Loading...
HomeMy WebLinkAboutConstruction Equipment & Services r Southold Town Board - Letter Board Meeting of June 30, 2015 "°"N RESOLUTION 2015-610 Item# 5.30 A„ aaf ADOPTED DOC ID: 10983 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-610 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 30, 2015: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid to supply the town with construction equipment and services in connection with dredging and other services within the Town of Southold, Suffolk County,New York as follows, all in accordance with the Town Attorney; and be it further RESOLVED that the Town Board authorizes and directs Supervisor Russell to execute the appropriate contract documents to implement the agreement for these services, as prepared by the Town Attorney. Latham Sand and Gravel: ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING BARGE MOUNTED 15 TON CRANE WITH 5/8 C.Y.CAPACITY DRAGLINE BUCKET&5/8 C.Y.CAPACITY CLAMSHELL BUCKET # 1 • • .1 DAY @ THREE THOUSAND SEVENTY DOLLARS .3,070 PER DAY (8 HOURS) $ PER DAY FURNISHING TOW BOAT # 2 1 DAY @ ONE THOUSAND THREE HUNDRED TWENTY DOLLARS 1,320 PER DAY (8 HOURS) PER DAY FURNISHING TRACK LOADER WITH BUCKET - 9,000 LBS. # 4 1 DAY @ ONE THOUSAND ONE HUNDRED SEVENTY FIVE DOLLARS 1,175 PER DAY (8 HOURS) PER DAY FURNISHING EXCAVATOR WITH 1-1/2 C.Y.CAPACITY BUCKET # 8 1 DAY @ ONE THOUSAND FIVE HUNDRED FOURTY FIVE DOLLARS 1,545 PER DAY (8 HOURS) PER DAY FURNISHING 20 TON CRAWLER CRANE WITH 3/4 C.Y. CAPACITY DRAGLINE BUCKET OR 3/4 C.Y.CAPACITY CLAMSHELL BUCKET # 9 1,965 1 DAY @ ONE THOUSAND NINE HUNDRED SIXTY FIVE DOLLARS PER DAY (8 HOURS) PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITII 2 C.Y. CAPACITY Generated July 1, 2015 Page 51 Southold Town Board - Letter Board Meeting of June 30, 2015 BUCKET # 11 1,385 1 DAY @ ONE THOUSAND THREE HUNDRED EIGHTY FIVE DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING OFF ROAD ARTICULATED DUMP TRUCKS - # 15 1 DAY @ TWO THOUSAND FIVE HUNDRED EIGHTY FIVE DOLLARS 2,585 PER DAY (8 HOURS) PER DAY Chesterfield Associates: ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING 15 TON CRAWLER CRANE WITH 5/8 C.Y.CAPACITY DRAGLINE BUCKET 1,600 # 3 OR 5/8 C.Y.CAPACITY CLAMSHELL BUCKET 1 DAY @ ONE THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) PER DAY FURNISHING DOZER WITH BLADE - 13,000 LBS. 1,300 # 5 1 DAY @ ONE THOUSAND THREE HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING FRONT END WHEEL LOADER WITH 2-1/2 C.Y.CAPACITY BUCKET 1,300 # 6 I DAY @ ONE THOUSAND THREE HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING FRONT END WHEEL LOADER WITH 4 C.Y.CAPACITY BUCKET 1,500 # 7 I DAY @ ONE THOUSAND FIVE HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY # 10 FURNISHING LONG REACH EXCAVATOR 2,600 1 DAY @ TWO THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 3 C.Y. CAPACITY 1 600 # 12 BUCKET , 1 DAY @ ONE THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) PER DAY FURNISHING FRONT END WHEEL LOADER WITH 6 C.Y.CAPACITY BUCKET 2,600 # 13 I DAY @ TWO THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING 10 WHEEL DUMP TRUCK 1 200 # 14 , 1 DAY @ ONE THOUSAND TWO HUNDRED DOLLARS PER DAY (8 HOURS) $ (NOTE: THERE IS NO MOBILIZATION OR DEMOBILIZATION FRO THIS ITEM) PER DAY Elizabeth A. Neville Generated July 1, 2015 Page 52 Southold Town Board = Letter Board Meeting of June 30, 2015 Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated July 1, 2015 Page 53 �a •��sgFQ$/(L® ELIZABETH A. NEVILLE,MMC �� .�� $44 e'.1 % Town Hall,53095 Main Road TOWN CLERK ���= ,; 1 0`1, :-� , P.O. Box 1179 w Southold,New York 11971 REGISTRAR OF VITAL,STATISTICS : "� ,....1,4; ��� Fax(631)765-6145 MARRIAGE Ol~'FICER �' - x ®�' ,�� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER = ®d 1 / www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 21, 2015 Seth Allen Chesterfield Associates Inc PO Box 1229 Westhampton Beach NY 11978 Dear Mr Allen: Congratulations. At the regular Town Board meeting held on June 30, 2015, the Town Board accepted part of the bid of Chesterfield Associates Inc. for supplying equipment and services. