide for uniformity in 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 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 A~eement, 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:
TOC,,2q 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, pertbnnance
bond, certificates of insurance, genera! conditions, bid specifications, and addenda, bas
familiarized itself with the sites of work, and hereby proposes to furnish all necessary sen'ices.
permits, labor, materials, equipment, vehicles, and tools required to pert'cmn and complete the
work in strict accordance with all of the bid documents written by or on behalf of thc 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
satisfactory pertbrmance bond. and insurance all within ten { 10) calendar days.
SECOND: To begin Solid Waste Haul services operations on the comnmncement date
of any Agreement awarded hereunder, having completed all necessary prior preparations
of operational planning, personnel hiring, equipment procurement, subcontractor
32
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 recur as a result of the
Contractor's failure to 'pertbrm 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 tbllows:
Dunng the performance of this Agreement. the Contractor hereby agrees
The Contractor shall not discriminate against any employee or applicant for
emplo.,m~ent because of age, race, creed, color, sex, marital status, national origin.
physical disability, and shall take affirmative action to ensure that they are
aftbrded equal employment opportvnities 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 tbrms 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 inl-brmatio,~ and reports deemed nccessars' by
the State Commission for Human Rights under these nondiscriminatiou clauses
and such sections of the Executive kaw. and shall permit access to his books.
records, and accounts by the State Commission tbr Human Rights. the Attorney
General. and the Industrial Commissioner lbr purposes of investigafum to
ascertain compliance with these nondiscriminatio,~ clauses and such sections of
thc Executive Law and Civil Rights Law.
This Agn'eement may be forthwith cancelled, tenninated, or suspended, ill 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 thc p,'ovisions of
these nondiscrimination clauses. Such findings shall be made by the State
Commission for Human Rights atier conciliation ctlbrt> by thc ('olnnlissJon 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 }fun to be heard
publicly befure three members of the Commission. Such sanctions may be
imposed and remedies invoked independentl5, or in additiou to sanctions and
remedies otherwise provided by law.
No laborer, workman or mechanic in the emplo)' of the Contractor or
subcontractor shall be permitted or required to work more than eight hours in any
one calendar da>', 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 (al through (el in eyed
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 tbr the purpose of restricting
competition, as to any matter relating to such prices with an)' other Bidder or with
any competitor.
Unless otherwise required by law. the prices which have been quoted iu this bid
have not been knowingly disclosed by the Bidder and will not kuowingly be
disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder
or to an5' competitor.
No attempt has been made uor 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 fights to claim any ~nisunderstanding. omissions or errors regarding the
same which such inspectiou and observation would have disclosed.
The undersigned further understands and agrees that it is or thc)' are to furnish and
provide in retun~ tbr the respective Evaluation Unit Bid Price, all the necessary materials,
machinery. ~ ehicles, implements, tools, labor sen'ices, and other items of whatever
nature, and to do and pertbnn all work uecessary under the aforesaid conditions, to
complete operations of the atbrementioned 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 in full compensation thereg~re, the compensation
provided for iu Section C-3.
34
The undersigned submits herewith a bid guaranty within the tbnn provided by the
applicable bid documents in the amount of $100,000.00 for any option or combination
thereof: In the event this proposal is accepted, and the undersigned fails, within ten { Il))
calendar days after date of receipt of Notice Of Award from the Town to execute and
deliver an Agreement in the tbrm provided by the Town or fails to execute and deliver
evidence of proper insurance coverage and performance bond in the amounts required
and in the prescribed tbrm within ten (10} days after Notice of Award, the bid guaranty
Shall be forfeited and be retained by the Town toward the satisfaction of liquidated
damages and not as a penalty. Otherwise, the total amount of bid guaranLv liquidated will
be returned to the Bidder.
The undersigned acknowledges the receipt of the tbllowing addenda, but it agrees that it
is bound by all addenda whether or not listed herein and whether or not actually received,
it being the Bidder's responsibility to receive and have knowledge of all addenda.
ADDENDUM NUMBER AND DATES
Number I - Dated:
Number 2 - Dated:
Number 3 - Dated:
Number 4 - Dated:
Number 5 - Dated:
The Bidder has completed the Contract Bid Fonn and Unit Price Schedules in both
words and numerals in accordance with these bid requirements.
3.0
UNIT PRICE BID SCHEDULE
SOLID WASTE HAUL-DISPOSAL SERVICES
SOUTHOLD TOWN. NEW YORK
3.1 COMPENSATION
Services to Southold Town. New York for the terms July I. _00.~
2006.
The undersigned hereby submits the lbtlowing price bid to furnish Solid Waste Haul
through December _, 1~
HAUL SERVICES
The Haul Ser,'ice applicable unit price per ton for agreement year ZOO~- -
is ,~o..,~'-e.~"~tC,'~D ~ I o.,x,~ dollars and
35
cents (S 17°~'° ). (CI)
The Haul Service applicable unit price per ton for agreement 3,ear ~O.~
'2d50~t is '~' ~,off ~ dollarsand
cents($ ]-/~kR ).(C2)
The Haul Service applicable unit price per ton for agreement year ~),4;)Oht -
7,,00~' is ~'-'~ '~ qT! dollars and
cents ($ I-~q''l ). (C3)
The Haul Service applicable unit price per ton for agreement 3'ear 7,.OO~' -
'~,O0[2 is ~.~~ ,~ I,,'~/ dollars and
cents ($ I ""/~-"~ ). (C4)'
The Haul Sen'ice applicable unit price per ton for agreement year "2/06:,
_is _Sat. -bolto, '~ *o~'./ - dollarsand
cents ($ ]--/le.~ ). (C5)
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+.5(C5) I 0,000
40.000 tons
Evaluation Unit Bid Price = $ ~.~M~'~I lo.x.,~ '~' ] '7,
The evaluation unit bid price tbrmula is designed to evaluate years tbur and five at .5 the
evaluate of each of the first three (3) years.
Bidder: '1"~;
Fifln-Corpbration
By: . ~ .
Authorized Representative
Address
Co -b
Date
4.0 BID SECURITY ACKNOWLEDGEMENT
I have attached the required bid security to this bid.
36
5.0
Dated:
INFORMATION SCHEDULES
I agree to furnish and include the following information schedules in addition to the
mtbrmation submitted with this proposal, as a part of this bid:
A. Certification that the Bidder does not currently owe taxes, or other outstanding
funds, or have pending or is currently involved in any litigation-involxing the
lown of Southold, State of New York (Schedule A, attached hereto ).
B. 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).
C. 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).
D. 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 fim~ (Schedule D. attached
hereto).
H.
J.
M.[ I Operation
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).
Major Subcontractors - (Schedule G, attached hereto).
Equipment- (Schedule H, attached hereto).
Maximum Specified Capacity- (Schedule I, attached hereto).
lntbnnation on Bidder's Solid Waste Disposal Site(s) (Schedule J attacbed
hereto).
Form of Bid Bond (Schedule K, attached hereto).
Pertbrmance Bond (Schedule L, attached hereto).
Plan (Schedule M, attached hereto}.
Name of Bidder:
Address of Bidder:
37
Corporate Seal
( If a Corporation)
Incorporated under the laws of the State of
Names and addresses of officers of the corporation:
Title
(President) Name Address
(Secretary) Name
Address
(Treasurer) Name Address
(If an individual or partnership)
Names and addresses o fall principals or partners
38
This Bidder
INFORMATION SCHEDULE A
Town of Southold Bid Project
Solid Waste Haul Sen'ices
(Biader's legdl 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.
Nameof.~dder: ~ q~_r','ea: l'xt Tr'¢..~p.r-~.3r;~<
By: /~~' Date: _&//4'°z-~-
(Authorized Signature)
NOTE:
(1)
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 I of l
39
INFORMATION SCHEDULE B
Town of Southold Bid Project
Solid Waste Haul Sen,ices
The following is information on the undersi~med Bidder's office locations:
Bidder's Main Office
Manager's Name (Contact)
Finn's Lbgal Namb
Street Address (Box Numbers)
City State Zip
Telephone Number
The Bidder herein certifies that the'
is partially, wholly owned subsidiary' of
This
Bidder's Parent
Corporation Main Office
By
Manager's Name (Contact)
Parent Firm's Legal Name
Street Address (Box Numbers)
City State Zip
Telephone Number
~ Firn~
is owned
Parent Finn
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
40
INFORMATION SCHEDULE B - (Continued)
Name ol~lder: "~c'; ,~; ¥ ~
Date:
Note: (1)
Any' attachments or modifications to this fonn 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
INFORMATION SCHEDULE C
Town of Southold Bid Project
Solid Waste Haul 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 Perfom~ance 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:
Bidder Office Location Ownership
Certification
BID (PROPOSAL) FORM
Schedule 5.0.C
Page I of 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 designates their authority to execute an
Agreement on behalf of the firm
Officer's Name ~i,,oe._- CoF.~ Officer's Name
Subsidiary Parent
Corporate Title ~0ccx: ,¥,..o-(' Corporate Title
Address ~?v. ~ ~'~ ~x,,. ~ Address
City $ ~,~ ~, x..~'rr City
State. Zip w"-( State. Zip
Officer's Name '"~cdt~-:c:,. '~;04~.'tt,:~ Officer's Name
Subsidia~' t Parent
Corporate Title 5~,.-4,.1' [ 'F'I'~q ~- Corporate Title
Address L,t r~ ~ ."?v..,~ ~ Address
Git3' t'TD', d ~kt~s Git3'
State, Zip coy State, Zip
Officer's Name Officer's Name
Subsidiary Parent
Corporate Title Corporate Title
Address Address
Cit.',' 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's Name
Parent
Corporate Title
Address
CiLv
State, Zip
Name o/fOidder: /,7,"fl'~/ff$ ~ ~J
Date: ~O ~ -~ 2/"-
NOTE:
If blank not applicable, fill in with N:A
Current Corporate Officer
BID (PROPOSAL) FORM
Schedule 5.0.D
Page 2 of 2
44
INFORMATION SCHEDULE E
Town of Southold Bid Project
Solid Waste Haul Sen'ices
STATEMENT OF BIDDER'S FINANCIAL CONDITION
This Bidder agrees to provide tbr an)' subsidiary and parent firm. and hereto attaches a
current or the most recent audited financial Statement(s) including as n minimmn the
fim~s 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 thc amount of
$ . A supporting documentary evidence attached to this
tbrm is supplied by:
Name
Address
Date
The undersigmed Bidder certifies to the validity of statement and agrees to furnish an5'
other infommtion 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
45
INFORMATION SCHEDULE E - (continued)
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any
intbm~ation requested by Town of Southold. New York in verification of the finns financial
condition.
-~r,'~:~tv Tra~ ~
N~lme of Bidder
Title
t
State of New York. Count3' of
is 5.~,..~t,/' /'Fo...0. of
Title
being duly sworn deposes and saws that'l,~
Tr:^;I'/ Tr,,~ t ?,~r.l',d'; u'- Name of Organization
and that the answers to the foregoing questions and all statement therein contained are tree and
correct.
Sworn to me this
day of .20 O~-
IVly Commission expires:
JEANIE BORGESANO
NOTARY PUBLiC State of New Yo~
No 49 8 46
Oualifieo m Sulfolk County
NOTE: ( 1 )
(Bidder may submit additional intbm~ation desired its 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
46
INFORMATION SCHEDULE F
Town of Southold Bid Project
Solid Waste Haul Services
The Bidder herein certifies that it is qualified to perform the work covered bx' 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.
I. Bidder's Legal Name: "T'm'
2. Business Address: _~, '4
Street
City' State Zip
3. State incorporated: IO ~ Year incorp.: _ ~ B
4. New York State: Business License No.:
5. No. Years in contracting business under above name:
6. Has finn ever defaulted on a contract'? Yes
No
.,,,ears.
7. Gross Value - work under current contract:
8. Number of Current Contracts:
Brief description general work performed by, finn:
10.
Has Firm ever failed to complete work awarded? Yes
If yes, attach supporting statement as to circumstances.
No ~
Qualifications Summar3
BID (PROPOSALI FORM
Schedule 5.0.F
Page I of 3
47
INFORMATION SCHEDULE F - {continued)
l 1. Related Experience Reference (within previous 5 years)
I l. l Project Title:
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 Value: $
Final Complete Project Value: $
Brief Project Description:
Qualifications Summary
BID (PROPOSAL} FORM
Schedule 5.0.F
Page 2 of 3
48
I 1.3 Project Title:
Owner's Name:
Address:
Engineer:
Address:
Project Initial Start Date:
Project Acceptance Date:
hfitial 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: 7'~,'a~4
· (Authon'/'e"ed S igfiature I ' '
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
49
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.
8.
9.
10.
NOTE:
Sub-Contractor
Contract Trade
Individual Address Phone # Specialties
' ~ (Autl~orized Signature}
If blank not applicable, fill in with N.'A
Subcontractors
BID (PROPOSAl3 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 for use on the
project, if awarded the agreement.
Equipment [tem
Proposed
Project Use
Current
Equipment Location
Name)~Biddefi: ~r'; fi k~ ~'r<n ~ ?,~rar-~.;a4 F_ap?.
NOTE:
An.',' supplemental attachments or modifications to this 'tbnn shall bc labeled
Schedule 5.0.H and shall be properly inte~ated 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 in tons of Town of Southold solid waste if awarded an agreement
Contract Year
Maximum Tons per Contract Year
Name of B~ler: r,~'17,',~,'4- ¥
Maximum Specified Capacity
BID (PROPOSAL) FORM
Schedule 5.0.1
52
INFORMATION SCHEDULE J
Town of Southold Bid Project
Solid Waste Haul Sen'ices
Are you willing to m.~eet with the Town of Southold to discuss .,,'our short and long term
hauling 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.
Signature
Bidding Company
Address &~*4 ~Jq&,~,* h~,k ~ '
City State
· ' NAME AND TITLE
5
Zip
Phone No. ( C.~,"3 'S,t'a. -
CORPORATE SEAL
53
Bidder Solid Waste Disposal Site(s)
BID (PROPOSAL) FORM
Schedule 5.0.J
Page 7 of 7
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 ofwhicb, 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 alternate.
{b)
If said Bid shall be accepted, and the Principal shall execute and deliver an
Agreement in the tbm~ off the Sample Operating Agreement attached bereto
~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 m connection
therewith, and shall in all other respects perlbrm the Agreement created by the
acceptance of said Bid, then this obligation shall be void. otherwise the same shalI
remain in tbrce and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereuuder shall, m no cxent, exceed
the penal amount of this obligation as herein stated.
The Surety. tbr 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 exteusion
of the time within which the Owner ina.,,' 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 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 tbrth above.
(L.S.)
Principal
Surety
By:
Address of Surety:
SEAL
(ACKNOWLEDGEMENT BY CONTRACTOR, IF A CORPORATION)
day of
STATE OF:
COUNTY:
Onthis
and sa.,,, that he resides in
)
SSN:
of the
· 20__ belbre me personally came
, to me known, who being dul3' sworn, did depose
: that he is the
corporation described in and which executed the tbregoing instrument: that he knows the seal or'
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.
Notarx Public
Form of Bid Bond
BID (PROPOSAL) FORM
Schedule 5.0.K
Page 2 o f 3
55
(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 fim~
of , and known to me to be an individual described in, and
who exe~:uted the foregoing instrument in the firm name of
and he duly acknowledged to me that he executed the same for and itl the behalf of said firm for
the uses and pu~oses mentioned therein.
Notary Public
(ACKNOWLEDGEMENT BY INDIVIDUAL CONTIL,kCTOR)
STATE OF: )
COUNTY: ) SSN:
On this day of ,20__ belbre me personally came
· to me know, and known to be the person described in and
who executed the i-bregoing 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 (hereinafter
called the "Owner") in the full and just sum of dollars
($ ) good and lawful money of the United States of America, tbr the
pa.,anent of which suni of money, 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 severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written Agreement bearing date on
the da5' 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 Priucipal. 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 pertbm~ed 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 l;br all outlay and expensc which thc Owner may
incur in making good any such default, and shall protect tbe said Owner against, and pa5' aoy 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 persou or
corporation by reason of any damages arising or growing out of the doing of said work. or the
repair of maintenaoce thereof, or the manner of doing the same, or the neglect of thc said
Principal, or his rtheir, its) agents or servants or tbe improper performance of the said work by
the said Principal. or bis (their, its} agents or servants, or the infringemeot of any patent or patent
rights 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 tull force and eflkect:
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.,,' pertbrm and complete the work mentioned
and described in said A~eement. pursuant to the terms, conditions, and covenants thereof, if lbr
an5' cause the Principal tails or neglects to so fully perl-brm 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 (10} calendar days
from the expiration of the time allowed the Principal in the Agreement trbr the completion
thereof: and further
PROVIDED HOWEVER. the Surety. lbr 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 he,'ein, or by any waiver of
any provisions thereof or by any assignment, subletting or other transfer o f any work to be
pertbrmed 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 o,' 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:
Performance Bond
BID (PORPOSALI FORM
Schedule 5.0.k
Page 2 of 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.
I. Haul
Summarize the manpower and equipment you will make available to perforn~ under this
Agreement.
Operational Plan
BID (PROPOSAL) FORM
Schedule 5.0.M
Page I
5O
APPENDIX A
SAMPLE OPERATING AGREEMENT
6O
THIS AGREEMENT, made on the day 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
SelMces 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 perfom~ 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 pertbnn the services in accordance
with the description of those se~,ices as set forth in the Solicitation.
III. TERM OF AGREEMENT
The term of this A~eement shall be Four and One-Halfl4-1 2) years
commencing on
,20
APPENDIX A-I
61
IV. PRICE SCHEDULE COMPENSATION
The unit bid price schedule tbr the services to be fun~ished by Contractor is found
in Section C 3.1, 3.2. Contractor's bid which is iucorporated into this Agreement,
V. PAYMENTS
A. The Contractor shall receive monthly payments tbr services
performed during the prior calendar month. The Contractor shall submit a request tbr payment
on a Town approx ed voucher form along with Contractor's invoice which shall include a daily
summary of tonnage 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 any pa.xqnent
owning to Contractor any sums expended by the Town to cure any default or other Agreement
non-cnmpliance 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
Coutractoi- makes the following warranties and representations:
A. Contractor represents that the Towu has made no commitment under this
Agreement with respect to the volume solid waste to be handled by Cont,'actor 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.
C. Contractor represents that the intbrmation furnished by Contractor in the
equipment schedules iucluded in the bid is accurate and complete and Contractor acknowledges
that Town has relied upon the accuracy and completeness of that inlbm~ation in the .,,election 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 %'BE's) have the opportunity to
participate as subcontractors under this Agreement. In the event the contractor subcontracts
tweuty-five percent (25°o) or more of its work hereunder. Contractor shall submit to the Town an
and a WBE Utilization Plau. prior to execution or'this Agreement.
APPENDIX A-2
62
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 temls of this Agreement, or failure to caw,.' 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 o[ 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 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 Ilar a period commencing on the date of this Agreement and terminating no
earlier than one year ~bllowing termination of services under this Agreement. All such insurance
coverage shall name the Town as an additional insured and shall provide that thc coverage shall
not be changed or canceled until thirty {30) days written notice has been given to thc Town. All
such insurance shall be issued by a company duly authorized, to transact business in thc 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.
APPENDIX A-3
63
C. Contractor shall, tbr the period of the perforn~ance of services hereunder,
maintain a Pertbrmance 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 tbrm acceptable to the Town
Attorney and issued by a surety licensed to do business in New York as a surer3'.
VIII. FORCE MAJEURE
If either part5' 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 party to pertbnn any
obligation hereunder (except for pa3znent 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 pertbnning 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-day for the period of the uncontrollable circumstance:
provided, however, that the contesting in good faith or the/hilure 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 part3'. Subject to the Ibregoing, such acts or events shall include the following:
( 13 an act of God (but not including reasonable anticipated weather conditions for thc
geographic area of the Town or TOH RRF) hurricane, landslide, lightning, earthquake, fu'e.
explosion, flood, sabotage or similar occurrence, acts of a public enemy, extortion, war, blockade
or insurrectiom riot or civil disturbance:
(2) the thilure of any appropriatc federal, state, county, town or local public
agency or private utility having Jurisdiction in the areas in which the
Transfer Station or TOH RRF is located to provide and maintain utilities.
sen'ices, water and sewer lines and power transmission lines which arc
required for the operation or maintenance of thc Transfer Station or TOH
RRF:
APPENDIX A-4
64
{3) governmental pre-emption of materials or sen-ices in connection with a public
emergency or an3' condemnation or other taking by eminent donrain of an.', 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 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 an.',' 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 (d) equipment failure: (e) any impact of prevailing wage law,
customs practices on the Contractor's costs: (1'} any act, event or circumstances occurring outside
of the United States, or {g~) any change in law or in 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 services to
be perlbm~ed by Contrfictor hereunder withoul the prior written approval by thc to~n of such
subcontracts. All such subcontracts shall make express reference to the temps and conditions of
this a~eement 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 performed under the
subcontract. In the event the subcontractor is required to furnish any insurance or bonds for thc
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 thc applicable
State Law in the state of disposal. In the event that at any time during perlbnnance under this
Agreement the Contractor is required to increase the wages paid to an.', of its employees as a
result of such requi,-ement, 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 Superx isor or Town's Solid Waste Coordinator, to pertbm~ additional
sen'ices beyond the scope of those described in this A~eement, the Contractor shall be
compensated tbr such additional sel-,'ices on the following basis:
TOTAL COMPENSATION FOR ADDITIONAL SERVICES -
DIRECT LABOR COST + DIRECT MATERIAL COST 4- 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 fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in
connection with 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 trbr such materials shall not include sales tax lbr 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 10g0 of the total of the Direct Labor Costs and tbe
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.
