Loading...
HomeMy WebLinkAboutTrommel Screen$10.00 Fee to obtain specij tions (not refundable) BID - TROMMEL SCREENING PLANT BID OPENING: 11:00 A.M., Thursday, August 8, 1996. 7/27 7/29 Edwar Ehrbar, Inc., 615 Middle Country Road, Selden, NY 11784, James P. Hogan 516-794-6400 FAX 914-738-6847 Carter-Melence, Inc.,PO Box 907, Sound Beach,NY 11780 Donald O'Hanlon 516 744-0127 Fax 516 744-0528 e 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 SOUTHOLD November 18, 1996 Edward Ehrbar, Inc. 100 Secor Lane Pelham Manor, New York 19803 Dear Sirs: This office has been informed that the Southold Solid Waste Management District has accepted delivery of the Trommel Screening Plant and Auxiliary Stacker, therefore, I am returning herewith your 5% bid bond. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure United States Fire In nce Company ~l/estchester Fire Insurance Company The North River insurance Company d Crum and Forster Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we EDWARD EFI~R~5[, INC. as Principal, hereinafter called the Principal, and UNITED STATES FIRE INSURANCE a corporation duly organized under the laws of the State of ~ YORE as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOu'J:uOLD as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF TOTAL BID NOT TO F.,ZCE[D $7,000.00~x~; Oollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ONE (1) RETECH MODEL P622 TROf~IEL SCEKIgNING PLANT OR EQUAL NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obiigee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents w~th good and sufficmnt surety for the faithful performance ot such Contract and for the prompt payment of labor and mater~al furnished in the prosecution thereof, or in the event ot the fadure oi the Principal to enter such Contract and give such bond or bonds, ff the Principal shall pay to the Obligee the difference not to exceed the penalW hereof between the amount specdied m sa~d bid and such larger amount for which the Obhgee may in good faith contract with another parW to perform the Work covered by said bid, then this obtigation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 8TH ,*/ (WRne~) day of IPnncipal) 19 96 (Seal) UNITED STATES FIRE _INSURANCE TERESA M. ~b'~.SO[~ t/~TTORNEY-IN-FACT (Seal) AIA DOCUMENT A31B . BID BOND . AIA ~ . FEBRUARY 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS, 173S N.Y. AVE., N.W., WASHINGTON, O. C. 20006 1 FM 203.00.128 110-721 Pnnte(3 (10-83) United States Fire Insu~ Company , HomeOfflce: NewYork. N.Y The North Riv~nsurance Company A New Jersey Corooration Home Office; Townshq3 of Morris. N. J. Crum&Forster Insurance CONSENT OF SURETY We, the undersigned, the a corporation as designated above, do hereby consent and agree with IrNIT~D~ STATES FIRE INSDRANCE TOWN OF SOu'I:I:I. OLI) that if the foregoing proposal of EDI4ARD EERBAI1, INC. for ONE (1) RETECH MODEL P622 TI~OMMEL SCREENING PLAN OR EQUAL hereinafter called the Contractor, be accepted, and a contract for said work be awarded to the said Contractor, we will, upon its being so awarded, become surety for the said Contractor, in a sum not to exceed one hundred per cent of the amount of the contract, for the faithful performance of said contract. Signed, sealed and dated this day of AUGUST ,19 96 Sy UNITED STATES FIRE INSURANCE UNITED STATES FIRE INSURANCE COI~PANY NEW YORK, NEW YORK STATEMENT AS OF DECEMBER 31,1994 ASSETS LIABILITIES AND SURPLUS Bonds ................................ Stocks: Preferred ................... Common ................... Real Estate ........................ Cash and Bani( Deposits ...................... Shor~ Term I.nvestments ................. Premium Balances Receivable ................. Equities and Deposits in Pools and Associations ............... Other Assets ..................... Total Admitted Assets I 53.942.435 $1,970,782,834 53,942.436 73,777,621 8,098,085 t 55,087,837 252,228,261 9,739,883 351,042,025 2,874,698,982 Losses and Adjustment Expenses Taxes and Expenses ..................... Unearned Premiums ..................... Other Liabilities ................ Capital ........................... Paid in and Conthbuted Surplus ..................... Other Surplus ................ Surplus to Policyholders $4,586,262 496,822,972 144,464,435 Total LiaPilities and Surplus $1,732,137,991 50,225,339 305,105,772 141,656,211 645,573,669 2,874,698,982 Bonds and Stocks are valued in accomia.uco with flue basis adopted by the National Associazion of Insurance Comw~ssioners. STATE OF NEW JERSEY t COUNTY OF MORP._[5 SS: DE:X~NIS J. HAMMER, Senior Vice President & Controner and RICHARD A. ANNESE, Vice President of flue United States Fire Insurance Company being drily sworn, each for himself deposes and says that fluey are flue above described officers of the said Company and that on the 31 st day. of December, 1994 the Compa.uy was acmaLiy possessed of the assets set forth in flue foregoing statement and that such assets wen= available for the payment of Iosses and claims and held for flue protection of its policyholders and creditors, except as hereinbefore indicated, and that the foregoing statement is a correct exln'oit of such asse~s and Liabilities of the said Company on the 3 tst day of December, 1994 accord'tng to the best of their information, knowledge and belie/, respectively. Sworn to and Subscribed before me this 28th day of March, 1995. DAWN M. SIEBENS NOTARY PUBLIC OF NEW JERSEY MY OOMMISSION EXPIRES JULY 25, 1998 Senior Vice Ptie$idenr & Controller Vice President POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY .41849 PRINCIPAL OFFICE, NEW YORI~ N.Y. KNOW ALL M~N BY THESE PRESENTS: That the UNITED STATES FIRE INSURANCE COMPANY a Corporation duly organiv, ed and existing under the laws of the State of New York, and having its adl~ini.~'ative Offices ill the Township of Morris, New Jersey, has made, constituted and appointed, and does by these presents make, constitute and appoint John F. Graham, Cheryl A. Graham, Glenn Robert Jacobs, Carolyn E. Moson, and Teresa M. Suisona of Verona, New Jersey, each its true and lawful Agent(s) and Attomey(s)-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 SUBJECT TO ~ EXCLUSIONS LISTED BELOW: Bid, Proposal and Final Bonds and Undertakings guaranteeing contracts for the construction or erection of public or private buildings. and to bind the Corporation 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 Corporation at its offices in Moms Township, New Jersey, in their own proper persons. This Power o~ Attorney limits the act 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. This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)~in-fact named above. IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 1st day of December, 1995. Attest: 'k~:..~_~., ~sistant Secretary ~,.~-~laarles R. Van Buskirk /CE COMPANY -- /Vi~ President Richard A. Annese STATE OF NEW JERSEY) COUNTY OF MORKIS ) SS.*. On this 1st day of December, 1995, before the subscriber, a duly qualified Notary Public of the State of New Jersey, came the above-mentioned Vice President and Assistant Secretaxy of United States Fire Insurance Company, to me personally known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal afftxed ,to~th~ p~eding instmmem is the Corporate Seal of said Company and the said Corporate Seal and their slgnatur~ ~.~,' ,,(~,,?~L:~'d~.~t. afl. ed and subscribed to the smd instrument by the authority and direction of the sad · --,. ~, .~,c.... ',..~ c. TE~~O~.~--I' l~_ve hereunto set my hand and affixed my seal at the Township of Morris, the day and year fi~_~b~ve writte~x. : = (Signed~.. '"...,PUB,. -...:: ff DAWNM SIEBENS ,* u,.,,,, This Power of Attorney is gran~pursuant to Article IV of the By-Laws ofi~UNfI~D STATES FIRE IN~gdRANCE- COMPANY as now in full force and effect. ARTICLE IV Execution of Instruments. "T~ ~ ' aimaan of the Board, Vice-Chairman of the Board, President, or any Vice-President, in conjunction with the Secmta~. any Secreta~, if more than one shall be appointed by the Board, or an Assistant Secretary, shall have power on behah or'the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; Co) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Co~oration." This Power of Attorney is signed and sealed under and by the authority of Article III, Section 9 of the By-Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE III Section 9 Facsimile Signatures. "The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed facsimile, lithographed, or otherwise produced... The Corporation may continue to use for the purposes here'm stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instnunents shall be issued." CERTIFICATE State of New Jersey County of Moms I, the undersigned, Assistant Secretary of UNrI'~D STATES FIRE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore that the above quoted abstracts of Article IV and Article III, Section 9 of the By-Laws of the Corporation are now in full force and effect. In Testimony Whereof, I have-hereunto subscribed my name and affixed the corporate seal of the said Company, this __ day of ,19__. Assistant Secretary Herbert H. Linder JUDITH T. TERRY TOWN CLERK