Loading...
HomeMy WebLinkAboutYard Waste Shredder(not refundable) BID - YARD WASTE SHREDDER BID OPENING: 11:00 A.M., Thursday, August 8, 1996. 7/25/96 1. 8 1.6/962. 3. ~,. 5. 6. 7. Trius, Trius, Inc., 458 Johnson Ave.,PO Box 158, Bohemia, NY 11716 (Paul Mitchell) Tele 244-8600 Fax 244-8661 Inc., 458 Johnson Ave., P.O. Box 158, Bohemia, NY 11716 (Paul Mitchell) 244-8600 Be JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTH©LD November 18, 1996 Trius, Inc. 458 Johnson aVenue P.O. Box 158 Bohemia, New York 11716-0198 Dear Sirs: This office has been informed that the Southold Solid Waste Management District has accepted delivery of the Mobile Leaf and Yard Waste Shredder, therefore, I am returning herewith your 5% Bid Bond. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure Selective Insurance Company of America 40 Wantage Avenue Branchville, New Jersey 07890 201-948-3000 KNOW ALL MEN BY THESE PRESENTS: That TRIUS, IN(;. BID BOND (hereinafter called the Principal) as Principal, and the SELECTIVE INSU?~fCE COMPANY OF AMERICA, a corporation created and existing under the laws of the State of New Jersey, with its principal office in Branchville, New Jersey (hereinafter called the Surety), as Surety, are held and firmly bound unto TOl,lIq OF SOu~flOLD (hereinafter called the Obligee). in the full and just sum of FI~ PERCE~r~ OF 't'u~: TOTAL EID NOT · O EXC]~_.D $9,000.0G Dollars ($ 5% ), good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, suc- cessors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 8th day of AUGUST , A.D. 19 96 THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award within 60 days to the Principal for SUPPLY & DELIVERY OF OME (1) 5E~Z AI~RICA~ MODEL A235 (OR APPROVED EQUAL) MOBILE LEAF AND YARD I,/ASTE SHR~DER · according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full rome and effect. have caused thes.e...p.r~.~sents--to be duly s~gned In Testimony Whereof. the Principal and Surety "'~ "< ' WITNESS: ...: ~~....q-¢,~......,. :~4....,., .. (SEA L) ............. ....................., .............................................................. ATFE .,~'" ~ % ........................................................................... (SEAL) Principal (If Corporation) SE~T]I~E INSURi~qOE ~I~MPANY OF AMERICa~. ............... B-201 (1/86) TERESA M. SULSgNA, Attorney-in-Fact Selective Lusurance Company of .Sxne~ 40 Wantage Avanue Branchville, New' Jersey 07890 201-948-3000 SURETY CONSENT In consideration of the sum of One Dollar, lawfu.1 money of the UniTed States, the receipt whereof is hereby acknowledged, and for other valuable considerations, Selective Insurance Company of .,Mnerica, herein called the Company, consents and agrees that if the contract for Sb-PPLY & DELIVERY OF ONE (1) JENZ AMI~RICAN MODEL A235 (OR APPROVED EQUAL) MOBILE LEAF AND YARD WASTE SHREDDER for which the preceding proposal is made be awarded to TRIUS, INC. of , herein called the Bidder, the Company will become bound as surety for its faith/ul performance and will execute the final bonds required, and if the Bidder shall omit or refuse to execute such contract when notified or awarded then the Company will pa)' to TOWN OF SOu'r~OLD , herein called the Obligee, the difference between the amount of the Bidder's bid or proposal, and the lowest amount i~ excess of said bid, or proposal, for which the Obligee may be able to award said contract witl:fin a reasonable time. Signed, sealed and dated AUG'lIST 8 ~ 1996 SELEC--FIVE INSURANCE COMPANY OF AMERICA TERESA M. SULSO~A, ATTORNEY-IN-FACT / B-205 (2'90) Qelective Insurance Company of America Selective Way insurance Company 40 Wantage Avenue Branchville, New Jersey 07890 201-948-3000 B-99 (2/94) SEAL Selective Insurance Company of America 40 Wanrage Avenue Branchvilte, New Jersey 07890 201-948-3000 POWER OF ATTORNEY KNOW Al.L MEN BY THESE PRF_~S: That the Selective Insurance Company of America, a New~ poration having its principal o~ce in Branchville, State of New Jersey, pursuant to Article VII, Section 13 Laws of said Company, to wit: "The Chairman of the Board, President, any Vice Presidents or the Secretary may; from time to time, appe neys in fact, and agents to act for and on behalf of the Company and they,may give such appointee such aul his/her certificate of authority may prescribe, to sign with the Companys name and seal with the Comp~ bonds, recognizances, contracts of indemnity and other writings obligatory in the nature of a bond, recogr conditional undertaking, and any of said Officers may, at any time, remove any such appointee and revoke and authority given him/her. 0 does hereby make, constitute and appoint JOll~l F. Gi~I/~I, CHER~'L A. Gl~lk~1~'1, GLENN ROEERT JACOBS, CAROLYN E. MOSON, TERESA M. SULSONA its true and lawful Attorney-in-fact, to make, execute, seal and deliver for and on its behalf, and as irs act bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in the nature of a ject to the following limitations: NO ONE BOND TO EXCEED FIVE HUNDRED THOUSAND DOLLAR ($S00,000.00l and to bind the Selective Insurance Company of America thereby as fully and to the same extent as if such ins were signed by the duly authorized officers of the Selective Insurance Company of America, and all the Attorney are hereby ratified and confirmed. IN WITNESS WHEREOF, the Selective Insurance Company of America has caused ~ by its Vice President and irs corporate 27TH day of SEPTEMBER , 19 95 . ~ ~OTM BY: [ r L~.,~..,~4~ \ Michad S. Pek? State of New Jer~y County of S~%~ u Onthi~ ~,T,. dayof SEPTEMBER 19 95 befonr the subscriber a Not ~N anti for the County of Suuex duly comrn ission~l and qualified, came Michael S. Perro of the Selective hxturance Company of America, to me permnally known to be the ofi"~t de~:ribed herein, and who e~cu[ed the preceding th~rum acknowledged the execution of the ~ame. ~nd being by mc duly ~rn, depo~d and ~ d~t he h an ofl~er of mid Company doK~id; fltat the prt~thug mm~ment i~ the corporate ~ or.id Company, and the ~id ~oqmr~e ~ mad his xigum'ure a~ off. er ~ere duly afl=ed and imtmment by the authority and direction of the Company; that Amde VII, Section 13 of the By-l~vt of ~aid Company i~ NOTARY V[J']~.IC OF ~I~11r,,~ / ~o,~b~q PUBLIC/ The power of attorney is signed and sealed by facsimile under and by the authority of the~ql ~ng Resol3~. ~c ed by the Board of Directors of Selective Insurance Company of America at a meeting dul~~ of February 1987, to wit: ~RESOLVED, the Board of Directors of Selective Insurance Company of America authorizes and approves ti a facsimile corporate seal, facsimile signatures of corporate officers and notarial acknowledgements thereof of attorney for the exeeudun of bonds, recognizances, contracts of indemnity and other wridngs obligator] nature of a bond, recognizance or conditional undertaking ....... l, Patdcia A. Fulktod, A~i*~ant Secvemty of the Selecxive In~arance Company of America, do hereby certify that the above and foregoing b a true and ora Power of Attorney exeemed by ~id Company which h ~till in full for~e and effer~ IN XWiTNE4~E~I~ave hereunto ~,t my }~*l~fl?