XIII. DEFAULT
In the event the Contractor tails co' perlbnn its obligations under the Agreement,
the Town may terminate the Agreement, procure the sen'ices from other sources and hold the
Contractor responsible lbr any costs incurred. This Town also may deduct such costs from
APPENDIX A-6
66
payments owing to the Contractor andor draw upon the Pertbnnance Bond as thll or partial
reimbursement for such excess costs. The Town reserves the right to terminate the Agn'eement
tbr 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. Under the agreement, the
Contractor shall not be obligated or authorized to deliver TOS MSW to an5' disposal site other
than the TOIl 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 tbr 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. DISPLITES 'ARBITRATION
Any disputes between the parties to this Agreement may be referred to arbitration
by mutual agn'eement 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 an.',' demand tbr 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 bc fi,mi aud
Judgment ina.,,' be entered upon it in accordance with applicable la,.*,' in an.~ court having
jurisdiction thereoI:
APPENDIX A-7
67
XVII. MISCELLANEOUS
A. This Abq-eement 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 Tow n.
C. This A~eement, 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 ag;eement between the Town and Contractor relating to the Serx ices to be
performed hereunder. This Agreement may be modified only' by written agq'eement uf
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 ma5' have
at law or under this Agreement. if the Contractor is adjudged bankrupt or makes an assignment
tbr the benefit of creditors or s receiver is appointed tbr the Contractor or an5' insolvency
arrangement proceedings are instituted by or against the Contracto,'. tile Town ma5 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 themselx es out nor claim to be an officer or employee of the Town of Soutbold nor
make claim to an5 right accruing thereto including, but not limited to. Worker's Compensation.
Unemployment Benefits, Social Security or retirement n~embership or credit.
G. If any provision of this Agreement shall for any reason hc held tu be
invalid or unenforceable, the invalidity or unenl'brceability of such provision shall nnt affect any
of the remaining provisions of this Agreement and this Agreement shall be cntbrccd as if such
invalid and unenforceable provision had not been contained hereto.
APPENDIX A-8
68
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 the work. or against any
applicant for such employment, because of race, religion, color, sex. age. marital status, handicap
or national origin in any manner prohibited by the taws of the United States or of the State of
New York. These requirements shall include, but not be limited to. the following: employment:
up~ading, demotion or transfer: recruitment or recruitment advertising: layoff or termination:
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 11971
With a cop>' to:
Solid Waste Coordinator
Town of Southold
53095 Main Road
Southold, Nh' I 1971
If to the Contractor:
IN WITNESS WHEREOF. the parties hereto have executed this Agreement on thc day
and year first above written.
TOWN OF SOUTHOLD
By:
Joshua Y. Horton. Supervisor
APPENDIX A-9
69
APPENDIX B
NEW YORK STATE DEPARTMENT OF
ENVIRONMENTAL CONSERVATION PERMIT
70
APPENDIX C
Town of Southold Accident Report
73
A~OR~
CERTIFICATE OF LIABILITY INSURANC .E~.~°~'_~ ~ 03/°7/°2 .
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
STeINbERG AGENCY , I.~C .
247 M~-RICK ROAD
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 Transpor=a=ion Cor~..
214 Blyderd=urgh Rd
CennraI Islip NY 11722
COVERAGES
A .~ C~MME~C:aL :~I~AL L;AalLI~' U~A~I~D 10/30/01 10/30/02
£==~ --cu?~?~3E ~ 1000000
A~B5273291 ' 10/30/01 04/07/02
X ~7%'=-::~ s 10000
P-~lqC ~ 549'-
1000C0C0
10000000
500000
500000
500000
* AC'Om. VEHICLE SCHEDULE
I p. OO,.,CER ,'""L,CA.T
~'NO.' ' {Fi?~e~} Trinity Transpor=acion
Bender Ins. A~, Inc. BR~i
Woo~u~ ~Ci 1L7~7 i 10/30/00 10,/30,'01 ~
~GENCV CUS~O~E~ '~
CSR J$ 08/07/0%
VEHICLE DESCRIPTION
001 1979 MODEL: 1~ ' V.LN.= R686S30778~:~m~:~4:~X
COST .EW
49500
CffY, ETATE. ZIP ISLANDIA ATY 075 36499
& LABOR FT
VEH# [ YEaR rMAKE: ~ACK T%'PE: TP. ACTOR
002 t 19 1 MODEL: 10-~R ' V.LN.: 1M2BZ56C~A002612
SIC FACTOR SEAT CP' RADIUS
X COLL S ~137
s 3000
3000 COLL
6 $ 80000
CFI'Y, STATE, ZIP I SLARDIA
DRIVE TO WORWSCHOOL USE
dNDER 15 MILES PLEASURE '
003 ' 1995, MODEL:
TERR GVWIGCW C L.a~ E SIC FACTOR SEAT CP RADIUS FARTHEST TERM
075 , 36499
RETAIL ! X LIAB ~XMEDPAY : &~BOR , ! ~ ~ COMP ~ ~ ~ STAMT S 3000
· ~.~: T~ILER ~ '~0~ SY~AGE COST "~
) VJ.N.: 4 ,S ~0000
i CITY, STATE, ZIP ISLA~DIA NY
WHERE GARAGED
DRIVETO WORK/ECHOOL USE
TERR GVW/GCW C[J~SE SIC FACTOR SEAT CP RADIUS FARTHEST TERM
075 68499
TYPE. TP~ACTOR ~ 27 EYMIAGE COST NEW
· 004 1994 MODEL. CL
MACK
005 1994 MODEL: C~
TERR GV"NrGCW CLASS SiC FACTCR SE~T CP RAOIUE FARTHEST TERM
07.5 120000 36499
006 1994 MODEL. CL
1994 MODEL. CT.
::TY. STATE, ZIp ISLA~DIA NY
ACORD 129 (3FJ3)a
TYPE· T.~ACTOR
v.I ~.: 1 M2 A~33~, v X RWD~_/~$ 7 ~
075 120000 36499
v.~.w. ~lF~TY3~R~0_02~79 4 s 80000
120000 36499
TERR
075
~ ~j SYNgAGE COST NEW
4 s 80000
i VEHICLE DESCRIPTION'(~n't.)
008 1993 MODEL: CL
BODY
', WHERE GARAGED
009:1993 MODEL: CT.
36499
';~PE: TP~ACTOR 4ir
V.LN.: 1M2AD27Y6PW001060 5 $ 80000
yEAR MAKE: ~ACK
010 11994 MODEL: CL
~C~TY. STATE. ZP ISLANDIA NY
' 011 11994 MODEL; CL
TERR
' 075
X COMM'L ' COVERAGES X
I RETAIL X LIAB I X
120000 i 36499
BODY
~,E: TRACTOR 15 ~ SYI%VAGE COST NESN
V.~.N.: 1H2AD3?YSRW001876 4 : 80000
i TERR GV~VIGCW C L.A.S~ SIC FACTOR SEAT CP RADIUS FARTHEST TERM
: 075 120000 36499
CHECK
X COMM'L COVERAGES~ X ADD'LPfP X I UNDRINS , DEDUCTIBLES ' SPEC
I RETAIL ~X LIAB MEDPAY &LABOR : FT '~X COMP -- AA STAMT $3000
m MOTO~ COFL I FTW X COLL $ ~35 53000 COLL
~.E: TRACTOR ~ 2~ SV~AaE COST Nm
. VJ.N.: 1H2AD37Y3RW001509 4 s 80000
075
MAKE: HACK
012 ' 1994 MODEL: CL
' 075
· CHECK
TERR
075
VEH~ YEAR MAKE:
G%qN/GCW CLASS SiC FACTOR SEAT CP RADIUS FARTHEST TERM
i ' 36499
~,E: TP. ACTOR ~ ~ S¥ R,~AGE COST NEW
VJ.N.: 1M2A/D37Y9RW001398 4 S 80000
OV'~IOCW CLA~S $1C FACTOR SEAT CP RADIUS FARTHEST TERM
' 36499
.%CORD 129 (3~3)a
68499
A'/TACH TO BUSINESS AUTO SECTION
VEHICLE DESCRIPTION (~n't.}
~AKE: SUM~41T W.E TP. AILER ~4OV~ cost N~w
016 1994 ~OO~ V.[.N.: 1S8~3928R0008368 4 ~ 50600
CI~. STATE, Z~P IS~IA
.... LJNINS -- SPEC ....
15MILE$OROYER ~ARM SER',ICE X pip X MOTOR COFL FT%% X COLL $ ~37 53000 COL[
~ODY ~ SY~AGe COST N~
MODEL: D~ V.I.N.: [~267Y~0~0850 4 S 80000
WHERE GARAGED ; 075 120000 ! 36499
019 ' 1995 MODEL: W~X~G m vJ.~.: 1EIU1X289SRG17623 3 ; s 50000
020 , [995 MODEL: W~G v.I.N.: lElUlX285SRG176~L
O75 68499
VEH~ Y~R MAKE: EAST ,
O75 68~9
ACORD 129 (3~33)a A'/WACH TO BUSINESS AUTO SECT;ON
~ %'EHIC~E DESCRIPTION (con't.)
I VEH · YEAR ~E: EAST
~24 1995 uoosL: WAL~ING
BODY
VJ.N.: 1EiUIX289SRG17640
I
3 s 50000
025 '1995 ~DSL: WA~LKING
0?5 68499
~.5: TRAILER ~ J O9 COST NEW
V.L~.: 1E1UiX280SRg17841 3 S 50000
026 .1995 MODEL: WALKING
075 68499
075 ' 68499
CHECK UNCRINS
j 027 11987 ~OOSL: RE 'V.I.N.: 1WAUDCVGX/~U304_~46
rSR. Ovw,ocw CLASS
CITY. STATE. ZIP ISLANDIA ~ ]
WHERE G~GED 075 : ' 33499
~COMP ~-- ST A~4T $3000
X COLL $ #!07T s3000 COLL
~.~ SYM/AO E COST NEVi/
6 s 80000
sm ~c~o~ s~ c...AD,US
VEH. YEaR MA~S: EAST T~.e TRAILER ~ jj~' SY~AGE COSTNEW
r 028 1995 MODEL: W~KI~ VLN: 1ElU!X28~ 3 S 50~___
WH~i~S OA~.~GSD I SLANDIA NY
075 68499
~'~NNN
ACORD 129 (3~3)a
ATTACH TO BUSINESS AUTO SECT[ON
VEHICLE DESCRIPTION (con't.)
032 1995MODEL: T~-I~T-~ K T ~TG
I BODY ::~ I -'~'* SYM/AGE COSTNEW
TYPE: TRAILER
V.I.N.: 1E1UIX283 SRG17648 3 $ 50000
TERR GVWIGCW
EIC FACTOR SEAT CP R~DIUS FARTHEST TERM
TERR
DRIVE TO WORK, SCHOOL USE X COMM'L ~ COVERAGES
~ UNDER 15 MILES ~LF~,SURE RETAIL · X LIAB
034 ' 1995 MODEL: WALKING
, 68499
MOTOR COFL ' F"~V X CO~L $ ffl2?T S3000 COLt
1~.E: TRAILER ~ I ~_~ COSTNEW
, v.].N.; 1ElUlX281SRG17680 3 ~ 50000
ClT~.STATE, ZIP ISLANDIA NY
WHERE GARAGED
TERR
075
CHECK
DRIVE TO WORKJSCHOOL USE X COMM'L ~ERAGES X
15M[LESORO'vER ~ F~,RM SER¥1CE I x lpip . X
035! 1995 MODEL: WALKING
i 68699
I i m MOTOR ~ F LSP X AC'/ X i COMP__ C OF L
ACD'L PIP ~ UNDRINS -- --DEDUCTIBLES SPEC
BODY
~.E: TRAILER ~& }2~ SYBASE COSTN~
' vJ.~.: 1EIIIlX283 ERG1765! 3 s 50000
crrY, ETATE, ZJP ISLANDIA N~
WHERE GARAGED
DRIVE TO WORKJECHOOL ' USE
036:1995 MODEL: WALKING
DRIVE TO WORK/SCHOOL USE
075 I 68499
075 68499
SiC FACTOR SEAT CP RADIUS FARTHEST TERM
DEDUCTIBLES
SPEC
X AC'/ X COMP'~ C OF L
AA STAMT 59000
0?5
0'5
~ 2CMLIL CO~VERAGES .'~
68499
~ ,,,~ S¥~<ADE COST
TERR
t
TBRR GVW,rG C W CLASS SiC FACTOR SEAT CP RAOIUS FARTHEST TERM
'~ [~I SYM~A~E COST .EW
ACORD 129 (3/cJ3)a
ATTACH TO BUSINESS AUTO SECTtON
s 4%12 9T s3000 COLL
SY M/AGE COST NEW
3 s 50000
FACTOR SEAT CP ~.ADiU S FARTHEST TERM
VEHICLE DESCRIPTION (con'h)
I ........ __ TYPE: TRACTOR
040 1993 ~ODEL: CH V.I.N.: lM2A~,13Y4PW026354 5 $ 47000
WHERE GARAGED
BODY ~"'7 EY ~'~AO E COST NEW
VEH # YEAR MA~e. MACK TYPE: TI~ACTOR ~-
041 [1994'MODEU: CE V.I.N.: lM[A.m.13YIRW038369 4 S 68500
WHERE GARAGED 10'75 36499
VEH ~ YEAR M~KE: I~AC~ TYPE: TRACTOR ~'
042 11994 MODE[.: CH V.kN.: lMIAA13Y4RW039810 4 s 68500
WHERE GARAGED 075 ' 36499 '
BODY
V~H ~ , YEAE , MAKe: HACK T~.E: TRACTOR ~ ~CI s¥~Aa~ coST NEW
04~ ' 1994, MODEL; CL V.I.N.: 1Ml~tD37YgRW001891 4 ' $ 68500
CITY, STATE. ZIP ISLA/~DIA ~'£ ' ;
WHEREG~GED 075 ~ 3649~ '
v~.~ Y~ ~: ~CK ~"~: T~CTOR ~ ~] S~GE COSTN~W
044 ' 1994 MODEL: ~
TERR
TERR
VJ.N.: ;12~~ ~ S 68500
36499
.... COFu
~ j~j S~AC, E CaST ~Ew
V.I.N.: ~~023--- __ 4 ~50000
VVHE~E GA~GED ISLA~-DIA
-~ITY. STATE. ZJP ISLA~DIA ~__
s #27 fl,~ S~nno COLL
~ 50000 -
ACORD 129 (3/~3)a A~-i'ACH TO E~USINESS AUTO EECTtON
~',/EHICL~ DESCRIPTION (con't)
BODY
vE,, Y~..*KB. SAS= ~,E: T~.~nE~ ~ Ig$ sY,~*~E
048 199~, MODEL: WALKING V.I.N.: 1EIUIY285SRF17056 4 $
' 1
50000
CITY. STATE. ZIP ISLANDIA NY
049 1994 ~ ~ S 50600
V.I.N.: 1S8~tD3921R00082%~
~'~ ~o=y~ F~,~ x CCL--~0T s3000 COL~
WHERE GARAGED 0'75 = 68~99
CHECK UNORINS DEDUCTIBLES
VEH ~ YEAR MAKE: SUMMIT , 'r'mB: TRAILER =h~ J 7~ SYM~AGB COS7 N.~N
0__~'1 ; 199~ MODEL: WAL.T~II~TG . v*u~.: 1SSAL&521R0q08260 % s 50600
WHB~BGARAGED ' 0?5 I I 684~9
'r~E: TRAILER ~ I ~ EY/'~AGE COST NEW
075 ' 6~
TYPE: T~AC"TO~. .~ ~ ~Y~AG~ COST N~
075 36499
. CHECK i
· DRIVE TO WORK, SCHOOL USE X COMM'L COVERAGES X
i MAKE: SUMMIT
' 052 199% MOBEL: WALKING
1994 ~V~ODeL: CH
C.,T~.STATE. Z~. ISLANDiA NY
WHEkE GA~:GED ISLAND!A NY
DRIVE TO WORKJSCHOOL USE
TERR
CHBC~ O 7 ~
ACORD 129 (3/931a
A"~'ACH TO BUSINESS AUTO SECTION
iVEHICL~= DESCRIPTION (con't.) ~'
056 '1995 ~ODEL. WALKING W.N.: 1E1UlX282SRG17639 3 $ 60000
WHERE GARAGED ~"~ .' 5 69499
~'~PE: TRACTOR ~ ~ S¥~/'/AGE COST NEW
' VJ.N.: 1M~A14YISW049565 3 $ 80000
057 1995 ~ODEL: CH
ICrrtSTA?E.Z~P ISLA/~DIA NY
DRIVE TO WORK, SCHOOL LSE ~ COMM'L
FORD
058 1985 MODEL F-700
075 36499
X LIAB X~_ MEOPAY I : &LAigOR FT X COMP A~ STAMT $3000
'Pr.E: P/U TRUCK ~ ]~ SyIWA~E COSTNEW
] i UhDEalSMILES-- PLEASURE -- RETAIL
VEH~t I YF'~'R IM'~KE: HACK
059 ' 1995 MODEL: CH
T~[RR GV~VlGCW CLA~ SIC FACTOR SE~T CP RADIUS FARTHEST TEFU~4
075 10000 I 03499
''rYPs: TRACTOR ~* ~ 7 SYM/AGE COST NE3N
I V.[.N.: 1M2AA14Y5SW049567 3 s 70000
TERR I G~IGCW C~ SiC FACTOR S~T CP ~OlUS FARTHEST TERM
m 075 36499
~E: T~CTOR ~ ~ SY~AGE COST N~
CFTY, STATF_ZIP ISLA/TDIA NY
060 1995 MODEL:
WHE~EGA~=.~GED ISLA/~DIA NY
DRIVE TO WORKYSCHCOL USE
BO[;Y
ACORD 129 (3/cJ3)a ATTACH TO BUSINESS AUTO SECTION
CIIW, STA'r E. ZIP I S LAATD IA
WHERE GARAGED
VEH= , YF_~R MAKE: SPECTEC
065 1995 MODEL: AWO4596100
'i~pE: TP. AILER
V.i.N.: I$9WA4523SS188200 3 S 49371
MOTOR I CO;L ~T~¥ X cou: s ~209T s3000 COL:
VI.N.: 189WA4525SS188201 3 $ 49371
VEH · YEAR MAKE: SP~CTEC
066:1995 MOOEU: AWO4596100
TERR GV, NIGCW CLA~ SIC FACTOR SEAT CP RADIUS FARTHEST TERM
075 80000 68499
X ~'P X MOTOR OOFL F'r.¥ X COL; $ #215T S3000 COL~
DRIVE TO WOR~SCHOOL USE X COMM'L
r ~ UNDEP 15 MILES I PLEASURE RETAIL
067 i1995 MODEL: AWO4596100
i DR~VE TO WORF~,SCHOOL USE X CO~I'IM'L
VEH~ i ¥~R ~AKE: SPECTEC
068:1995 MOOEL: AWO4596100
'_069 1995 MODEL A~/O4596100
CITY. STATE, ZIP ISLANDIA NY
TERR I GVW/GCW ICLA~S SIC FACTOR SEAT CP RADIUS FARTHEST TERM
: 075 80000 68499
X~ MAS I X MEDPAY I I &LJ%EOR F ~ CO)JR ~ -- ST~%MT $3000
-- UNINS ~ EPEC
~,~: TRAILER
V.I.N.: !S9WA4520SS188204 3 s 49371
075 ' 80000 , 68499
~ TOWING
, UNINS ~ SPEC [~
TERR
O75
,?,H EC K
TERR
, WHERE GARAGED I S~IA NY
071 1995 MODEL~
:rn'.ST.~TS. Zm ISLA~DIA NY
80000 68~9~
UOT:R CO~: ~.'.' ,~ eSL- S ~22!T ~3000 Cell
~ooY SY~,~CE COST ~EW
v.m ~.. !S9WA4526SSi~ 8~06 3 S 49371
80000 68~9
07g Rnno.o fi8409
ACORD 129 (3/~3)a ATTACH TO BUSINESS AUTO SECT[ON
VEHICle DESCRIPTION (con t.