REGISTP~AR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Halt, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax ~516) 765-1823 Telephone (516) 765- I800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 21, 1996 Edward Ehrbar, Inc. 100 Secor Lane Pelham Manor, New York 19803 Dear Sirs: The Southold Town Board, at a regular meeting held on August 20, 1996, accepted your bid in the total amount of $130,492.95 for supplying the Southold Solid Waste Management District with one (1) Re-Tech P622 Trommel Screening Plant ($109,552.95) and Auxiliary Stacker with necessary operating hydraulics ($20,940.00), all in accordance with the bid specifications. Once the Town has accepted delivery of the trommel screening plant, your 5% Bid Bond will be returned to you. Thank you for submitting your bid on this equipment. Very truly yours, Judith 'I'. Terry $outhold Town Clerk cc: Solid Waste Coord. Bunchuck JUDITH T. TEPA~Y 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 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 Edward Ehrbar, Inc., in the amount of $130,492.95, for supplying the Southold Solid Waste Management District with one (1) Re- Tech P622 Trommel Screening Plant ($109~552.95) and Auxiliary Stacker with necessary operating hydraulics ($20,940.00), all in accordance with the bid specifications. Judith T. Te~r¥ ~/ Southold 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 August 16, 1996 MEMORANDUM TO: Judith Terry, RoM: ¢ im unohuok SOUTHOLD TOWN SOLID WASTE DISTRICT Town Clerk REC AUG 1 6 1996 Soud~dd l'o~n Ch~k SUBJ: Acceptance of Bid on Trommel Screen To confirm our discussion yesterday, the price bid by Edward Ehrbar on the Trommel Screen of $112,900 can be reduced by $3,347.05, which is the cost of repairs done to the Trommel while we had it on rental earlier this year. Ehrbar included this amount in their bid because, at the time their bid was prepared, the invoice remained unpaid. It is scheduled for payment in this Tuesday's audit. The effective price bid for the Trommel Screen therefore is $109,552.95. I recommend accepting the Trommel Screen bid at this price. I also recommend accepting Ehrbar's bid on Option #1 (the stacker conveyor). I recommend rejecting Trommel Screen Option #2 (set of 1~" screens) as this option would put us over the bonded amount secured for these purchases by the Town Board. cc: Jim Hogan, Edward Ehrbar, Inc. James Bunchuck Sofid Waste Coordinator SOUTHOLD TOWN SOLID WASTE DISTRICT P.O. Box 962 Cutchogue, New York 11935 Tel.: (516) 734-7685 Fax: (516) 734-7976 PORTABLE TROMMEL SCREENING PLANT SUE:OLd, COUN--Y, NS',X/ INVITATION TO BID PROJECT: SUPPLY AND DELIVERY OF ONE I-RE-TECH P622 TROMMEL SCREENING PLANT (OR APPROVED EQUAL) 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 Re-Tech P622 Trommel Screening Plant (or approved equal) 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 , August 8, lqflfi All Specifications are provided herein. A tee often dollars ($10.00), cash or check, made payable to the Town of Southold will be required lbr one (D 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 fight 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 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: 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 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 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 Re-Tech P622 Trommel Screening Plant (or approved equal) 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 tbrm a bid bond or certified check in the mount 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 m~aking 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 carethlly examine the specifications and be thlly aware of all conditions and matters which can in any way affect the work or the cost thereot: Should a bidder thad discrepancies in or omissions from the specifications, or other documents or should be in doubt as to their meaning, lie 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-tire (45) days, pending execution of a 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 tbrm 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 aRer 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 thereofi 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/bregoing, 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 falls 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 ftrm 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 fur the Proposal. The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate mount 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: AIlC. l'l.q'P '7, NAME OF BIDDER: EDWARD EHRBAR, INC. 100 SECOR LANE PELHAM MANOR, NY 10803 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 m 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 7/~f/~ ) including bidding requirements, general and special conditions, 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 FORMCONT. SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE RE-TECH P622 TROMMEL SCREENING PLANT (OR APPROVED EQUAL) IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ONE HUNDRED TWELVE THOUSAND NINE HUNDRED DOLLARS AND 00/100 (written in words) $112,900.00 (written in numbers) DELIVERY DATE: ONE (1) week after receipt of order. **SEE ATTACHED SHEET FOR OPTIONS** 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 tbrfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date tbr the receiving bids. We the undersigned, further agree that this proposal is a formal bid and shall remare 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__,pefiod. ,¢ INC. Business Address: EDWARD EHRBAR, 100 SECOR LANE PELHAM MANOR, NY 10803 Telephone Number: 914-738-5100 Date: 8-7-96 OPTIONS: 1) Auxiliary Stacker with necessary operating Hydraulics. Twenty Thousand Nine Hundred Forty Dollars and 00/100. (written in words) $ 20,940.00 (written in numbers) DELIVERY DATE: Thirty (30) days after receipt of order. 2) One (1) set of Additional Screens with 1 1/2" Square Openings. Two Thousand Nine Hundred Sixtv Dollars and 00/100. (written in words) $2,960.00 (written in numbers) DELIVERY DATE: Thirty (30) days after receipt of order. 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 reslxicting 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 knowmgty 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, parmership, or corporation to submit or not to submit a bid for the purpose of restricting competition. The person sig~ing this bid or proposal certifies that they are fully informed regar~fmg 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 ROBERT F. FLANAGAN (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the tbllowing Project: be supplying and Delivering One Trommel Screening Plant 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 tbregoing is tree and correct copy ofthe resolution adopted by EDWARD EHRBAR, INC corporation at a meeting of the Board of Directors~ held on the 25th day of APRIL .19 96 (SEAL OF THE CORPORATION) Laws of New York, 1065 Ch.75 l, Sec. 103-d, as amended effective September l~ 1965 July 1, 1996 TOWN OF SOUTHOLD BID SPECIFICATION: Specification for A Trommel Screening Plant INTENT: The Town of Southold Solid Waste District seeks bids for the acquisition of used Re-Tech P622, or equivalent Trommel Screening Plant. The Plant shall be designed to be pulled any on road tractor equipped with a conventional £ffih wheel. It shall be built no earlier than the 1994 model year and shall have not more than 800 operating hours. The District also seeks separeate bids for two {2) pieces of equipment for theScreening Plant, as listed on page 8 of these specifications. TRANSPORT DATA: The tbllowing transport parameters shah be maximums for a trommel screen plant of this class: Length ......45' 0" Width ...... 8' 6" Height ......13' 4" Weight ......35, 000# The trommel screen plant shall not require any special permits for over the road transport. CARRIER MAIN FRAME: The carrier's main frame shall be fabricated from rectangular steel tubing measuring not less than 4.0" x 12.0" x 0.375". The tubing shall be fitted and welded with cross bracing and gusset supports. The cross bracing shall measure not less than 5" x 101". The main frame shall incorporate an integral fifth wheel plate in the front section. It shall be fabricated from steel plate not less than 0.50" thick. The king pin shall be set for a fifth wheel height of 48". The pin shall be set back not less than 18" from the front of the unit and shall permit a swing clearance of not less than 90". Town of Southold Solid Waste District Bid Specification Page 2 A Trommel Screening Plant OUTRIGGERS / LANDING GEAR: The carder shall be equipped with independently operated, manually pivoting, outriggers at both the front and rear. The forward outriggers shall be positioned at the rear of the fifth wheel plate. The foot pads shall pivot. Each out rigger shall be rated for not less than 180,000# static load capacity. UNDERCARRIAGE: The carrier shall employ a tandem axle suspension employing arch leaf springs. The axles shall be rated for not less than 22,500# each. The springs shall be a tbur leaf design and shall be rated for not less than 8,000# each. BRAKES: The carder shall employ air actuated, expanding shoe type brakes on both