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours C.74—*LIY 'i Lynda M Rudder Deputy Town Clerk Ens. ,I� O�®�VFfO(,y� G ELIZABETH A.NEVILLE,MMC y. y Town Hall,53095 Main Road TOWN CLERK o P O. Box 1179 en Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER Oj �,10' www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER ..,,�,,,.•• OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 21, 2015 John Hocker Latham Sand & Gravel, Inc. PO Box 608 Peconic NY 11958 • Dear Mr Hocker: Congratulations. At the regular Town Board meeting held on June 30, 2015, the Town Board accepted part of the bid of Latham Sand & Gravel for supplying equipment and services. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, K,-- Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE,MMC 4,��y®� ®l/y Town Hall,53095 Main Road TOWN CLERK o ; P.O.Box 1179 vs Southold,New York 11971 REGISTRAR OF VITAL STATISTICS %, Fax Fax(631)765-6145 �� MARRIAGE OFFICER ' .� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER -_ ®.� �►®� i,of www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER --., ,,,,,•�' OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2015 Construction Equipment & Services Bid Opening 6/18/15 2:00 P.M. Two (2) bids received A. B. Latham Sand & Gravel Chesterfield Associates PO Box 608 56 S. Country road Peconic,NY 11958 PO Box 1229 631/734-6800 Westhampton Beach, NY 11979 A B 1 3,070 6,000 2 1,320 2,000 3 1,845 1,600 4 1,175 1,200 5 no bid 1,300 6 1,480 1,300 7 1,630 1,500 8 1,545 1,600 9 1,965 2,200 10 no bid 2,600 11 1,385 1,400 12 no bid 1,600 13 no bid 2,600 14 1,240 1,200 15 2,585 2,600 All prices are per day \ VENDOR NAME: C\ne �ex�s‘��OAssoaa,4-e6 1 Y VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. / PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: J I- t() S 1 I OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 1 Q vE IF APPLICABLE: DATE FILED: .fin • tc Iff STATE FILED: N(AA)yar If a non-publicly owned Corporation: 'n } CORPORATION NAME: (�' eske_re 1 d� A sva.t&#e 1 nc LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Se4) 11an AV x&v\d e c A l lavj L-C- -e`\ r . 6-rube Jea NVICtne LQ',((ee LIST OFFICERS AND DIRECTORS: NAME TITLE _ Se-�h Allam ,vice Presidente . 4vie 5 04/kr), / resiclef Kaum eIQ n Vice:Prestcnf 1 . Gri.(toe . Secce4-4.ry ( t &t ,c&re c J e&n 1t ctxi e_ L J e, J i c e Pie s c h c f If a partnership: PARTNERSHIP NAME: /') (A— LIST PARTNERS NAMES: Proposal Package 3 of 11 ADDRESS RECORD FORM MAIL BID TO: A VENDOR NAME: c,�seer elA Ass9c.4a-E-e5, inc. ADDRESS: P.3 . SD)( Iaaq Lees ILa ti +bn L,`l it 4-kg CONTACT: SP,(-h -Afk,n TELEPHONE: ((ab 028a;5 Iva FAX: 0,36.2g- 4 - 511 E-MAIL: l k0`In C .Yl eil— ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: N I 11- TELEPHONE: 1TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: N I-II-- TELEPHONE: flTELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 11 VENDOR NAME: CI► ku-- e. Rssoe.A.4,4-e6, 11C-•• ASSUMED ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: (A' If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) it)Ia- INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL4g//) 7 I ISQU L.FY BIDDER. / r AUTHORIZEIYSIGNATURE Proposal Package 5 of 11 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of-complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The pe son,4gning i bid, under the penalties of perjury, affirms the truth thereof. /// ' , . �, >� SWORN TO BEFORE ME THIS Signature&&Company Positi. J � Se+h I�IIQn, e, Ae Ic1en r 4L DAY OF 20 15 Type Name&Company Position a(el itssvet'4+5 Company Name eSsk NOTARY PUBLIC CI PI Ito,oZ D 15 JANET A.1510MEBE Notary Public State of New Yea Date Signed No.01D16077055Qualified in Sutioik ,p/ I a l o241g7 g ( c J i"z 1L Federal I.D.Number Proposal Package 6 of 11 THE PROPOSAL FORM Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold VENDOR NAME: CYNe5-1-a end ASSvG 4.