TVPE: TP~AILER
VJN,: 158~.D3434T0009072 2 S 45500
DRIVE TO '/YCR~SCHCCL rDsE
VEH~ I YEAR MAKE: SUMMIT
081 1996' MODEL: D~T~
0'75 63499
V.I.N.: 158AD3436T0009073 2 s 45500
COLt
VEH# YEAR i MAKE: SUMMIT
082:1996 MODEL: WALKING
TERR G~/GCW
075 : 68499
~'PE: TP. AILER
V.I.N.: 1S8AD3438T0009074 2
SPEC
X COMP C OF L
s3000
83000 COLL
45500
· VEH# i YEAR, ~AKE: SU~MIT
L083 11995' MODEL: WALKING
075 I 68499
I COVERAOES.~_~ ADO'LPIP X I MOTOR L~ F
~- UNINS ~ SPED ~
X
~eE: TRAILER
' V.LN.: 08392
SYbt~AG E COST NEW
k 3 E 49500
TERR
I C~Y. STATE. ZIP ISLA/TDIA FE
i WHERE GARAOED I 07_~
CHECK
VEH~ I YEAR MAKE: SPECTEC
084 1995 MOOEL:
80000 I 68499
FARTHESTTERM
s3000
S3000 COLL
BODY
TYPE: TRAILER ~ 27 SYiCdAOE COST N~
, V.LN.: 1S9DS323XSS188271 3 S 38731
.... TOWIhG
SIC FACTOR SF_AT CP RADIUS FARTHEST TERM
PIC.~ -t)P s~E
;RIVE TO WORI(~SCHOOL USE
V.LN.: 1F~4N-v'RADa40325 6 s 15000 _
0'75 01499
'tYPE: TI~,TT.~= ~e [~-7 SyMIAGE COST NEW
ACORD 129 (3/'J3)a ATTACH TO BUSINESS AUTO SECTION
VEHICL~ DESCRIPTION (con'h)
T~pE; T2AILER
V.LN.: 1S8A.L4526S0008936
072 1995 MOOEL. WALKING
SYM/AG E COST NEW
3 S 49500
TERR
ClTYr STATE. ZiP I SLA.N~ IA NY
0?3 1995 MODEL. WALKING
GVWlGCW CLA~S
.90 ~0 6-~499
S[C FACTOR SEAT CP RADIUS FARTHEST TERN
BODY SyM/AGE
T'~.E: TP~AILER 1~ ~-~)7 COST N~W
VJ.N.: 1S8AL4524S0008935 3 $ 49500
TERR
' 075
CHECK
074:1995 MODEL: WALKING
80000 68499
SPEC
AA ST~MT $3000
s ~207T $3000 CO~.L
, VJ.N.: 1S8AL4523S0008718 3 $ 49500
CITY, STATE, ZIP ISLA~DIA NY
WHERE GARAGED
TERR
075
CHECK
ORIVETOWORKJSCHOOL USE X COM~4'L ~ERAGE$__X
SPECTEC
075 ! 1995 ~ODEL: WA.L]~ING
OwvIGcw CLASS SIC FACTOR $~AT CP RADIUS FARTHEST TERM
i I 68499
UNDRIN$ DEDUCTIBLES ~}EFCL
*~PE: TP~AILER k% ~_~ SYM~A~E cos* NEW
V.LN.: 1S19DS3239S$188214 3 s 49500
crFY, STATE. ZIP ISLA/~DIA NY
WHERE GARAGED
TERR · G V~'/G CW CLASS SIC FACTOR SEAT CP P~ADIUS FARTHEST TERM
075 68499
T'~'E: TRAILER :g% "~) SYNVAGE COST NEW
077 ~ MODEL:
__ -~ V.LN.: 1SgDS2831RS188101 % S~
' 075 68499
I ~D G~'~DII<20 27-~1 '~ .-,~ V.I.N.:
63~99
~HE~EG~GED ISLA/~DIA NY
075
CHECK
DRIVETO WORK, SCHOOL__USE ~ C~Mk~L __COVERAGES X
45500
ACORO 129 (3f93)a ATTACH TO BUSINESS AUTO SECT[ON
," VEHIC,~E DESCRIPTION (con'h) ~'
088 '198g~L; ~EMI GY 'V.LN.: 1HgDGG391K1022017 [ ' $ 36000
,DRIVETOWORK. SCHOCL USE CCMM~ ~b~0ES_~CC'~PrP__ X MOTOR ~ ~SP ~C. X COMP
089 '199&'MOOEL: SEMI
BODY ) ~)--~* SYM/AGE COST NE/,/
~'~Ps; TRAILER ~
V.LN.: lEiUIX282P.P-K154 ? 9 $ 50600
TERR I GVINtGCW CL4.SS SIC FACTOR SF--~T CPI[~DlUS FARTHEST TERM
WHERS GARAG ED 0 7 5 6 8 4 9 9
.... UN[NS [ SPEC -- ~ ~
VEH~ , ~ ~. A~OC~ ~E: T~CTOR __~
090 11987' MODEL: ; v.m.~.:1WA~Gl~3043~7 s 65000
crrY. STAT~ZlP ISLARDIA NY
WHERE GAte'AG E O
1986 MOOEL: T~,jk'rL'm~. v,~.N.: ~'~:l.~'2T28_3(;AK0680~. ~-"O[~ S 40000
15 MILES OR OVER ~AR~,I SERVZC~ X ~lP X) MOTOR COF [_ ~ X COL1- S ~ ~ I S3000 cocm.
CITY, STATE. Z]P TERR , G'¢~/G CW CLASS SIC FACTOR SF~.~T CP RAOIUS FARTHEST TERM
...... UNINS -- SPEC --
PARTHEST TERM
COST NEW
TOWING
iITY, STATE, ZIP
.~VHERE GARAGED
ACORD 129 (3/93)a
ATTACH TO BUSINESS AUTO SECT[ON
AC;ORD. VEHICLE SCHEDULE
PRODUCER PHONE APPLICANT
~C. No, Extl: 516-799-8222
Trinity Transportation Corp.
Bender Ins. Ag~, Inc. BR#i
Woodbu-~./ --z 11797 --
DA~E iMI~ DD.~'Y}
cs~ ~s ~s/~e[
VEHICLE DESCRIPTION
CITY, STATE, ZIP
WHERE GARAGED
TERR GVWIGCW
CHECK
~MAKE: Trinity
ol :2oo~ ~~
MODEL:
CLASS SIC FACTOR EE~,T CP FiADIU5 FARTMEST TERM
uNDRINS _ DEDUCTIBLES SPEC
BODY
T',,E: i:qEN'rR, L. ~
, V.LN.: 1TgSC42282B656034
COST NEW
s 68499
""-"---- TERR GVW/GCW CEASE SIC FACTOR SEAT CP RADIUS FARTHEST TERM
C*,,.,,.,,'L UCT'"LES x .,c'. x co,.,,, ~%
R~-,~,: x ~~~ ~ 'x co~~ ~3,ooo
CITY. STATE.
WHERE GARAGED
IDRIVE TO WORI<.'SCHOOL U~E
' VEH ~ y~.AR MAKE.
MODEL.
TERR G~NIGCW CLASS SIC FACTOR SEAT CP RADIUS FARTHEST TERM
CHECK uNDRINS _ DEDUCTIBLES SPEJ-
' CITY. STATE, ZIP
, WHERE GARAGED
CHECK
ACORD 129 (3~J31a
.% ACORD C
TRINITY TRANSPORTATION CORPORATION
2 ! 4 BL YDENB URGH ROAD
ISL4NDL4. NY ]! 749
(63l) 342-96-3 FAX(631i 342-96-6
Resume: Martin Doyle
Work experience in the solid waste industO' 23 years.
From 19~--1982 worked/br Donno Sanitation b?c. as a route supervixor.
From 1982-1995 worked?i: BFI bzc. as a tran.5/'er station manager and hauling
£ooFdii'lalor.
From 1995-2002 ami still currentO' employed by D'iniO. D'ansportation Corp. as the
manager qflHillside Compost Corp., a yard waste and composting./bciliO' located in
D'emont PA which is wholl), owned hy D'iniO. D'ansportation Corp
TRINITY TRANSPORTATION CORP.
214. BLYDENBURGH ROAD
CENTRAL ISLIP, NY I 17 Z Z
Tel. (516) 34.Zo9673
Fax (516) 34.2-9676
TRINITY TRANSPORTATION CORP.
RESUME OF PROJECTS
2002
TOWN OF BROOKHAVEN, LONG ISLAND, NEW YORK
Complete opemoon of MSW transfer station facility,.
Our responsibilities include acceptance of material from collection vehicles, all loading
and transfer operations as ~vell as hauling over 700 tons of MSW per da). All manpower
and equipment is provided exclusively by Trinit3' Transportation Corp..
Equipment Provided: 18: one hundred cubic )ard walking floor trailers. 7: on-road tractors,
1: Caterpillar 325L Grapple Loader. 1: Caterpillar 970 Payloader. 1: Komatsu 420 Payloader, 2:
sx`.4tch tractors.
Start Date: April 1. 1996
Status: Under contract until FebruaD. 2000 `.vith 2 additional I )'ear options for extension.
Extensions have been exercised through February 2002.
Contact. Mr. Paul Roth. Commissioner of Sanitation
Mr, Don Knobs. Assistant Depot) Commissioner of Sanitation
TOWN OF EAST HAMPTON, LONG ISLAND, NEW YORK
_Haulinq and Disposal or 40 to 100 tons per da',' of MSW.
Trini~' provides staged trailers at East Hampton's Facility xx hich arc pre-loaded
Trinity 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 I. 1997. Services resumed 1998 to 1999 An extension
through to 2001, was Town Board approved. Re-bid. March 2001. axx ardcd to Trinity
Transportation. Extension requested to 2003.
Contact: Dave Paolelli. Conunissioner of Sanitation
TOWN OF SMITHTOWN, LONG ISLAND. NEY~ YORK
Transportation of Ash from incinerator operations.
Hauling of ash residue from the Smithtov,~/I-Iuntington Incinerator to the Babylon
Landfill.
Equipment Provided: 2: ten wheel dump trucks and 2: tractors with dump trailers.
Status: Operation since 1995 to November I999.
Contact: John Zollo, Town Attorney
TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK
Transportatton and disposal of Yard Waste through an IMA with the To~n 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.2 Operation currently in progress since January 1997.
Contact: John TrenL Tmvn of Smithtown Engineering Dept.
TOWN OF RIVERHEAD, LONG ISLAND, NEW YORK
Hauling and disposal of MSW and co-mingled recvclables as sub-contractor to East End
Recycling Corp.
Trinity provided one hundred cubic yard walking floor trailers and tractors for the
hauling and disposal of MSW. [n addition. Trinit) 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.
Trinit3 Transportation proyides 100 cu. 3d. walking floor trailers for the hauling and disposal of
all Town generated MSW and C&D materials,
TOWN OF SOUTHOLI), 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)
Trinitx Transportation provides long haul and disposal services to the prime contractor, Omni of
Westbut3'. Materials hauled include: yard wastes, and varians recyclables.
Equipment provided; 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. N°(S, DEC licensed. Tnnity Transportation provides long haul and disposal
services for ALL facility commodities: MSW. mixed recyclables. C&D debris. ~,ard x~asles and
concrete/aggregates.
Equipment: 100 cu. yd. walking floor trailers, flat bed and van trailer service for baled materials.
and dump trailers.
_Status: Since 1995 to present
Contact. Mr. Brad Meyers. Facilil). Manager
TOWN OF HEMPSTEAD, NEW YORK
Transfer of ash residue from Hempstead Facitit)_. (Ref-Foel) to Brookhaven Landfill. as interim
operator ADproximately 30 loads per da.,,'. 1500 tons per da3.
Equipment~ Tractors and dump trailers
Status: Ma)' 2001 to September 2001 (Emergent' services performed for xcndor defaulD
Contact: Mr. John Pinto. Deput~' Commissioner
TOWN OF HEMPSTEAD, NEW YORK
Transfer of MSW material from Hcmpstcad's Merrick Transfer facilin, to Hempstcad's. Rcf-Fucl
facilit)_. Approximatel3 15 - 20 loads per day.
_Equipment: 100 )ard walking floor trailers and tractors
Status: May 2001 to Present. (emergent' sen'ices provided for vendor default).
Contact: Mr John Pinto. Depu~' Commissioner
TRINITY TRANSPORTATION CORP.
214- BLYDENBURGH ROAD
CENTRAL ISLIP, NY '1 1722
Tel. (516) 34.2-9673
Fax (516) 34.2-9676
John Whitton;
Trinity Transportation Corp.; General Manager since Ma) 1996
Responsibilities include: dispatching, interaction x~lth all customers including Municipal accounts.
oversees daily operations of all facets of company.
Omni Recycling of Babylon Corp.; Facility Manager 1995 - 1996
Responsibilities included: daily operations of 1250 ton per day re~.'cling/transfer facdit3.'. Managed all
incoining and outgoing materials flox~. Arranged for transportation sen'ices for
all outgoing materials.
Patricia DiMatteo~
Jet Sanitation Service Corp.; Manager 1076 - Present
Responsibililies include: dispatching, communication ~ith customers, posting accounl
information, service complaints, interaction with drivers, office
om ersite.
Trinity Transportation Corp.: Sect3. -Treag 1996 - Prcsenl
Responsibilities include: Payroll. dispatch, office accounting
Omni Recycling of Babylon Inc.; Secty - Treas. 1996 - Present
Responsibilities include. Capital equipment purchases, acconnts payable, daffy operations
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 ~=1~1 bid~ for
~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 WILL NOT BE
OPENED)
The o,Y~v to b~-made~in ~--
with this Bid Solicitation a~ail
include a bid on the following:
A bid price per ton, to provide
equipment and labor for hauling
solid waste and disposing solid
[NOTE: THIS IS A HAUL BID
ONLY. Under this bid, Southold
solid wtste MUST be delivered to the
Town of Huntington Resource
Recovery FaeiUty. Under this bid,
tipping costs at the Town of
Facility shall be the sole responsibili-
ty of and shag be borne directly by
the Town of Southold, under existing
Southold and the Town of
Huntington. Bidder shall NOT pro.
vide disposal site tip fee costs under
this bid.] The terms of this
Agreement shall be four and a half
(4,5) years commencing on July 1,
2002.
Bids must be made in writing on
the forms furnished and shall be
accompanied by a Bid Guaranty in
order, bank drab or standard fon~
Town of Southold, or bid 'bond. in
the sum of one hundred thousand
dollars ~$100.000.00) wherein the
named obhgee shall be the Town of
Southold.
The successful Bidder shall be
required to furnish a performance
with the instructions in the Bid
Solicitation,
The bid price shall not include
which the Town of Southold is
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 open-
ing 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 ~
free of charge and at the folhiw ng
to 4:00 p.m.:
Office of the Town Clerk
Southold Town Hall
53095 Main Road
Southold, New York, 11971
Upon payment of non-refundahie
fifty dogars ($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 confer-
ence 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 regard-
ing bidding requirements, contact
Elizabeth A. Neville (631) 765-1800.
For information regarding Town of
Southold waste program and haul-
Bunchuck (631) 734-7685.
All bids must be signed and
sealed in envelopes plainly marked
"Bid On Sofld Waste Hauling Only
Services", and submitted to the
Office of the Town Clerk. The bid
price sbail not include any tax, fed-
eral, state, or local, from which the
Town of Southoid is exempt.
Dated: May 3, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
2,LLS-1TMY9
STATE OF NEVV YORK)
)SS:
~TY)~,.,~F SUFFOLK)
~"¢_~,~2~'~"',~___ of MaEituck, in ~id
~un~, ~ing duly sworn, ~ ~at he/she is Principal
cle~ of THE SUFFOLK TIMES, a wee~y ne~r, pub-
lish~ at MaE~u~, in the T~n of ~, ~n~ of
Suffolk and S~te of New Yo~, a~ that ~e Noa~ of ~ich
the annex~ is a pdnt~ ~y, has ~n ~ula~ pu~
lished in said Newspa~r once each week
for / weeks su~ssively, ~mmencing
on the ~ day
of ~
~ ~fi~i~l Clem
Swom to ~fore me ~is / O~
day of t1,[ ~ 20 O~
~U~A E. BONDA~GHUK
Not~ry Public, $t~to o~
No Ol
Qualified m SufiolR Gounty n ~
~y Commission Expiros D~. ~4, ~' a
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS i~AGEMENT OFFICER
FREEDOM OF INFORIVL~T[ON 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
BID OPENING
Haul Only Services
Bid Opening 6/6/02 10:00 A.M.
Trinity Transportation Corp
214 Blydenburgh Road
Islandia, NY 11749
Bid Attached
BIDDER'S SOLICITATION
SOLID WASTE HAUL SERVICES
AGREEMENT DOCUMENTS
TOWN OF SOUTHOLD
STATE OF NEW YORK
TOWN Of SOUTHOLD
May 2002
NOTICE TO BDDERS
Solid Waste Haul-Disposal Services
The Town of Southold will receive sealed bids for solid xvaste haul 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 ~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 four and one-half (4-1/2) years commencing on July 1, 2002.
And ending on December 31, 2006.
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 xvithdraw 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 xvaive 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 fi'ee of charge and at the folloxving location on weekdays
from 8:00 A.M. to 4:00 P.M.:
2
Office of the Toxvn Clerk
Southold Toxvn 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, NY 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 program and haul-disposal operations,
contact James Bunchuck (631) 734-7685.
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 Inl-bnnation to be Submitted
4.1 Contractual Bid
4.2 Supplemental lnfonnation
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
12.0 Assignment
13.0 Limitation Of Funds Available
14.0 Insurance and Bonds
14.1 Insurance
14.2 Bonds
! 5.0 Indemnity (Hold Harmless)
16.0 Payments
17.0 Default
l 8.0 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. l Quality and Characteristics
5.0 Program Activities 5. l Collection
5.2 Loading Mode
5.3 Town of Southold Accident and Damage Policy
5.4 NYSDEC Part 360 Permit to Operate
7
10
I1
11
12
13
13
13
14
14
14
14
15
15
15
16
16
16
17
17
17
17
17
19
19
20
20
20
20
20
21
22
23
23
23
24
24
24
24
25
25
26
4
6.0 Haul Services
6.1 Work Included
6.2 Equipment
6.3 Weighings
7.0 Safety and Health Regulations
9.0 Operations and Procedures
9.1 Supporting Data
SECTION C CONTRACTOR BID FORM
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 lnfbnnation Schedules
lntbnnation Schedule A
Information Schedule B
lntbrmation Schedule C
Information Schedule D
Intbrmation Schedule E
Intbrmation Schedule F
Information Schedule G
Information Schedule H
lnfom~ation Schedule I
lntbnnation Schedule J
Infom~ation Schedule K
lntbrmation Schedule L
Intbnnation Schedule M
26
26
26
27
28
29
29
31
32
32
35
35
36
36
37
5
SECTION D -,APPENDICES
Appendix A Sample Operating Agreement
Appendix B New York State Department of Em ironmental Conservation Permit
Appendix C Accident Report
6
GLOSSARY OF TERMS
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 mean the period from Jul,,, 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 perlbrm the work as
specified in the Agreement Documents. 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 ~Julv 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, piaster, 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 perrnitted under
the design and operation requirements oF6NYCRR 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
7
CONTRACT DOCUMENTS - Shall have the same meaning tis Agreement Documents.
CONTRACT YEAR - Shall have the same meaning as Agreement Year.
CONTRACTOR - Shall mean the part3' contracting to per/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 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 Ibr 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 fi'om
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
8
OXx.~N'ER - Shall mean the Town Of Southold, Nexv York. Also may be refen'ed 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 Governmental Body
baying 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 Conse~'ation 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 ofthl. (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 l) 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 sev/ices, equipment, materials and/or labor.
TOH Town of Huntington
TOS - Town of Southold
GLOSSARY-3
SECTION A
SUBMISSION REQUIREMENTS
BIDDERS INFORMATION, INSTRUCTIONS, AND
AWARD BASIS
I0
SECTION A
SUBMISSION REQUIREMENTS
BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS
1.0 PROJECT PURPOSE
2.0
The Town of Southold receives and must dispose of approximatelyl 0,000 tons of solid
waste mmually. The Town of Southold (TOS) has entered into an agreement with the
Town of Huntington (TOH) wherein TOS will send its solid xvaste to the Town of
Huntington Resource Recovery 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 Southold's MSW to the Huntington RRF for the duration of the
TOS-TOH contract period. Annual tonnage of MSW 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.
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 xvhen 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, Thurs., 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 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 Transtbr 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; lc) 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) notit? the Town Clerk of all
conflicts, errors or discrepancies in the Agreement Documents.
Reference is made to the following Appendices which cootain supplemental intbrn~ation
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 for review by
Bidders at the Tov',rn 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 intbrmation is presented solely for the convenience of the Bidders and does not
constitute part of the Agreement Documents. Bidders shall fbrm their own conclusions
and opinions from this information and shall confirm any intbrmation contained therein
regarding facilities and equipment through site visits. The Town does not guarantee the
accuracy of any infbrmation 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
infom~ation which may affect cost, progress, performance or furnishing of the 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 the Agreement
Documents. The failure or omission of the Bidder to receive and examine any fbrm,
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
justified in rejecting any claim based on facts or conditions of which the Contractor
should have been cognizant.
12
The submission ora 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 peri-brining 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 pertbnning
mid 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 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
Information Schedules A through M as applicable
Supplemental Information as described in 4.2
Supplemental Information
In addition to the aforementioned tbrms, 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:
ii.
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 tbr performance under the Agreement.
Litigation: A section briefly describing an5' current litigation xvhich in any way
may affect the Bidder's operational capability of useful life of the Solid Waste
Disposal Sites.
13
5.0
5.1
5.2
6.0
iii.
Subcontractors: If the Bidder intends to use one or more subcontractors to
complete an5, portion of the work, the Bidder must so indicate this intent in its
Bid. The Bidder is advised that any Agreement awarded Mil 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 Ibr approval. No such change shall be lnade 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 eftbrts 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.
BID FORMAT
Binding
The document(s) if bound shall be in a manner that will provide lbr 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 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 1N 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 be~bre 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 Toxvn Clerk
Town of Southold
53095 Main Road
Southold, New York 11971
14
6.1
6.2
7.0
Bids received prior to the time of opening will be t-
Kept securely unopened. Nc bid
receix ed thereafter will be considered.
Withdrawal of Bids
An)' 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.
Questions & Addenda
All questions about this Bid Solicitation must be submitted in writing to the tbllowing:
Town Clerk
Town of Southold
53095 IVlain 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 (l 0) 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
15
8.0
successful Bidder.
EXE('UTION OF AGREEMENT. FURNISHING OF BONDS
The successful Bidder, or its legally authorized representatix e. 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 tbllowing documents within ten (10) days of formal Notice of Award by the
Town.
Performance 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 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 failure to perform as required
by these documents.
9.0 CONSIDERATION OF BIDS
The Town of Southold reserves the right to reject any/or all bids for hauling 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:
Provide equipment, labor, maintenance and management services to haul solid
waste from the Town of Southold Transfer Station to the TOH RRF as set forth in
Section B - Bid Specifications.
B. Reserve and provide a minimum available hauling capacity of 15,000 tons (52
weeks/year) yearly, allowing Ibr seasonal and other peak periods.
C. Provide evidence of all current valid state and Federal permits, licenses, local
ordinances, etc., required by law to ship solid waste to the RRF.
D. Provide evidence of physical and financial capability to perform services described in
the bid specifications.
10.0 SELECT[ON OF CONTRACTOR
16
Bids will be evaluated only if accompanied by the approved tbnn of bid guaranty. Only
bids solicited from finns or combinations thereof, who have sufficient nranagement.
engineering capabilities, operating, and maintenance experience to fulfill the To~vn's
goals and comply with the applicable local, state, Federal laws. ordinances, regulations
e.g. New York State Department of Environmental Conservation, Resource Conservation
Recover5 Act and Federal Environmental Protection Agency guidelines will be accepted.
The Town will review the bids and make a selection recommendation based on the
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 in response to this Bid Solicitation.
I 1.0 ACCEPTANCE OF BID
The acceptance ora 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, 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 tbrth below. All such insurance coverage, shall be provided by
companies licensed to do business in New York State. 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 form satisfactory to the Town Attorney, evidencing such insurance. The
kinds and amounts of insurance are as Ibllows:
17
A. Contractor's Insurance - Insurance tbr liability lbr damage imposed by law of kinds
and in the amounts hereinafter provided covering ali work under the Agreement.
whether pertbm~ed 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 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 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 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 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 tbr all owned
as well as non-owned and hired vehicles, and limits shall not be less than the
tbllowing amounts:
BODILY INJURY LIABILITY
PROPERTY DAMAGE LIABILITY
18
14.2
Aggregate: $3,000,000.00
Each Person Each Occurrence
$1,000,000.00
Aggregate: $3.000,000.00
Each Occurrence
$ 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 Perfurmance
Bond's purpose is to secure the faithful performance of the Agreement. The bond' amount
shall be set lbrth 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 Suffblk County, New York. The tbnn 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 Pertbrmance Bond, the successful Bidder may furnish a
certified check, bank draft, money order, or a standard tbrm 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 lbrm
acceptable to the Town of Southold.