axles. The brakes shall be spring applied and air released and shall apply automatically upon loss of air pressure. The brake shoes shall measure not less than 12.25" x 7.5". The shoe lining shall be a non-asbestos design. The air brake system shall comply with all requirements of the F.M.V.S.S. TIRES & WHEELS: The carrier shall be equipped with fbur (4) 295/75R-22.5.5 tubeless steel belted tires with a 6,100# load rating in single mounts. The tires shall be mounted on tbur (4) steel disc type wheels designed to meet or exceed the G.V.W.R. of the carder. ELECTRICAL SYSTEM & LIGHTING: The carrier shall employ a 12 Volt electrical system. It shall employ pre-assembled modular harnesses, junction boxes and sealed lights to protect the system from harsh road salt and any prolonged exposure to composting material. The system shall employ standard color coding and shall comply with all ICC & DOT requirements. MISCELLANEOUS: The carrier shall be supplied withfour(4) ~ont amber reflectors and two (2)rear red reflectors. .Mir erectors shall be bolted inplace. The carder shall be equipped with mud flaps mounted behind the rear axle. Town of Southold Solid Waste District Bid Specification Page 3 A Trommel Screening Plant The carrier shall be equipped with a D.O.T. approved diesel fuel tank. The tank shall have a capacity of not less than 58 gal. It shall be equipped with a tank vent and fill gauge. POWER SYSTEM ENGINE COMPARTMENT: The plant shall be equipped with a theft/tamper resistant compartment which shall house the engine, hydraulic pumps and hydraulic reservoir. The tloor and roof shall be fabricated from 0.25" steel plate. The roof shall be sloped at a pitch of not less than 10 degrees. There shall be six (6) hinged access doors, which shall be of welded construction. The door frames shall be thbricated from 2" x 2" angle steel. They shall be covered with 7/8" x 7/8" wire cloth. Each door shall be secured by means of a stainless steel locking "D" ting. ENGINE: The plant shall be equipped with a fuur (4) cylinder, water cooled, turbo charged, diesel engine with an after cooler. The engine shall have a displacement of not less than 239 cu. in. It shall be rated to produce, per SAE standards, not less than 110 HP at 2,400 P.PM. The engine shall be equipped with the to[lowing. - Heavy Duty Air Cleaner w/Restriction Indicator - Electrical Key Start w/900 CCA, 12 Volt Battery & 78 Amp Alternator - Shutdown System w/Monitors for Low Oil Pressure & High Engine Temperature - Heavy Duty Radiator - Suction Type Fan - 4" Dia. Exhaust Pipe W/4" Muffler & Ram Cap - Guards tbr Fan & Fan Belts Town of Southotd Solid Waste District Bid Specification Page 4 A Trommel Screening Plant INSTRUMENTATION: The engine shall have the following instrumentation: - Tachometer - Amp Gauge - Hour meter HYDRAULIC SYSTEM: The hydraulic system shall employ tandem, closed loop, variable displacement, load sensing, pressure compensated pumps to provide flow for the trommel screen and for the belt feeder. An additional single, open loop, variable displacement, pressure compensated pump to provide flow fbr auxiliary circuits, such as the unders conveyor, fines stacker and overs stacker. The system shall incorporate an independent hydraulic oil cooler which shall be mounted forward of the radiator. The hydraulic reservoir shall be of welded construction and shall be fabricated from 0.25" steel plate. The reservoir shall be equipped with one (1) I2" inspection door. There shall be a single 10 micron filter located on the hydraulic return line. There shall be a sight gauge and an oil temperature gauge. The tandem main pumps shall each have a displacement of not less than 2.8 cu. in. They shall be supplied by the fixed displacement charge pump. The charge pump shall incorporate a 3 micron filter. Each pump shall operate independently with a manual override switch to be supplied for each. The auxiliary circuit pump shall have a displacement of not less than 2.5 cu. in. Each of the conveyors powered by this pump shall operate independently. HYDRAULIC CONNECTIONS: Whenever possible O.R.S. or O-ring fhce seal hydraulic fittings and adapters shall be SAE J1926 &J846 standards. SAE straight thread O-ting boss ports shall be used on all connections not employing O-ring face seals. Town of Southold Solid Waste District Bid Specification Page 5 A Trommel Screening Plant SCREEN INFEED SYSTEM: The feed hopper shall have a rated capacity of not less than 7.0 cu. yd., with a teed opening of not less than 40" x 36". It shall be fabricated from 0.375" minimum thickness steel plate. It shall employ all welded construction with tmobstructed access for material to enter the screen drum. The overall length of the feed hopper shall be not less than 16' long. The teed conveyor shall be not less than 42" wide. It shall employ a three (3) ply, 330 p.w.i, belt. There shall be not less than eleven (11) 6" diameter, unequal length, impact type idlers, mounted on two (2) steel channels. The channels shaft be not less than 10" wide x 150" long. The tail pulley shall be not less than 16" diameter x 44" wide. The head pulley shall be not less than 20" diameter x 44" wide. The head pulley shall have a stub shaft on one end and a planetary gear box assembly on the other. The gear box shall be directly coupled to the hydraulic drive motor. TROMMEL SCREEN DRUM: The trommet drum shall have a diameter of not less than 72" and a length of not less than 21'. The trommel drum shall have a continuous one piece drive sprocket mounted on the ring at the feed end of the trommel. The drive gear shall be driven directly by a 36 cu. in. hydraulic motor. The drive shall provide a trommel rotation of not less than 22 rpm. The trommel drmn shall fide on not less than four (4) heavy duty mmmon rollers having a diameter of not less than 8". A thrust roller at the teed end shall ride in a groove on the first ring and serve to maintain tromm.el alignment. The trommel dram shall consist of three (3) major components. There shall be five (5) drum rings, tbur (4) screen sections and six (6) longitudinal members. The five (5) drum rings shall be fabricated fi.om ½" steel. The six (6) longitudinal members shall be spaced evenly on 60 degree centers around the inside of the drum. They shall serve the dual purpose of connecting the drum rings and agitating the material being screened. They shall be not less than 19' 6" long and shall be fabricated from 4"x 4" x 0.5" steel and shall have openings of 3/8" square. Town of Southold Solid Waste District Bid Specification Page 6 A Trommel Screening Plant The trommel screen shall be provided with four (4) cleaning brushes, one tbr each section, to remove excess material from the outside of the screen. The brushes shall have a diameter of not less than 14" and shall be fabricated from nylon. FINES UNDER CONVEYOR: The UNDER CONVEYOR shall extend trader the length of the trommel drum for the purpose of catching the fines material and bringing it to the stacking conveyor. The UNDER CONVEYOR shall be not less than 42" wide x 16' long. IT shall employ a two (2) ply 220 p.w.i, belt. There shall be not less than tbur (4) 42" wide x 4" diameter troughing idlers. The idlers shall be set on 30" center spacings. There shall be two (2) 42" wide by 4" diameter return rollers. The hydraulic drive motor shall be directly coupled to the head pulley shaft. FOLDING FINES STACKING CONVEYOR: The tines stacking conveyor shall be not less than 24" wide by 15'3" long. It shall employ a two (2) ply 220 p.w.i, belt. The hydraulic drive motor shall be directly coupled to the head pulley shaft. Two (2) hydraulic cylinders shall raise and lower the conveyor for road transport. ELECTRICAL CONTROL STATION: The plant shall be equipped with a Nema 12 UL approved enclosed electrical control station. All switch contacts and potentiometers shall be protected from harsh weather conditions. There shall be no spliced wires or exposed connections. All wiring shall meet UL code standards. There shall be an emergency stop switch, centrally located on the main panel, along with a keyed type master disconnect/service lockout switch. The electrical control station/enclosure shall be housed within a lockable tamper resistant enclosure. EQUIPMENT BEING BID SHALL BE THE MANUFACTURER'S CURRENT PRODUCTIONS MODEL AND SHALL BE BUILT NO EARLIER THAN THE 1994 MODEL YEAR. VENDOR SHALL BE THE MANUFACTURER'S AUTHORIZED REPRESENTATIVE DEALER FOR THE EQUIPMENT BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE, INCLUDING WARRANTY REPAIRS. VENDOR SHALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANUFACTURER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY ~MAY BE REQUIRED PRIOR TO AWARD. Town of Southotd Solid Waste District Bid Specification Page 7 A Trommel Screening Plant ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.', AS SUPPLIED BY THE ORIGINAL MANUFACTURER. VENDOR SHALL BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED, WITH THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH THE FOLLOWING: COMPRESSED AIR; HYDRAULIC CRANE; GAS & ELECTRIC WELDING EQUIPMENT; HAND AND PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERATURE METER; ETC.). VENDOR SHALL MAINTAIN A