-(-e s Inc, VENDOR ADDRESS: 5(a Jo• £1 LLfl v 1 v& TELEPHONE NUMBER: ((# 6aSN-510 0 FAX: (?a3/12erc-5 I • The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals who are working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) fs O r- The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated I , Contractors Signdture/ (for all addenda) Proposal Package 7 of 11 IMPORTANT NOTICE TO ALL BIDDERS READ BEFORE FILLING OUT PROPOSAL The undersigned further understands and agrees that he is to furnish all labor, equipment, supplies and other facilities and things necessary and/or required for the execution and completion of Furnishing Construction Equipment and Services within the Town of Southold in strict accordance with the Bid Documents for the unit cost price as bid in the price schedule. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased, the undersigned accepts the unit price bid as full compensation for furnishing all labor, supplies, equipment and other related items necessary for the proper functionality of the equipment being Furnished. Al quoted figures shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town Projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2) years from the date of contract with the option of a one (1) year extension upon mutual agreement of both the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4)day's unit price bid daily rate. Demobilization: One-quarter(1/4) day's unit price bid daily rate. Proposal Package 8 of 11 • ITEMIZED PROPOSAL FORM Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING BARGE MOUNTED 15 TON CRANE WITH 5/8 C.Y. CAPACITY DRAGLINE BUCKET&5/8 C.Y.CAPACITY CLAMSHELL BUCKET # 1 XY 1 DAY @ S 1 A ff f!i'h� &IN M a )< PER DAY (8 HOURS) $ Lo 000.00 PER DAY FURNISHING TOW BOAT _L 1 ,I XY # 2 1 DAY @ Too l hok6a.nd G.hd Irl° lc X PER DAY (8 HOURS) $ a. 000, 00 PER DAY FURNISHING 15 TON CRAWLER CRANE WITH 5/8 C.Y. CAPACITY DRAGLINE BUCKET OR 5/8 C.Y.CAPACITY CLAMSHELL SL� BUCKET 1 ><X/ # 3 1 DAY @ Oner1 ,- uusancl, 1( (4(Ar'c1 re.d. at-A 'PER DAY (8 HOURS) $ I,//200, 00 PER DAY FURNISHING TRACK LOADER ( two BUCKET - 9,000 LBS. # 4 1 DAY @ b11EAl tnot,E6ancl, a 4-f ah c)1 r,,,� PER DAY (8 HOURS) 1 and /Vb $ (,aDa.Od Ajc PER DAY FURNISHING DOZER WITH BLADE - 13,000 LBS. l # 5 1 DAY @ (� p(6 Qlnd� few �aLPER DAY (8 HOURS) $ I, 360 . 0n X�j, PER DAY FURNISHING FRONT TEND WHEEL LOADER WITH 2-1/2 C.Y.CAPACITY BUCKET ,TY # 6 1 DAY @ OneNDIe 5&r c . 1 tce.,P., rTlL.ha,CE.I PER DAY (8 HOURS) I, OD. O (j KS. I\J a kX $ PER DAY FURNISHING FRONT END WHEEL LOADER'(WITH 4 C.Y.CAPACITY BUCKET # 7 I DAY @ O1l�e 0U I % Ne-1-[U-t,A c e-cl PER DAY (8 HOURS) 1 5 0 6 00 c-hai1oxX $ XX PER DAY FURNISHING EXCAVATOR WITH 1-1/2 C.Y.CAPACITY BUCKET # 8 1 DAY @OYee ! houSQhc,SiX44khc1 YGd "Y PER (8 HOURS) $ V000 • D COAN8. XXX PER DAY FURNISHING 20 TON CRAWLER CRANE WITH 3/4 C.Y. CAPACITY DRAGLINE BUCKET OR 3/4 C.Y.CAPACITY CLAMSHELL BUCKET # 9 1 DAY @ �wO 01t641.11C l't4DO 44krtaredP DAY (8 HOURS) $ a•a DO DO and N� )Vzxy PER DAY FURNISHING LONG REACH EXCAVATOR 1 4 10 1 DAY @ 1740111b U54.hc, ,S'X (-�u nc1 red PER DAY (8 HOURS) XV a,(BOO. D -- xX PER DAY Proposal Package 9 of 11 ITEMIZED PROPOSAL FORM CONT. Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 2 C.Y. CAPACITY BUCKET # 11 � 1 1 DAY @ C7hli 1 f ho(,esand, p Au.Nared @,h,A PER DAY (8 HOURS) $ Jl 1I 0 D•00 /Jd xyl KX PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 3 C.Y. CAPACITY BUCKET 4 12 1 DAY n OI' IlDUMI'C Six (4V Asked (fhb PER DAY (8 HOURS) $ 111,200•00 Na 34Y1i9c PER DAY FURNISHING FRONTA.END WHEEL LOADER WITH-6 C.Y.CAPACITY BUCKET # 13 I DAY 07061110 t1., V4 R.k (a re[3 , PER DAY (8 HOURS) ah.aI fVv` 4kt $ PER DAY 00 FURNISHING 10 WHEEL DUMP TRUCK / 4 14 1 DAY @ Ohert•ti kS(1 h , f W O # I\c,rdA PER DAY (8 HOURS) and Ajo XXIkV $ 1.a 00 .00 ()NOTE: THERE IS NO MOBILIZATION OR DEMOBILIZATION FRO THIS ITEM) PER DAY FURNISHING OFF ROAD ARTICULATED DUMP TRUCKS - # 15 1 DAY @ 174 01 °u` ^ ,Sit(-1-1.04:1 Yea _ PER DAY (8 HOURS) C Na y a.