In the event the Contractor secures a Pertbnnance Bond t¥om 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, serv'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
government agencies relating to the Contractor'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
necessary appeals which may be necessary, in the opinion of the Town.
19
16.0 PAYMENTS
17.0
Contractor shall receive monthly pa.~qnents for services pertbrmed (luting 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 nmnber 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 an3' 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 terminate such Agreement, and the Town may procure the sen,ices 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 tbr 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 four and one-half(4-1/2) years commencing on July
1, 2002.
19.0 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. Under the
agreement, 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.
20.0 SUBCONTRACTS
The Bidder warrants that there will be no subcontractor employed to haul TOS MSW to
the RRF.
2O
21.0 RIGHTS AND OPTIONS
The Town of Southold, Next' York, reserves and holds at its discretion the following
rights and options upon issuing this Bid Solicitation:
To atvard an Agreement to the candidate whose bid is judged to be the lowest
responsible bid pursuant to Section [03 of the General Municipal Law of the State of
New York.
2. To re ect an,,,' and, or all bids.
3. To issue subsequent bid solicitations.
4. To issue additional and subsequent solicitations tbr 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.
21
SECTION B
BID SPECIFICATIONS
(TECHNICAL/MANAGEMENT)
1.0
SECT[ON B
BID SPECIFICATIONS
TECHN [CAL,'MANAG EIvlENT
REQUIREIMENTS
This request for bids is issued fbr the Town of Southold, State of New York. Town Hall,
53095 Main Road, Southold, Next, York, 1 1971 (Telephone (516) 765-1800) The eftbrt,
shall be known as the Town of S0uthold Solid Waste Haul Disposal Sen'ice.
The Town of Southold desires to issue an Agreement with a qualified Contractor to haul
a portion of its Solid Waste. The Town will need to dispose of approximately I0,000
12,500 tons of solid waste during the agreement years. The Contractor will ensure the
Town that solid waste will be hauled from the Town of Southold's transfer Station to the
TOH RRF.
2.0
3.0
'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 defined
in the Code of Federal Regulations, or other applicable state and federal
regulatory requirements. [SEE NOTE AT END OF SECTION 6.2]
PROGRAM GOALS AND OBJECTIVES
The goal of this project is the continued safe and reliable hauling 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 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 forces in the handling of waste to be
transferred.
23
4.0
4.1
5.0
5.1
This Agreement will not provide any guarantees ix ith respect to the volume of waste to
be hauled andor disposed of by Contractor or the specific operational techniques andor
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, theretbre, 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 tnay also be included in the solid waste stream. It ~nay 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
The Town Of Southold's historical solid waste quantities and characterization data are
available for 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 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 se~.'ices shall be provided for 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 Transt'er Station during the l:bllowing hours:
24
Monday through Friday 7:00 A.M. to 4:00 P.M.
The Transfer Station is closed on the tbllowing bolidass:
New Year's Day
Martin Luther King Day
President's Day
Easter Sunday
Memorial Day
Independence Day
Labor Da5'
Columbus Day
Election Day
Veteran's Day
t'_, Thanksgiving Eve
Thanksgiving Day
~,'i Christmas Eve
CN'istmas 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 fi'equently 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 tbr this purpose will be coordinated with Transfer Station Staff as needed.
5.2
5.3
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.I
Solid Waste will be loaded by the Town at its Transfer Station using a fi'ont end wheel
loader.
Atter loading, Contractor will bring transfer containers to the Town's track 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 seD'ice 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 se~'ices 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
25
5.4
6.0
6.1
.2
will be submitted to the Town within twenty-four (24) hours containing the date~ time,
Iocatiom 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 Depamnent
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 Hauling Sen'ices-Agreement, the tbllowing services 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 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 the TOH RRF in accordance with all local, state, and Federal
regulations. [SEE NOTE AT END OF SECTION 6.2.]
· Financial liability and maintenance responsibility of transport equipment, i.e., dump
trailers, transfer trailers bulk material containers, vehicles, personnel and sen'ices for
open-top loading solid waste hauling activities.
· Coordination of haul sen, ices 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 sen, ices system
in a manner that will satisl~' the needs of the Town of Southold. The minimum level of
haul setwices 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
26
6.3
xx aste, 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 tbr
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 contbrm with these requirements and
replace it with an acceptable unit.
The Contractor shall maintain its own oft-site maintenance shop facilities for servicing
the transport equipment and vehicle fleet, unless it elects to subcontract for these
se~,ices. No major maintenance may be done at the Town of Southold Transfer Station
site.
NOTE:
In 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.v such equipment provided would be compatible with hauling
vehicles (tractors) generally standard in the waste hauling industo,. In
the event that the Town wishes to provide such equipment./hr use by the
Contractor, the Contractor together with the Town shall develop an
addendum to this agreement governing such use.
Weighings
The Town will compensate the Contractor for xvaste material 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 certified weigh
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 tbr 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.
27
6.4
7.0
Routing Mode - Contractor's Responsibility
Contractor will have the light to select the route(s) for travel 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 x iolating any
applicable lnotor vehicle height (overpass clearance), motor vehicle weight restrictions,
local ordinances or Interstate Commerce Commission regulations. Contractor will
indemnity and hold the Town harmless from any claims, fines and other damages
assessed upon or incurred by the Town as a result of an5' violations of applicable
restrictions or regulations relating to the routes traveled by the Contractor.
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, protective clothing, sanitary facilities, etc.,
Fire and explosion preventions, control, equipment (fire blankets, extinguishers,
first aid hoses, etc.) and personnel escape alternatives.
e. Traffic flow control patterns.
Accident or injury reporting system (the Tmvn 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 xvith New York State Department of Labor current
requirements.
The Contractor shall be solely and completely responsible for operational safety during
28
8.0
pertbrmance of the Agreement. The obligation exists twenty-four ~24) hours a da5', each
and every day throughout the term of the Agreement.
'Ire Town of Southold shall not have any responsibility tbr means, nrethods, sequences
of techniques selected by the Contractor tbr safety precautions and programs, or for an3,'
thilure to comply with laws, rules, regulations, ordinances, codes or orders applicable to
the Contractor 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 for review and acceptance. Revisions,
modificafion'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
weather alter normal 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 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 operations
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, Counly, State and Federal level, the Town will
cooperate in furnishing such information as it applies to the Southold Town operations.
Operating 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.
29
In the event the Town requires additional .intbnnation fbr reporting puq>oses, the
Contractor will supply same. The Town, or its designee, ina3 call upon the Contractor at
anytime tbr an oral review of any technical matter.
The Contractor shall file and update the tbllowing information as specified herein.
Items
Haul Equipment (Schedule H)
Haul Accident Report (Appendix C)
Licenses, Permits and Inspection
Reports
All Bid Information Schedules
Due
as changes occur
on occurrence
on occurrence
as changes occur
3O
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 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 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 fi.om 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:
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,
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 folloxvs:
FIRST: If this bid is accepted, to execute the Agreement and furnish to the Town a
satisfactory performance bond, and insurance all within ten (l 0) calendar days.
SECOND: To begin Solid Waste Haul 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
32
contractual agreements, and ancillary facilities, etc.; to assure a SlnOOtb 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 'perforn~ 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.,anent of such damages.
FOURTH:
as lbllows:
During the perforn~ance of this Agreement, the Contractor hereby agrees
The Contractor shall not discriminate against any employee or applicant tbr
employment because of age. race, creed, color, sex, marital status, national origin,
physical disability, and shall take affirmative action to ensure that they are
aftbrded 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 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 for 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 forthwith cancelled, terminated, or suspended, in whole
or in part, by the Town upon the basis ora 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 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 contbrmity with the provisions of
these nondiscrimination clauses. Such findings shall be made by the State
Commission for Hmnan Rights afier conciliation efforts by the Commission have
tailed to achieve compliance ~vith 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 at'lbrded 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.
33
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
prox ided 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 pertbrmed
within the State of New York. The Contractor will take such action in enfuming
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
an5,' 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 tbr 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 any 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 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 fumish and
provide in return tbr the respective Evaluation Unit Bid Price, all the necessary material&
machinery., vehicles, implements, tools, labor services, and other items of whatever
nature, and to do and perform all work necessary under the aforesaid conditions, to
complete operations of the aforementioned 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 in full compensation theretbre, the compensation
provided tbr in Section C-3.
34
The undersigned submits herewith a bid guaranty within the form provided by the
applicable bid documents in the amount of $ 100,000.00 l:br any option or combination
thereof: In the event this proposal is accepted, and the undersigned tails, within ten (10)
calendar days alter date of receipt of Notice Of Award from the Town to execute and
deliver an Agreement in the lbnn provided by the Town or thils 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 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 tbllowing 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 knoxvledge 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 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
Sen'ices to Southold Town, New York for the terms July l, 2002_
2006.
HAUL SERVICES
The Haul Service applicable unit price per ton for agreement year
is
through December 31,
dollars and
35
cents ($
The Haul Service applicable unit price per ton for agreement 5'ear
is
). (Cl)
cents ($
The Haut SelMce applicable unit price per ton tbr agreement year
is
). tC2)
cents ($
The Haul Service applicable unit price per ton for agreement year
is
). (C3)
cents ($
The Haul SeN'ice applicable unit price per ton for agreement year
is
). (c4)
dollars and
dollars and
dollars and
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+.5(C4)10,000+.5(C5) 10,000
40,000 tons
Evaluation Unit Bid Price = $
The evaluation unit bid price formula is designed to evaluate years tbur and five at .5 the
evaluate of each of the first three (3) years.
Bidder:
Firm-Corporation
Address
By:
4.0
Authorized Representative Date
BID SECURITY ACKNOWLEDGEMENT
I have attached the required bid security to this bid.
36
5.0 INFORMATION SCHEDULES
Dated:
I ag, Tee to furnish and iuclude the tbllowing information 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-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 t¥om 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).
G. Major Subcontractors - (Schedule G, attached hereto).
H. Equipment- (Schedule H, attached hereto).
I. Maximum Specified Capacity- (Schedule I, attached hereto).
Information on Bidder's Solid Waste Disposal Site(s) (Schedule J attached
hereto).
K. Form of Bid Bond (Schedule K, attached hereto).
L. Performance Bond (Schedule L. attached hereto).
M. Operation Plan (Schedule M, attached hereto).
Name of Bidder:
Address of Bidder:
37
By:
Signature Title
Corporate Seal
(Ifa 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)
Names and addresses of all principals or partners
38
This Bidder
INFORMATION SCHEDLILE A
Town of Southold Bid Project
Solid Waste Haul Services
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:
(1)
(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 l of l
39
INFORMATION SCHEDULE B
Town of Soutbold Bid Project
Solid Waste Haul Services
The tbllowing is information 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 partially/wholly owned subsidiary of
This
By
Manager's Name (Contact)
Parent Firm'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) FORIM
Schedule 5.0.B
Page 1 of 2
40
INFORMATION 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
Certification
BID (PROPOSAL) FORM
Schedule 5.0.B
Page 2 of 2
41
INFORMATION SCHEDULE C
Town of Southold Bid Prt\iect
Solid Waste Haul Sen'ices
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 Pertbrmance Bond, specified in the
Contract Documents, in the extent 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:
Bidder Office LocatiowOwnership
Certification
BID (PROPOSAL) FORM
Schedule 5.0.C
Page 1 of I
42
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 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
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 1 of 2
43
INFORMATION SCHEDULE D - IContinued)
Officer's Nalne
Subsidiary
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
44
INFORMATION SCHEDULE E
Town of Southold Bid Project
Solid Waste Haul 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 Fim~ 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
tbm~ is supplied by:
Name
Address
Date
The undersigned Bidder certifies to the validity of statement and agrees to furnish any
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 1 of 2
45
INFORMATION SCHEDLILE E - {continued)
The undersigned hereby authorizes and requests any person, finn or COlt~oratioo to furnish aoy
m formation 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:
(I)
(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) FORM
Schedule 5.0.E
Page 2 of 2
46
INFORMATION SCHEDULE F
Town of Southold Bid Project
Solid Waste Haul Services
The Bidder herein certifies that it is qualified to pertbnn 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 may
evaluate the Bidder's qualifications and experience.
1. Bidder's Legal Name:
2. Business Address:
Street
6.
7.
8.
9.
City
State incorporated:
New York State; Business License No.:
State
Year incorp.:
No. Years in contracting business under above name:
Has finn ever defaulted on a contract? Yes
Gross Value - work under current contract: $
Number of Current Contracts:
Brief description general work perfom~ed by firm:
Zip
No
years.
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 I of 3
47
INFORMATION SCHEDULE F (continued)
11. Related Experience Retbrence (within previous 5 3'ears)
1 I. I Project Title:
Owner's Nalne:
Address:
Engineer:
Address:
Project hfitial Start Date:
Project Acceptance Date:
hfitial Bid Value: $
Final Complete Project Value:
Brief Project Description:
1 1.2 Project Title:
Owner's Name:
Address:
Engineer:
Address:
Project Initial Start Date:
Project Acceptance Date:
Initial Bid Value: 5;
Final Complete Project Value: $
Brief Project Description:
Qualifications Summary
BID (PROPOSAL) FORM
Schedule 5.0.F
Page 2 of 3
48
1 1.3 Project Title:
Owner's Name:
Address:
Engineer:
Address:
Project Initial Start Date:
Project Acceptance Date:
hfitial Bid Value: $
Final Complete Project Value: $
Brief Project Description:
12.
Principal Firm IVlembers' 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
49
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.
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) FORIVl
Schedule 5.0.G
50
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 tbr 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
51
INFORMATION SCHEDULE I
Town of Southold Bid Project
Solid Waste Haul Services
The Bidder hereby states that it will be prepared to haul up to the tbllowing Maximum Specified
Yearly Capacities in tons of Town of Southold solid waste if awarded an agreement
Contract Year
Maximum Tons per Contract Year
Name of Bidder:
By: Date:
tvlaximum Specified Capacity
BID (PROPOSAL) FORM
Schedule 5.0.I
52
INFORMATION SCHEDULE J
Town of Southold Bid Project
Solid Waste Haul Services
Are you willing to meet with the Town of Southold to discuss your short and long term
hauling 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
BY
City State Zip
Signature
(Please Print or Type)
NAME AND TITLE
Phone No.
Date
CORPORATE SEAL
53
Bidder Solid Waste Disposal Site(s) Schedule 5.0.J
BID (PROPOSAL) FORM Page 7 of 7
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
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, for the hauling 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
pasznent of all persons performing labor or fumishing materials in connection
therewith, and shall in all other respects perform 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 extent, 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
54
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 3'ear first set forth 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 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 xvas so affixed by
the order of the Board of Directors o£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__ before me personally came
, to me known, and known to me to be a member of the finn
of , and l~own to me to be an individual described in. and
who executed the tbregoing instrument in the finn name of
and he duly acknowledged to me that he executed the same Ibr and in the behalf of said firm ~or
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
56
INFORMATION SCBEDULE L
PERFORMANCE BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS, that
(hereinafter called the "principal") and
I 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, for 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 itselfi its successors
and assigns, jointly and severally, firmly 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 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 pertbrmed 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 indemnity 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 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 performance 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 afuresaid 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 1 of 2
57
PROVIDED HOWEVER, the Surety, t-bt the value received, hereby stipulates and
agrees, if requested to do so by the Owner, to full.,,' perform and complete the ~xork mentioned
and described in said Agreement, pursuant to tbe terms, conditions, and covenants thereof; if for
any cause the Principal fails or neglects to so fully pertbnn and complete such work and the
Surety further agrees to commence such work of completion witbin ten (10) calendar days after
written notice thereof from the Owner and to complete such work within ten (10) calendar days
ti'om the expiration of the time allowed the Principal in the Agreement tbr the completion
thereof; and further
PROVIDED HOWEVER. the Surety, tbr value received, fur 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 any pa3qnent thereunder before the time required herein, or by any waiver of
an3,' provisions thereof or by any assignment, subletting or other transfer of any work to be
pertbnned 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
Surety
Add Corporate Seal
By:
Attest:
Address of Surety:
Perfbrmance Bond
BID (PORPOSAL) FORM
Schedule 5.0.L
Page 2 of 2
58
INFORMATION SCHEDULE M
OPERATIONAL PLAN
The Bidder hereby states that it proposes to implement the lbllowing operational plan to haul
Municipal Solid Waste (MSW) from the Town of Southold Transfer Stationl if awarded an
Agreement.
I. Haul
Summarize the manpower and equipment you will make available to per/btm under this
Agreement.
Operational Plan
BID (PROPOSAL) FORM
Schedule 5.0.M
Page I of l
59
APPENDIX A
SAMPLE OPERATING AGREEMENT
60
THIS AGREEMENT, made on the day of .20
by and bern een the Town of SouthokL 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 Ibr Solid Waste Hauling
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 perfbrm certain setwices 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.
IlL TERM OF AGREEMENT
The term of this Agreement shall be Four and One-Half (4-1/2) years
commencing on
· 20
APPENDIX A-I
61
PRICE SCHEDULE 'COMPENSATION
The unit bid price schedule tbr the services to be furnished by Contractor is tbund
Section C 3. l, 3.2, Contractor's bid which is incorporated into this Agreement.
V. PAYMENTS
A. The Contractor shall receive monthly payments tbr services
pertbrmed during the prior calendar month. The Contractor shall submit a request tbr payment
on a Town approved voucher form along with Contractor's invoice which shall include a daily
summary of tonnage hauled by Contractor to the TOH RRF and disposed by Contractor at the
TOH RRF as applicable. Such payinents 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 pa3qnent
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 tbllowing 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.
C. Contractor represents that the information 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 information 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 opportunity to
participate as subcontractors under this Agreement. In the event 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.
APPENDIX A-2
62
VII. [NDEMNIFCATION INSURANCE BONDS
A. Contractor agrees to defend, indemnify and save hamdess 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 performing under the terms of this Agreement, or thilure 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 an5' 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 conceming 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 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.
APPENDIX A-3
63
C. Contractor shall, fur the period of the pertbmrance ofserx ices hereunder.
maintain a Pertbnnance Bond in the amount of one million ($1,000.000.00) dollars wherein
named obligee is To~vn 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 party to perform any
obligation hereunder (except t-bt pas, rnent 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 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 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:
(l) an act of God (but not including reasonable anticipated weather conditions for the
geographic area of the Town or TOH RRF) hurricane, landslide, lightning, earthquake, fire.
explosion, flood, sabotage or similar occurrence, acts of a public enemy, extortion, year, 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 TOH RRF is located to provide and maintain utilities,
sen'ices, water and sewer lines and power transmission lines which are
required for the operation or maintenance of the Transfer Station or TOH
RRF;
APPENDIX A-4
64
(3) gox'ernmentaI pre-emption of materials or services m connection with a public
emergency or an5' condemnation 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 circulnstances: (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 othenvise increase the cost to the Contractor of
operating its haul operation (d) equipment failure; (e) any impact of prevailing wage law,
customs practices on the Contractor's costs; (l) any act, event or circulnstances occurring outside
of the United States, or (g) any change in law or in 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 co~mection 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 sen,ices to be performed 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 pa3,xnent 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.
APPENDIX A-5
65
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 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 tbllowing 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, unifbrms, safety equipment or special tools.
These fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in
connection with ~vork performed 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 services. The
costs tbr such materials shall not include sales tax lbr 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.
XIII. DEFAULT
In the event the Contractor thils co' pert:bnn its obligations under the Agreement,
the Town ,nay terminate the Agreement, procure the sen.'ices from other sources and hold the
Contractor responsible ~:br any costs incurred. This To~vn also may deduct such costs from
APPENDIX A-6
66
payments owing to the Contractor andor draw upon the Performance Bond as full or partial
reimbursement lbr such excess costs. The Town reserves the right to terminate the Agreement
Iht,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. Under the agreement, 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
party hereto shall be commenced in Supreme Court, Suffolk County, New York.
In the extent 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 tbllowing any such arbitration shall be final and
Judgment may be entered upon it in accordance with applicable law in any court having
jurisdiction thereofi
APPENDIX A-7
67
XV[[. 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 right~, 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
pertbrmed 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:
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 tbr 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 unentbrceable, 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 unenforceable 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 an5' employee who is employee m the work, or against any
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 following: emplo3,anent;
upgrading, demotion or transfer; recruitment or recruitment advertising: layoff or terlnination;
rates of pay or other ~:brms of compensation; and selection for training.
XVIII. NOTICES
All notices required to be given hereunder shall be made in ~vriting 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
Southol& 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 ~vritten.
TOWN OF SOUTHOLD
By:_
Joshua Y. Horton, Supervisor
By:_
APPENDIX A-9
69
APPENDIX B
NEW YORK STATE DEPARTMENT OF
ENVIRONMENTAL CONSERVATION PERMIT
7O
71
72
APPENDIX C
Town of Southold Accident Report
73
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 HAULING Only
~ t't'"'~om~ 19:47 ~312983287
os o$ '02 MO~ 08:47 FAX ~16 7~{
TIMESREVIEW
SOFOtOL~ c~l~g
PA,SE
Suffolk Tlme~ ~2~01
To,~n l-Iall, 53096 Main Roscl
P.O. Box 1179
SoutholA, ~ew Y~k 11971
~deph~e (831~ ~65-1800
s~thulOW~.uo~hfork.n~
OFIi'ICl[ OF '1'~'i~': '[OH CLEII~
TOWN OF SOU'I'HOLD
TO; SI0'FFOLK
FROM: L~DA M.
DATE: S/6~002
RE: LEG~ NOTICES
Nt~b~ ofp~cs
If total ~[ is not r~v~, pl~e ~ 631 76~1800.
f~ ~1 765~145
Two (t) N~ice to Bidd~
One (1) ~
PLF. A~ ACKNOWLEDGE KE.CE~T OF TI-IlS LEGAL.NOTICI~ WITRIN O_NE t'L) HOUII
BY $1O~ELOW. ANI}. gllTUgNI~IO BY FAX TO 765-~1_4~ ATTENTION: BETTY
~I'q'~I~LLE. ~YOU.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
sout holdtown.nort h fork.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 To~vn Clerk Tele. 631 765-1800; fax 765-6145
May 6~ 2002
"BIDS" ADVERTISEMENT/PUBLICATION
Number of Pages (including cover): 4
If total transmittal is not received, please call 631 765-1800.