~d affixed the ~=fl of ~aid Cornpany at ~ill,¢, N~cw Jersey thb ' cot- By- arity, as V's seal, power deed, nd sub- ~ments ~f said signed :d this Jer~y in TH opt- ~e 6th use of .owers ~n the JUDITH T. TERIIY TOWN CLERK REGISTP, akR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 21, 1996 Trius, Inc. 458 Johnson Avenue P.O. Box 158 Bohemia, New York 11716-0158 Dear Sirs: The Southold Town Board, at a regular meeting held on August 20, 1996, accepted your bid in the amount of $168,811.00 for supplying the Southold Solid Waste Management District with one (1) Jenz American Model AZ35 Mobile Leaf and Yard Waste Shredder, all in accordance with the bid specifications. Once the Town has accepted delivery of the shredder, your 5% Bid Bond will be returned to you. Thank you for submitting your bid on this equipment. Very truly yours, Judith T. Terry Southold Town Clerk cc: Solid Waste Coord. Bunchuck JUDITH T. TERRY TOWN CLEP, K REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS M-M~AGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON AUGUST 20, 1996: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Trius, Inc., in the amount of $168,811.00, for supplying the Southold Solid Waste Management District with one (1) Jenz American Model AZ35 Mobile Leaf and Yard Waste Shredder, all in accordance with the' bid specifications. Judith T. Terry ~/~ Southoid Town Clerk August 21, 1996 James Bunchuck Solid Waste Coordinator P.O. Box 962 Cutchogue, New York 11935 Tel.: (516) 734-7685 Fax: (516) 734.7976 SOUTHOLD TOWN SOLID WAS'I E. DISTRICT MOBILE LEAF AND YARD WASTE SHREDDER II~FVITATION TO BID PROJECT: SUPPLY AND DELIVERY OF ONE JENZ ,MMERIC,M'4 MODEL A235, (OR .&PPROVED EQUAL), MOBILE LEAF AND YARD WASTE SHREDDER TO THE RECYCLING AND WASTE TRANSFER CENTER. CUTCHOGUE, :NY. The Town Board of the Town of Southold will receive bids tbr supplying and delivering One Jenz American Model A235, (or ~proved equal), Mobile Leaf and Yard Waste Shredder to the Towu of Southold in accordance with the specifications prepared by The Southold Towu Solid Waste Dis~ct, Cutchogue, New York 11935. Bids will be received at the office of the Southold Town Clerk. Southold Town Hall, 53095 Main Road, SoutholcL New York [ 1971, until: 11:00 A.M. Thursday , August 8. 1996 Ail Specifications are provided herein. A fee often dollars ($10.00), cash or check, made payable to the Town of Southold will be required for one (D copy of the Contract Documents. There are no refunds. Th~ invitation to bid is not an offer and ~hall in no way bind the Town of Southold to award a comract for performance of the project. Should the Town of Southold decide to award a contract [[ shall be awarded to the lowest responmble bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids for forty-five (45) days from the daze ofrece'.mt. The CON-f~Rx(CTOR MAY NOT withdraw h~s bid during ~ period. ~ Bid security, in the tbrm of a certified check or bid bond in the amount of five (5) percent will be required of each bidder. Please advise if you intend to bid or not. Dated: July 22, 1996 B~ BY ORDER OF TI--EE SOUTHOLD TOW~- BOARD Judith T. Terry Southold Town Clerk EqSTRUCTIONS TO BIDDERS PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached firom the bid package. Failure to comply with this requirement may constitute grouuds for rejection of the bid Any and all exceptions to the specifications shall be listed'on a separaxe sheet bearing the designation: ~'Exceptions to the Specifications," and attached to the Bid Fom~. Each proposal.must be signed in writing with the full name and address of bidder. The bidders nhall write in ink, both in words & numerals, the price for which be proposed: to fia-n~sh and deliver all parts & materials for the Jenz American Model A235, (or approved equal), Mobile Leaf end Yard Waste Shredder to the Southold Town Solid Waste District. The Trommel Screening Plant ~ be in strict accordance with the specifications, and subject at all times to the approval of the Solid Waste District. Proposals. together with the entire bid package, shail be delivered enclosed in a sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bem-ing the title of work and the Bidders Name. No proposal shall be considered which bas not been received by. the Southold Town Clerk prior to the hour and daze stated. B. PKOPOSALGUARANTY A proposal v~l not be accepted or considered unless accompanied by a guaranty in the tbrm a bid bond or certified check in the amount of five (5) percent ofth, e total bid amount and made payable to the Town of Southold. .-ks soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals az, in his judgment, would not likely be involved in making the award. Ail other proposal q, antities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and be fi.flly aware of ail conditions and matters which can in any way affect the work or the cost thereo£ Should a bidder find discrepancies in or ommsions fi.om the specifications, or other documents or should be in doubt as to their meaning, he should at once notify the Solid Waste Coordinator who may issue a written msU'Uction to all bidders. D. PLrBLIC OPEN'lNG OF PROPOSALS Proposals w,]l be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of corm'act will be made as soon as practical A. contract may be awarded to a respons~le bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of forty-five (45) da.vs, pending execution of a contract by successful bidder. The corrrpetency and respons~ility of the bidder and his sub-contractors will be considered in mak/ng the award. The Towu reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract tbrm will be a "Standard form of Agreement between Owner and Contractor (Stipulated Lump Sum)". The Town w/il either award the project or reject all proposals received within forty-five (45) days after the formal opening of proposals. Acceptance for a proposal will be a written notice signed by the Town Clerk. No other act shall constitute the acceptance of a proposal. F. W~THDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereofi win be given perml.qsion to withdraw their proposaL At the time of opening the proposals, when such proposuks are reached, it v~l be returned to him or her unread. G. REJECTION OF PROPOSALS The Town reserve~ the right to waive any technical error and~ to reject any end,or all proposals. Wkhout lira/ting the generality for the tbregomg, any proposal whictx is incomplete, obscure, or irregn!ar may be rejected; any proposal accompanied by aa imufficient or irregular c~tified check or bidder's bond maybe rejected; any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves the ~ to reject any bid if an investigation of such bidder lhiln to sarimey the Town that such bidder is properly qualified to carry, our the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. ThV[E FOR EXECUTION OF CONTRACT .Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or ifa firm or corpomtiom a duly authorized representative shall so appear, and execute six (6) copies of the Contract within ten (10) days after notice that the Contract bas been awarded to him Failure to &xecute Contract ~hall constitute a breach of the _agreement effected by the acceptance for the Proposal. The damages to the Town for such breach will include loss bom interference with h/s construction program and other items, the accurate mount of which it will be difficult or imposs~le to compute. The amount of the certified check or bidder's bond accompany/ng the Proposal of such bidder shall be retained by the Town. not ns a penalty, but as liquidated damages for sue, h breach- In the event any bidder whose proposal shall be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, ar its option, determine that such bidder has abandoned the Contract, and thereupon, the proposal and acceptance thereof shall be null and void. and the Town shall be entitled to liquidated damages as above provided. PROPOSAL FORM DATE: 8/7/% NAME OF BIDDER: TRIUS, INC. 458 JOHNSON AVENUE, P.O. BOX 158 BOHEMIA, NY 11716-0158 TO: SOUTHOLD TOWN BOARD TOW2q HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK t 1971 M]EMBERS OF TIlE BOARD: The undersigned as bidder, declares that the only pe~ons, company, or parties interested in this proposal as principals are named below; that this proposal ks made wkhout any connection, directly or indirectly with any other bidder for the same work: that it is in ali respects fair and without collusion or ~aud, and that no persons acting for or erm2toyed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the Conn-a~ or the supplies relar~g to it, or in any ponio9 of the profit thereofi that he has carefiflly ex~m~-ed the Contract Documents (dated 7//,~/~ ) include',5 bidding requirements, general and special conditions, specifications, contract documents, and addenda, d~any (Note: Acknowledgment of addenda and their dates must be included as indicated on bottom page); and the bidder agrees rtmt if their proposal is accepted he or she will contxact to furnish all parts & materials to the Town (See Specitications) and to deliver the item(s) along with ail installation instructions and opexa~ng ma.,,s)n necessary for a complete instalJar~oa ~o: $ SOUTHOLD TOWN RECYCrJNG CENWElt COUNTY ROAD 48, CUTHOGUqE, NEW YORK 11935 in accordance with the Contract Documents and Addenda. if any, prepared by the Southold Town Solid Waste District, and complying with all the stipulations conra'med therein, the bidder will accept, in fifll payment thereof as listed below: CONT. SUPPLY ~ DELiYE~ A.LL PARTS & )iATERIALS FOR ONE ]ENZ AMERICAN MODEL A225, (OR APPROVED EQUAL), MOBFLE LEAF AND YA.R.D WASTE SHtCEDDER IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULtTED ;LLrMP SI.