("ob OO PER DAY • Proposal Package 10 of 11 ITEMIZED PROPOSAL FORM CONT. AUTHORIZED SIGNATURE y, , hd PRINT NAME S eA Il ani Mani TITLE - v ice. PCe i d @i4 DATE (0 Ilk VG ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF s(,l- [K ) ss.: h 2o!5 On the I(P� da of 3�.ne, in the year 294 before me, the undersigned, personally appeared, seih a\\&v\ , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. / Ei/Lerf.i, k 11 • 'A_. ` P BLIC JANET A,DIOMEDE Notary Nob10{DI60 706 York Qualified in Suffolk Count Commission Expires July 1,20 Proposal Package 11 of 11 VENDOR NAME: Latham Sand & Gravel, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. x PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: 11 -2503744 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: Latham Sand & Gravel, Inc. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) C. Terry Latham John D. Hocker Marion G. Latham LIST OFFICERS AND DIRECTORS: NAME TITLE C. Terry Latham Pr sident John D. Hocker Vice President Marion G. Tatham C F_O If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 11 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Latham Sand & Gravel, Inc. ADDRESS: P.O. BOx 608 Peconic, NY 11958 CONTACT: John Rocker TELEPHONE: 631 -734-6800 FAX: 631 -734-2318 E-MAIL: lathamgravel@yahoo.corn ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 11 VENDOR NAME: Latham Sand & Gravel, INc ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid x Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. 1,7 AUTHORIZED SIG TURE Proposal Package 5 of 11 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of-complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. /7 j /. R SWORN TO BEFORE ME THIS Si ature&Company Position John D. Hocke , V._P. /eh / DAY OF 20 Type Name&Company Position /(J Latham Sand $ Gravel, Inc_ Company Name TARY PUBLIC June 16, 2015 REGINA L. CARTSELOS Date Signed Notary Public-State of New York No.01 CA6198908 1 1 -250-3744 Qualified in Suffolk County My Commission Expires January 5,2017 Federal I.D.Number Proposal Package 6 of 11 THE PROPOSAL FORM Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold VENDOR NAME: Latham San' & Gravel, me VENDOR ADDRESS: P.o. Box 608 Peconic, NY 11958 TELEPHONE NUMBER: 631 -734-6800 FAX: 631 -734-2318 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals who are working for the Town of Southold or . other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated leT-2( Contractors Signature (for all addenda) Proposal Package 7 of 11 IMPORTANT NOTICE TO ALL BIDDERS READ BEFORE FILLING OUT PROPOSAL The undersigned further understands and agrees that he is to furnish all labor, equipment, supplies and other facilities and things necessary and/or required for the execution and completion of Furnishing Construction Equipment and Services within the Town of Southold in strict accordance with the Bid Documents for the unit cost price as bid in the price schedule. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased, the undersigned accepts the unit price bid as full compensation for furnishing all labor, supplies, equipment and other related items necessary for the proper functionality of the equipment being Furnished. Al quoted figures shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town Projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2) years from the date of contract with the option of a one (1) year extension upon mutual agreement of both the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4)day's unit price bid daily rate. Demobilization: One-quarter(1/4)day's unit price bid daily rate. Proposal Package 8 of 11 ITEMIZED PROPOSAL FORM Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING BARGE MOUNTED 15 TON CRANE WITH 5/8 C.Y. CAPACITY DRAGLINE BUCKET&5/8 C.Y.CAPACITY CLAMSHELL BUCKET # 1 1 DAY @ PER DAY (8 HOURS) $ 3,070 PER DAY FURNISHING TOW BOAT # 2 1 DAY @ PER DAY (8 HOURS) $ 1 , 320 PER DAY FURNISHING 15 TON CRAWLER CRANE WITH 5/8 C.Y. CAPACITY DRAGLINE BUCKET OR 5/8 C.Y.CAPACITY CLAMSHELL BUCKET # 3 1 DAY @ PER DAY (8 HOURS) $ 1 ,845 PER DAY FURNISHING TRACK LOADER WITH BUCKET - 9,000 LBS. # 4 1 DAY @ PER DAY (8 HOURS) $ 1 , 175 PER DAY FURNISHING DOZER WITH BLADE - 13,000 LBS. # 