COMMENTS:
PLEASE ADVERTISE THE FOLLOWING BIDS AT YOU EARLIEST CONVENIENCE
Please acknowledge receipt of this information by signing below and returning a faxed copy to
me at 631 765-6145, attention: Betty Neville.
Thank you.
Received by Date
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 hauling only services until the time and at the location herein specified which,
will then be opened and publicly read aloud;
PLACE:
Office Of the Toxvn Clerk
Southold Toxvn Hall
53095 Main Road
Southold Nexv York 11971
(63l) 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 Town of
Huntington Resource Recovery Facility. [NOTE: THIS IS AHAUL
BID ONLY. Under this bid, Southold solid waste MUST be delivered
directly to the Town of Huntington Resource Recovery Facili~,.
Under this bid, tipping costs at the Town of Huntington Resource
Recovery FaciliW shall be the sole responsibiliW of and shall be borne
directly by the Town of Southold, under existing contract between the
Town of Southold and the Town of Huntington. Bidder should NOT
provide disposal site tip fee costs under this bid.] The term of this
Agreement shall be four and a half(4.5) years commencing on July 1,
2002.
Bids must be made in writing on the forms furnished and shall be accompanied by a
Bid Guaranty in the Fom~ 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 perfom~ance 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 ~vaive informalities,
should this action be in the best interest of the To~vn 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
Sonthold 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 allmved 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
Soutbold, New York 1 1971
For further information regarding bidding requirements, contact Elizabeth A. Neville
(63l) 765-1800. For information regarding To~m Of Southold ~vaste program and haul-
disposal operations, contact James Bunchuck (631) 734-7685.
Ail bids must be signed and sealed in envelopes plainly marked "Bid On Solid
Waste Hauling Only Services ", and submitted to the Office of the Town Clerk. The bid
pr/ce shall not include any tax, federal, state, or local, from which the Town of Southold
is exempt.
Dated: May 3, 2002
ELIZABETH A. NEVILLE
SOUTHOLD TO%qq 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
Town 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, New York being
duly sworn, says that on the .~ day of ~ 0-~ ,2002 she affixed a notice
of which the annexed printed notice is a true copy, irt a proper and substantial manner, in
a most public place in the Town of Southold, Suffolk County, New York, to wit: Town
Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, Nexv York.
Legal Notice to Bidders:
Solid Waste Hauling Only Services
Bid opening June 6, 2002 at 10:00 AM.
~/Elizabeth A. Nevi~l~
Southold Town Clerk
Sworn to before me this ~
Dayof ~Y~ ~., ,2002
~' (J Notary Public
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
IVLM~RIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFOB3/LA. TION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldt own.nort hfork.net
THIS IS TO CERTIFY THAT TI~E FOLLOWING RESOLUTION NO. 727 OF 2001
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON OCTOBER 23, 2001:
WHEREAS the 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 the Town of Southold
at the Town of Huntington Resource Recove~ 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 truekingfnauling
of mgnicioal solid waste from the Town of S0uth01d MSW Transfer Slation to the T.own 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 ARCHITECTS
AtA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, thatwe TRINITY TRANSPORTATION OORPORATION
as Prmc,paJ, hereinafter called the Principal, and CAROLINA CASUALTY INSURANCE COMPANY
a corporation duly organic, ed under the laws of the State of FL
as Surety, hereinafter called the Surety, are held and firmly bound unto
as Obligee, hereinafter called the Obligee, in the sum of
One Hundred Thousand and 00/100 Dollars ($ 1001000.00 ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assisns, ioinfly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
Solid Waste Haul Services/Town of $outhold, $outheld, NY; July 1, 2002 - December 26, 2006
Sil~ned and seated th~ 6th ',
i/ - v
day of June
{T RIN I~T pJ~.N ~ P~T/~O N CORPORATION
2002
CAROLINA CASUALTY INSURANCE COMPANY
Eleanor Oouclera (Title) Attorney-in-Fact
- · " ' 126
" ' ' No.
POWER OF ATTORNEY
CAROLINA CASUALTY INSURANCE COMPANY
JACKSONVILLE, FLORIDA
NOTICE: The warning found elsewhere in this Power of Attorney affec~ the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Company") a corporation
oduly organized and existing under the laws of the State of Florida, having its Principal office in Jacksonville. Florida, has made, constituted
and 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 Rite Sagistano of
Uniondale, NY
its true and lawful Agent and Attorney-in-Fact, with full power and authority bereby conferred in its name, place and stead, t(~ execute,
seak 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 etectad 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: 'q'hat 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 behal for the Carolina Casualty Insurance Company,
Powers of Attorney authorizing and qualifying the Attorney-in-Fact named therein to execute bonds on behalf of tbe 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 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 of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall
4issoed'
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 ]?l'h dayof .l~nHnr-y ]7,
Attest: ._~,) ~ Carol3~/a Casualty Insurance Company
By ..~5~, ~ By/'
Betty O.t. S~therland Armin W. Blumberg k~ (
Executive-Officer
STATE OF FLORIDA) SS
COUNTY OF DUVAL)
Onthis 17thdayof.._~, 2000 , before me personally came Bothy C. St]th~r]~nd , to me known, who,
being by me duly sworn, did depose and say: that ]~ffshe is ,q~oro ~-~ ~ of Carolina Casualty Insurance Company, the
Corporation described in and which executed the above instrument; and tha~e/sbe 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 WHEREOF, I have hereunto set, my hand and affixed my official seal; the day and year herein first above written.
PATRIClAMJOHNSON I '/~'//.~.~xx.~/ /~'2. '
[NOTARY PUBLIC STATE OF FLORIDA ] ~, ........
! COMMI~ilON NO. CC615749 [ Notary Public, State of Florida at Large
MYCgMMIro$10,N,EXp. FEB. 25 2001 {
[ ' CERTIFICATE
[. the undersigned. Secretary of CAROLINA CASUALTY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a just. true. 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 forth therein, who executed the bond to which this Power of Aoomey is attached, is in full force and effect as of this date.
Given under my hand and the seal of the Company. this 6 th day of ,June , _2002
~Be~'ty C. Su~herland . Secretary
Corp. Ack.
STATE OF NEW YORK
COUNTY OF NASSAU
On this .......... ~.~h ....................... day of ............. ~U!TM ........... 20.0~., before me personally carrie
ELEANOR DOUDERA
to me known, who, being by me duly sworn, did depose and say; that he resides in .............................................
.... ~...~.~!~....~ ........................................... that he is the ................. .~?~.!~.~.~ .......................................
of the CAROLINA CASUALTY ~SURANCE COM?ANY ..... the corporation described in and which
executed the above instrument; that he knows the seal of said corporation; tha~ 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 ~hat he signed his name thereto by like order. ~"~w~C'Lk~t"~~'~
CAROLINA CASUALTY INSURANCE COMPANY
STATEMENT, DECEMBER 31. 2001
(.AMOUNTS IN THOUSANDSi
STATUTORY BALANCE SHEET
Admitted Assets
Bonds
Common & Preferred Stocks
Cash & Short Term lrwestmcnts
Premiums Receivable
[nvestment Income Receivable
Reinsurance Recoverables
Other Assets
S 136,104
14,022
73,496
42,227
2,041
3,358
7,949
Total Admitted Assets
S 279,197
Liabilities & Surplus
Loss & LAE Reserves
Unearned Premium Reserves
Drafts Outstanding
Other Liabilities
S 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' Surplus
79,008
Total Liabilities & Surplus
$ 279,197
Officers:
President:
Vice President:
\qce President:
\qce President:
Vice President:
Corporate Secretary:
Armin Waher Blumberg
Gary R. Wothe
Robert F. Flannery
Barbara B. Murray
Carroll D. Starmer
Betty C. Sutherland
Directors:
Attain W. Blumberg
Eugene G. Bal[ard
Ira Seth Lederman
Michael J. Snead
Carroll D. Starmer
Edward A. Thomas
Gary R. Wothe
Corp. Ack,
STATE
OF
I ss.:
C 0 T.,T~T¥ OF
on~,s .............. ~....'...~ ............... dayo~ ..... ~.....~0.~.~- ......... be~oremepe~so~ally~e
............. CP.,.........~......~..~ ................. 0 .................................................................................................................
to me known, who, being' by' me duly sworn, did depose and say'; that he resides in .........
................................................................................................ that he is the .............. ~.../"~..~ ...........................................
of the....~.~:?:.~' .~[~.$.~[.[.a.[.~. ~:.~.?[~.~.~:~5 ................................ 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.
(Seal)
85004
Insurance Company
o I OR SU TY MANAGERS, INC.
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 SERVICES, TOWN OF SOUTHOLD, SOUTHOLD,
NY; JULY 1, 2002 - DECEMBER 26, 2006
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
ATTORNEY-IN-FACT
126
No:
POWER OF ATTORNEY
CAROLINA CASUALTY INSURANCE COMPANY
3ACKSONV[LLE, FLORIDA
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Hease review carefully.
KNOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Company") a corporation
oduly organized and existing under the laws of the State of Florida. having its Principal office in Jacksonville. Florida, has made, constituted
and 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,
Secretory and Treasurer, or either of them, are hereby authorized to execute on behalfoftbe 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 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 officem of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall
be issued.
~N 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 ] 7~'h day of Jammry'. 1 7. 9000
O Attest: ~ ~---~ Caroli,?a Casualty Insurance Company
By ~, ~'_.~,~~ By // ' ~ ~ ~' ~
Betty O.L S~therland Armin W, Blumberg k~ [
rata . ,~ ~f Executive~a0ff~ ce r
STATE OF FLORIDAI
COUNTY OF DUVAL) SS
On this 17th day of ~, 2~_0_0~, before me personally came Bo~-~y C. ,quthorl ~nd , to me known, who.
being by me duly sworn, did depose and say: that kl~'she is ,qm-r~'mrv of Carolina Casualty Insurance Company, the
Corporation described in and which executed the above instrument; and thaiS, 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 Directom of said Corporation and that
he/she signed his/her name thereto by like order.
IN WITNESS WHEREOF. I have hereunto scl; my
[ OFFICLAL NOTARY SEAL,
[ pATRICIA M JOHNSON /
[NOTARY PUBLIC STATE OF FLORIDA ]
I COMMI..~ION NO. CC61b-749
I
MYcOMMI'~IO,N EXP. FEB. 25,2001 ]
hand and affiTp~:e%.h~ c'.ay~n
Notary Public, State of Florida at Large
CERTIFICATE
first above written.
L the undersigned, Secretary Of CAROLINA CASUALTY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a just. true, 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 fbi'th therein, who executed the bond to which this Power of Attorney is attached, is in full lDree and effect as of this date.
Given under my hand and the seal of the Company, this 6th day of Jllllts , 2002
~e~'ty C. Su~herland .Secretary
Corp. Ack.
STATE OF NEW YORK ~
SS.
COUNTY OF NASSAU
....... 2002.., before me personally came
On this .......... 6~;k ........................ day of ........... Juu,~ .....
ELEANOR DOUDERA
to me known, who, being by me duly sworn, did depose and say; that he resides in ...............................................
...... ~.~.~.~.._~.~.~....~ ....................................... .that he i~ the ............. ~.~.~.~.~.~. ...........................................
of the.......~J'.~.~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, a~,~.m,~,~ (~%
CAROLINA CASUALTY INSURANCE COMPANY
STATEMENT, DECE.MBER 31, '~001
(AMOUNTS IN THOUSANDS)
STATUTORY BALANCE SHEET
Admitted Assets
Bonds
Common & Prcl'ct't'cd Stocks
Cash & Short Term Invesm~cnts
Premiums Receivabtc
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
Total Liabilities
Capital Stock
Additional Paid In Capital
Unassigned Surplus
Total Policyholders' Sumlus
Total Liabilities & Surplus
$ 83,782
73,787
3,311
39,309
$
$
200,189
3,687
52,090
23,231
79,008
279,197
President:
Vice President:
\rice President:
','ice President:
Vice President:
Corporate Secretary:
Attain Waiter Blumberg
Gary R. \Vothe
Robert F. Flannery
Barbara B. Murray
Carroll D. Starmer
Betty C. Sutherland
Directors:
Attain W. Blumberg
Eugene G. Ballard
[Fa 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 hauling only 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 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 ~vaste and disposing solid waste at the Town of
Huntington Resource Recovery Facility. [NOTE: THIS IS A HAUL
BID ONLY. Under this bid, Southold solid waste MUST be delivered
directly to the Town of Huntington Resource Recovery Facility.
Under this bid, tipping costs at the Town of Huntington Resource
Recovery Facility shall be the sole responsibili~' of and shall be borne
directly by the Town of Southold, under existing contract between the
Town of Soutbold and the Town of Huntington. Bidder should NOT
provide disposal site tip fee costs under this bid.] The term of this
Agreement shall be four and a half (4.5) years commencing on July l,
2002.
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 an5' 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 ngb,, ,o reject any or ali bids and to waive info~wnalities,
should this action be in the best interest oft. he 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, Next, York 11971
Upon payment of non-refundable fifW dollars ($50.00) Bid Solicitation may be
picked up at:
Office of the Town Clerk
Southold Toxvn 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
For further information regarding bidding requirements, contact Elizabeth A. Neville
(631) 765-1800. For information regarding Town Of Southold xvaste program and hanl-
disposal operations, contact James Btmchuck (631) 734-7685.
,All bids must be signed and sealed in envelopes plainly marked "Bid On Solid
Waste Hauling Only 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 Tox~m of Southold
is exempt.
Dated: Ma)' 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
Toxvn Board Members
Town Attorney
Accounting
Jim Bunchuck
Data Construction
Dodge Reports
Brown's Letters
Burrelle's Information Sen, ices
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: ~~
Pfintname ?~.~'Mc,',.,. t'~; maff~,.~
Corporate Title
(if any)
CompanyName '/"r,'~0;4 )~ Tl',,~.~?.~'f._4;,..~ (-~t'~ -
Mailing Address ;l.v{ 61r&..,~u.,,'[L
Phone Number (t.l~ n3¥1.-et~.-~3
BID ON Solid ~'aste HAULING Only
BIDDER'S SOLICITATION
SOLID WASTE HAUL SERyrlCES
AGREEIMENT 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 fbr solid waste haul 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 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
hauling solid waste and disposing solid waste at the
Contractor's Solid Waste Disposal Site. The term of this
Agreement shall be four and one-half (4-1/2) years commencing on July 1, 2002.
And ending on December 31, 2006.
Bids must be made in writing on the lomas 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 fbrty-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 $:bnns 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 1197l
Upon payment of non-refundable fifty dollars ($50.00) Bid Solicitation ma.,,' 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, NY 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 program and haul-disposal operations,
contact James Bunchuck (631) 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 Intbrmation 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 & 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 Progran~ Activities
5.1 Collection
5.2 Loading Mode
5.3 Town of Southold Accident and Damage Policy
5.4 NYSDEC Part 360 Permit to Operate
10
ll
11
12
13
13
13
14
14
14
14
15
15
15
16
16
16
17
17
17
17
17
19
19
2O
20
20
2O
20
21
22
23
23
23
24
24
24
24
25
25
26
6,0 Haul Services
6.1 Work Included
6.2 Equipment
6.3 Weighings
7.0 Safely and Health Regulations
9.0 Operations and Procedures
9.1 Supporting Data
SECTION C CONTRACTOR BID FORM
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
Intbnnation Schedule A
lnfom~ation Schedule B
Information Schedule C
In/brmation Schedule D
lntbrmation Schedule E
Intbrmation Schedule F
Infom~ation Schedule G
Information Schedule H
Intbrmation Schedule I
Information Schedule J
Infom~ation Schedule K
[ntbnnation Schedule L
Intbrmation Schedule M
26
26
26
27
28
29
29
31
32
32
35
35
36
36
37
5
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 TERMS
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 a~eement set furth by' the Towll 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, performance
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 ~Julv l , ora calendar 3,ear to June 30, of
the next calendar year.
BIDDER -Shall mean any party' or parties submitting in proper form a bid to pertbnn the work as
specified in the Agreement Documents. 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 __Jul,/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 part), contracting to per~:brm the work. or the heirs, executors,
administrators, agents, or successors thereof.
COORDINATOR - Shall mean the coordinator of municipal solid waste ibr 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 fi'om 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 960l et seq., or "hazardous waste" as defined under New York Environmental
Conse~'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
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
8
OVv~rER - 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 Governmental Body
having jurisdiction thereof to legally enable the Contractor to transport and/or dispose Of
construction and demolition debris.
PERM1TTEE - Shall mean an5, 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).
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 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 services, equipment, materials and/or labor.
TOH Town of Huntington
TOS Town of Southold
GLOSSARY-3
SECTION A
SUBMISSION REQUIREMENTS
BIDDERS INFORMATION, INSTRUCTIONS, AND
AWARD BASIS
10
SECT[ON A
SUBMISSION REQUIREMENTS
BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS
1.0 PROJECT PURPOSE
The Town of Southold receives and must dispose of approximately l0,000 tons of solid
waste am~ually. The Town of Southold {TOS) has entered into an agreement with the
Town of Huntington (TOH) wherein TOS will send its solid waste to the Town of
Huntington Resource Recovery Facility (hereinafter "RRF') tbr disposal. The TOS-TOH
agreement runs through December 31, 2006. The purpose of this solicitation is to seek
bids tbr the trucking of Southold's MSW to the Huntington RRF for the duration of thc
TOS-TOH contract period. Annual tonnage of MSW to be shipped from TOS is
expected to dsc duhng 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
ma)' 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.
EXTENT DATE
Transfer Station Visits
By Appointment
Pre-Bid Conference
9:00 AM, Thurs., May 23, 2002
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
July 1, 2002 .
1l
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) ~ isit the site of the
Town of Southold Transfer Station; (c) attend and be familiar with the outcome of the
pre-bid conference (d) become thmiliar with conditions at the Town of Southold Transfer
Station and Disposal Sites that may affect cost, progress, perl-bm~ance or furnishing of
the work; (e) become familiar with and consider all federal, state and local laws,
regmlations ordinances, permits, approvals and orders that may effect the cost, progress,
perlbrmance or furnishing of the work: (f) study and carefully correlate the Bidder's
observations with the Agreement Documents; and (g) notit5' the Town Clerk of all
conflicts, errors or discrepancies in the Agreement Documents.
Reference is made to the following Appendices which contain supplemental infon-nation
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 o f Southold Accident Report
Reference is made to the Following intbrmation 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 Southold Transfer Station.
ii. Town of Southold Solid Waste Management Plan.
This information is presented solely for the convenience of the Bidders and does not
constitute part of the Agreement Documents. Bidders shall tbrm 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.
Bel:bre 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 xvhich may affect cost, progress, performance or furnishing of the work and
which Bidder deems necessary to determine its bid for 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 trbrm,
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
justified in rejecting any claim based on facts or conditions of which the Contractor
should have been cognizant.
12
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 Docmnents 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 tbr this Bid
Solicitation, the Bidder is required to submit the following minimum intbrmation with his
bid:
ii.
iii.
Contractor Bid Form
Bid Security or Bid Bond
Information Schedules A through M as applicable
Supplemental Information as described in 4.2
Supplemental lnforn~ation
In addition to the aforementioned 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 tbllowing
subsections:
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.
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.
13
5.0
5.1
5.2
6.0
iii.
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 nmnber 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
Wmnen- 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 exent 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.
BID FORMAT
Binding
The document(s) if bound shall be in a manner 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 tlq0e 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 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 xvith 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
tnail, preferably registered, the sealed Bid, marked as above, should be enclosed in an
additional envelope similarly marked and addressed to:
Office of the Toxvn Clerk
Town of Southold
53095 Main Road
Southold, New York 11971
14
6.1
6.2
7.0
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 pemfission to withdraw its Bid upon receipt ora 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.
Questions & Addenda
All questions about this Bid Solicitation must be submitted in writing to the following:
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 Agree~nent Documents are received from the
15
8.0
9.0
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
Haulidisposal sel~'ices.
The successful Bidder shall, at its own cost and expense, procure, execute and deliver to
the Iown the following documents within ten (10) days of tbrmal Notice of Award by the
Town.
Pertbrmance 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 reserves 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 tbr hauling 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 services to haul solid
waste ti'om the Town of Southold Transfer Station to the TOH RRF as set forth in
Section B - Bid Specifications.
B. Reserve and provide a minimum available hauling 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 la~v to ship solid waste to the RRF.
D. Provide evidence of physical and financial capability to pertbrm services described in
the bid specifications.
10.0 SELECTION OF CONTRACTOR
16
Bids will be evaluated only if accompanied by the approved tbrm of bid guaranty. Only
bids solicited from finns 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
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 in response to this Bid Solicitation.
11.0 ACCEPTANCE OF BID
The acceptance ora 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 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. l
The Contractor specifically agrees that any Agreement shall be deemed executory only to
the extent of the funds appropriated fur 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 ) )'ear 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. 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 form satisfactory to the Town Attorney, evidencing such insurance. The
kinds and amounts of insurance are as Ibllows:
17
A. Contractor's Insurance - Insurance fbr liability for damage imposed by law of kinds
and in the amounts hereinafter provided covering all work under the Agreement,
whether perlrbrmed by Contractor or his subcontractors. The kinds and amounts of
insurance are as ~:bllows:
(l)
Worker's Compensation Insurm~ce - 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 perfbrmed 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 of, 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 performed by him under the Agreement.
The following insurance coverage shall be included:
(a)
Independent Contractor's Protective Liability- Covering work
pertbrmed by subcontractors.
(b) Completed Operations or Product Liability.
(c) Contractual Liability.
(d) Broad Fom~ 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
PROPERTY DAMAGE LIABILITY
18
14.2
Aggregate: $3,000,000.(10
Each Person Each Occurrence
$1.000,000.00
Aggregate: $3.000,000.00
Each Occurrence
$1,000,000.00
Bonds
Prior to the execution Of the Agreement. the successful bidder shall furnish to the Town a
Pertbrmance 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 fum~ irrevocable letter of credit,
certified check, bmzk draft or mooey order must be made payable to the order of the
Town of Southold. The standard tbrm 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 the Contractor's operation. This obligation
shall be ongoing, survive the term of the Agreement and include, but not be limited to,
claims coocerning non-sudden environmental impairments.