FULL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR ON PREMISES. REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED TO: ENGINE, TRANSMISSION AND DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR; MACHINING; STEAM CLEANING; PAUNTING; ETC. VENDOR REPAIR TECHNICIANS SHALL HAVE MANUFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MANUFACTURER'S PARTS MANUALS, SERVICE MANUALS, SERVICE BULLETINS AND ANY OTHER RELATED PARTS AND SERVICE PUBLICATIONS. VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPERATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE. IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FULL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICH MAY BE IN THE VENDORS POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF GOD, ETC. THE INSURANCE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF THE EQUIPMENT BY THE Town of Southold Solid Waste District Bid Specification Page 8 A Trommel Screening Plant VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUME ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITH EACH PIECE OF EQUIPMENT SUPPLIED. EQUIPMENT SUPPLIED SHALL CARRY A SLXTY (90) DAY MAJOR COMPONENT WARRANTY COVERING PARTS LABOR, AND TRANSPORTATION OF EQUIPMENT TO THE REPAIR FACILITY. OPTIONS If the Town so decides, the vendor shall provide the fbllowing options: 1) AUXILIARY STA~CKER: The plant shall be equipped with an auxiliary, portable stacker to increase stockpile capacity. There shall be a set of hydraulic connections at both standard stackers, to permit the auxiliary stacker to be used for either fines or overs. The plant shall be designed to operate only one auxiliary stacker at a time. The auxiliary stacker shall have a width of not less than 36" and a length of not less than 40' and shall be equipped with a 36" receiving hipper. The stacker shall be hydraulically driven and shall include hoses to connect to the plant. It shall be equipped with a pintle hook and single axle suspension to permit on site mobility. 1. 2) ADDITIONAL SCREENS: The plant shall be supplied with an additional set of screens with 1 V2 "square openings. United States Fire Insu Company ';¥estchester Fire Insurance Company Crum and Forster Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe FJ)WARD []~AR, INC. as Principal, hereinafter called the Principal, and UNITED STATES FIRE INSIIRANCZ a corporation duly organized under the laws of the State of ~ YOR[ as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOu'ruOLD as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF TOTAL BID NOT TO EXCEED $7,000.06,;;,~,;,~ Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ONE (1) RETECH MODEL P622 TROMMEL SCREENING PI.ANT OR EQUAL NOW, THEREFORE, ~f the Obtigee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be speohed in the biddin$ or Contract Documents with $ood and sufficient surety ior the faithful performance pi such Contract and for the prompt payment of labor and matenal turmshed in Ihe prosecution thereof, or in the event pt the fadure of the Prinopal to enter such Contract and give such bond or bonds, ,f the Prmclpal shall pay to the Obligee the dih'erence not to exceed the penalty hereof between the amount specdied ~n sa,d bid and such larger amount for which /he Obligee may in good faith contract w,th another party to perform the Work covered by said b~d, then this obligation shall be null and void, otherwise to rema,n in full force and effect. Signed and sealed this 8TE (Witness) day of AUGU~SfT ! Principal) UNI.'.r~,.,.n STAT~S FIRE INSURANCE L.-,L'/~C~-,.C .' ' // ', TERESA M. S~SO~i~-IN-FACT 19 96 (Seal) (Seal) AIA DOCUMENT A310 · BID BONO · AIA ~' · FEBRUARY 1970 ED · THE AMERICAN IHSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W,, WASHINGTON, O.C. 200(36 · United States Fire Insuran~Company The North River Insurance Company Crum&Forster Insurance CONSENT OF SURETY We, the undersigned, the a corporation as designated above, do hereby consent and agree with UNIT~DI STATES FIRE INSURANCE TOWN OF SOUTHOLD fl~at if the foregoing proposal of EDWAI~D EHRBAR, INC. for ON~ (1) I~ETECH MODEL P622 TROt~L SCREENING PLAN OR EQUAL hereinafter called the Contractor, be accepted, and a contract for said work be awarded to the said Contractor, we will, upon its being so awarded, become surety for the said Contractor, in a sum not to exceed one hundred per cent of the amount of the contract, for the faithful performance of said contract. Signed, sealed and dated this 8TH day of AUGUST ,19 96 By ONITED STATES FIRE INSURANCE FM.203.0.354 (10-72) UNITED STATES FiRE INSURANCE COHPANY NEW YORK, NEW YORK STATEMENT AS OF DECEMBER 31, 1994 A~$ET$ LIABILITIES AND SURPLUS Bonds ................................ StocKs: Preterrec~ ................... Common ................... 53.942.435 53,942,436 Real Estate ....................... 73,777,521 Cash and Bank Deposits ..................... 8,098,085 Short Term I.nvestments ................ 155,087,837 Premium Balances Receivable ................. 252.228,261 EqulUes and Deposits in Pools and Associations ............... 9,739,883 Ot~er Assets ..................... 351,042,025 Ta[al Admitted Assets $1,970,782,834 Losses and Adjustment Expenses ..................... Taxes and Expenses ..................... Unearned Premiums ..................... Other Lianilities ................ Capital ........................... Paid in and Contributed Surplus ..................... Other Surplus ................ Surplus to Policyholders ............. $1,732,137,991 50,225.339 305,105,772 141,656,211 $4,586,262 496,522.972 144,464,435 645,573,669 2,874,698,982 Total Liabilities and Surplus 2,874,698,982 Bonds and Stocks are v~lued in accordance with the basis adopted by the National Association of Insuranc~ Commissioners. STATE OF NEW JERSEY CO UNTY OF MORRIS 33: DENNIS J. HAMMER, Senior Vice President & Con,roller and RICHARD A. AN'NESE, Vice President of fi~e Uni[ed Smuts Fi~ Insurance Company being d~ly sworn, ~ch for himself deposes and s~. s that they are the aJ:~ove described officers of the said Company ~ud thnt on the 3 Ist ~ of IZ~c~nbc'r, 1994 t~e Company was actually possessed of ube asse~s s~t forth in the fomgothg sta~ment aad thru such assets were av~il~ble for the payment of Josses ~nd clnims and hdd for the pro~ec'fion of i~s policyholders and c~iitors, except as h~mh~b~fom ind/%c~mcL and t~ the foregoing smtemont is a cor~ct e:chibit of suc~ assets and liabiZdd~s of the said Compnny on the 31st day of December, 1994 according to the best of their information, knowledge and belief, respective .ty. Sworn to and Subscribed before me thJ. s 28th day of March. 1995. DAWN M. SIEMENS NOTARY PUBLIC OF NEW JERSEY MY COMMISSION EXPIRES JULY 2S. 1998 Vice President POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE, NEW YORK, N.Y. 41849 KNOW ALL MEN BY THESE PRESENTS: That the UNi'rlzD STATES FIRE INSURANCE COMPANY a Corporation duly organized and existing under the laws of the State of New York, and having its administrative offices in the Township of Moms, New Jersey, has made, constituted and appointed, and does by these presents make, constitute and appoint John F. Graham, Cheryl A. Graham, Glenn Robert Jacobs, Carolyn E. Moson, and Teresa M. Suisona of Verona, New Jersey, each its true and lawful Agent(s) and Attomey(s)-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 underratings SUBJECT TO THE EXCLUSIONS LISTED BELOW: Bid, Proposal and Final Bonds and Undertakings guaranteeing contracts for the construction or erection of public or private buildings. ~ and to bind the Corporation 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 Corporation at its offices in Moms Township, New Jersey, in their own proper persons. This Power o~ Attorney limits the ac~ of those nnmed thereto to the bonds and undemakings specifically named therein, and they have no anthofity to bind the Company except in the manner and to the extent thereto stated. This Power of Attorney revokes all previous powers issued in behalf of the a~tomey(s)-in-fact named above. IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate sepal hereunto affixed this 1st day of December, 1995. Richard A. Annese STATE OF NEW JERSEY) COUNTY OF MORRIS ) SS.: On this 1st day of December, 1995, before the subscriber, a duly qualified Notary Public of the State of New Jersey, came the above-mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personally known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed ~9~th~ pr~eding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures .~a~,~,~,'azrs.~j~duJ~f affixed and subscribed to the said instrument by the authority and direction of the said Compan~ ~ .... ,, ~ ~ TEs- b ek hereunto set my nd and a ed my sd at the ow hip Moms, the day and This Power of Attorney is gnmte~pursuant to Amcle' IV of the By-Laws of~ll~ COMPANY as now in full rome and effect. UNITgD STATES FIRE IN~IRA~.CE ARTICLE IV Execution of Instruments. "T~, ' airman of the Board, Vice-Chairman of the Board, President, or any Vice-President, in conjunction with the Secreta-. any Secretary, if more than one shall be appointed by the Board, or an Assistant Secretary, shall have power on behal, withe Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undeatakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Cc.