5 1 DAY @ PER DAY (8 HOURS) $ No Bid PER DAY FURNISHING FRONT END WHEEL LOADER WITH 2-1/2 C.Y.CAPACITY BUCKET # 6 1 DAY @ PER DAY (8 HOURS) $ 1 ,480 PER DAY FURNISHING FRONT END WHEEL LOADER WITH 4 C.Y.CAPACITY BUCKET # 7 1 DAY @ PER DAY (8 HOURS) $ 1 , 630 PER DAY FURNISHING EXCAVATOR WITH 1-1/2 C.Y.CAPACITY BUCKET # 8 1 DAY @ PER DAY (8 HOURS) $ 1 ,545 PER DAY FURNISHING 20 TON CRAWLER CRANE WITH 3/4 C.Y. CAPACITY DRAGLINE BUCKET OR 3/4 C.Y.CAPACITY CLAMSHELL BUCKET # 9 1 DAY @ PER DAY (8 HOURS) $ 1 , 965 PER DAY FURNISHING LONG REACH EXCAVATOR # 10 1 DAY @ PER DAY (8 HOURS) $ No Bid PER DAY Proposal Package 9 of 11 ITEMIZED PROPOSAL FORM CONT. Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 2 C.Y. CAPACITY BUCKET # 11 1 DAY a PER DAY (8 HOURS) $ 1 , 3 8 5 PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 3 C.Y. CAPACITY BUCKET # 12 1 DAY @ PER DAY (8 HOURS) $ No Bid PER DAY FURNISHING FRONT END WHEEL LOADER WITH 6 C.Y.CAPACITY BUCKET # 13 1 DAY @ PER DAY (8 HOURS) $ No Bid PER DAY FURNISHING 10 WHEEL DUMP TRUCK # 14 1 DAY @ PER DAY (8 HOURS) $ 1 , 240 ()NOTE: THERE IS NO MOBILIZATION OR DEMOBILIZATION FRO THIS ITEM) PER DAY FURNISHING OFF ROAD ARTICULATED DUMP TRUCKS - # 15 1 DAY @ PER DAY (8 HOURS) $ 2,585 PER DAY Proposal Package 10 of 11 ITEMIZED PROPOSAL FORM CONT. AUTHORIZED SIGNATUREj: Y Al PRINT NAME John D. HOcker TITLE Vice President DATE June 16, 2015 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Suffolk ) ss.: On the 16 thday of June in the year 2015 before me, the undersigned, personally appeared, ,Tnhn D. Rocker , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ,,,viia' A cfcb. .-_,LRED O RY PUBLIC REG IINA L. C.ARTSELOS Notary public-State of New York No 01GA6198908 Oiia.i+re,;in Suffolk County my Cr m,"s- on Expires January 5,2017 Proposal Package 11 of 11 Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Unit Bids Awarded under this Contract Ck5-re� rt 6LU5 55 , "41,C. ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING 15 TON CRAWLER CRANE WITH 5/8 C.Y.CAPACITY DRAGLINE BUCKET 1,600 # 3 OR 5/8 C.Y.CAPACITY CLAMSHELL BUCKET 1 DAY @ ONE THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) PER DAY FURNISHING DOZER WITH BLADE - 13,000 LBS. 1,300 # 5 1 DAY @ ONE THOUSAND THREE HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING FRONT END WHEEL LOADER WITH 2-1/2 C.Y.CAPACITY BUCKET 1,300 # 6 1 DAY @ ONE THOUSAND THREE HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING FRONT END WHEEL LOADER WITH 4 C.Y.CAPACITY BUCKET 1,500 # 7 1 DAY @ ONE THOUSAND FIVE HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING LONG REACH EXCAVATOR 2,600 # 10 1 DAY @ TWO THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 3 C.Y. CAPACITY 1,600 # 12 BUCKET 1 DAY @ ONE THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) PER DAY FURNISHING FRONT END WHEEL LOADER WITH 6 C.Y.CAPACITY BUCKET 2,600 # 13 1 DAY @ TWO THOUSAND SIX HUNDRED DOLLARS PER DAY (8 HOURS) $ PER DAY FURNISHING 10 WHEEL DUMP TRUCK 1,200 # 14 1 DAY @ _ONE THOUSAND TWO HUNDRED DOLLARS PER DAY (8 HOURS) $ (NOTE: THERE IS NO MOBILIZATION OR DEMOBILIZATION FRO THIS ITEM) PER DAY A-2 r Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Unit Bids Awarded under this Contract `v ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING BARGE MOUNTED 15 TON CRANE WITH 5/8 C.Y. CAPACITY # 1 DRAGLINE BUCKET&5/8 C.Y.CAPACITY CLAMSHELL BUCKET 3,070 1 DAY @ THREE THOUSAND SEVENTY DOLLARS $ PER DAY (8 HOURS PER DAY FURNISHING TOW BOAT 1,320 # 2 1 DAY @ ONE THOUSAND THREE HUNDRED TWENTY DOLLARS $ PER DAY (8 HOURS) PER DAY # FURNISHING TRACK LOADER WITH BUCKET - 9,000 LBS. 1,175 4 1 DAY @ ONE THOUSAND ONE HUNDRED SEVENTY FIVE DOLLARS $ PER DAY (8 HOURS) PER DAY FURNISHING EXCAVATOR WITH 1-1/2 C.Y.CAPACITY BUCKET 1,545 # 8 1 DAY @ ONE THOUSAND FIVE HUNDRED FOURTY FIVE DOLLARS $ • PER DAY (8 HOURS) PER DAY FURNISHING 20 TON CRAWLER CRANE WITH 3/4 C.Y.CAPACITY DRAGLINE 1,965 # 9 BUCKET OR 3/4 C.Y.CAPACITY CLAMSHELL BUCKET I DAY @ ONE THOUSAND NINE HUNDRED SIXTY FIVE DOLLARS PER DAY PER DAY (8 