The Bidder agrees to join in the cormnencement 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
necessary appeals which may be necessary, in the opinion of the Town.
19
16.0 PAYMENTS
17.0
Contractor shall receive monthly paytnents 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 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 thils to perlbnn 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/hr just cause.
18.0 TERM OF AGREEMENT
The tem~ of this Agreement shall be tbur and one-half (4-1/2) years commencing on Jul,,'
1, 2002.
19.0 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. Under the
agreement, 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) tbr TOS MSW in
the event an emergency or other condition causes the TOH RRF to be temporarily unable
to accept TOS MSW.
20.0 SUBCONTRACTS
The Bidder warrants that there ~vill be no subcontractor employed to haul TOS MSW to
the RRF.
20
21.0 RIGHTS AND OPTIONS
The Town of Southold, New York, reserves and holds at its discretion the fbllowing
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 tbr 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 tbr 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.
21
SECTION B
BID SPECIFICATIONS
(TECHNICAL/MANAGEMENT)
1.0
SECTION B
BID SPECIFICATIONS
TECHNICAL,'IVIANAGE MENT
REQUIREMENTS
This request for bids is issued tbr the Town of Southold, State of New York. Town Hall,
531)95 Main Road, Southold, New York, 11971 (Telephone 1516) 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
a portion of its Solid Waste. The Town will need to dispose of approximately 10,000
12,500 tons of solid waste during the agreement years. The Contractor will ensure the
Town that solid waste will be hauled from the Town of Southold's transfer Station to the
TOH RRF.
2.0
3.0
'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 defined
in the Code of Federal Regulations, or other applicable state and federal
regulatory requirements. [SEE NOTE AT END OF SECTION 6.21
PROGRAM GOALS AND OBJECTIVES
The goal of this project is the continued safe and reliable hauling 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 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 regulato~ 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
transtbrred.
23
4.0
4.1
5.0
5.1
This Agreemer~t will not provide any guarantees with respect to the volume of waste to
be hauled andor 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 tbr 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 o f 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-offtype 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
The Town Of Southold's historical solid waste quantities and characterization data are
available tbr 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 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 fbr such
waste disposal services 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 following hours:
24
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 Da5'
President's Day
Easter Sunday
Memorial Day
Independence Day
Labor Day
Columbus Day
Election Day
Veteran's Day
Thanksgiving Eve
Thanksgiving Day
!,~ Christmas Eve
Christmas Day
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. Rexnoval 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, deliveD' and staging of an adequate number of
containers for this purpose will be coordinated with Transfer Station Staff as needed.
5.2
5.3
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.l
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 setw'ice 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 setMces under the term of the
Agreement.
The Town of Southold shall immediately be notified of any major occurrences such as
bodily inju~, of structural damage to the Town's Transfer Station. An Accident Report
25
5.4
6.0
6.1
6.2
will be submitted to the Town within twenty-tbur (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 Transtbr 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 Next' 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 Hauling 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 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.'ices for
open-top loading solid waste hauling activities.
· Coordination of haul services with disposal services.
Equipment
The Contractor shall provide reliable refi.tse 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 therel:bre
responsible lbr familiarizing itself with the Town of Southold Transfer Station site, solid
26
6.3
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 tbr
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,
detbrmed or punctured trailers, roll-offboxes, 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 servicing
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:
In the course of this Agreement, the Town may, at its discretion, provide 1
or more transfer trailers for use by the Contractor. The Tou'n warrants
that any such equipment provided would be compatible with hauling
vehicles (tractorsd 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.
Weighings
The Town will compensate the Contractor for waste material 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 certified weigh
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 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.
27
6.4
7.0
Routing Mode - Contractor's Responsibility
Contractor will have the right to select the route(s) lbr travel 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 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 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.
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.,
Fire and explosion preventions, control, equipment (fire blankets, extinguishers.
first aid hoses, etc.) and persmmel escape alternatives.
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
28
8.0
pertbrmance of the Agreement. The obligation exists twenty-tbur {24) hours a da)'. 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
lbllowing operational plans to the Town lbr 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 comn'tand, names and
telephone numbers and staffing requirements.
Operational plan - shifts, hours, etc.
Safety. disaster, and emergency procedures.
Transportation plan, includiug available transport equipment, vehicle fleet and
resen, e capabilities.
Inclement Weather Plan - This shall describe the bidder's plan should inclement
weather alter normal 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 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 operations
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 records shall be considered essential to the operation.
The Contractor shall keep these data in an organized fashion that allows lrbr 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.
29
Itl the event tile Town requires additional .mtbm~ation fbr reporting purposes, the
Contractor will supply same. The Town, or its designee, may call upon the Contractor at
anytime tbr an oral rex Jew of any technical matter.
The Contractor shall file and update the following intbm~ation as specified herein.
Items
Haul Equipment (Schedule H)
Haul Accident Report (Appendix C)
Licenses, Permits and Inspection
Reports
All Bid Intbnnation 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 complementatT 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 Sen'ices
Agreement and therefbre any discrepancies contained in the documents, of the omission
from the documents of express reference to any xvork which obviously was intended
under the Agreement, shall not excuse or relieve the Bidder from furnishing the same. No
oral statement shall in ,'my manner or degree modif,v 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 GENE1La~L 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 xvith 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
satisfactory performance bond, and insurance all within ten (10) calendar days.
SECOND: To begin Solid Waste Haul 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
32
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 rnay incur as a result of the
Contractor's thilure to 'perform ali acts necessary to the execution of the Agreement as
pro~ ided iii 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 pert-brmance of this Agreement, the Contractor hereby agrees
The Contractor shall not discriminate against any employee or applicant tbr
emplo3anent because of age, race, creed, color, sex, marital status, national origin,
physical disability, and shall take affirmative action to ensure that the5' 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 assigmnent, promotion, upgrading, demotion, transfer, layoft; or
termination, rates of pay, or other tbrms of compensation, and selection
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 tbr 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 for 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 forthwith 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 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 for Human Rights after conciliation efl:brts 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.
33
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 maimer that such provisions will be
binding upon each subcontractor or vendor as to operations to be pertbrmed
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 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.
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 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 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 fur in Section C-3.
34
The undersigned submits herewith a bid guaranty within the form prox ided b5 the
applicable bid documents in the amount of $100,000.00 for any option or combination
thereo~r~ In the event this proposal is accepted, and the undersigned tails, within ten (10)
calendar days after date of receipt of Notice Of Award from the Town to execute and
deliver an Agreement in the tbnn provided by the Town or fails to execute and deliver
evidence of proper insurance coverage and performance bond in the amounts required
and in the prescribed tbnn within ten (10) days after Notice of Award, the bid guaranty
Shall be forfeited and be retained by the Town toward the satisfaction of liquidated
damages and not as a penalty. Otherwise, the total amount of bid guaranty liquidated will
be returned to the Bidder.
The undersigned acknowledges the receipt of the tbllowing addenda, but it agrees that it
is bound by all addenda whether or not listed herein and whether or not actually received,
it being the Bidder's responsibility to receive and have knowledge of all addenda.
ADDENDUM NUMBER AND DATES
Number I - Dated:
Number 2 - Dated:
Number 3 - Dated:
Number 4 - Dated:
Number 5 - Dated:
The Bidder has completed the Contract Bid Form and Unit Price Schedules in both
words and numerals in accordance with these bid requirements.
3.0
UNIT PRICE BID SCHEDULE
SOLID WASTE HAUL-DISPOSAL SERVICES
SOUTHOLD TOWN, NEW YORK
3.1 COMPENSATION
The undersigned hereby submits the following price bid to furnish Solid Waste Haul
Sen, ices to Southold Town, New York for the terms July 1, 2002_
2006.
'Z. oO.~
through December 3 l,
HAUL SERVICES
The Haul Service applicable unit price per ton for agreement year 2.,OOZ. -
is ~g~_NTEEKI .~")OkLgiZ.5 '~ ~o/ dollars and
35
cents ($ 17 o_go
The Haul Service applicable unit price per ton tbr agreement year
9009 is
cents {$ I-7 ~
The Haul Service applicable unit price per ton for agreement year
'745D. L~' is ~g. gqj"¥ve~"~Obblq, fL~ ~ °r'7/I ~
cents ($ I-]°c-7
The Haul Service applicable unit price per ton ~br agreement .,,'ear
$ook, is, --
cents ($ I'-Ju~'~ ). (C4)
The Haul Se~4ce applicable unit price per ton tbr agreement year -1 / 6 t~
cents ($ ~,-/~--~xl ). (C5)
). (Cl)
dollars and
). (C2)
dollars and
). lC3)
7.,003' -
dollars and
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+.5(C5) 10,000
40,000 tons
Evaluation Unit Bid Price = $
The evaluation unit bid price fonnula is designed to evaluate years four and five at .5 the
evaluate of each of the first three (3) years.
Bidder: Tv;
Fifm-Corp6ration
Authorized RepresentaUve
Address
Date
4.0 BID SECURITY ACKNOWLEDGEMENT
I have attached the required bid security to this bid.
36
5.0 INFORMATION SCHEDULES
Dated:
[ agree to furnish and include the following intbrmation schedules itl addition to the
intbrmation 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 invob,'ed in any litigation-involving 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 xvritten 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).
G. Major Subcontractors - (Schedule G, attached hereto).
H. Equipment- (Schedule H, attached hereto).
I. Maximum Specified Capacity- (Schedule f, attached hereto).
Information oil Bidder's Solid Waste Disposal Site(s) (Schedule J attached
hereto).
K. Form of Bid Bond (Schedule K, attached hereto).
L. Performance Bond (Schedule L, attached hereto).
Name of Bidder:
Address of Bidder:
M. [ ~ Operation Plan (Schedule M, attached hereto).
-
37
Corporate Seal
(If a Corporation)
Incorporated under the laws of the State of
Names and addresses of officers of the corporation:
(President) Name
iSecretary) Name
Address
(Treasurer) Name
Address
(If an individual or partnership)
Names and addresses of all principals or partners
Address
Title
38
INFORMATION SCHEDULE A
Town of Southold Bid Project
Solid Waste Haul Services
This Bidder
(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.
Name ofJ~dder: _ 'Ir-,' ~; l-
(Authorized Signature)
NOTE:
(I)
(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 I of 1
39
INFORMATION SCHEDULE B
Town of Southold Bid Project
Solid Waste Haul Services
The following is intbrmation on the undersigned Bidder's office locations:
Bidder's Main Office
Manager's Name (Contact)
Bidder's Parent
Corporation Main Office
Manager's Name (Contact)
Parent Fim~'s Legal Name
Street Address (Box Numbers)
City State Zip
Firm's L~gal Namb
Street Address (Box Numbers)
City State Zip
Telephone Number
The Bidder herein certifies that the
is partially/wholly owned subsidiary of
Telephone Number
' ]Firm
Parent Firm
This
is owned
Parent Firm
By
or is a public/private stock corporation.
Bidder Office Locations/Ownership
Certification
BID (PROPOSAL) FORM
Schedule 5.0.B
Page I of 2
4O
INFORMATION SCHEDULE B - (Continued)
Name of ~lder: t c', A, ~' ~
Date:
Note: (l)
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 ill xvith N/A.
Bidder Office Location/Ownership
Certification
BID (PROPOSAL) FORM
Schedule 5.0.B
Page 2 of 2
41
INFORMATION SCHEDULE C
Town of Southold Bid Project
Solid Waste Haul 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 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:
Bidder Office Location/Ownership
Certification
BID (PROPOSAL) FORM
Schedule 5.0.C
Page I of I
42
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 designates their authority' to execute an
Agreement on behalf of the firm
Officer's Name (~:,oe._ Co[~- Officer's Name
Subsidiat? Parent
Corporate Title ¢c~.~: ¥,....7[' Corporate Title
Address $?~:t- '~ ,..u,. ~ Address
City $ ,1.,., ~ ~.~-,-rr City
State, Zip ~'-t State. Zip
Officer's Name "'~q4't-: ~_: ,. ~; M ~.~.,- Officer's Name
Subsidiary t Parent
Corporate Title $~,..4,1' / /"r-, ~, ~. Corporate Title
Address G~ e, ~,', ~v.~t~- ~ Address
City' t'~'~ 4 ~4;~, ~ _ City
State, Zip vO h' 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 l of 2
43
INFORMATION SCHEDULE D - {Continued)
Officer's Name
Subsidiary
Corporate Title
Address
City
State, Zip
Corporate
Seal
Officer's Name
Parent
Corporate Title
Address
City
State, Zip
Name/~r ~ ~r-lt ,,..{- ~ ~.,~
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
44
INFORMATION SCHEDULE E
Town of Southold Bid Project
Solid Waste Haul Services
STATEMENT OF BIDDER'S FINANCIAL CONDITION
This Bidder agrees to provide for any subsidiary and parent finn, and hereto attaches a
current or the most recent audited financial Statement{s) including as a minimum the
firn~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 infornmtion 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
45
INFORMATION SCHEDULE E - (contilmed)
The undersigned hereby authorizes and requests any person, firm or corporation to furnish an3,
intbrmation requested by Town of Southold, New York in verification of the firu~s financial
condition.
Dated at
This/(.a' '~ da3' °fx~
N~me of Bidder
~4y' J T~,,.
Title
State of New York, County of
is 5,=,--'t,/' /Tc~.q3 · of
Title
ak,_
being dui>' swom deposes and saws that~r~
Na'me of Orgfinization
and that the answers to the foregoing questions and all statement therein contained are true and
correct.
Sworn to me this
My Commission expires:
day of ~
,20 O~
JEANIE BORGESANO
I~I'ARy PU,,BLI .C, State of New ~
NOTE: ( 1 )
(Bidder may submit additional information desired as Schedule E
attachments.)
(2) If blank not applicable, fill in xvith N/A
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 Services
The Bidder herein certifies that it is qualified to per/brm 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 may
evaluate the Bidder's qualifications and experience.
1. Bidder's Legal Name: ~'/'{';~;~-~
2. Business Address: &~
Street
City State Zip
3. State incorporated: k,) ~" Year incorp.: ~ '~
4. New York State; Business License No.: -fl~' II-
5. No. Years in contracting business under above name: ~
6. Has firm ever defaulted on a contract? Yes No v//
3,'ears.
7. Gross Value - work under current contract: $,4,R,~,~- ,g/,m,'t ..//~,,e,
8. Number of Current Contracts:
10.
Has Firm ever failed to complete work awarded? Yes
If yes, attach supporting statement as to circumstances.
No
Qualifications Summary
BID (PROPOSAL) FORM
Schedule 5.0.F
Page 1 of 3
47
INFORMATION SCHEDULE F (continued)
11. Related Experience Reference (within previous 5 years)
l 1. I Project Title:
O~.vnel"S Name:
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 Value: $
Final Complete Project Value: $
Brief Project Description:
Qualifications Summary
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 Finn Members' Background/Experience (3 members minimum). Attach current
resumes as Schedule 5.0.F supplement or give concise description by individual.
Nameof~der: T't'jn[4 v
'(Authon'~ed Sigfiature) t ,
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 xvith N/A.
Qualifications Summary
BID (PROPOSAL) FORM
Schedule 5.0.F
Page 3 of 3
49
INFORMATION SCHDULE G
Town of Southold Bid Project
Solid Waste Haul Services
The Bidder hereby states that it proposes, if awarded an Agq'eement to use the tbllowing haul
sub-contractors on this project.
2.
3.
4.
5.
6.
7.
8.
9.
10.
NOTE:
Sub-Contractor'
Contract Trade,,
Individual Address Phone # Specialties
By: Y~--'~~ Date:
f (Autl{orized 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 Services
The Bidder states that it owns the tbllowing pieces of equipment that are available for use on the
project, if awarded the agreement.
Equipment Item
Proposed
Project Use
Current
Equipment Location
By:/~,~~t Date: ~/~/d Z'/
NOT E:
Any supplemental attachments or modifications to this form shall be labeled
Schedule 5.0.H and shall be properly integrated into the Bid Fom~.
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 following Maximum Specified
Yearly Capacities in tons of Town of Southold solid waste if awarded an agreement
Contract Year
Maximum Tons per Contract Year
Maximum Specified Capacity
BID (PROPOSAL) FORM
Schedule 5.0.I
52
INFORM[ATION SCHEDLrLE J
Town of Southold Bid Project
Solid Waste Haul Services
Are you willing to q3.eet with the Town of Southold to discuss 3'our short and long term
hauling capabilities? Yes Ns 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
Bidding Company
Address & t ~
City State
NAME AND TITLE
Zip
Phone No. Ct~ 3 ~t"x-
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
as
for the payment of which, will
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
Toxvn of Southold a certain Bid, attached hereto and hereby made a part hereof to enter into a
contract in writing, fur the hauling 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 per/brmance of said Agreement, and for the
payment of all persons performing labor or furnishing materials in connection
therexvith, and shall in all other respects perform 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, 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
B[D (PROPOSAL) FORM
Schedule 5.0.K
Page 1 of 3
54
IN W[TNESS WHEREOF. the Principal and the Surety ha~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 signed by their proper officers, the day and 3,'ear first set fbrth above.
(L.S.)
Principal
Surety
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 sworn, did depose
and say that he resides in : that he is the
o f the
corporation described in and which executed the tbregoing 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
55
(ACKNOWLEDGMENT BY CONTRACTOR, IF A PARTNERSHIP)
STATE OF:
COUNTY:
On this
) SSN:
day of ,20 betbre me personally came
, to me known, and kllown 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 tbr and in the behalf of said fim~ ibr
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 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
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 (hereinafter
called the "Owner") in the full and just sum of dollars
($ _) good and lawful money of the United States of America, lbr the
pa)qnent 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, firmly by these presents.
WHEREAS. the Principal has entered into a certain written Agreement bearing date on
the da)' of ,20 , with the Owner for the Town of
Southold Solid Waste Haul-Disposal Se~,ices, a copy of which Agreement is annexed to and
hereby made part of this bond as though herein set l:brth 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 Owner fi.om 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 performance of the said work by
the said Principal, or his (their, its) agents or sen, 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 otherwise,
then this obligation shall be null and void, otherwise to remain in full tbrce and effect;
Perfonnance Bond
BID (PROPOSAL) FORM
Schedule 5.0.L
Page 1 of 2
57
PROVIDED HOWEVER, the Surety, tbr 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 terms, conditions, and covenants thereof, if for
any cause the Principal fails or neglects to so fully perlbnn 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 for the completion
thereofi and further
PROVIDED HOWEVER, the Surety, for value received, for itselfi 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 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
perlbrmed 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
Perfbrmance Bond
BID (PORPOSAL) FORM
Schedule 5.0.L
Page 2 of 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.
I. Haul
Summarize the manpower and equipment you will make available to perform under this
Agreement.
Operational Plan
BID (PROPOSAL) FORM
Schedule 5.0.IVl
Page Iofl
59
APPENDIX A
SAMPLE OPERATING AGREEMENT
6O
THIS AGREEMENT. made on the day 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
Ser~ 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 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 sen'ices as set forth in the Solicitation.
Ill. TERM OF AGREEMENT
The term of this Agreement shall be Four and One-Half (4-1/2) years
commencing on
· 20
APPENDIX A-1
61
PRICE SCHEDULE 'COMPENSATION
The unit bid price schedule tbr the services to be furnished by Contractor is tbund
in Section C - ~.1," '>
_ ~._. Contractor's bid which is incorporated into this Agreement.
V. PAYMENTS
A. The Contractor shall receive monthly payments for sen'ices
pertbnned 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 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 any pasqnent
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 t¥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 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.
C. Contractor represents that the information 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 information 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 opportunity to
participate as subcontractors under this Agreement. In the event 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.
APPENDIX A-2
62
VII. INDEMNIFCATION INSURANCE/BONDS
A. Contractor agrees to defend, indemnity' and save ham~less the Town of
Southold against any and all liability, loss, damage, detrimeut, 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 performing under the terms of this Agreement, or thilure to can'5' 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.
citizeus or by other persons or corporations, including any of Contractor's employees or agents
who may seek to hold the Town liable therelbre. 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 for a period commencing on the date of this Agreement and tern~inating 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.
APPENDIX A-3
63
C. Cootractor shall, for the period of the performance of services 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 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 party to perfom~ any
obligation hereunder (except for pa:~xnent 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 tbr not performing 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 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 TOH RRF) hurricane, landslide, lightning, earthquake, fire,
explosion, flood, sabotage or similar occurrence, acts ora 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 TOH RRF 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 TOH
RRF;
APPENDIX A-4
64
(3) go~ ernmental pre-emption of materials or services in connection with a public
emergency or any coodemnation or other taking by eminent domain of an3' portion of the transfer
Station or TOH RRF: and
14) 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 (d) equipment lhilure; (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 in 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 services to
be pertbnned 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 performed 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
La~v relating to the pa3xnent 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 requiremenk all costs be borne exclusively by Contractor.
APPENDIX A-5
65
X[. 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 perlbm~ additional
services beyond the scope of those described in this Agreement, the Contractor shall be
compensated i-hr 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:
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 fringe benefits shall be separately identified and shall not duplicate fringe benefits paid in
connection with work performed 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 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 1115 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?/o 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 Toxvn 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 fails co' perform its obligations under the Agreement,
the Town may tern~inate the Agreement, procure the ser¥ices from other sources and hold the
Contractor responsible for any costs incurred. This Town also may deduct such costs from
APPENDIX A-6
66
payments owing to the Contractor and/or draw upon the Pertbm~ance Bond as Full or partial
reimburselnent for such excess costs. The Town reset:'es the fight to terminate the Agreement
tbr 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 tbr providing,
and is not obligated or authorized to provide, a disposal site for MSW. Under the agreement, 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
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 thereot:
APPENDIX A-7
67
XVI[. 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.
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 Sen'ices to be
pertbrmed 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:
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 unenforceable 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 any
applicant Ibr such employment, because of race, religion, color, sex, age, marital status, handicap
or national origin in any maimer 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;
upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or other tbm~s of compensation: and selection for training.