-potation." This Power of Attorney is signed and sealed under and by the authority of Article III, Section 9 of the By-Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE III Section 9 Facsimile Signatures. "The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undeF,.akings, reco?iT~ances, stipnla_tious, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed facsimile, lithographed, or otherwise produced... The Corporation 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 Corporation, notwithstanding the fact that he may have ceased to be such at the time when such inatmments shall be issued." CERTIFICATE State of New Jersey County of Moms I, the undersigned, Assistant Secretary of UNrI'ie2D STATES FIRE INSURANCE COMPANY, DO HEREBY CERTII- Y that the foregoing POWER OF ATTORNEY remain~ in full force and effect and has not been revoked and furthermore that the above quoted abstracts of Article IV and Article III, Section 9 of the By-Laws of the Corporation are now in full force and effect. In Testimony Whereof, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this __ day of ,19__. Assistant Secretary Herbert H. Linder 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 de- livery of one !-RE-TECH P622 Trommel Screening Plant (or approved equal) 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 of a non- refundable fee of$ I 0.00 for one copy of the specification docu- ments. 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. NY. until I i :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 Trommel Screening Plant," and submit- ted 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 I X-7/25/96(43) C()UNTY OF SUFFOLK STATE OF NEW YORK ss: Ioey Mac Lellan, being duly sworn, says that he is the Editor, of the TRAVELER-WATCHMAN, a public newspaper printed at Southold, in Suf- Folk County; and that the notice of which the annexed is a printed copy, has been published in said Traveler-Watchman once each week for ...................................................... ..4 ............... successively, comme~.~ng on the ...:....: ........... ......... ....... ....................... V-d Sworn to~)efore me this ...... L..,;~ ........... day of ............................ .......................... ...................... ..... Notary Public ~Oll~(x'( F~:LIC, State 0f New York t,ie. ~8~C846 Qt~'~.l ill Suf[alR CouDty . Comn,,ssio. ~pires 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, Portable Trommel Screening Plant 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 , 1996. UNDA J. COOPER Notary Public, State of New Yerk - No., 4822~,63, Suffolk Comtty/~ mrm ,r~,pire8 De~ember 31, 19 "~ ~=' Judith T. Terr~/ 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 1-RE-TECH P622 Trommel Screening Plant (or approved equal) 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 $outhold, 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 Trommel Screening Plant", 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 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 1-RE-TECH P622 Trommel Screening Plant (or approved equal) 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 I1:00 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 Trommel Screening Plant", 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 SOUTBOLD TOWN CLERK PLEASE PUBLISH ON JULY 25, 1996, AND OF PUBLICATION TO JUDITH TERRY, 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 FORWARD ONE (1) AFFIDAVIT TOWN CLERK, TOWN HALL, PO 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 PORTABL"= TROMMEL SCREENING PLANT TOWN OF SOUTHOLD $UFFOLK COUNTY, NEW YORK INVITATION TO BID PROJECT: SUPPLY AND DELIVERY OF ONE I-RE-TECH P622 TROMMEL SCREENING PLANT (OR APPROVED EQUAL) 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 Re-Tech P622 Trommel Screening Plant (or approved equal) 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 , August 8. lqq~ All Specifications are provided herein. A fee of ten 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 mount of five (5) percem 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 for rejection of the bid. Any and all exceptions to the specifications shall be listed on a separate sheet beating 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, thc price for which be proposed: to furnish and deliver all parts & materials for the Re-Tech P622 Trommel Screening Plant (or approved equal) 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 fred 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, flit 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 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 fails 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 ifa 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, contract flocuments, 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 Districh and complying with all the stipulations contained therein, the bidder will accept, in full payment thereof as listed below: PROPOSAL FORMCONT. SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE RE-TECH P622 TROMMEL SCREENING PLANT (OR APPROVED EQUAL) 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 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 depamnent, 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 tree under the penalties &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: (I) 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 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 msotutiun authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: be Supplying and Delivering One Trommel Screening Plant 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 day of ,19 (SEAL OF THE CORPORATION) Laws of New York, 1065 Ch.751, Sec. 103-d, as amended effective September 1, 1965 July 1, 1996 TOWN OF SOUTHOLD BID SPECIFICATION: Specification for A Trommel Screening Plant INTENT: The Town of Southold Solid Waste District seeks bids for the acquisition of used Rc-Tech P622, or equivalent Trommel Screening Plant. The Plant shall be designed to be pulled any on road tractor equipped with a conventional fifth wheel, It shall be built no earlier than the 1994 model year and shall have not more than 800 operating hours. The District also seeks separeate bids for two (2) pieces of equipment for theScreening Plant, as listed on page 8 of these specifications. TRANSPORT DATA: The following transport parameters shall be maximums for a trommel screen plant of this class: Length ......45' 0" Width ...... 8' 6" Height ......13' 4" Weight ......35~ 000# The trommel screen plant shall not require any special permits for over the road transport. CARRIER MAIN FRAME: The carrier's main frame shall be fabricated from rectangular steel tubing measuring not less than 4.0" x 12.0" x 0.375". The tubing shall be fitted and welded with cross bracing and gusset supports. The cross bracing shall measure not less than 5" x 101". The main frame shall incorporate an integral fifth wheel plate in the from section. It shall be fabricated from steel plate not less than 0.50" thick. The king pin shall be set for a fifth wheel height of 48". The pin shall be set back not less than 18" from the front of the unit and shall permit a swing clearance of not less than 90". Town of Southold Solid Waste District Bid Specification Page 2 A Trommel Screening Plant OUTRIGGERS / LANDING GEAR: The carrier shall be equipped with independently operated, manually pivoting, outriggers at both the front and rear. The forward outriggers shall be positioned at the rear of the fffih wheel plate. The foot pads shall pivot. Each out rigger shah be rated for not less than 180,000# static load capacity. UNDERCARRIAGE: The carrier shall employ a tandem axle suspension employing arch leaf springs. The axles shall be rated for not less than 22,500# each. The springs shall be a four leaf design and shall be rated for not less than 8,000# each. BRAKES: The carrier shall employ air actuated, expanding shoe type brakes on both axles. The brakes shall be spring applied and air released and shall apply automatically upon loss of air pressure. The brake shoes shall measure not less than 12.25" x 7.5". The shoe lining shall be a non-asbestos design. The air brake system shall comply with all requirements of the F.M.V.S.S. TIRES & WHEELS: The carrier shall be equipped with four (4) 295/75R-22.5.5 tubeless steel belted tires with a 6,100# load rating in single mounts. The tires shall be mounted on four (4) steel disc type wheels designed to meet or exceed the G.V.W.R. of the carrier. ELECTRICAL SYSTEM & LIGHTING: The carrier shall employ a 12 Volt electrical system. It shall employ pre-assembled modular harnesses, junction boxes and sealed lights to protect the system from harsh road salt and any prolonged exposure to composting material. The system shall employ standard color coding and shall comply with all ICC & DOT requirements. MISCELLANEOUS: The carrier shall be supplied with four (4) front amber reflectors and two (2) rear red reflectors. All reflectors shall be bolted in place. The carrier shall be equipped with mud flaps mounted behind the rear axle. Town of Southold Solid Waste District Bid