HOURS) FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 2 C.Y. 1 385 # 11 CAPACITY BUCKET , 1 DAY @ ONE THOUSAND THREE HUNDRED EIGHTY FIVE DOLLARS PER DAY PER DAY (8 HOURS) FURNISHING OFF ROAD ARTICULATED DUMP TRUCKS - 2,585 # 15 1 DAY @ TWO THOUSAND FIVE HUNDRED EIGHTY FIVE DOLLARS $ PER DAY (8 HOURS) PER DAY A-2 #12274 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successfully commencing on the 4th day of June, 2015. Principal Clerk Sworn to before me this day of f 015. L()MI. KANN'" "" 53003sIkIN1?i)i1s, .0, 1I IN CHRISTINA VOLINSKCU pilos, :6:1-766.1560 s 1 ;`i -55- 9j1,. NOTARY 44.!!7I IC-STATE OF NEW YORK itis la 111()\ Wo. C11V06105050 N(.'1,. I ,s lll.i-ii ,r (,ie I N G t3dllYled 41 Suffolk County '1''' SEALED PROPOSALS ARE •.0 HT AND REQUESTED FOR Mit rrtliYtmiss,o;a Explros February 28, 2016 .OL.LOWING- Oii) NAME: "Furnish Constr.. sent and Seniccs in cons - • ,redging and other Senices, it an of Southold" Definite specifications may he ob- tained at the Southold Town Clerk's Of- flee ircginning June 4,2015 PI ACh OF OPENINGS: t ANN OF SOUTHOLI) 1('WIN CLERKS OFFICE .,31195\LAIN ROAD St DUTHOLD,NY 11971 i)1TE OF OPENINGS: lane 18,2015 I)NIE OF OPENINGS: 2.10 PM — t'ONFACT PERSON: hchael Collins,P.O. wsn of Southold.631-765-1560 ENDORS MUST SI`BMIT Ll is SEALED ENVELOPES 1 LEASE PRINT ON THE FACE Ui ENVELOPE: 1) NAME & ADDRESS OF BID- DER 2)BID NAME It is the bidder's responsihilit)to re td the attached Bid Specifications,Instruc- tions io Bidders,and G,ncral Conditions, which outline bidding rules of the Lown of Southold. Upon submission of b:d,it is understood that the bidder has read,fulls understands and will comph s'th said (GENERAL CONDI I IONS and specifi- cation requirements _ 'Ihc Town of Southold requires that - - this.lountt;^.i be r.fr t ,:.1,11,,.1.rndL':.,i ] _-` it be lilted out compl,Ich. Please do not =i s rrtnosr an)pages from this hid packai_e j: '= and make a cops of thr hid d r. i i li?lot - - ous cot 4.k. the loss of Southold welcomes and encounagt_s minorits ;uul sissies-owned - businesses to ptutniii,ilr in he bidding fi PTV ELI%ARI'I t1 A NLVII Li = SOUTIIOI.D'IOW'N CLERK 12/71-1T 6 ala®a _- — — TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold" Definite specifications may be obtained at the Southold Town Clerk's Office beginning June 4, 2015 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 18, 2015 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JUNE 4,2015 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Engineer gpFFOK ,; RESOLUTION 2015-185 ADOPTED DOC ID: 10563 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-185 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 10, 2015: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the following items for 2015: Armor Stone Rip-rap Filter Cloth Heavy Equipment with Operator f Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell s .. BAL D ,F ,cc p FOR FURNISHING CONSTRUCTION EQUIPMENT AND SERVICES IN CONNECTION WITH DREDGING AND OTHER SERVICES WITHIN THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK June 18, 2015 lt 1 ‘ft % cis eE�d 1 �► TOWN OF SOUTHOLD Scott A. Russell, Suupervns®m HIGHWAY DEPARTMENT Vincent Orlando, Highway Superintendent ENGINEERING DEPARTMENT Michael Collins, Town Engineer r .L TABLE OF CONTENTS TOWN OF SOUTHOLD Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold Title Page Table of Contents Invitation to Bid Instructions to Bidders IB-1 thru IB-3 NYS Wage Rates Standard Insurance Requirements SIR 1 thru SIR 2 Proposal Form Package Proposal Form Package Pages 1 thru 11 Contract Agreement A-1 thru A-3 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold" Definite specifications may be obtained at the Southold Town Clerk's Office beginning June 4, 2015 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 18,2015 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Rejection of Bids 4. Bidders Responsibility 5. Bid Reservations 6. Non-Collusive Statement 7. Addenda and Interpretations 8. Method of Award 9. Single Price Bid Analysis 10. Municipal Exempt Status 11. Labor Law 12. Wage Rates 13. Insurance Required by the Town of Southold 14. Quantities 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold,New York 11971, no later than 2:00 PM prevailing time on June 18, 2015, at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM,PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. IB - 1 • INSTRUCTIONS TO BIDDERS 3. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 4. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception. (b) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to provide the equipment specified in the proposal form including all other expenses incidental thereto. 5. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 6. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 7. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Bidding Requirements must be addressed in writing to the Town Engineering Department of Southold - 53095 Route 25, P.O. Box 1179, Southold, New York 11971 or fax 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. IB - 2 • INSTRUCTIONS TO BIDDERS 8. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, condition of the equipment, or labor to be furnished, and conformity with the specifications. 9. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 10.MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 11. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 12. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 13. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy (b)Comprehensive General Liability (c) Excess/Umbrella Insurance (d)Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 14. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual time of work supplied by each piece of equipment or the actual work done at the unit prices quoted. IB - 3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.state.ny.us STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract,whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents(general aggregate). OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations SIR - 1 STANDARD INSURANCE REQUIREMENTS AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit(CSL) of$1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate Description of operations/locations/etc.Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 ROUTE 25,P.O. BOX 1179 SOUTHOLD,NY 11971 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR-2 Town of Southold "Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold" PROPOSAL PACKAGE BID OPENS: June 18, 2015 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! All line items on the Proposal Form must be filled in! All lines must have an indication of the Bidder's Response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 11 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Proposal Package 2 of 11 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 11 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: • TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 11 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. AS SUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 11 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. • SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 11 THE PROPOSAL FORM Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: • The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals who are working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Contractors Signature (for all addenda) Proposal Package 7 of 11 IMPORTANT NOTICE TO ALL BIDDERS READ BEFORE FILLING OUT PROPOSAL The undersigned further understands and agrees that he is to furnish all labor, equipment, supplies and other facilities and things necessary and/or required for the execution and completion of Furnishing Construction Equipment and Services within the Town of Southold in strict accordance with the Bid Documents for the unit cost price as bid in the price schedule. UNIT PRICES The Contract shall be based on the unit prices as herein stated. Should the amount of work required by the issuance of a Town Purchase