~I" OF: ONE HUNDRED SIXTY EIGHT THOUSAND EIGHT HUNDRED EIEVEN DOllARS AND NO CENTS (wh~eninwords) $168,811.00 (,,w/rrm in numbers) DELIVERY DATE: 30 - 60 DAYS A/R/O 'Cae Bidder further agrees th,ar if this proposal shall be accepted by the Town and that if the Bidder shall ref-ttse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements for the Town aRer notice of the acceptance of said proposal shall have been mailed to the Bidder at the address g/yen in the proposal, tbar he shaJl be considered to have abandoned the contract and the sum repre~nted by the certified check accompanying this proposal shall be forfeited to the Town a~ Liquidated damages; otherw/se the certified check shall be returned to the bidder w/rhln tbrry-frve (45) days aRer ~he dare for the receiving bids. We the undersigned, fiatber agree daar this proposal is a formal bid and shall rema/n in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual _agrc~ilent may extend thi~ me perio~ Signature of Bidder:. Business Address: "TRIHS, INC/. 458 JOHNSON AVENUE, P,O. BOX 158 BOHEMIA, NY 11716-0158 Telephone Number:. 516-244-8600 Dare: 8/7/96 STATE~,IEN'T OF NON-COLI.USION (To be completed by each Bidder) In accordance with Section 103-d Geaeral Municipal Law, effeCaVe September 1, 1996, every bid or proposal hereafter reade to a political subdivisioa of the Stat* or any public department, agency, or official therenf or to a district or any agency or official thereof for work or serv/ces performed or to be performed or ~ sold or to be sold. shall conmm ~e foliowmg statoment subecn'oed to by the bidder and affirmed by such bidder as true trader the penalties of perjury; non--coilus~ve bidding certification. By submission of this bid, each bidder and each person si~nlng on behalf' Of'ally bidde~ and each person si ~maing On behalf of any bidder cerises, and in the ca~ of a joint bi& each party thereto eallifies as to its ov~ll O ~r~anizraliiOI1, Llalder penalt]t of perjury, that to the best oflmowledge and belief: (1) The pric~ m this bid have been arrived at independently without collusion, consultation. communicatiou, or agr~emeat, for the purpose: of restricting corepefition, as to any matter ralat~g to such prices with any other bidder or any c~moe~tor. (2) Un~esa other"a~Se ~quired by law, the prices which have bell quoted in this bid [lave not bell k2aowingly disclosed by the bidder and will nor knowingly be disclosed by the bidder prior to opemng, directly or indirectly, to any other bidder or to any corepetimr. (3) No attempt has beea made or wiil be made by tile bidder to inCuce any other persoo, parmership, or corpore~ou ~ subnfit or not to subtok a bid for ~he purpose of restricting competition. The person si~ing this bid or ptoposal certifies tha~ they. are fully inforreed regarding the accuracy &the statements canmmed in this cer~im~ion, and under the starereen~s contained in ~ certification, and under the penalties of perjury, alTma~ the truth thereot~ such penalties being applicable to the bidder, as well as the person si_truing in their behalf. Tha~ a~ached hereto (ifa coq)orate bidder) is a cextffied copy of resolu~on a,nhorizing the execution of this certifica~ by the signature of lifts bid or proposal on behalf&the corporate bidder. R. ESOLUTION R~olvedthat TRIUS, INC. be (Name of Corporation) authorized to sig~ and submit the bid or proposal of this corporation for the follo~ng Project: Supplying and Delivering One Mobile Lea~ and Yard Waste Shredder alld include m such bid or proposal the certflScate as to non-collusion required by section 103-d of the General Municipal Law as the act and deed of such corporation, and tbr any inaccuracies or m/s-staremems in such certificate this corporem bidder shall be liable under the penalties of perjury. The foregoing is mm end correct copy of the resolution adopted by corporation ax a reeeting of the Board or'Directors, held on the TRIUS, INC. SEVENTH (SE,~L OF THE CORPORA~~/,~'(-./OL/~ ~'- Laws of New York, 1065 /// /~ Ch.751. Sec. 103-d, asamended // effec~ve September 1, 1965 ~ .dayof AUGUST ,19 96 July !, 1996 TOWN OF SQUTHOLD BID SPECIFICATION: ONE <i) LEAF A_ND YD-RD WASi= SHREDDER The Townc. f Southo!d Solid Waste District seeks bids for the ac_c/u_~t .... of a new Jenz American Model AZ-35 or equivalent, mobile leaf and yard waste shredder that m~ets Ehe following specifications: GEI~-ERAL: Unit shall be a diesel powered machinemo-=.~l~=~ on a highway, ready, ucwan=e chassis. The ~%!!! shall o~ shredding mechanism as opposed to simply hard-faced or carbide tipped one_= be capable of efftcientiy processing leaves, ~rass,~ pal~ fronds, _yard wasce, tree trimmfngs, pai!e==,'~ ~- waste wood and !ocs um 5o i0 inches in diameter im%o a shredded product suitable for composuing without grinding screens. The machine must be capable of processing the above materials and compost, individually or m~xed, weu or dry withouU plugging, into a windrow 4 to 12 feet in height wiuhout Ehe need for an additional stacking conveyor. The unit must be capable of processing !00 - _DO c,~bic yards per hour o~ m/xed yard F'F_..ATuw.~S: · Encine -? Shall be equipped with a minimum 175 HP, turbo- char=e=, water cooled, wet ~v~ ~s~ engine ~n the class of a Jo~ Deere 6068T. Engine musc be e~iDDed with a Kysor ~e engine sku~dow~ system or equal for !ow crankcase oil pressure, ~ ~ ~ ~ ~ ~ --I ........ e~_. Unit shall be n_~ .... o~an_ temperasure and 10w ~-=~- equipped with a dual =~=~me.~-~ air cleaner ' ~'w_~n service indicasor, .... := - - ....... ~ wi:h reoiaceabie p ..... ane_, fuel El!uers, anc IOL _ow__ -- Power to rotor shall be transmitted ~nroucn ~ sLa~-.dard PTO -w=~-'~n manual engagement ar_d a suandard V-Be!u ct=ye' =-- H=T.