XVIII. NOTICES
All notices required to be given hereunder shall be made in writing by first class
mail addressed as tbllows:
[fto the Town:
With a copy to:
Superx, 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 the day
and year first above written.
TOWN OF SOUTHOLD
By:
Joshua Y. Horton, Supe~'isor
By:
APPENDIX A-9
69
APPENDIX B
NEW YORK STATE DEPARTMENT OF
ENVIRONMENTAL CONSERVATION PERMIT
· 70
7l
72
APPENDIX C
Town of Southold Accident Report
73
ACORD. CERTIFICATE OF LIABILITY INSURANC ., ,_%
03/07/02
nMERRICK ROAD
THIS CERTIFICATE IS ISSUED AS A MATTER 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.
Trlnity Transportation Corp.
214 Bly~en~u=gh Rd
Central I$1ip NY 11722
COVERAGES
APB5273291
10/30/01 10/30/02
10/30/01 04/07/02
1000000
%000000
!X RE-ES~CN S 10000
10/30/01 10/30/'02
~ 10000000
$
D EM PLOY E~$' L:~ B:L;'"F WC61569550 10/29,/01
10/'29/02 S_-~:C:-~CC:CEhT ~ 500000
i.%E: A~i Locations, All Operations
CERTIFICATE HOLDER
ACORD 25-.S (7/97)
CANCELLATION
cD ACORD CORPORATION 1998
ACORD.
PI~ODUCER ' PHONE
J ~,NNj., ~U: 516-799-8222
Bender Ins. AgT, Inc. BR#Z
'VEHICLE SCHEDULE.
CODE: i SUB CODE:
AGENCY CUSTOMER ID
CSR JS 08/07/01
10/30/00 j 10/30/01 I X ~GE~CV~EL I
VEHICLE DESCRIPTION
VEH# I Y~'R~MAKS: MACK
001 11979l MODEL: RD
CITY. ETATE, ZIP IS~IA ~
WHERE G~GED
002 19Sl, MODEL: 10-WHEELER
BODY 'EYe^GE -' COStN~
bPS: T~.CTOR ~' J 5'7
V.].N.: R686530778 ....... ,6 s 49500
~OW'NG I.~ I ,ST*~'T ~ --3000
[~ LIAS ~ MED PAY & LABOR FT COMP --
rx ~,P ~U.,NS ,S.~C
MOTOR COFL ~ COLE $ ~137 [ ~ COLE
BODY
'PfPE: TRACTOR ~ ~ J I SYM/A~E
V.LN.: 1M2B156CXBA002612 16
075 36499 II
LIAS UNINsMED PAY ~ SPEC&I~BOR FT COMP AA [~ STAMT
PIP ~ MOTOR COFL F~n,V COLE I s #61
COST N~N
80000
FARTHESTTERM
~ COMP~ COFL
3000
3000 COLE
BODY
003 L~995:~oD~L: JO~L~Z~7/~ )IV'I'N': 4 $ 40000
] WHEREGA~GEDj C'~.STATE. ZIP IS~IA ~ [~ TERR075 G~/~CW :; 68'99c~ssicI FACTOR .[S~TCP~ ~OiUSll FARTHEST TERM
~ . =H,C, * ~,~ ~NO~,~' ~ I~L~ io~oUC~-'L~s ~I~c¥[~COM~I I~
~D TOWORWSCHOOL USE , X~COMM'L I COVE~GES~ DD'L X ~ MOTOR
~ TOWiNg COMP ~ ~ ~A'~ S 3000
' UNINS SPEC I
15 MILES OR OVER ~ FARM : SERVICE J X P~P ~ MOTOR ~ COFL ~ ' X, COLE ' S ~7~T r s 3000 COLE
00~ : [99~m MOO~L: C~ i V.~.N.: [~2~37~00187~ ~ ,ms 80000
m ~R,VE TO WO.~SC.O0~__USE X ! ~OMM,L
005 1994! MODEL: CL
006 1994 MODEL:
007 1994, MODE
I SLA/~DIA
DRIVE TO WORK/SCHOOL USE
AC ORD. 129 {3/~3)a
X COLE S ~27 S 3000 COLE
BODY
TYPE: TRACTOR ~ ,~J SY~AGE COST NEW
V.I.N.: 1M2AD37YXRWO 0187 ~ 4 80000
1075 120000 ; 36499 I
075 120000 36499 : I
RETAIL I X LIAB m~ ~ m $ ~BC" ~ ~ ~O''~ ' ~ -- ST 'MT 3000
075 120000 36499 : I
COMM'L ~GES[ V ADD'LPIP' dNDRINS m CSp DEDUCTIBLES ~C','m m- , sPEC
i VEHICLE DESCRIPTION (con't.)
VEH ~ i YEAR . MAKE: MAC~
008 ,19931 TL :
BODY ;~ ~:~ SyM/AGE COST ~4EW
I TY.E: TRACTOR ,
IV.LN.: 1M2/tD27YSPW001048 /; I 5 ,$ 80000
TERR i GVWIGCW i CLA~S I SiC FACTOR SEATCP' RADIUS FARTHEST TERM
I I
075 120000 3~499
UNDERISMILESI ~L~SU~E RETAIL I X' LIAB MEDPAY ~ &t~,BOR ; F'T COMP ~ ~A ) : STAMT S3000
15bI{LESO~O~ERm FARM : SERVICE I X PIP m X~MOToRUNINS ~ C~L I I ~/ COLL I S ~[~ S3000 COL[
BODY SYIWAG E COST NEW
VEH # , yEAR i MAKE: ~'-.~C~'~ i TYPE: TRACTOR '~ 7.-,J ,
009 ~1993! ~DEL:I CL I VJ.N.: 1M2~27Y6PW001060 5 S 80000
m TERR ) G~IGCW ~ C~S SIC [ FACTOR :SEATCP; ~omus FARTHEST TERM
ORNETOWOR~SCHOOL COMM'L ADDL P ~ MOTOR ~ F ' ' ~p I DEDUCTIBLES I .. I A-V ' "I .... , I SPEC
TOWING
UNINS I SPEC ' ~ ~ COLL , S ~21 : $3000 COLL
~cK ~.E: T~CTOR ~ ~
VEH# [ YEARLM~E:
010 ; 1994. MODEC:
CL V.LN.; 1M2AD37Y8RW001876 I 4 IS 80000
CITY, STATE. ZIP ISLAR-DIA NY
WHERE GARAGED
~RIVE TO WORK/SCHOOL USE
UNDER 15 MILES PLEASURE
15 MILES OR OVER FARM
013.I 1994 MODEL: CL
TERR GV'~VIGCW i CL~S I SiC [ FACTOR I SEAT CP' RADIUS FARTHEST TERM
I 075 120000 36499 I r ~
' C)'~ECX UNDRINS I ' I I ~J Mpt SPEC
RETAIL LIAB MEDPAY &~BOR FT COMP , ~ ~ STAMT LS3000
SERVICE ] ~ ~ PIP ~ ~ UN[NS SPEC
MOTOR COFL ~ ~ COLL ~3~ [ S3000 COLL
aooY ~ ~ m S~AGE ; COST N~
m WPE: ~C~OR
mVJ.N.: [~2~37~3~001509 ; ~ rS 80000
CITY, STATE. ZIP ISL2tNDIA NY
WHERE GARAGED
V,~m,~m~ I YEAR [ MAKE: ~ACK
~ 11994' ~OCEL: CL
CITY, STATE, ZIP ISLANDIA NY I
WHERE GARAGED I 075 ' ~64~ ! '
i~ ' CHE¢. ~ ~ DEDUCTiELES , .~Cv
TOWING
VEH~ m Y~Rm~KE: ~ ~ t~ ~PE: T~TL~ /~7 SY~AGE
COVE' G S X ME PA¥ ,. .OR :X,OOMP ooo
PIP MOTOR COFL ~ I X COLL ~:~23 I S3000 COLL
m BODY
T~CT0~
: V.LN.: 1M2~37YgRW001398 4 S 80000
~ [ '
~000
' S3000 COLL
TERR ; G~/GCW C~S SIC m FACTOR ' S~T CP ~DIUS FARTHEST TERM
68499 m
075
X: CC~,,M'L ~-~VE~GESI X
,I~rAIL ~ L~AS '~
VEH~ I YEAR I ~KE= ~ ,~O~'~ IBODy ~'~kTT."~.'~ I
, ~PE: /~/ ; SY~AGE , COST N~
Cia, STATE, ZIP IS~IA ~ jTERR m~ ~ G~/GCWi smc FACTOR S~TCP' ~DIUS; ; FARTHEST TERM
WHERE GA~GED 0 7 6 8 4 9 9 ' m
iDO,Lp,p , V UNDRNNS m ~ I p OEDUCT)BLES , , I m m sP~g
;l~, STATE, ZIP [S~IA ~ m TERR , G~/GCW [ C~SS SIC FACTOR , S~T CP' ~OIUS FARTHEST TERM
ACORD 12g (3/S3)a. ' ' ATFACHTO BUSINESS AUTO SECT[ON · . ' ·
VEHICLE DESCRIPTION (con't.)
017 ;19941MOO~L: D~ ~V.I.N.: 1M2P267Y2~020646 4 ~5 80000
WHERE G~GED 075 120000 [ 36499 ~ I
~ CHECK . ~ ; DEDUCTIBLES , XlACV
~ 15MIL~SOROVER FARM SERVfCE i~ ~ P ; X ~OTOR ICOFg ~ F%~ tOLL /~37 S 3000
018 r[gg~'~D~L: D~ ~ [~2~267Y[~020850 80000
~ row~.~ ~ COM..~ St*UT tS3000
UNDER 15 MILES PL~SURE R~AIL ~ LIAS ~ MED PAY ~ & ~BOR
~19 m 1995m ~=; w~KI~ m v.m.N.: 1E1UiX289S~G17623 : 3 ~ S 50000
WHERE G~OEOC~, STATE, ZIP IS~IA ~ mi TERR )075 ~ G~/Ocw 68~99c~ s,cmj FACTOR,ms~cP; ~=us :. FARTHESTTERM
~ 199~0EL: WAr.KiNG Iv'I'N': 1E1UlX285SRG17635 m 3 ms 50000
m &~BOR ) m FT~) COMP --~ ~ '~ STAMT
~ P~P m ~MOTCR ~ SPECcoFL ~ ~ ~ , COLL S ~03~ 30~ CQL~
' ~ ~ ~ , m TOWING mm ~ FT -- m ST kMT ~ 0 0 0
ACORO. 1.29 (3~3)a AT~ACH TO BUSINESS AUTO SECT[ON
VEHICLE DESCRIPTION (~n't.) . . ' '
VEH ~ ; yEJ~R I MAKE: '~]AST I BODY
TYPE: T~%TLE~ ~ ;J 7
024 1995 MODEL: W2%LKING ~ V.LN.; 1EiIIIX289SRG17640
I 3 [3 5oooo
-- -- ~ ~ :ow,.G r~Fm ~Z i : 1'3000
m v.m.N.: l~lUlX280SRG17641 m 3 ) S 50000
WHW~a~A~GEO m 075 ~ m 68499 ,
~026 [ 1995) MODEL: W~KING v.m.N.: 1EiUlX282SRG17642 ] 3 S 50000
WHERE GARAGED 075 Ir 68499
15 MILES OR OVERi ;FARM : ISERV,C~m x,P,~ ~X MOTOR ~COFC ) m~
VEH~ m ~m~: A~OC~ ~: T~UC~
C~,ST~TE, Zm ISLANDIA NY
WHERE GARAGED
DRIVE TO WORFJSCHOOL i use
UNDER 15 MILES PLEASURE
. 029 · 1995' MODEL:
; WHERE GA~GED I SLA/TDIA
i SIC FACTOR ISF~TCP' RADIUS I FARTHEETTERM
'X DOLL i$ ~!07T $3000 COLLI
! V.I.N.: 1WAUDCVG,Y. HD'304346 , 6
i s 8oooo
075TERR I G~/OCW 33499D~S
s,c=,l FACTOR SEATCP RADIUS ]: FARTHESTTERM
X' COt~,t, rL ~L~_~[:/ERA~ES~ A DE P ~J UNDmNS DEGUCTIELEE I [AC,
SExy,cE X P'~ X;UOTC~ I ~
, CCF~ ~ I x COLL ~113T s3000 CaLL
TYPE: T~ILER ~ )1~ m SY~AGE j COSTNEW
V.LN.: 7~ ~ 3 ~ S 50000
~1 TERR G~IGCW ~ C~S5 SIC I FACTOR S~TC"I ~DIUS I. FARTHEST TERM
I 075 [ 68499 ;
CHECK ~ O,Lp,p ~ UNORNS~
: CaVE.GEE AOTOWING MOTOR F ] ILSP ~DUCTIeLES ~ m Acv ~ ~OMP~ c oFL
~ LIAB MEDPAY a~SOR "T COMP ~ )~ STAMT S3000
x , x m gOTOR ~ COFL F~,V DOLL · S ~llST S3000 COLt
TERR m G~/GCW m c~ss sic , FACTOR S~T DP' ~DIUS , FARTHEST TERM
m m m m
o7~ m 6849~ m
, DR ETO WOR SDHOO I use CH~C~ I I i UNDnrNS
COVERAGE$1~ AOD'LP~P ~ MOTOR ,
; ~/ UNDER15MILES ~ PLEASURE ~ ~ RETAIL L~AB MEDPAY ;
; UN NS SP~C
WHE~EGA~,~GED ISLANDIA NY
Cl~, STATS, ZIP
WHERE GARAGED ISLA/TDIA NY
TERR I GVW/GCW CLASS i SlCi
CHECK ~ ' P _~_ MOTOR ; IF ~ LSP
~ 68499 I
i s #133T i '3000 COLt
i, SY AGE i COST NEW
F~CTOU SE,~rc.P[ ~mUS i
i ~V m y m CaLL i, ~1 '~ qT I s ~ non CALL,
' ACORD 1'29 (3~3)a ATTACHTO EJJSINESS AUTO SECTION
VEHICLE DESCRIPTION (con't.)
VEH# I yEAR iMAKE: EAST
032 J 1995, MOOEL: WALKING
I~.STATE. Zm I SL/tNDIA
'1
033! 1995 MODEL: WALKING
I TYPE: TAAI[.ER
1E1U1X283 SRG17648 3 ~ 50000
TERRV.I.N.; G~WVIOCW J CLA~S [ SIC FACTOR SEAT CP' RADIUS J FARTHEET TERM
075 ' 63499
PiP ~ ,N,.s sPED -- [,WF~ ~
MOTOR COFL F7,¥ COLL I S #135T
BODY SYM/AG E I
I ~PE= TP. AILER ~ )27 COSTNEW
V.I.N.: 1E1UiX285SRG17649 3 I $ 50000
OR~VE TO WORK/SCHOOL USE ~ COMM'L
-- UNDER 15 MILES ~USE PLEASURE RETAIL
15 MILES OR OVER ~ FARM SER¥1CE
035 1995 MODEL: WALKING
ICITY, STATE, Z/P ISLA/~DIA NY
WHERE GARAGED
DRIVE TO WORK/SCHOOL/USE
TERR
O75
X
I 68499 :
TOWING I ' FT
T~'.E: TP. AILER ,~ ~ ~ SY~AGE COST N~
V.LN.: 1EiU1X281SRG17650 I 3 50000
G~IGCW C~SS SIC [ FACTOR S~T CP ~DIUS F~THESTTEEM
68499
MEDPAY &~OR FT COMP;' I ~ I STA~tT~ __
MOTOR COFL ~ COLL ~ $ ~5~ $3000 COLL
l~°.~ TRAI~.Et '~ 129 ISY~A~ COS~ N~
V.LN.: 1E1U1X283 SRG17651 I 3 I $ 50000
I TERR I ~VW/GCW Ic~,s~ is/c! FACTOR S~TCP ~o,usm F~THESTTERM
I 075 I m 68499 m i m
CHECK UNDR NS ~ ; DEDUCTIBLES SPEC
COLL
0"17 !19951'~OOEL: WALKING ....... lZl~lX2SlS~17664 3 { s S0000
. WHERE GARAGED r 075 ~ ' 68499 : I
,~ , r0w~o ~Fr . X co~P ~ ]Sr~MT S~000
UNDER 15 MILES ~ PL~SUR~ ; R~AIL I~ LIABI~ MED PAY I I & ~BOR
; WHE~EG~GED IS~IA ~ ~ m
/
075 6~000 . ~ 6R499 P
DR~ETOWOR~SCHOOL. USE I X ~OMM'L COVE~G~,~ 00'L ~ MOTO" ~ ~SP X ~
C~,STATE. Zm IS~IA ~ ' ~
ACORD' 129' (3~J3)a ATTACH TO BUSINESS AUTO·SECTION
VEHICLE DESCRIPTION (~n't.)
I BODY COST NEW
yE., I YE*R I M.KE= ~C× ~,E= T~CTOR ~ ~ IEY~°E,I
040 [ 19931MOOEL: C~ [ V.LN.: 1M2~13Y4PW026354 [ 5 Is 47000
~ O~OE~ 075 ' 36499
~ , ~ ~UN~S ~ SP~C ~ IX C0LL ,S ~45 ~3000
~,~: T~CTOR
CI~,STATE, Z[P ~A ~ 136499 ,
m 15 M'LESOR OVER m ; FArM I SERVICE p)p I~ ~OToRUNINS ~i SPECcoFL m ~.v COLL ' S ~47 , S3000 COLL
042 m1994mMoDaL: cH rV.~.N.: 1Ml~13Y4RW039810 m 4 ms 68500
~ , mwmNo ' , ~ mm~ m.ooo
~,e: T~CTOR
043 ~1994~o~u: CL IV.I.N.: 1M1~37YgRW001891 I 4 ~ 68500
m--TERR G~IGCW = C~ s,cm FACTOR $EATCP~ ~omus FARTHESTTERM
CI~,STATE, ZIP ~S~[A ~ //
WHERE GA~GED ~0G~S~~ ' 36499 m m
VEH~ ~ Y~R [ ~KE: ~CK m~PE: T~CTOR ~ ~) j SY~OE COSTNeW
my.,...= 1M2P867Y4~020356 m4 68500
WHEREGA~OEO m075 ' ' 36499
c.~c~ ' i~ pep ~NDRmNS , ~ m LSP DEDUCTIBLES ' CV ' SPEC
~.~V~OWO.~SC.OOL, US~ m COM~,'~ ~ CO~OES~ ~'~ m x .~'OTO" m , m m x , mcoM~, m co~
' OT~ ' 68499 ~ m
, m ~.a~.,~,,m~ m~ P~S.~ ~ COMM'~~mCHEOLiAB ~' MEO'PAY~ ONDRmNS
COFL m
BODY m J
DRIVE TO WORKYSCHOOL'~USE × I CO~,~M'L i ADD'L PIP )~y~ MOToRUNORINS I__1 F --! LEP !___DEDUCTIBLES X <V I~.lC_m CoMPm__mm CSPECoF L
, c.~c~ 075 ' ~oo'~p,~ ~ ~,,o~o. , ~ ~ ~s~ X ~
i ACORD' 129. (3/S3)a A't-r AC34 TO. BUSINESS AUTO. SECTION
VEHICLE DESCRIPTION (~n't.)
, oDY 185
VEH # : yEAR MAKE: E-~.ST I TYPE: T1R.A-r T,ER ~ SYMIAGE ~ COST N~
048 199 MOOEd: W~KING V.LN.: 1EiU1Y285SRF17056 ~ 4 ~ 50000
GARAGED 075 ' 63499
1994 VJ.N.: 1S8~3921R0008244 4 50600
UNDER 15 M~LES
15 MILESOROVER I FARM
tHr~ii~v.~TATE, ZIP ISLARDIA NY
uss
05~1Y~94 MODEL: DUM~
SIC FACTOR SE~ATCP' RADIUS ' FARTHEST TERM
~GESI X' :LS~ I 0EDUCTISLES , I XlCCM~' SPEC
PIP I X i MOTOR $3000 COLL
i TYPE: TP. AILER ~ I~ I COST N~
~ V.LN.: 1S8~4524R0008303 4
~oo,~.lP x [ ~,#sF LS~ OED~CT,.~ES ; x' ACV ' x co.P sPEc
RETAIL LIAB t X] MEDPAY ~ &~BOR FT [ X COMP ~ m STAMT ] $3000
15 M~LES OR OVER I i FARM
VEH # YEAR MAKE: SUMMIT
051 119941 MODEL: WALKING
~J 15 MILES OR OVER ~ FARM SERVTCE
I ~%~'~ T~.[LE~
...: 1S8AL4521R0008260 , 4 I 50600
] TOWING '
MED PAY~ ~ & ~SOR ~ FT
UNINS SPEC
MO~O. ~CO~ ~COLL ~77~ 63000 COLL
~PE: T~ILER
I~ ,69941M°OEL: W~.~XmN~ Iv.,...=168~4616~0008~s I 4 is ~o6oo
WHERE GARAGED ] 075 ' 68499
CHECK ; UNORINS ~ ; ~ I DEDUCTIBLES XI SPEC
, BODY
I TYPE: m~,j~Cm01~. ..~ j~w~ , $Y~AGE I COSTN~
IV.LN.: l~Z~12YgRW035846 , 4 ~S 80000
075 ~ 36499 I ]
MEDPAY ~ &gABOR ' m FT ~ COMP ~ ~ ; STAMT I $ ~
m~.~: m=~.~ ~/~ sv~ m cosT.~w
;WHE~EGA~ED ISLANDIA NY
DR[VETOWORK/SCHOOL USE
~ ~ti UNOER 15MILES , PLF~ASURE
J
· VEH N , YEAR MAKE:
' EAST
DRIVE TO WORK/SC HOOL USE
~ UNDER 1SMILES ~ PLEASURE
EAST
ACORD 129. (3/93)a .. ATrACH TO BUSINESS AUTO. SECT[ON
BODY
W.N.: 1E1UIX282 SRG17639 - I 3 I $
"1
60000
VEHICLE DESCRIPTION (~n't.)