Order be increased or decreased, the undersigned accepts the unit price bid as full compensation for furnishing all labor, supplies, equipment and other related items necessary for the proper functionality of the equipment being Furnished. Al quoted figures shall include the Contractor's overhead and profit. Estimated quantities of work are not provided. Comparison of bids will be based on unit price bid items which will be used to procure equipment for individual Town Projects. Final payment for all work will be based on actual hours worked as determined by the Town Engineering Department. These unit prices shall remain in effect for a period of Two (2) years from the date of contract with the option of a one (1) year extension upon mutual agreement of both the Town and the Contractor. PAYMENT FOR MOBILIZATION AND DEMOBILIZATION The Contractor shall be entitled to payment for mobilization and demobilization at the following rates: ALL ITEMS Mobilization: One-quarter(1/4)day's unit price bid daily rate. Demobilization: One-quarter(1/4)day's unit price bid daily rate. Proposal Package 8 of 11 ITEMIZED PROPOSAL FORM Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING BARGE MOUNTED 15 TON CRANE WITH 5/8 C.Y. CAPACITY DRAGLINE BUCKET&5/8 C.Y.CAPACITY CLAMSHELL BUCKET # 1 1 DAY @ PER DAY (8 HOURS) $ PER DAY FURNISHING TOW BOAT # 2 1 DAY @ PER DAY (8 HOURS) PER DAY FURNISHING 15 TON CRAWLER CRANE WITH 5/8 C.Y. CAPACITY DRAGLINE BUCKET OR 5/8 C.Y.CAPACITY CLAMSHELL BUCKET # 3 1 DAY @ PER DAY (8 HOURS) $ PER DAY FURNISHING TRACK LOADER WITH BUCKET - 9,000 LBS. # 4 1 DAY @ PER DAY (8 HOURS) $ PER DAY FURNISHING DOZER WITH BLADE - 13,000 LBS. # 5 1 DAY @ PER DAY (8 HOURS) PER DAY FURNISHING FRONT END WHEEL LOADER WITH 2-1/2 C.Y.CAPACITY BUCKET # 6 1 DAY @ PER DAY (8 HOURS) PER DAY FURNISHING FRONT END WHEEL LOADER WITH 4 C.Y.CAPACITY BUCKET # 7 I DAY @ PER DAY (8 HOURS) PER DAY FURNISHING EXCAVATOR WITH 1-1/2 C.Y.CAPACITY BUCKET # 8 1 DAY @ PER DAY (8 HOURS) PER DAY FURNISHING 20 TON CRAWLER CRANE WITH 3/4 C.Y. CAPACITY DRAGLINE BUCKET OR 3/4 C.Y.CAPACITY CLAMSHELL BUCKET # 9 1 DAY @ PER DAY (8 HOURS) $ PER DAY FURNISHING LONG REACH EXCAVATOR # 10 I DAY @ PER DAY (8 HOURS) PER DAY Proposal Package 9 of 11 ITEMIZED PROPOSAL FORM CONT. Furnish Construction Equipment and Services in connection with Dredging and other Services within the Town of Southold ITEM# ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT BID PRICE FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 2 C.Y. CAPACITY BUCKET # 11 1 DAY cd PER DAY (8 HOURS) $ PER DAY FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 3 C.Y. CAPACITY BUCKET # 12 1 DAY @ PER DAY (8 HOURS) $ PER DAY FURNISHING FRONT END WHEEL LOADER WITH 6 C.Y.CAPACITY BUCKET # 13 1 DAY @ PER DAY (8 HOURS) PER DAY FURNISHING 10 WHEEL DUMP TRUCK # 14 I DAY @ PER DAY (8 HOURS) ()NOTE: THERE IS NO MOBILIZATION OR DEMOBILIZATION FRO THIS ITEM) PER DAY FURNISHING OFF ROAD ARTICULATED DUMP TRUCKS - # 15 1 DAY @ PER DAY (8 HOURS) PER DAY Proposal Package 10 of 11 ITEMIZED PROPOSAL FORM CONT. AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 11 of 11 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Fifteen by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , party of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor for furnish all the equipment, tools, and implements required and will well and faithfully perform and complete the work as designated by the Town Engineering Department by "Furnishing Construction Equipment and Services in Connection with Dredging and other Services within the Town of Southold" AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and (FILL IN FIRM NAME) , the project engineers, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Equipment Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words $ Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY William Duffy, Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2015 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2015 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3