-~-~--TJ~ -- Rotor snail De ?1 inches _n dlameter and 48" =cng wi~h four ( '' =~-:~' ~emov=d ="~' =~--;~ axles to be ~=~ · ' == :win~,- ham~ers H~T~ers shall ~= ~_-C~-L~' 'e~- wiuk reuiaceab!e, knives an~ ~-=~D=ng~-- = mechanism. Each Town of Sou[hold 2 [lid Specifications for [.eaI and Yard lhste Shredder hammer will be fabricated of three (3) inch thick alloy plate and will weigh (10) pounds each with a total hammer assembly weigh5 of fourteen (14) pounds each. Two piece sludge hammers must be available for use in this h~m~ermill for processing sludge. The h~mmer shall have a replaceable wear plate that can be turned to provide four (4) useable wear surfaces. One piece flail type hammers must be available for use in this b~mmermill for processing municipal solid waste or construction and demolition debris. ~ -- The rotor shall discharge ~ke material upward against an upper chute that allows safe and easy windrow building. The adjustable chute will allow construction of well- aerated windrows from 4 to 12 feet high, without requiring an additional conveyor or operation. The rotor shall rotate such that the cutting action is downward against a cutting bar in order 5o minimize material from being dangerously discharged through the front of the machine. Machines re~/iring a protec5ive screen at the front of the hopper will not be accepted, as they can complicate loading into the hopper. Feed System -- The feed system shall consist of a six cubic yard hopper with a horizontal force-feed conveyor system. A lower conveyor will be positioned in the base of the hopper and a pivoting upper conveyor will pre-press material prior to being shredded. Both conveyors will utilize 48" wide conveyor belts constructed of ~" thick interlocking cleated plates wi~h heavy reinforcements. The conveyors shall ~e variable speed, reversible and p~essure sensitive to load. q~D_O_P_~ -- The hopper shall have a minimu~ six cubic yard capacity with the following dimensions: 13'7" long, 7'3" wide ~ D 48" .. (~O~), wide (bottom), and 29" deep maximum. HoDoer load shall not exceed 6'6" so as to allow adequate visibility cf hopper conten~s by loader operator. ~opper construction shall be cf ~ gage reinforced suee! panels. =-~^~ ' Prc~eclicn Unit is sensing ~=v~se wkich automa%icallv pauses che feed conveyors ~_~e under speed ~rc~eczlcn. in lower conveyor to __7~_se , ..... t~e _DD~_ conveyor feeds, excessive hopper loads exist. This system must clear jams ?o,,n ol' Southotd 3 8id Specifications for: Leaf and Yard Taste Shredder ~ -- 12 volt DC negative ground. Unit shall uSi!ize a 78 amp alsernator a~ minim~, and batteries shall be heavy duty with !000 CCA minimum. The electrical system shall be circuit breaker protec%ed. r~-r~ ~ ~ -- Gauges musu be needle ti~e and shall include: -- engine oil pressure -- coolant temperature -- engine tachomeEer -- roisterer -- hydraulic oil pressure -- Engine hour mezer -- fuel gage · c~- W : '~ -- 19,500 pounds ~-=~ a ~ ~ n -- Unit shall be e~aipped with 55 MPH tandem i0,000 pound electric brake axles, transporsation lights and reflectors, it mus~ not require any special permit for highway transport. The unit ~us~ be capable of converting from operating to transport mode quickly and easily and must be easily moved on site with a skid s=eer loader. ~ -- Overall width shall noz exceed 8'3". Overall iengZh shall no5 exceed 25'6". Overall heighu shall no~ exceed 12'ii". ~-=' c ~ ~r,; -- Fuel tank capacizy shall be a5 !easz 50 gallons. ;~v ?-=~ ~- T~ ] -- Hydraulic zank shall have sufficient capacity ~o dissipase beau, sic2 5hat an oil cooler is nou required. Tank shall have a replaceable air filzer/breather, sight gauge wilh integra! float switch, and a spin on ~}Te hydraulic oil fiiuer. OTHER Leal aad Yard Taste Shredder ~ -- Warning labels on machine shall be primed in English and Spanish. Four emergency shutdown buttons shall be mounted around the machine. Warranty -- 1,000 hours/6 months parts and labor against facLory defects, excep~ cons~mable components (hammers, !~nives, etc) for the unit; '2,000 hours/2 years on parts, labor, and engine reinsta!!ation against factory defects for the engine. Selective Insurance Company of America 40 Wantage Avenue Branchville, New Jersey 07890 201-948-3000 KNOW ALL MEN BY THESE PRESENTS: That TRIUS, INC. BID BOND (hereinafter called the Principal) as Principal, and the SELECTIVE INSURANCE COMPANY OF AMERICA, a corporation created and existing under the laws of the State of New Jersey, with its principal office in Branchviile, New Jersey (hereinafter called the Surety), as Surety, are held and firmly bound unto TOWN OF SOuTttOLD (hereinafter called the Obligee). in the full and just sum of FI~: PERCENT OF 'rm~ TOTAL BT9 NOT TO SXC~ED Dollars ($ 57. ), good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, suc- cessors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 8th day of AUGUST , A.D. 19 96 THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award within 60 days fo the Principal for SLOPPLY & DELT~I~RY OF ON~ (1) J-~NZ AMERICAN ~ODEL ~35 (OR ~PRO~ EQU~) MOBI~ ~ ~ Y~ ~ S~DER according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall g~ve bond for the faithful performance thereof with Surety or Sureties approved by the Obligee; or if the Princibal snail, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: otherwise it shall be and remain in full force and effect. In Testimony Whereof, the Princibal and Surety have caused these, pras~nts to be duly signed and sealed. WITNESS: .................... ~ .............................................. ~SEAL~ .~.4f ,div;du;,l ur A'n'E.S:r ..... ......................... B-201 (1/86) ............................................................................ (SEAL) .......................................................................... (SEAL) Principal SELE~.~rl~E INSUR:~J~CE C~O~PANY OF AMERICA ............... TERESA M. SUT~SGNA, Attorney-in-Fact Selective Nsurance Company l~.mer/ca 40 Wantage Avenue Branchville, New Jersey 07890 201-948- 3000 SURETY CONSENT In consideration of the sum of One Dollar, lawful money of the United States, the receipt whereof is hereby acknowledged, and for other valuable considerations, Selective Insurance Company of America, herein called the Company, consents and agrees that he the contract for SUPPLY & DELIVERY OF OI~ (1) JENZ AMERICAN MODEL A235 (OR APPROvI~m EQUAL) HOBILE LEAF AND YARD WASTE SItREDDER for which the preceding proposal is made be awarded to TRIUS, INC. of , herein called the Bidder, the Company will become bound as surety for its faitkful performance and will execute the final bonds required, and if the Bidder shall omit or refuse to execute such contract when notkfied or awarded then the Company will pay to TOWN OF SOu'rttOLD , hereto called the Obligee, the difference between the amount of the Bidder's bid or proposal, and the lowest amount {n excess of said bid, or proposal, for which the Obllgee may be able to award said contract witkin a reasonable time. Si_~med, sealed and dated AUGUST 8, 1996 SELECTIVE INSUR.4. NCE COMPANY OF AMERICA TERESA M. SULS(~A, ATTORNEY-IN-FACT Selective Way Insurance Company Branchville, New Jersey 07890 201-948-3000 SEAL 1926 Selective Insurance Company of America 40 Wantage Avenue Branchville, New Jersey, 07890 201-948-3000 s~,e of N~J~.~y Michael S. PeN CountyofS~2 TH $EPTE~ER 95 On~ ~yof 19 ~om~esub~i~raNo~ ~N~ ~d for ~e ~un~ of S~ duly ~mmi~ion~ ~d q~ifi~. ~e ~ich~d S. of~e ~ve lm~ ~mp~y of~. m me ~n~y kn~ m ~ ~e o~cer d~ heron. ~d who ~t~ ~ pr~nI a~i~ ~e ~don of ~e ~e. md ~ing by me d~y ~m. ~ ~d ~ ~t he ~ m o~ of ~id ~m~y p~ng i~mcnt ~ ~c ~m~ ~ of~d ~p~y. md the md ~te ~ ~d h~ si~mm ~ o~ ~ du~ i~t by ~ authon~ and di~on afdc ~m~ ~t ~de VII. S~ion 13 of~e By-~ or,id ~m~ ' IN ~S ~OF. 1 ha~ h~nm ~ my ~d md ~ my o~fl ~ at B~ville. N~ ~yof S~PTE~ER19 95 3UD~ ~ The power o{z~orn~ is si~ed ~d s~ed 5y ~imiie under ~d by ~e ~uthoH~ ed by ~e Bo~d o~ Dire~ors of Sele~ive Ins~nce Company of Febru~ 1987, m ~: "~OL~D, ~e Bo~d o~ Dire~o~ of Selective ~u~ce Comply o~ ~eri~ au~ori~ a ~imile ~o~ ~, ~imile fignam~s o~ ~om~e o~ ~d nomri~ ac~ owiedgemen~ o~ azmm~ ~or ~e ~6o. of bon~, recogni~c~, ~n~c~ o~ indemniu and o~er ~6n~ n~m~ o~ a bond, r~ce or con~don~ unde~ng ....... POYVF.-R OF A'I-I'ORNEY KNOW ALL MEN BY THESE PRESENTS: That the Selective Insurance Company of America, a New j~r potation having its principal o~ce in Btanchville. State of New Jersey, pursuant to Article VII, Section 13 Laws of said Company, to wit: "The Chairman of the Board, President, any Vice Presidents or the Secretary may, fi.om time to time, app neys in fact, and agents to act for and on behalf of the Company and they may give such appointee such aut his/her certificate of authority may prescribe, to sign with the Company's na~e and seal' ~,vith the Compa bonds, recognizances, contracts of indemnity and other writings obligatory in the nature of a bond, recogn conditional undertaking, and any of said Officers may, at any time, remove any such appointee and revoke and authority given him/her. does hereby make, constitute and appoint JOffl~ F. (gLENN ROBERT JACOBS, CAROLYN l~. MO~ION, TERESA M. SULSONA its true and lawf'u] A~orney-in-fact, to make, execute, bonds, undertakings, recogn, izances, conttacts of indemnity, or other writings obligatory in the nature of a ject to the following limitations: NO ONE BOND TO EXCEED FIVE I~UNDRED THOUSAND DOLLARS~ $500,000.00) and to bind the Selective Insurance Company of America thereby were signed by the duly authorized officers of the Selective Insurance Company of America, and all the a Attorney are hereby ratified and confirmed. IN WITNESS WHEREOF, the Selective Insurance Company of America has caused th~e~mes~4:~s i by its Vice President and its corporatt 27TH day of.. SEPTEMBER , 19 95 / 5elective Insu~.