Specification Page 3 A Trommel Screening Plant The carrier shall be equipped with a D.O.T. approved diesel fuel tank. The tank shall have a capacity of not less than 58 gal. It shall be equipped with a tank vent and fill gauge. POWER SYSTEM ENGINE COMPARTMENT: The plant shall be equipped with a theft/tamper resistant compartment which shall house the engine, hydraulic pumps and hydraulic reservoir. The floor and roof shall be fabricated from 0.25" steel plate. The roof shall be sloped at a pitch of not less than 10 degrees. There shall be six (6) hinged access doors, which shah be of welded construction. The door frames shall be fabricated from 2" x 2" angle steel. They shall be covered with 7/8" x 7/8" wire cloth. Each door shall be secured by means ora stainless steel locking "D" ring. ENGINE: The plant shall be equipped with a four (4) cylinder, water cooled, turbo charged, diesel engine with an after cooler. The engine shall have a displacement of not less than 239 cu. in. It shall be rated to produce, per SAE standards, not less than 110 HP at 2,400 RPM. The engine shall be equipped with the following. - Heavy Duty Air Cleaner w/Restriction Indicator - Electrical Key Start w/900 CCA, 12 Volt Battery & 78 Amp Alternator - Shutdown System w/Monitors for Low Oil Pressure & High Engine Temperature - Heavy Duty Radiator - Suction Type Fan - 4" Dia. Exhaust Pipe W/4" Muffler & Ram Cap - Guards for Fan & Fan Belts Town of Southold Solid Waste District Bid Specification Page 4 A Trommel Screening Plant INSTRUMENTATION: The engine shall have the following instrumentation: - Tachometer - Amp Gauge - Hour meter HYDRAULIC SYSTEM: The hydraulic system shall employ tandem, closed loop, variable displacement, load sensing, pressure compensated pumps to provide flow for the trommel screen and for the belt feeder. An additional single, open loop, variable displacement, pressure compensated pump to provide flow for auxiliary circuits, such as the unders conveyor, fines stacker and overs stacker. The system shall incorporate an independent hydraulic oil cooler which shall be mounted forward of the radiator. The hydraulic reservoir shall be of welded construction and shall be fabricated from 0.25" steel plate. The reservoir shall be equipped with one (1) 12" inspection door. There shall be a single 10 micron filter located on the hydraulic return line. There shall be a sight gauge and an oil temperature gauge. The tandem main pumps shall each have a displacement of not less than 2.8 cu. in. They shall be supplied by the fixed displacement charge pump. The charge pump shall incorporate a 3 micron filter. Each pump shall operate independently with a manual override switch to be supplied for each. The auxiliary circuit pump shall have a displacement of not less than 2.5 cu. in. Each of the conveyors powered by this pump shall operate independently. HYDRAULIC CONNECTIONS: Whenever possible O.R.S. or O-ring face seal hydraulic fittings and adapters shall be SAE J1926 &J846 standards. SAE straight thread O-ring boss ports shall be used on all connections not employing O-ring face seals. Town of Southold Solid Waste District Bid Specification Page 5 A Trommel Screening Plant SCREEN INFEED SYSTEM: The feed hopper shall have a rated capacity of not less than 7.0 cu.yd., with a feed opening of not less than 40" x 36". It shall be fabricated from 0.375" minimum thickness steel plate. It shall employ all welded construction with unobstructed access for material to enter the screen drum~ The overall length of the feed hopper shall be not less than 16' long. The feed conveyor shall be not less than 42" wide. It shall employ a three (3) ply, 330 p.w.i, belt. There shall be not less than eleven (11) 6" diameter, unequal length, impact type idlers, mounted on two (2) steel channels. The channels shall be not less than 10" wide x 150" long. The tail pulley shall be not less than 16" diameter x 44" wide. The head pulley shall be not less than 20" diameter x 44" wide. The head pulley shall have a stub shaft on one end and a planetary gear box assembly on the other. The gear box shall be directly coupled to the hydraulic drive motor. TROMMEL SCREEN DRUM: The tronunel drum shall have a diameter of not less than 72" and a length of not less than 21'. The trommel drum shall have a continuous one piece drive sprocket mounted on the ting at the feed end of the trommel. The drive gear shall be driven directly by a 36 cu. in. hydraulic motor. The drive shall provide a trommel rotation of not less than 22 rpm. The trommel drum shall ride on not less than four (4) heavy duty tnmnion rollers having a diameter of not less than 8". A thrust roller at the feed end shall ride in a groove on the first ring and serve to maintain trommel alignment. The trommel drtun shall consist of three (3) major components. There shall be five (5) drum rings, four (4) screen sections and six (6) longitudinal members. The five (5) dram rings shall be fabricated from ½" steel. The six (6) longitudinal members shall be spaced evenly on 60 degree centers around the inside of the drum. They shall serve the dual purpose of connecting the dram rings and agitating the material being screened. They shall be not less than 19' 6" long and shall be fabricated fi'om 4"x 4" x 0.5" steel and shall have openings of 3/8" square. Town of Southold Solid Waste District Bid Specification Page 6 A Trommel Screening Plant The trommel screen shall be provided with four (4) cleaning brushes, one for each section, to remove excess material from the outside of the screen. The brushes shall have a diameter of not less than 14" and shall be fabricated from nylon. FINES UNDER CONVEYOR: The UNDER CONVEYOR shall extend under the length of the trommel drum for the purpose of catching the frees material and bringing it to the stacking conveyor. The UNDER CONVEYOR shall be not less than 42" wide x 16' long. IT shall employ a two (2) ply 220 p.w.i, belt. There shall be not less than four (4) 42" wide x 4" diameter troughing idlers. The idlers shall be set on 30" center spacings. There shall be two (2) 42" wide by 4" diameter return rollers. The hydraulic drive motor shall be directly coupled to the head pulley shaft. FOLDING FINES STACKING CONVEYOR: The frees stacking conveyor shall be not less than 24" wide by 15'3" long. It shall employ a two (2) ply 220 p.w.i, belt. The hydraulic drive motor shall be directly coupled to the head pulley shaft. Two (2) hydraulic cylinders shall raise and lower the conveyor for road transport. ELECTRICAL CONTROL STATION: The plant shall be equipped with a Nema 12 UL approved enclosed electrical control station. All switch contacts and potentiometers shall be protected from hxrsh weather conditions. There shall be no spliced wires or exposed connections. All wiring shall meet UL code standards. There shall be an emergency stop switch, centrally located on the main panel, along with a keyed type master disconnect/service lockout switch. The electrical control station/enclosure shall be housed within a lockable tamper resistant enclosure. EQUIPMENT BEING BID SHALL BE THE MANUFACTURER'S CURRENT PRODUCTIONS MODEL AND SHALL BE BUILT NO EARLIER THAN THE 1994 MODEL YEAR. VENDOR SHALL BE THE MANUFACTURER'S AUTHORIZED REPRESENTATIVE DEALER FOR THE EQUIPMENT BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE, INCLUDING WARRANTY REPAIRS. VENDOR SHALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANUFACTURER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY MAY BE REQUIRED PRIOR TO AWARD. Town of Southold Solid Waste District Bid Specification Page 7 A Trommel Screening Plant ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANUFACTURER. VENDOR SHALL BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED, WITH THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH THE FOLLOWING: COMPRESSED AIR; HYDRAULIC CRANE; GAS & ELECTRIC WELDING EQUIPMENT; HAND AND PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERATURE METER; ETC.). VENDOR SHALL MAINTAIN A FULL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR ON PREMISES. REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED TO: ENGINE, TRANSMISSION AND DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR; MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL HAVE MANUFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MANUFACTURER'S PARTS MANUALS, SERVICE MANUALS, SERVICE BULLETINS AND ANY OTHER RELATED PARTS AND SERVICE PUBLICATIONS. VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPERATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BEING TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FULL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICH MAY BE IN THE VENDORS POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF GOD, ETC. THE INSURANCE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF THE EQUIPMENT BY THE Town of Southold Solid Waste District Bid Specification Page 8 A Trommel Screening Plant VENDOR. 