COMP ~ ~_ST~M* :*3000
COLt I $ ~iO'~T I *3000 COLt
VEH~ ! yEAR I MAKE: ~ACK IBODY
'tYPE: TRACTOR
057 1995 MODEL: CH I¥.LN.: 1M2A~14YiSW049565
~',~ I SY/~*~AGE [ COST NE1N
I 3I $ 80000
i TERR I OV¥11GCW CLASS
CITY, STATE, ZIP ISLA~TDIA ~Ty :
WHERE~ARA~ED 0?5 I ! 36499
DRIVE TO WORK,SCHOOL [~E OOMM'L ' COVE~GES X I ADD'L PiP ; X MOTOR F
~58 1985 MODEL: F-700 V.tN.: lFD~74~A49248
~ ~ , SYM/AGE , COETNEW
4 I * 15000
CITY, STATE, ZIP ISLANDIA N~
WHERE GARAGED
DRIVE TO WOR~JSCHOO[. USE
~; UNDER 15 MILES ~ PLEASUR~
15 MILES OR OVER FARM
059 1995 MOOEL: CH
CITY, STATE, ZIP ISLANDIA NY
DRN,E TO WORK/SCHOOL ~
~ 1995 IV~3OEL: CH
CiTY, STATE, ZiP ISLA/TDIA NY
{DRIVE TO WORKJECHOOL USE
061 1995: MODEL: RD688S
TERR GVW/GCW c~s sic I FACTOR SEAT CP ~lUS ) FARTHEST TERM
o. oooo OR,.I ,o3499 I I
TOWING I M ~ AMT
V.LN.: [~2~[4YSS~049567 ?0000
COFL
V.LN.: 1M2~14YSSW0~g566 3 ~ s 70000
075 m ; 36499 :
A LABOR COMP ~ I STAMT ~000
COFL F~N ~ COLL I S ~55 : S3000 COLL
! ,YHEREGARAGED ISI~A/qDIA NY - h 075 ' 56000 RN36499
WHEREGA~GED IS~IA ~ : :
] ·nvs nnnnn i Rfl499
m '
SEAT CPI P. AEIUS FARTHEST TERM
I I
s~_j~ ST ~MT O o ~ __
I BODY EYM~AGE COST NEW
m m, m :
0~5 ' 80n~O 68~99 m
CHECK DEDUCTIBLES
, ACORD' 129. (3~3)a ' ATTACH TO BUSINESS AUTO.$ECTtON ' ·
VEHICLE DESCRIPTION (con't,)
VEH# I YEAR 'MAKE: SI~]~CTEC
064 11995 MODEL: AWO4596100
i EDDY 2OC:/
TYPE: TI~ILER '~ SYM/AGE : COST NEW
I VJN.: 1S9WA4523SS188200 9 ~$ 49371
~J.~ STATE, ZIP IST. J~-DIA ~ , TERR : G~IGCW C~S ] SIC FACTOR S~TCP ~OlUS ~ F~THESTTERM
E GA~GED 075 : 30000 68499
, , ON~NS ~ I ~ I X COLg 'S ~209T 'SS000 COLL
065 : 1995 MODEL; AWO4596100 V.LN.: 1S9WA%525SS188201 3 s ~9371
CITY, STATE, ZIP ISLA-NDIA ATY . TERR i GVYWGCW ! CL~E SIC FACTOR SEATCP RADIUS, FARTHEST TERM
WHEREGARAGEO i 075 ~ 80000 [ 68499 I : :
VEH~ I Y~R J ~KE: SPECTEC J~PE:BODY T~ILER ~ ~ SY~AGE i COSTN~
066 ~ 19951 MODEL: AWO4596100 ~ VJ.N.: 1S9WA4527SS188202 ' 3 ~ S 49371
UNINS ~ SPEC ~ ~ ~ COLL ~ -- ~ ~
MOTO~ COFL ~ S %217T S3000 CO~
V.LN.: [Sg~X~520SS[8820~ 3 ~937[
o~/~cw ~ c~ss sic FACTOR S~TCP ~IUS FARTHUST TERM
80000 ~ 68~99
cKr¥,STATE, ZIP ISLA.NDIA NY
WHERE GARAGED
TERR
075
SPECTEC
067 1995! MODEL; AWO4596100
DRIVE TO WOR~/SCHOO(. I USE
UNDER 15 MILES[~ PL~SU~E
ISMILE$OROVER ~ FARM
I~ ~ 19951 MODEL: AWO4596100
C~STATE, ZIP IS~IA ~
TERR
075
COMM'L COVERAGES X I UNDRIN3 : r ~
L
TOWING
RETAIL LIAB UNINsMED PAY &LABORsPEC FT COMP I ! A~ I__ STAMT ~
SERVICE ~ P,P ~ MOTOR COFL ~ ~ COLL [ S ~219T s~000 COLL
:VJ.N.: 1S9WA4522SS188205 3 )s 49371
075 ~ soooo 6~4~ ~ ~ ~ ~
COVE~GES ADD'L PIP ~ MOTOR I r ~ '--m ~ I X r1~' ~ .... ~ C OF L
RETAIL ~ L~AB MEDPAY &~BOR COMP ~ AA : STAMT m S3000
SER%rCE ~ PiP ~ UNINSMoTOR cSPECoF L F~V : X COLL ms ~221~ s3000 COLL
069 i199~ MODEL: AWO4596100
WHE~EGA~.~GED ISLAiN-DIA NY : I I
DRIVE TO WORFJSC.OOL a USE C.ECK ~ ~ UNDRBN$ DEDUCTI.LES ,kc,, ~[_ COMP~ ~t
i ACORD. 129' (3/93)a ATTAC~ TO' BUSINESS AUTO SECTION
VEHIC~.E DESCRIPTION (con't)
080 1996 MODEL: WA~K~NG
~PE: TRAILER -- :
V.J.N.: 1S8A/D3434T0009072 2 ~ $ 45500
C STATE. ZIP ISLA/~DIA NY TERR I G'~VIGCW I CLASS
':J~m~ GAP~OEO 075 I 65499 I
-- -- ~TOWrNO ~ Fm ~ ~ ~
VEH# Y~R I ~KE: S~IT I ~PE: T~IL~R ~ ~ SY~AGE
081 1996' MODEL: D~ I v.J.N.: 1S8~3436T0009073 2
C~Pf. STATE. Z'P ISLA.N"DIA NY I TERR
W.BRE ~.~ED ! 0 7 5
D~"VETOWOR~SC.OOL USS ' x l COMM'L CC~VE.~OESI
UNOER 'SMILES I PL~SURE ~ RETAIL ~ LIAB
VEH ~ Y~R I mE: S~IT
083 ~1995~MOOEU: W~KING
15 MILES OR OVER ~ ~ARM '~ SERVICE . X r PIP
WHEREGA~GED 1075
SIC I FACTOR SEATCP] RADIUS I FARTHESTTERM
~ 53000
' $ 3000 COLL
45500
G%~I/GCW ' CMS I SIC FACTOR
I 68499 II
UNDRNS ~ DEDUCTIBLES I X lACV
'rYPE: TP. AILER ~- ; SY~AGE
V.LN.: 1S8~3438T0009074 2
SEATCPI RADIUS IFARTHEETTERM
r SPEC
~X COMPi~ C Of L
' 53000
i $3000 COLL
{~ 45500
· GV~V/GCWuNDR NEll 68499C"~SS SiC ii FACTOR I SEAT CPi '~.D,USII FARTHEST TERM
ADDLP~P X~ MOTOR L~ f i I -p DEDUCTIBLES A" I SPEC
' I ~ ~ I xl~' ~COMP~COFL
M~D PAY & ~BO~ ft
x s3ooo CO l
V.LN.: 08392 : 3~S ~9500
80000 68499
ADD'L PIP X~ MOTOR ~F
iSIC ; FACTOR I SEAT CP ~DIUS i FARTHESTTERM
~ COLL ~ '$3000 ~
r TYPE: TRAILE~ ~ ~7 I SYM;AGE I COET NEW
I V.LN.: 1SgD5323XSS188271 I 3 $ 38731
! 075 8oooo I e8499 I I
E~GES~ ADD'LPIP J Moron ,~ F LSP
~ p~p ' ; UNINS SPEC r ~
MOTOR C Of L F~ CCLL IS 3 0 0 0 COLL
GV~N/GCW I CLa~S SIC FACTOR I SEAT CP RADIUS FARTHEST TERM
'~[ UNDRINS DEDUCTIBLES ~ SPEC
MOTOR COFL I ET~V! X COLL I s i S 3000 COLL
WHERE GA~GED 07M I ~R499 ~
VEH # I YEAR . MAKE:
FORT~
ACORD '1.29 (3/93)a A'Iq'ACH TO. BUSINESS AUTO SECT[ON
VEHICLE DESCRIPTION (~n't.)
I
072 11995 MODEL:
I' EDDY ~ ~ , SWk~E
~YPE: TP. AI LER O~ i COST N~
iV.~.N.: lS8;tL4526S0008936 3 I $ 49500
TATE. ZIP ISIJ~'TDIA NY
GARAGED
J I ISMILESOROVER : I FARM
VEH# i YEAR IMAKE: SU~IT
073I 1995 MODEL; WALKING
TERR GV1NIGCW CLASS ISiC ; FACTOR SEAT CPI RADIUS
I
075 90000 6~499
FARTHEST TERM
' RETAIL J~ L~S IX: MED PAy TOWING ~ FT
&~BOR ~ X COMP -- M i ST.'~MT $3000
MOTOR COFL x tOLLm$ ff205T ms3000 COLL
~ ~.~: T~ILER
; V.LN.: 1S8~4524S0008935 3 S 49500
WHERE GARAGEDCITY' STATE' ZIP ISL~t~'~TDTA ~q~' ITM0?5 80000G~'Gcw i cLAss68499 SIC FACTOR IS~TCPi ~DIUS : FARTHESTTERMm ~
, X · COMM'L CHECK ' m , ~ UNDRINS
~COMP AA MT 153000
FARM ~ COLL [ S #207T :3000 COLL
VEH# YEAR I MAKE: SITN~IT ; TYPE: T~%ILER , - ~ SY~AGE COSTN~
074 ~995[MO0~: W~KING V.La.: lS8~4523S0008718 ~ I 49500
I T~RR m ~,GCW m C~S ) FACTOR ;S~TCPI ~IUS FARTHEST TERM
CI~,STATE, Z[P ~ ~ m sic
w.~.~EO m075 m m 68499 m m ~ m
DRmVETOWOR~CHOOL mUSE COMM': [~G~Sl X)~DD'LPaP XF ~m~ ~ F ~ LSP D.DUCTmL~S X ~C~ ~ COUP'~ C
m BODY SY~AGE COST N~
VEH~ Y~R ~KE: SPECTEC : ~PE T~ILER ~ ~
075 1995 ~oE~: W~KING :V.LN.: 1S19DS3239SS18821~ s ~9500
I TERR i GVWlGCW
FrY, STATE. ZIP ISLANDIA NY i
WHERE GARAGED 075
DRIVETOWORFJSCHOOL USE I X COMM'L ~ERAGE$ DD'L I
~ Y~R ) M~E: SPECTEC
F LSP ~UCT'B"~S~z~ Acv ,~ co~P,
FT X; COMP MT I $3000
FTW COLL 5 I $3000 CCLL
I SY~WAGE J COST NEW
4 ~ s 16~500
__ SPEC
6 : s 20000
CLASS
68499
68499
F LSP i DEDUCTIBLES I X ! .~c¥i i C~MP~ m : i COFLSPEC
FT , COMP I-- ~) iSTAMT 000
iF~'~lx'COLL $ ~lgT I53ooo COLL)
~: ~ ; SY~AGE COSTN~
' CITY STATE ZIP i TERR I GVW/GCW I c~s$ ; Sic I FACTOR ,S~TCP, ~ClUS FARTHESTTERM
IWHE~EG~GEDIST'~j~IA NY I°75 I m m~fi499 )
DRIVE TO WOR~SCHOOL; USE ~ COMM'L CHEC~ UNDR N~ : DEDUCTIBLES ~ ' ACV
~'~"E~ ~D~'L "IP ~ MOTOR mm. ;mco..m ~
~ 1SMILESOROVER m FARM : SER%~CE ~ PIP ~ ~ MOTOR m m COFL ~v COLL : S ~9 m ~3~ COL[
~q lqq~mMODEL; W:T.WT~G mV.LN.: ~q~:~43Omq009071 ~ ~ mS 4550A
07~ ~Aqq m
ACORD: 1.29' (3/~3)a A'ti'ACH TO BUSINESS AUTO. SECTION · ·
VEHICLE DESCRIPTION (~n't.)
088 i 'J989I MODEL; S~V~'r GY
BODY
I T',mE: TRAILER
!V.LN.: 1HgDGG3DIK1022017
RE GA~AGED 075 68~99
__ bCE --~USE __ COMM'L ~COVERAOSS --X ACCLPIP ' X MOTOR ~ ~ ~SP AC, ~ ~
j u.~SM,L~s ~ ~L~SU.~ m"ET~3L, Xm L,ABm x mMEDPAY 'I&~BoRTOWING FT :--X COM. m ~ ST~UT s3000
~PE: T~TT.~ ~ ) b--~ m SY~AGE ) COST N~
089 [994; MODEL: S~ G~ m VJ.N.: [~[~[Z28~5~79 m s 50600
~C~,STATE, ZIP IS~IA ~ TERR, G~,~cw Ic~s )s,cIFACTORs TcPm~DIUS FARTHESTTERM
I 090 1987' MODEL:
I VE.~ J 'rEAR JMAKE: EAST
091 119861MODEL: TRAT?,~R
CKFY, STATE, ZIP ISLANDIA NY
WHERE GARAGED 1174 9
~)RIVE TO WORK/SCHOOL I USE
! UNDER 15 MILES ~ PLEASURE
I III I MODEL:
~s MILES OR OVER ~
I s3ooo COLE
v.r...: 1EiF2T283GRK06804 ~-'%~ I s 40000
r 68~99 II I m
COMM'L ~GES ADD'L PIP ~MOToRU DRINS m F LSP ~ DEDUCTIBLES I X'ACV r SPEC
RETAIL ~ LIAB ~ MED PAY ~ TOWING ~ COMP~
~u~.s &~o~ cou~ ~ UT IS3000
COFL r Z COLE ~Z~ [~3000 COL~
, TERR
, CHECK
I DRWE TO WORKJECHOOL USE
TERR
i u.o.,~s ~°w'"°Moron ~soR ~ l ~ IF ~ I
TYPE:
FACTOR SEAT CP' RADIUS I FARTHEST TERM
' ~ L_ S~EC
I DEDUCTIBLES I ACV COMP C OF L
MODEL:
sic I FACTOR 'SEATCP! RADIUS I FARTHESTTERM
I I :
:~ L AB ~ MED PAY
SER','rCE ~-- PTP UNINS
I
MOTOR F [~ LSP DEDUCTIBLES j ~cv I , ~,o~.lP~- ' ' COFiSPEC
ITYPE: SYM/AGE I COST NEW
I TERR GVW/GCW
VEH# i YEAR
MAKE:
MODEL:
SPEC
C OF g
CITY. STATE. ZIP
WHERE GARAGED
DRIVE TO WORK/SCHOOL , USE
TERR ' GVWIGCW CLASS SIC FACTOR
I D OF L F~YV 20LL ~ I s CCLL
ACORD' 129' (3/S3)a ' ATTACH TO' BUSINESS AUTO S ECT~ON
I~ Crossways Park Drive
CODE: SUB CODE:
E VEHICLE SCHEDULE
IBen~er Ins. A~y, Inc. BR~
10/30/00 10/30/01
CSR JS 08 07~01
VEHICLE DESCRIPTION
MODEL;
WHERE GAR. AGED : J J I
~~KE; Trinity ~ ~PE: ~ -- ~O~
01 2002 M~ ~VJ.N.: 1TgSC42282B656034 68499
J ~ TO WORWSCHOOL J USE ~~ .... ~DD'L PiP ~59~~ , ~p ' DEDUCTIBLES ~ I A~ . ~ .~ 1.l SP~
' ~ ~" I~ sY~A~: COST~,W
MODEL: I V,I.N.:
TERR i GVW/GCW
CITY, STATE. ZIP
WHERE GARAGED
I~JNDER15MILES / PLEASURE I RETAIL LIAS MEDPA¥ &LABOR
~_ F LSP DEDUCTIBLES I AC'.' I ;COMP[~ SPEC
DR,VETO WOR~JSCHOOL, USS I ~Ob,~,'L CO~E~S, ~DD~ ~p~ ~lOTO~ ~l ~ I LSP i--DEDUCTIBLES ; :'C', ~ COMP' :~S~L
IUNDER 15 MILESI !PLEASURE [ RETAIL I LIAB J I bled PAY I. I & ~BOR
TERR GV~/IGCW CLASS SIC FACTOR I SEAT CPI RADIUS i FARTHEST TERM
CITY. STATE. ZIP J ,
WHERE GARAGED I
VEHI~ J YEAR:MAKE: TYPE:
I I MODEL. ; V.I.N.;
DRIVE TO WORKJSCHOOL USE
SYM/AGE COST
I FARTHEST TERM
I ACORD 129: (3~3~a ~ ACORI~ CORPORATION 1g~3
TRINITY TRANSPORTATION CORPORATION
214 BL YDENBURGH ROAD
ISL4NDIA, N}' 11749
(631) 342-9673 FA.¥(631) 342-9676
Resume: Martin Doyle
Iffork experience in the solid waste industry 23 )'ears.
Frown 19~-1982 workedJbr Donno Sanitation Inc. asa route supervisor.
From 1982-1995 worked for' BFI lnc. as a tran.~fer station manager and hauling
coordinator.
Frown 1995-2002 and ,'till currently employed b)' TriniO' D'ansportation Corp. as the
manager qf Hillside Compost Corp., a )ard waste and compostingfaciliO' located in
D'emont P.4 which is wholly owned b)' Trinity Transportation Corp.
TRINITY TRANSPORTATION CORP.
z 14. BLYDENBURGH ROAD
CENTRAL ISUP, NY I 1722
Tel. (516) 34Z-9673
Fax (516) 34Z-9676
TRINITY TRANSPORTATION CORP.
RESUME OF PROJECTS
2002
TOWN OF BROOKEIAVEN, 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 day. 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 Payloader. 2:
sx~ itch tractors.
S~ Date: April l. 1996
Status: Under contract until FebmaD', 2000 with 2 additional 1 )'ear options for extension.
Extensions have been exercised through Febman.~ 2002.
Contact: Mr. Paul Roth, Commissioner of Sanitation
Mr. Don Knohs. Assistant Deput?y ComnUssioner of Sanitation
TOWN OF EAST HAMPTON, LONG ISLAND, NEW YORK
Hauling and Disposal or 40 to 100 tons per da'~' of MSW.
Trinity provides staged trailers at East Hampton's Facilib, which are pre-loaded.
Trinity 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 l. 1997. Serviccs resumed 1998 to 1999. An extension
through to 2001, was To~vn Board approved. Re-bid. March 2001: awarded to Trinity
Transportation. Extension requested to 2003.
Contact: Dave Paolelli, Comtmssioner of Sanitation
TOWN OF SMITHTOWN, LONG ISLAND, NEW YORK
Transportation of Ash from incinerator operations.
Hauling of ash residue from the Smithtown/I-Iunting~on 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 Bab'~lon.
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~, 1997.
Contact: John Trent, Town of Smithrown Engineering Dept.
TOWN OF RIVERHEAD, LONG ISLAND, NEW YORK
Hauling and disposal of MSW and co-mingled rec¥ciablcs as sub-contractor to East End
Recycling Corp..
Trinity provided one hundred cubic yard walking floor trailers and tractors for the
hauling and disposal of MSW. In addition, Trinily arranged for the 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.
Trinity 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 Ma)' 1997 to present
Contact: Mr. James Bunchuck. Landfill Supervisor
OMNI OF WESTBURY (as subcontractor to TOWN OF HEMPSTEAD, LONG ISLAND)
TriniV,~ Transportation provides long haul and disposal services to the prime contractor, Omni of
Westburv. Materials hauled include: yard wastes, and various rec3.'clables.
Equipment provided; 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. PresidenL Omni of WestbuD'
OMNI OF BABYLON, LONG ISLAND, NY
Transfer station. NYS~ DEC licensed. Trinity Transportation provides long haul and disposal
services for ALL facili6' commodities; MSW. mixed rccyclablcs. C&D debris, yard wastes and
concrete/aggregates.
Equipment: 100 cu. yd. walking floor trailers, flat bed and van trailer service 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 Hempstcad FaciliW. (Rcf-Fucl) to Brookhavcn Landfill. as interim
operator Approximately 30 loads per day', 1500 tons per day'.
Equipment; Tractors and dump trailers.
Status; May 2001 to September 2001. (Emcrgcn~ services performed for vendor dcfanlt).
Contact~ Mr. John Pinto. Deputy Comanissioner
TOWN OF HEMPSTEAD, NEW YORK
Transfer of MSW material from Hcmpstead's Merrick Transfer facili~ to HempstcaWs. Ref-Fucl
facility. Approximately 15 - 20 loads per day.
Equipment; 100 yard wa]king floor trailers and tractors
Status~ May 2001 to Present. (emergency services provided for vendor default).
Contact: Mr. John Pinto, Dcpu~' Coimnissioncr
TRINITY TRANSPORTATION CORP.
214. BLYDENBURGH ROAD
CENTRAL ISLIP, NY I I 722
Tel. (516) 34Zo9673
Fax(516) 3a. 2-9676
John Whitton ~
Trinity Transportation Corp.; General Manager since Ma) 1996
Responsibilities include: dispatching, interaction with all customers tncluding Municipal accounts.
oversees daily operations of all facets of compan3.
Omni Recycling of Babylon Corp.; Facility Manager 1995 - 1996
Responsibilities included; dail3 operations of 1250 ton per day re,cling/transfer facility. Managed all
incoming and outgoing materials flox~. Arranged for transportation services for
all outgoing materials.
Patricia DiMatteo;
Jet Sanitation Service Corp.; Manager 1976 - Present
Responsibilities include: dispatching, communication wifl~ customers, posting account
information, sen'ice complaints~ interaction w~th drivers, office
oversite.
Trinity Transportation Corp.: Sect3-Treas 1996 - Present
Respons~bditics inchide: Payroll. dispatch~ office accounting.
Omni Recycling of Babylon Inc4 Sect3.' - Treas. 1996 - Present
Responsibilities include: Capital eqmpment purchases, accounts payable daily operations.