~xnce fl2,mp~ ey cor- :he By- deed, sub.- ~f said signed :d this eney in ~ he d to the themd TH the COUNTY OF SUFFOLK STATE OF NEW YORK ss: LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law~ that sealed bids are sought and re- quested for the supply and livery of one Jenz American Model A235 {or approved equal) Mobile Leaf and Yard Waste Shredder to the Southold Town Recycling and Waste Transfer Center, Cutchogue, N.Y. Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, NY 11971, upon payment cfa non- refundable fee of$10.00 for one copy of the specification docu- The sealed bids, together with a Non-Collusive Bid Certificate and bid security in the form cfa certified check or bid bond in the amount of 5% will be received by the Town Clerk of the Town of Southold, at the Southold Town Hall, 53095 Main Road, Southold, NY, until 11:00 a.m., Thursday, August 8, 1996, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Shredder," and submitted to the Office of the Town Clerk. The bid phce shall not include any tax, federal, state, or local from which the Town of Southold is exempt. Dated: July 22, 1996 JUDITH T. TERRY SOUTHOLD TOWN CLERK 1 X-7/25/96(44) Ioey Mac Lellan, being duly sworn, says that he is the Editor, of the TRAVELER-WATCHMAN, a public newspaper printed at Southold, in Suf- foil< County; and that the notice of which the annexed is a printed copy, has been published in said Traveler-Watchman once each week for / ........................................................................ weeks successively, comrnetl~cing on the .................... da,, of... ~ :'~= .............. 19 /~ ,- ....... Sworn to before m~this....~Y .............. day of ............................... ....................... ................... ..... Notary Public BARBAPA Am SCHNEIDER NOT/d~Y PU(~LIC, State of ~:~w York STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) JUDITH T. TERRY, Town Clerk of the Town of Southold, New York, being duly sworn, says that on the 22nd day of July 1996, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk Count,/, New York, to wit: Town Clerk's Bulletin Board, Southold Town Hall, Main Road, Southold, New York 11971. Legal Notice, Notice to Bidders, Mobile Leaf and Yard Waste Shredder for Disposal Area, bid opening: 11:00 A.M., Thursday, August 8, 1996, Southold Town Clerk's Office. Sworn to before me this 22nd day of July N~ta ry PuDlic UNDA J. COOPER T~l~.~p4 ~i 2r e2;~D6e3~W Public, State of New York 1996. Judith T. Terry~' Southold Town Clerk LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the supply and delivery of one Jenz American Model A235 (or approved equal) Mobile Leaf and Yard Waste Shredder to the Southold Town Recycling and Waste Transfer Center, Cutchogue, N.Y. Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, N.Y. 11971, upon payment of a non-refundable fee of $10.00 for one copy of the specification documents. The sealed bids, together with a Non-Collusive Bid Certificate, and bid security in the form of a certified check or bid bond in the amount of 5% will be received by the Town Clerk of the Town of Southold, at the Southold Town Hall, 53095 Main Road, Southold, N.Y., until 11:00 A.M., Thursday, August 8, 1996, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Shredder", 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: July 22, 1996. JUDITH T. TERRY SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JULY 25. 1996, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Traveler-Watchman Town Board Members Town Attorney Solid Waste Coordinator Bunchuck Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the supply and delivery of one Jenz American Model A235 (or approved equal) Mobile Leaf and Yard Waste Shredder to the Southold Town Recycling and Waste Transfer Center, Cutchogue, N. Y. Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, N.Y. 11971, upon payment of a non-refundable fee of $10.00 for one copy of the specification documents. The sealed bids, together with a Non-Collusive Bid Certificate, and bid security in the form of a certified check or bid bond in the amount of 5% will be received by the Town Clerk of the Town of Southold, at the Southold Town Hall, 53095 Main Road, Southold, N.Y., until 11:00 A.M., Thursday, August 8, 1996, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Yard Waste Shredder", 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: July 22, 1996. JUDITH T. TERRY SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JULY 25, 1996, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Traveler-Watchman Town Board Members Town Attorney Solid Waste Coordinator Bunchuck Dodge Reports Brown's Letters Burrelle's Infor'mation Services Town Clerk's Bulletin Board James Bunchuck Solid Waste Coordinator P.O. Box 962 Cutchogue, New York 11935 Tel.: (516) 734-7685 Fax: (516) 734-7976 SOUTHOLD TOWN SOLID WASTE DISTRICT MOBILE LEAF AND YARD WASTE SHREDDER TOWN OF ~OUTHO/D ~UFFOLId COUN-F'Y, N~'vV YORK, JULY INVITATION TO BID PROJECT: SUPPLY AND DELIVERY OF ONE JENZ AMERICAN MODEL A235, (OR APPROVED EQUAL), MOBILE LEAF AND YARD WASTE SHREDDER TO THE RECYCLING AND WASTE TRANSFER CENTER, CUTCHOGUE, NY. The Town Board of the Town of Southold will receive bids for supplying and delivering One Jenz American Model A235, (or approved equal), Mobile Leaf and Yard Waste Shredder to the Town of Southold in accordance with the specifications prepared by The Southold Town Solid Waste District, Cutchogue, New York 11935. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until: 11:00 A.M. , Thursday Au_oust 8. 1996 All Specifications are provided herein. A fee often dollars ($10.00), cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids for forty-five (45) days from the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this period. Bid security in the form of a certified check or bid bond in the amount of five (5) percent will be required of each bidder. Please advise if you intend to bid or not. Dated: July 22, 1996 By: BY ORDER OF THE SOUTHOLD TOWN BOARD Judith T. Terry Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement may constitute grounds tbr rejection of the bid. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications," and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which be proposed: to furnish and deliver all parts & materials for the Jenz American Model A235, (or approved equal), Mobile Leaf and Yard Waste Shredder to the Southold Town Solid Waste District. The Trommel Screening Plant shall be in strict accordance with the specifications, and subject at all times to the approval of the Solid Waste District. Proposals, together with the entire bid package, shall be delivered enclosed in a sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form a bid bond or certified check in the amount of five (5) percent of the total bid amount and made payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and be fully aware of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should be in doubt as to their meaning, he should at once notify the Solid Waste Coordinator who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of forty-five (45) days, pending execution ora contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor (Stipulated Lump Sum)". The Town will either award the project or reject all proposals received within forty-five (45) days after the formal opening of proposals. Acceptance for a proposal will be a written notice signed by the Town Clerk. No other act shall constitute the acceptance ora proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw their proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him or her unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality for the foregoing, any proposal which is incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certifted check or bidder's bond may be rejected; any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves the right to reject any bid if an investigation of such bidder fa'ds to satisfy the Town that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance for the Proposal. The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at its option, determine that such bidder has abandoned the Contract, and thereupon, the proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no persons acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the Contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the Contract Documents (dated ?/~?o%/~/~' ) including bidding requirements, general and special conditions, specifications, co~ract/documents, and addenda, if any (Note: Acknowledgment of addenda and their dates must be included as indicated on bottom page); and the bidder agrees that if their proposal is accepted he or she will contract to furnish all parts & materials to the Town (See Specifications) and to deliver the item(s) along with all installation instructions and operating manuals necessary for a complete installation to: SOUTHOLD TOWN RECYCLING CENTER COUNTY ROAD 48, CUTHOGUE, NEW YORK 11935 in accordance with the Contract Documents and Addenda, if any, prepared by the Southold Town Solid Waste District, and complying with all the stipulations contained therein, the bidder will accept, in full payment thereof as listed below: PROPOSALFORMCONT. SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE JENZ AMERICAN MODEL A235, (OR APPROVED EQUAL), MOBILE LEAF AND YARD WASTE SHREDDER IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) DELIVERY DATE: The Bidder further agrees that if this proposal shall be accepted by the Town and that if the Bidder shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements for the Town after notice of the acceptance of said proposal shall have been mailed to the Bidder at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days al~er the date for the receiving bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1996, every bid or proposal hereafter made to a political subdivision of the State or any public department, agency, or official thereof or to a district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. By submission of this bid, each bidder and each person signing on behalf of any bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) 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 any competitor. (2) 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. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. The person signing this bid or proposal certifies that they are fully informed regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in their behalf. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: Supplying and Delivering One Mobile Leaf and Yard Waste Shredder and include in such bid or proposal the certificate as to non-collusion required by section 103-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the dayof , 19 (SEAL OF THE CORPORATION) Laws of New York, 1065 Ch.751, Sec. 103-d, as amended effective September I, 1965 July 1, 1996 TOWN OF SOUTHOLD BID SPECIFICATION: ONE (1) LEAF AND YARD WASTE SHREDDER The Town of Southold Solid Waste District seeks bids for the acquisition of a new Jenz American Model AZ-35, or equivalent, mobile leaf and yard waste shredder that meets the following specifications: GENEPJ%L: Unit shall be a diesel powered machine mounted on a highway ready, towable chassis. The mill shall be capable of employing a knife-type shredding mechanism as opposed to simply hard-faced or carbide tipped hammers. Unit shall be capable of efficiently processing leaves, grass, palm fronds, yard waste, tree trimmings, pallets, waste wood and logs up to 10 inches in diameter into a shredded product suitable for composting without grinding screens. The machine must be capable of processing the above materials and compost, individually or mixed, wet or dry without plugging, into a windrow 4 to 12 feet in height without the need for an additional stacking conveyor. The unit must be capable of processing 100 150 cubic yards per hour of mixed yard waste. FEATURES: Engine -- Shall be equipped with a minimum 175 HP, turbo- charged, water cooled, wet sleeved diesel engine in the class of a John Deere 6068T. Engine must be equipped with a Kysor type engine shutdown system or equal for iow crankcase oil pressure, high coolant temperature and iow hydraulic level. Unit shall be equipped with a dual element air cleaner with service indicator, pre-cleaner, fuel filters, and oil filters, all with replaceable elements. Unit shall have a high ambient, trash free radiator, with rotating chaff eliminator for reduction of radiator clogging. Power train -- Power to rotor shall be transmitted through a standard PTO with manual engagement and a standard V-Belt drive system. Hammermill -- Rotor shall be 24 inches in diameter and 48" long with four {4) easily removed full floating axles to be fitted with eighteen (18) free swinging hammers. Hammers shall be provided with replaceable knives and clamping mechanism. Each Town of $outhold 2 Bid Specifications for: Leaf and Yard Waste Shredder hammer will be fabricated of three (3) inch thick alloy plate and will weigh (10) pounds each with a total hammer assembly weight of fourteen (14) pounds each. Two piece sludge hammers must be available for use in this hammermill for processing sludge. The hammer shall have a replaceable wear plate that can be turned to provide four (4) useable wear surfaces. One piece flail type hammers must be available for use in this hammermill for processing municipal solid waste or construction and demolition debris. DischarGe -- The rotor shall discharge the material upward against an upper chute that allows safe and easy windrow building. The adjustable chute will allow construction of well- aerated windrows from 4 to 12 feet high, without requiring an additional conveyor or operation. The rotor shall rotate such that the cutting action is downward against a cutting bar in order to minimize material from being dangerously discharged through the front of the machine. Machines requiring a protective screen at the front of the hopper will not be accepted, as they can complicate loading into the hopper. Feed system -- The feed system shall consist of a six cubic yard hopper with a horizontal force-feed conveyor system. A lower conveyor will be positioned in the base of the hopper and a pivoting upper conveyor will pre-press material prior to being shredded. Both conveyors will utilize 48" wide conveyor belts constructed of ~" thick interlocking cleated plates with heavy reinforcements. The conveyors shall be variable speed, reversible and pressure sensitive to load. HopPer -- The hopper shall have a minimum six cubic yard capacity with the following dimensions: 13'7" long, 7'3" wide (top), 48" wide (bottom), and 29" deep maximum. Hopper load height shall not exceed 6'6" so as to allow adequate visibility of hopper contents by loader operator. Hopper construction shall be of 8 gage reinforced steel panels. Overload Protection -- Unit is to be equipped with an electric RPM sensing