1N THE EVENT OF ACCIDENT, THE VENDOR SI4ALL ASSUME ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO TI-IE EQUIPMENT. VENDOR SMALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITIt EACIt PIECE OF EQUIPMENT SUPPLIED. EQUIPMENT SUPPLIED SItALL CARRY A SIXTY (90) DAY MAJOR COMPONENT WARRANTY COVERING PARTS LABOR, AND TRANSPORTATION OF EQUIPMENT TO TItE REPAIR FACILITY. OPTIONS If the Town so decides, the vendor shall provide the following options: 1) AUXILIARY STACKER: The plant shall be equipped with an auxiliary, portable stacker to increase stockpile capacity. There shall be a set of hydraulic connections at both standard stackers, to permit the auxiliary stacker to be used for either frees or overs. The plant shall be designed to operate only one auxiliary stacker at a time. The auxiliary stacker shall have a width of not less than 36" and a length of not less than 40' and shall be equipped with a 36" receiving hipper. The stacker shall be hydraulically driven and shall include hoses to connect to the plant. It shall be equipped with a pintle hook and single axle suspension to permit on site mobility. 1. 2) ADDITIONAL SCREENS: The plant shall be supplied with an additional set of screens with 1 ½ "square openings. 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 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 Sofid Waste Coordinator SOUTHOLD TOWN SOLID WASTE DISTRICT P.O. Box 962 Cutchogue, New York 11935 Tel.: (516) 734-7685 Fax: (516) 734-7976 PORTABLE TROMMEL SCREENING PLANT .~UL.TM ~_2. :¢¢~ INVITATION TO BID PROJECT: SUPPLY AND DELIVERY OF ONE 1-RE-TECH P622 TROMMEL SCREENING PLANT (OR APPROVED EQUAL) 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 Re-Tech P622 Trommet Screening Plant (or approved equal) 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 M~m Road, Southold, New York 11971, until: 11:00 A.M. Thursday August 8, lqqll All Specifications are provided herein. A fee often dollars ($10.00), cash or check, made payable to the Town of Southold will be required Ibr 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 Southoid 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 wwwe 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 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 By: BY ORDER OF THTE 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 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 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 Re-Tech P622 Trommel Screening Plant (or approved equal) 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 tbrm 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 meanmg, 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 fight 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 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 fails 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 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 tbr the Proposal. The damages to the Town for such breach will include loss from interference with kis 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 fall 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 OFBIDDER: 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 ~q~2 ~ ..... reqmrements, Contract Documents (dated f/~ ~//¢ ) mchidmg b~dding general and spectal conditions, specifications, contract ctocuments, 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 pans & 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 RE-TECH P622 TROMMEL SCREENING PLANT (OR APPROVED EQUAL) 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 aRer the date for the receiving bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect tbr 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 dis~ct or any agency or official thereof fur 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 cert~ies, 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: ( I ) 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. 12) 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 Otis certification, and under the statements contained in this certification, and under the penalties of perjury, affirms 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 (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the thllowing Project: be Supplying and Delivering One Trommel Screening Plant 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 Directars. held on the day of .19 {SEAL OF THE CORPORATION) Laws of New York, 1065 Ch.75 l, Sec. 103-d, as amended effective September L 1965 TOWN OF SOUTHOLD BID SPECIFICATION: Specification for A Trommel Screening Plant INTENT: The Town of Southold Solid Waste District seeks bids for the acquisition of used Re-Tech P622, or equivalent Trommel Screening Plant. The Plant shall be designed to be pulled any on road tractor equipped with a conventional fifth wheel. It shall be built no earlier than the 1994 model year and shall have not more than 800 operating hours. The District also seeks separeate bids for two (2) pieces of equipment for theScreening Plant, as listed on page 8 of these specifications. TRANSPORT DATA: The following transport parameters shall be max/mums for a trommel screen plant of this class: Length ......45' 0" Width ...... 8' 6" Height ......13' 4" Weight ......35, 000# The trommel screen plant shall not reqff~re any special permits for over the road transport. CARRIER MAIN FRAME: The carrier's main frame shall be fabricated from rectangular steel tubing measuring not less than 4.0" x 12.0" x 0.375". The robing shall be fitted and welded with cross bracing and gusset supports. The cross bracing shall measure not less than 5" x 101". The main frame shall incorporate an integral fifth wheel plate in the front section. It shall be fabricated from steel plate not less than 0.50" tlfick. The king pin shall be set tbr a fifth wheel height of 48". The pin shall be set back not less than 18" from the front of the unit and shall permit a swing clearance of not less than 90". Town of Southold Solid Waste District Bid Specification Page 2 A Trommel Screening Plant OUTRIGGERS / LANDING GEAR: The carrier shall be equipped with independently operated, manually pivoting, outriggers at both the front and rear. The forward outriggers shall be positioned at the rear of the frith wheel plate. The foot pads shall pivot. Each out rigger shall be rated for not less than 180,000# static load capacity. UNDERCARRIAGE: The carrier shall employ a tandem axle suspension employing arch leaf springs. The axles shall be rated for not less than 22,500# each. The springs shall be a four leaf design and shall be rated for not less than 8,000# each. BRAKES: The carrier shall employ air actuated, expanding shoe type brakes on both axles. The brakes shall be spring applied and air released and shall apply automatically upon loss of air pressure. The brake shoes shall measure not less than 12.25" x 7.5". The shoe lining shall be a non-asbestos design. The air brake system shall comply with all requirements of the F.M.V.S.S. TIRES & WHEELS: The carrier shall be equipped with four (4) 295/75R-22.5.5 tubeless steel belted tires with a 6,100# load rating in single mounts. The tires shall be mounted on four (4) steel disc type wheels designed to meet or exceed the G.V.W.R. of the carder. ELECTRICAL SYSTEM & LIGHTING: The carder shall employ a 12 Volt electrical system. It shall employ pre-assembled modular harnesses, junction boxes and sealed lights to protect the system from harsh road salt and any prolonged exposure to composting material. The system shall employ standard color coding and shall comply with all ICC & DOT requirements. MISCELLANEOUS: The carrier shall be supplied with tbur (4) front amber reflectors and two (2~ rear red reflectors. All reflectors shall be bolted in place. The carrier shall be equipped with mud flaps mounted behind the rear axle. Town of Southold Solid Waste District Bid Specification Page 3 A Trommel Screening Plant The carrier shall be equipped with a D.O.T. approved diesel fuel tank. The tank shall have a capacity of not less than 58 gal. It shall be equipped with a tank vent and fill gauge. POWER SYSTEM ENGINE COMPARTMENT: The plant shall be equipped with a theft/tamper resistant compartment which shall house the engine, hydraulic pumps and hydraulic reservoir. The floor and roof shall be fabricated from 0.25" steel plate. The roof shall be sloped at a pitch of not less than 10 degrees. There shall be six (6) hinged access doom, which shall be ofwetded construction. The door frames shall be fabricated from 2" x 2" angle steel. They shall be covered with 7/8" x 7/8" wire cloth. Each door shall be secured by means of a stainless steel locking "D" ting. ENGINE: The plant shall be equipped with a four (4) cyhader, water cooled, turbo charged, diesel engine with an after cooler. The engine shall have a displacement of not less than 239 cu. in. It shall be rated to produce, per SAE standards, not less than 110 HP at 2,400 RPM. The engine shall be equipped with the tbllowing. - Heavy Duty Air Cleaner w/Restriction Indicator - Electrical Key Start w/900 CCA, 12 Volt Battery & 78 Amp Alternator - Shutdown System w/Monitors for Low Oil Pressure & High Engine Temperature - Heavy Du~ Radiator - Suction Type Fan - 4" Dia. Exhaust Pipe W/4" Muffler & Rain Cap - Guards for Fan & Fan Belts Town of Southold Solid Waste District Bid Specification Page 4 A Trommel Screening Plant INSTRUMENTATION: The engine shall have the following instrumentation: - Tachometer - Amp Gauge - Hour meter HYDRAULIC SYSTEM: The hydraulic system shall employ tandem, closed loop, variable displacement, load sensing, pressure compensated pumps to provide flow for the trommel screen and for the belt feeder. An additional single, open loop, variable displacement, pressure compensated pump to provide flow fbr auxiliary circuits, such as the unders conveyor, frees stacker and overs stacker. The system shall incorporate an independent hydraulic oil cooler which shall be mounted forward of the radiator. The hydraulic reservoir shall be of welded construction and shall be fabricated from 0.25" steel plate. The reservoir shall be equipped with one (1) 12" inspection door. There shall be a single l0 micron filter located on the hydraulic return line. There shall be a sight gauge and an oil temperature gauge. The tandem main pumps shall each have a displacement of not less than 2.8 cu. in. They shall be supplied by the tLxed displacement charge pump. The charge pump shall incorporate a 3 micron filter. Each pump shall operate independently with a manual override switch to be supplied lbr each. The auxiliary circuit pump shall have a displacement of not less than 2.5 cu. in. Each of the conveyors powered by this pump shall operate independently. HYDRAULIC CONNECTIONS: Whenever possible O.R.S. or O-ring face seal hydraulic fittings and adapters shall be SAE J1926 &J846 standards. SAE straight thread O-ring boss ports shall be used on all connections not employing O-ting fb. ce seals. Town of Southold Solid Waste District Bid Specification Page 5 A Trommel Screening Plant SCREEN INFEED SYSTEM: The teed hopper shall have a rated capacity of not less than 7.0 cu. yd., with a feed opening of not less than 40" x 36". It shah be fabricated from 0.375" minimum thickness steel plate. It shall employ all welded construction with unobstructed access for material to enter the screen drun~ The overall length of the teed hopper shall be not less than 16' long. The teed conveyor shall be not less than 42" wide. it shall employ a three (3) ply, 330 p.w.i, belt. There shall be not less than eleven (11) 6" diameter, unequal length, impact type idlers, mounted on two (2) steel channels. The channels shall be not less than 10" wide x 150" long. The tail pulley shall be not less than 16" diameter x 44" wide. The head pulley shall be not less than 20" diameter x 44" wide. The head pulley shall have a stub shat~ on one end and a planetary gear box assembly on the other. The gear box shall be directly coupled to the hydraulic drive motor. TROMMEL SCREEN DRUM: The trommel drum shall have a diameter of not less than 72" and a length of not less than 21'. The trommel drum shall have a continuous one piece drive sprocket mounted on the ting at the feed end of the trommel. The drive gear shall be driven directly by a 36 cu. in. hydraulic motor. The drive shall provide a trommel rotation of not less than 22 rpm. The trommel drum shall ride on not less than four (4) heavy duty trtmnlon rollers having a diameter of not less than 8". A thrust roller at the feed end shall ride in a groove on the first ring and serve to maintain trommel alignment. The trommel drum shall consist of three (3) major components. There shall be five (5) drum rings, tbur (4) screen sections and six (6) longitudinal members. The five (5) drum rings shall be thbricated from ~A" steel. The six (6) longitudinal members shall be spaced evenly on 60 degree centers around the inside of the drum. They shall serve the dual purpose of connecting the dram tings and agitating the material being screened. They shall be not less than 19' 6" long and shall be fabricated from 4"x 4" x 0.5" steel and shall have openings of 3/8" square. Town of Southold Solid Waste District Bid Specification Page 6 A Trommel Screening Plant The trommel screen shall be provided with four (4) cleaning brushes, one for each section, to remove excess material from the outside of the screen. The brushes shall have a diameter of not less than 14" and shall be fabricated from nylon. FINES UNDER CONVEYOR: The UNDER CONVEYOR shall extend under the length of the trommel drum for the purpose of catching the frees material and bringing it to the stacking conveyor. The UNDER CONVEYOR shall be not less than 42" wide x 16' long. IT shall employ a two (2) ply 220 p.w.i, belt. There shall be not less than four (4) 42" wide x 4" diameter troughing idlers. The idlers shall be set on 30" center spacings. There shall be two (2) 42" wide by 4" diameter return rollers. The hydraulic drive motor shall be directly coupled to the head pulley shaft. FOLDING FINES STACKING CONVEYOR: The t'mes stacking conveyor shall be not less than 24" wide by 15'3" long. It shall employ a two (2) ply 220 p.w.i, belt. The hydraulic drive motor shall be directly coupled to the head pulley shaft. Two (2) hydraulic cylinders shall raise and lower the conveyor tbr road transport. ELECTRICAL CONTROL STATION: The plant shall be equipped with a Nema 12 UL approved enclosed electrical control station. All switch contacts and potentiometers shall be protected from b~arsh weather conditions. There shall be no spliced wires or exposed connections. All wiring shall meet UL code standards. There shall be an emergency stop switch, centrally located on the main panel, along with a keyed type master disconnect/service lockout switch. The electrical control station/enclosure shall be housed within a lockable tamper resistant enclosure. EQUIPMENT BEING BID SHALL BE THE MANUFACTURER'S CURRENT PRODUCTIONS MODEL At'ND SHALL BE BUILT NO EARLIER THAN THE 1994 MODEL YEAR. VENDOR SHALL BE THE MANUFACTURER'S AUTHORIZED REPRESENTATIVE DEALER FOR THE EQUIPMENT BEING BID AND SHALL BE CAPABLE OF PROVIDING ALL NECESSARY SERVICE. INCLUDING WARRANTY REPAIRS. VENDOR SHALL MAINTAIN AN AMPLE SUPPLY (AS RECOMMENDED BY THE MANUFACTURER) OF REPLACEMENT PARTS FOR THE SPECIFIC MODEL BEING BID. PROOF OF INVENTORY .MAY BE REQUIRED PRIOR TO AWARD. Town of Southold Solid Waste District Bid Specification Page 7 A Trommel Screening Plant ALL REPLACEMENT PARTS MUST BE GENUINE "O.E.M.", AS SUPPLIED BY THE ORIGINAL MANUFACTURER. VENDOR SHALL BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD, IF REQUIRED, WITH THE USE OF FULLY EQUIPPED SERVICE VEHICLES. TYPICAL SERVICE VEHICLES SHALL BE EQUIPPED WITH THE FOLLOWING: COMPRESSED AIR; HYDRAULIC CRANE; GAS & ELECTRIC WELDING EQUIPMENT; HAND AND PNEUMATIC TOOLS; DIAGNOSTIC EQUIPMENT (I.E. HYDRAULIC FLOW METER & GAUGES; ELECTRICAL SYSTEM METERS; TEMPERATURE METER; ETC.). VENDOR SHALL MAINTAIN A FULL REPAIR FACILITY, SUBJECT TO INSPECTION, WHICH SHALL BE CAPABLE OF PERFORMING ALL POSSIBLE TYPES OF REPAIR ON PREMISES. REPAIR CAPABILITY SHALL INCLUDE BUT NOT BE LIMITED TO: ENGINE, TRANSMISSION AND DRIVE COMPONENT OVERHAUL; WELDING & FABRICATING; CRAWLER UNDERCARRIAGE OVERHAUL; HYDRAULIC CYLINDER REPAIR; MACHINING; STEAM CLEANING; PAINTING; ETC. VENDOR REPAIR TECHNICIANS SHALL HAVE MANUFACTURER SPONSORED TRAINING FOR REPAIRING THE MODEL OF EQUIPMENT BEING BID. VENDOR SHALL MAINTAIN, AT ALL SERVICING FACILITIES, A COMPLETE LIBRARY OF MANUFACTURER'S PARTS MANUALS, SERVICE MANUALS, SERVICE BULLETINS AND ANY OTHER RELATED PARTS AND SERVICE PUBLICATIONS. VENDOR SHALL BE CAPABLE OF PROVIDING TRANSPORTATION OF EQUIPMENT VIA COMPANY OWNED AND OPERATED LOW BED EQUIPMENT TRAILERS, BOOM TRUCKS, ETC. AS MAY BE REQUIRED BY THE EQUIPMENT BE1NG TRANSPORTED. VENDOR SHALL MAINTAIN AND PROVIDE, IF REQUESTED, DOCUMENTATION OF INSURANCE POLICIES INDICATING FULL AND COMPLETE PROTECTION OF ALL EQUIPMENT WHICH MAY BE IN THE VENDORS POSSESSION AND CONTROL. THE INSURANCE SHALL INCLUDE THEFT, VANDALISM, FIRE DAMAGE, FLOODS, ACTS OF GOD, ETC. THE INSURANCE SHALL BE EQUAL TO THE REPLACEMENT PURCHASE PRICE OF THE EQUIPMENT. IN ADDITION, THE INSURANCE SHALL COVER EQUIPMENT FOR SIMILAR MISHAPS AS ENUMERATED ABOVE DURING TRANSPORT OF THE EQUIPMENT BY THE Town of Southold Solid Waste District Bid Specification Page 8 A Trommel Screening Plant VENDOR. IN THE EVENT OF ACCIDENT, THE VENDOR SHALL ASSUME ALL RESPONSIBILITY, INCLUDING ANY AND ALL DAMAGE TO THE EQUIPMENT. VENDOR SHALL SUPPLY ONE (1) SET OF OPERATOR'S AND PARTS MANUALS WITH EACH PIECE OF EQUIPMENT SUPPLIED. EQUIPMENT SUPPLIED SItALL CARRY A SLXTY (90) DAY MAJOR COMPONENT WARRANTY COVERING PARTS LABOR~ AND TRANSPORTATION OF EQUIPMENT TO THE REPAIR FACILITY. OPTIONS If the Town so decides, the vendor shall provide the following options: 1) AUXILIARY STACKER: The plant shaft be equipped with an auxJhary, portable stacker to increase stockpile capacity. There shall be a set of hydraulic connections at both standard stackers, to permit the auxiliary stacker to be used for either frees or overs. Thc plant shall bc designed to operate only one auxiliary stacker at a time. The auxiliary stacker shall have a width of not less than 36" and a length of not less than 40' and shall be equipped with a 36" receiving hipper. The stacker shall be hydraulically driven and shall include hoses to connect to the plant. It shall be equipped with a pintle hook and single axle suspension to permit on site mobility. 1. 2) ADDITIONAL SCREENS: Thc plant shall be supplied with an additional set of screens with I ½" square openings.