devise which automatically pauses the feed conveyors to provide under speed protection. In addition a hydraulic pressure sensor and an upper conveyor height sensor shall cause the lower conveyor to reverse while the upper conveyor feeds, when excessive hopper loads exist. This system must clear jams automatically. Town of Southold 3 Bid Specifications lot: Leal and Yard Waste Shredder Electrical -- 12 volt DC negative ground. Unit shall utilize a 78 amp alternator at minimum, and batteries shall be heavy duty with 1000 CCA minimum. The electrical system shall be circuit breaker protected. Instrumentation -- Gauges must be needle type and shall include: -- engine oil pressure -- coolant temperature -- engine tachometer -- voltmeter -- hydraulic oil pressure -- Engine hour meter -- fuel gage · Gross WeichU -- 19,500 pounds Transportation -- Unit shall be equipped with 55 MPH tandem 10,000 pound electric brake axles, transportation lights and reflectors. It must not require any special permit for highway transport. The unit must be capable of converting from operating to transport mode quickly and easily and must be easily moved on site with a skid steer loader. Dimensions -- Overall width shall not exceed 8'3". Overall length shall not exceed 25'6". Overall height shall not exceed 12'11". Fuel Capacity -- Fuel tank capacity shall be at least 50 gallons. Hydraulic Tank -- Hydraulic tank shall have sufficient capacity to dissipate heat, such that an oil cooler is not required. Tank shall have a replaceable air filter/breather, sight gauge with integral float switch, and a spin on type hydraulic oil filter. Town of Southold 4 Bid Specifications for: OTHER Leaf and Yard Waste Shredder $~fetv -- Warning labels on machine shall be primed in English and Spanish. Four emergency shutdown buttons shall be mounted around the machine. Warranty -- 1,000 hours/6 months parts and labor against factory defects, except consumable components (haramers, knives, etc) for the unit; 2,000 hours/2 years on parts, labor, and engine reinstallation against factory defects the engine. for JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-1823 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON APRIL 30, 1996: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for a trommel screen and a shredder for the Disposal Area. Judith T. Terry Southold Town Clerk May 1, 1996 James Bunchuck Solid Waste Coordinator P.O, Box 962 Cutchogue, New York 11935 Tel.: (516) 734-7685 Fax: (516) 734-7976 SOUTHOLD TOWN SOLID WASTE DISTRICT MOBILE LEAF AND YARD WASTE SHREDDER INVITATION TO BID PROJECT: SUPPLY AND DELIVERY OF ONE JENZ AMERICAN MODEL A235, (OR APPROVED EQUAL), MOBILE LEAF AND YARD WASTE SHREDDER TO THE RECYCLING AND WASTE TRANSFER CENTER, CUTCHOGUE, NY. The Town Board of the Town of SouthoM will receive bids for supplying and delivering One Jenz American Model A235, (or approved equal), Mobile Leaf and Yard Waste Shredder to the Town of Southold in accordance with the specifications prepared by The Southold Town Solid Waste District, Cutchogue, New York 11935. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Ma'm Road, Southold, New York 11971, until: 11:00 A.M. , Thursday , Au_oust 8, 1996 All Specifications are provided herein. A fee often dollars ($I0.00), cash or check, made payable to the Town of Southold will be required tbr one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids for forty-five (45) days fi.om the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this period. Bid security in the form ora certified check or bid bond in the amount of five (5) percent will be required of each bidder. Please advise if you intend to bid or not. Dated: July 22, 1996 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Judith T. Terry Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement may constitute grounds for rejection of the bid. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications," and attached to the Bid Form. Each proposal must be signed in writing with the full name and address o f bidder. The bidders shall write in ink, both in words & numerals, the price for which be proposed: to furnish and deliver all parts & materials for the Jenz American Model A235, (or approved equal), Mobile Leaf and Yard Waste Shredder to the Southold Town Solid Waste District. The Trommel Screening Plant shall be in strict accordance with the specifications, and subject at all times to the approval of the Solid Waste District. Proposals, together with the entire bid package, shall be delivered enclosed in a sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" beating the title of work and the Bidders Name. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form a bid bond or certified check in the amount of five (5) percent of the total bid amount and made payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompany/ng such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully eXamine the specifications and be fully aware of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder t'md discrepancies in or omissions from the specifications, or other documents or should be in doubt as to their meaning, he should at once notify the Solid Waste Coordinator who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after the scheduled closing time for receipt of bids for a period of forty-five (45) days, pending execution of a comract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor (Stipulated Lump Sum)". The Town will either award the project or reject all proposals received witlfin forty-five (45) days after the formal opening of proposals. Acceptance for a proposal will be a wr/tten notice signed by the Town Clerk. No other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw their proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him or her unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality for the foregoing, any proposal which is incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond may be rejected; any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves the right to reject any bid if an investigation of such bidder tails to satisfy the Town that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear betbre the Town in person; or ifa £mn or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance for the Proposal. The damages to the Town tbr such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at its option, determine that such bidder has abandoned the Contract, and thereupon, the proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no persons acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the Contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the Contract Documents (dated ?/..z ~/f~b ) including bidding requirements, general and special condmons, specifications, contract documents, and addenda, if any (Note: Acknowledgment of addenda and their dates must be included as indicated on bottom page); and the bidder agrees that if their proposal is accepted he ,or she will contract to furnish all parts & materials to the Town (See Specifications) and to deliver the item(s) along with all installation instructions and operating manuals necessary for a complete installation to: SOUTHOLD TOWN RECYCLING CENTER COUNTY ROAD 48, CUTHOGUE, NEW YORK 11935 in accordance with the Contract Documents and Addenda, if any, prepared by the Southold Town Solid Waste District, and complying with all the stipulations contained therein, the bidder will accept, in full payment thereof as listed below: PROPOSAL FORM CONT. SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE JENZ AMERICAN MODEL A235, (OR APPROVED EQUAL), MOBILE LEAF AND YARD WASTE SHREDDER IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) DELIVERY DATE: The Bidder further agrees that if this proposal shall be accepted by the Town and that if the Bidder shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements for the Town after notice of the acceptance of said proposal shall have been mailed to the Bidder at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date for the receiving bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: STATEMENT OF NON-COLLUSION (To be completed by each [3idder) In accordance with Section 103-d General Municipal Law, effective September 1, 1996, every bid or proposal hereafter made to a political subdivision of the State or any public department, agency, or official thereof or to a district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. [3, By submission of this bid, each bidder and each person signing on behalf of any bidder and each person signing on behalf of uny bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) 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 any competitor. (2) 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. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. The person signing this bid or proposal certifies that they are fully informed regarding th~ accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, aft'ms the troth thereof, such penalties being applicable to the bidder, as well as the person signing in their behalf. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation tbr the following Project: Supplying and Delivering One Mobile Leaf and Yard Waste Shredder and include in such bid or proposal the certificate as to non-collusion required by section 103-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is hue and correct copy of the resolution adopted by. corporation at a meeting of the Board of Directors, held on the dayof . 19 (SEAL OF THE CORPORATION) Laws of New York, 1065 Ch.751, Sec. 103-d, as amended effective September 1. 1965 July 1, 1996 TQWN OF SOUTHOLD BID SPECIFICATION: ONE (1) LEAF AND YARD WASTE SHREDDER The Town of Southold Solid Waste District seeks bids for the acquisition of a new Jenz American Model AZ-35, or equivalent, mobile leaf and yard waste shredder that meets the following specifications: GENERA_L: Unit shall be a diesel powered machine mounted on a highway ready, towable chassis. The mill shall be capable of employing a knife-type shredding mechanism as opposed to simply hard-faced or carbide tipped hammers. Unit shall be capable of efficiently processing leaves, grass, palm fronds, yard waste, tree trimmings, pallets, waste wood and logs up to 10 inches in diameter into a shredded product suitable for composting without grinding screens. The machine must be capable of processing the above materials and compost, individually or mixed, wet or dry without plugging, into a windrow 4 to 12 feet in height without the need for an additional stacking conveyor. The unit must be capable of processing 100 150 cubic yards per hour of mixed yard waste. FEATURES: Enain¢ -- Shall be equipped with a minimum 175 HP, turbo- charged, water cooled, wet sleeved diesel engine in the class of a John Deere 6068T. Engine must be equipped with a Kysor type engine shutdown system or equal for low crankcase oil pressure, high coolant temperature and low hydraulic level. Unit shall be equipped with a dual element air cleaner with service indicator, pre-cleaner, fuel filters, and oil filters, all with replaceable elements. Unit shall have a high ambient, trash free radiator, with rotating chaff eliminator for reduction of radiator clogging. Power train -- Power to rotor shall be transmitted through a standard PTO with manual engagement and a standard V-Belt drive system. Hammermill -- Rotor shall be 24 inches in diamefer and 48" long with four (4) easily removed full floating axles to be fitted with eighteen (18) free swinging hammers. Hammers shall be provided with replaceable knives and clamping mechanism. Each Town of Southold 2 Bid Specit'icaiions loc: l~eaf and Yard Waste Shredder hammer will be fabricated of three (3) inch thick alloy plate and will weigh (10) pounds each with a total hammer assembly weight of fourteen (14) pounds each. Two piece sludge hammers must be available for use in this hammermill for processing sludge. The hammer shall have a replaceable wear plate that can be turned to provide four (4) useable wear surfaces. One piece flail type hammers must be available for use in this hammermill for processing municipal solid waste or construction and demolition debris. ~ -- The rotor shall discharge the material upward against an upper chute that allows safe and easy windrow building. The adjustable chute will allow construction of well- aerated windrows from 4 to 12 feet high, without requiring an additional conveyor or operation. The rotor shall rotate such that the cutting action is downward against a cutting bar in order to minimize material from being dangerously discharged through the front of the machine. Machines requiring a protective screen at the front of the hopper will not be accepted, as they can complicate loading into the hopper. Feed System -- The feed system shall consist of a six cubic yard hopper with a horizontal force-feed conveyor system. A lower conveyor will be positioned in the base of the hopper and a pivoting upper conveyor will pre-press material prior to being shredded. Both conveyors will utilize 48" wide conveyor belts constructed of ~" thick interlocking cleated plates with heavy reinforcements. The conveyors shall be variable speed, reversible and pressure sensitive to load. Hopper -- The hopper shall have a minimum six cubic yard capacity with the following dimensions: 13'7" long, 7'3" wide (top), 48" wide (bottom), and 29" deep maximum. Hopper load height shall not exceed 6'6" so as to allow adequate visibility of hopper contents by loader operator. Hopper construction shall be of 8 gage reinforced steel panels. Overload Protection -- Unit is to be equipped with an electric RPM sensing devise which automatically pauses the feed conveyors to provide under speed protection. In addition a hydraulic pressure sensor and an upper conveyor height sensor shall cause the lower conveyor to reverse while the upper conveyor feeds, when excessive hopper loads exist. This system musk clear jams automatically. Town of Southold 8 Bid Specifications for: Leaf and Yard Waste Shredder Electrical -- 12 volt DC negative ground. Unit shall utilize a 78 amp alternator at minimum, and batteries shall be heavy duty with 1000 CCA minimum. The electrical system shall be circuit breaker protected. Instrumentation -- Gauges must be needle type and shall include: -- engine oil pressure -- coolant temperature -- engine tachometer -- voltmeter -- hydraulic oil pressure -- Engine hour meter -- fuel gage · Gross Weiaht -- 19,500 pounds Transportation -- Unit shall be equipped with 55 MPH tandem 10,000 pound electric brake axles, transportation lights and reflectors, it must not require any special permit for highway transport. The unit must be capable of converting from operating to transport mode quickly and easily and must be easily moved on site with a skid steer loader. Dimensions -- Overall width shall not exceed 8'3". Overall length shall not exceed 25'6". Overall height shall not exceed 12'11". Fuel Capacity -- Fuel tank capacity shall be at least 50 gallons. Hydr~li¢ T~nk -- Hydraulic tank shall have sufficient capacity to dissipate heat, such that an oil cooler is not required. Tank shall have a replaceable air filter/breather, sight gauge with integral float switch, and a spin on type hydraulic oil filter. Town of 5outhoid 4 Bid Specifications for: OTHER Leaf and Yard Waste Shredder Safety -- Warning labels on machine shall be primed in English and Spanish. Four emergency shutdown buttons shall be mounted around the machine. Warranty -- 1,000 hours/6 months parts and labor against factory defects, except consumable components (hammers, knives, etc) for the unit; 2,000 hours/2 years on parts, labor, and engine reinstallation against factory defects for the engine.